Loading...
HomeMy Public PortalAbout14-8747 TO ACCEPT THE AWARD OF GRANT FUNDS FROM THE DEPARTMENT OF JUSTICE PASS-THROUGH MDC OFFICE OF GRANTS "EDWARD J. BYRNE MEMORIAL JUSTICE ASSISTANCE Sponsored by: City Manager RESOLUTION NO. 14-8747 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA AUTHORIZING THE CITY MANAGER TO ACCEPT THE AWARD OF GRANT FUNDS FROM THE DEPARTMENT OF JUSTICE PASS-THROUGH MIAMI-DADE COUNTY OFFICE OF GRANTS COORDINATION TO ACCEPT, EXPEND AND AMEND THE FY 2014 EDWARD J. BYRNE MEMORIAL JUSTICE ASSISTANCE GRANT (JAG) IN THE AMOUNT OF TWO THOUSAND EIGHT HUNDRED AND FOURTEEN DOLLARS ($2,814), AND EXECUTE THE CONTRACT WITH THE PURPOSE OF CONTINUING THE RECORDS IMPROVEMENT PROGRAM PROJECT; PROVIDING FOR INCORPORATION OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the Opa-locka Police Department (OLPD) continues to improve its records management system; and WHEREAS, the FY 2014 Edward Byrne Memorial Justice Assistance Grant ("JAG") will be utilized for overtime payment to the employees (Record and Property personnel) handling the conversion and processing of paper reports, documents, and seized property information, into electronic format; and WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City Manager to accept the award from the Department of Justice and Miami-Dade County for continuance of record management improvement. NOW, THEREFORE, BE IT DULY RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka, hereby authorizes and directs the City Manager to accept, expend, and amend the Department of Justice FY 2014 Resolution No. 14-8747 Edward Byrne Memorial Justice Assistance Grant (JAG), in the amount of Two Thousand Eight Hundred Fourteen Dollars ($2,814.00), and execute the contract through Miami-Dade County, for the purpose of continuing the Record Improvement Program, in substantially the same form attached hereto as Exhibit"A". Section 3. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 22nd day of Janua , 2014. 5 ' • TAYLOR • YOR Attest to: Approved as to form and legal sufficiency: r 4! 0 AI i \9 - Job, a Flores Jos=.h S. teller City Clerk G'I ENSP ION MARDER, PA C 1 Attorney Moved by: COMMISSIONER HOLMES Seconded by: COMMISSIONER SANTIAGO Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Santiago: YES Vice-Mayor Kelley: YES Mayor Taylor: YES 06,n :.cock o � U. D City of Opa-Locka Agenda Cover Memo Commission Meeting January 22, 2014 Item Type: Resolution Date: X (Enter X in box) Fiscal Impact: Ordinance Reading: 1 (Enter X in box) _ _- 4 � _ (Enter X in box) X Public Hearing: Yes '0 (Enter X in box) X X Funding Source: (Enter Fund& Advertising Requirement: Yes No (Enter Acct No.) Dept) (Enter X in box) X JAG Bryrne MDC Contract/P.O. Required: Yes No RFP/RFQ/Bid#: N/A (Enter X in box) X Strategic Plan Related Yes No Strategic Plan Priority Strategic Plan Obj./Strategy: (Enter X in box) X Area: (list the specific objective/strategy this item will address) Enhance Organizational Bus. & Economic Dev Record Improvement Project Public Safety Quality of Education Qual. of Life & City Image Communcation Sponsor Name City Manager Department: Opa-locka Police Department A RESOLUTION OF THE CITY COMMISION OF THE CITY OF OPA-LOCKA FLORIDA, AUTHORIZING OUR THE CITY MANAGER TO ACCEPT FUNDING AWARD IN THE AMOUNT OF $2,814 PASS THROUGH FROM MIAMI DADE COUNTY FOR THE RECORD IMPROVEMENT PROJECT Staff Summary: Proposed Action: Staff recommends approval in order to receive funding as; Attachment: 3 Contract Copies Prepared By: Delia Rosa Kennedy, Grant Administrator C f< Memorandum TO: Mayor Myra L. aylor Vice-Mayor Josep . e ey Commissioner • Timothy • -s Commissioner I oroth t • a"E o son Commissioner ►uis B • • tcy FROM Kelvin L. Baker, Sr., City Mana_- DATE: January 22, 2014 RE: Authorization to Acceptance Depa ment of Justice Edward Byrne Memorial Justice Assistance Grant Award Available through Miami-Dade County Request: A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA AUTHORIZE THE CITY MANAGER TO ACCEPT THE AWARD OF GRANT FUNDS FROM THE DEPARTMENT OF JUSTICE PASS THROUGH MIAMI-DADE COUNTY OFFICE OF GRANTS COORDINATION TO ACCEPT, EXPEND AND AMEND THE FY 2014 EDWARD J. BYRNE MEMORIAL JUSTICE ASSISTANCE GRANT (JAG) IN THE AMOUNT OF TWO THOUSAND EIGHT HUNDRED AND FOURTEEN DOLLARS ($2,814) AND EXECUTE AGREEMENTS WITH THE PURPOSE OF CONTINUING THE RECORDS IMPROVEMENT PROJECT. Description: The Opa-locka Police Department (OLPD) is striving to improve its records management system. The OLPD will utilize the FY 2014 Byrne Grant funds to pay overtime hours to record and property personnel to convert paper reports, documents, and seized property information into accessible electronic reports. Financial Impact: No Fiscal Impact. One hundred percent of the proceeds are grant dollars. Implementation Timeline: Immediately Legislative History: On-Going allocation Recommendation(s): Staff recommends approval. Attachment(s): 3 Copies of Contract Prepared By: Delia Rosa Kennedy, Grant Administrator END OF MEMORANDUM CO py Manaagement and Budget 111 NW 1.,rants coordination le®�® 1st Street®19th Floor ( : Miami, Florida 33128 ' T 305-375-4742 F 305-375-4049 avaiamudade.gov October 3, 2013 Chief Jeff Key Opa Locka Police Department 2495 Ali-Baba Avenue Opa Locka FL 33054 RE: Contract Award FY2014 Edward Byrne Memorial Justice Assistance Grant (JAG) Dear Chief Key: We are pleased to provide you with the contract for your program under the Miami-Dade County Edward Byrne Memorial Justice Assistance Grant for FY2014. The federal funds allocated for your city are $2,814. We are providing you with copies of three original contracts for your program. Each of the three contracts must have the ORIGINAL signatures of the Manager/Mayor and City Clerk, and must have the city seal affixed on the contract signature page. Also, the contracts include several Affidavits which require an ORIGINAL and notarized signature. Upon signing by your city officials, the contracts are to be returned to this office along with the City Council resolution to accept these funds. Our staff will complete the execution process in the County and send you a fully executed contract for your records. Reimbursement for First Quarter expenditures can occur ONLY if the contract is fully signed by the jurisdiction and returned to the Office of Management and Budget with the accompanying council resolution. In accordance with your communication with this office, it is our understanding that Ms. Delia Kennedy is the designated contact person for this project. As such, all routine correspondence and reporting activities throughout the grant year will be directed to her attention. Please notify us immediately if this designation changes. If you have any questions on this matter, please contact me at (305) 375- 2108. We look forward to working with you this year! Sincerely, Michaela Doherty Project Planner Enclosures MIAMI-DADE COUNTY OFFICE OF MANAGEMENT AND BUDGET GRANTS COORDINATION CHECKLIST FOR CONTRACT COMPLETION AND SIGNATURES 1. Mayor/City Manager to sign and affix Corporate Seal on page 15 of each Contract (3 copies). 2. Attachment E: Miami-Dade County Affidavits- Complete page 1 and answer enumerated questions with an "X" if it pertains to contract or "N/A" if it does not apply. Page 5 must be signed AND notarized. f/ 3. Attachment El: Code of Business Ethics- Page 3 must be signed AND notarized. 4. Attachment E2: Miami-Dade County Debarment Disclosure Affidavit- must be signed AND notarized. V 5. Attachment E3: State Public Entities Crime Affidavit-ALL blank spaces on Pages 1 & 2 must be filled in. Please note the TWO options on Page 2; form must then be signed AND notarized. 6. Attachment F: Provider's Disclosure of Subcontractors and Suppliers- Fill in name and address of municipality, type in "No subcontractors will be used", and "No suppliers will be used" under respective items. Do not state "N/A" and do not leave blank. The bottom section must be signed and completed. Be sure to complete a checklist on each contract package prior to returning them to this office. This will avoid errors and omissions that delay execution of your contract. If you have any questions about the contract or attachments, please call Michaela Doherty at(305) 375-2108, or email at mic3@miamidade.gov. Opa Locka FY2014 Contract ML;4.MI-DADS COUNTY CONTRACT 02-1,' This Contract, made this day of 22113, by and between Miami-Dade County, a political subdivision of the State of Florida (hereinafter referred to as "County") through its Office of Management and Budget (hereinafter referred to as "Department"), located at 111 N.W. First Street, 19th Floor Miami, FL 33128, and the CITY of OPA LOCKA a municipality located in Miami-Dade County, Florida (hereinafter referred to as "Provider"). This Contract provides the terms and conditions pursuant to which the Provider shall provide a Records Improvement Project. WHEREAS, the County has been awarded federal funds from the Drug Control and System Improvement Formula Grant Program under Public Law 100-690, the Federal Anti-Drug Abuse Act of 1988, hereinafter referred to as the ACT; and WHEREAS, the Provider warrants and represents that it possesses the legal authority to enter into this Contract by way of resolution, motion or similar action that has been duly adopted or passed as an official act of the Provider's governing body, authorizing the execution of the Contract, including all understandings and assurances contained herein, and authorizing the person identified as the official representative of the Provider to carry out on behalf of the Provider all of the duties and responsibilities set forth in this Contract; and WHEREAS, this Contract shall be deemed effective upon award of grant funds by the State of Florida Department of Law Enforcement, Office of Criminal Justice Grants to Miami-Dade County or when this Contract has been duly executed by both parties, whichever is later; and WHEREAS, the County is desirous of supporting an expansion of the services provided by the Records Improvement Project by providing a portion of the federal funds awarded to Miami-Dade County to the Records Improvement Project; and WHEREAS, the County as grantee for the State of Florida is authorized to contract for said services for the Records Improvement Project as an allowable activity under the ACT; and WHEREAS, the County requires the above-mentioned services from the Provider in order to fulfill its contractual obligations under the aforementioned grant, NOW, THEREFORE, for and in consideration of the mutual covenants recorded herein, the parties hereto agree as follows: I, AMOUNT PAYABLE Subject to available funds, the maximum amount payable for services rendered under this Contract, shall not exceed $2,814. Both parties agree that should available County funding be reduced, the amount payable under this Contract may be proportionately reduced at the option of the County. Availability of funds shall be determined in the sole discretion of the County. 1 of 15 IL SCOPE OF SERVICES. The Provider agrees to render services in accordance with the Scope of Services incorporated herein and attached hereto as Attachment A. ID. EFFECTIVE TERM. The effective term of this Contract shall be from October 1, 2013 through July 31, 2014. IV. CASH MATCH REQUIREMENT. The Provider shall maintain sufficient financial resources to meet the expenses incurred during the period between the provision of services and payment by the County; however a Cash Match is not required for this grant term. V. REQUIREMENTS RELATED TO USE OF ANTI-DRUG ABUSE FUNDS UNDER THE DRUG CONTROL AND SYSTEM IMPROVEMENT PROGRAM A. Requirements of the Anti-Drug Abuse Act. The Provider agrees to abide by all of the requirements of the Anti-Drug Abuse Act of 1988 under the Drug Control and System Improvement Formula Grant Program, as may be amended from time to time, as well as with Chapter 11 D-9 of the Florida Administrative Code, and all applicable federal, state and local laws, regulations and policies. Furthermore, the Florida Department of Law Enforcement, Business Support Program, Office of Criminal Justice Grants, Edward Byrne Memorial Justice Assistance Grant Program Application for Funding Assistance and all laws, rules, regulations relating thereto are incorporated herein by reference as if fully set forth. Furthermore, this award is subject to all applicable rules, regulations, and conditions as contained in the Financial and Administrative Guide for Grants, Guideline Manual 7100 1D, Office of Justice Programs, Common Rule for State and Local Governments and A-87, or OMB Circulars A-110 or A-102, as applicable, and A-21, in their entirety. It is also subject to such further rules, regulations and policies as may be reasonably prescribed by the State or Federal Government consistent with the purposes and authorization of Public Law 90-351, as amended, and Public Law 100-690. B. Supplanting. The Provider agrees that funds received under this Contract shall be utilized to supplement, not supplant state or local funds, and will be used to increase the amounts of such funds that would, in the absence of grant funds, be made available for anti- drug law enforcement activities, in accordance with Rule Chapter 11D-9, Florida Administrative Code. VI. CONTINUITY OF SERVICES. Provider agrees to provide optimal continuity of services by assuring that services are provided by the same person whenever possible and, if not, by a qualified replacement when necessary. VII. PROGRAM CONTACT. Provider shall designate a contract coordinator who shall be responsible for: 1) monitoring the Provider's compliance with the terms of this Contract and; 2) whenever the County so requests, meeting with County staff to review such compliance. VIII. INDEMNIFICATION BY THE PROVIDER. The Provider shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Contract by the Provider or its employees, agents, servants, partners, principals or subcontractors. Provider shall pay all claims and losses in 2 of 15 connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The provisions of this section or indemnification shall survive the expiration or termination of this Contract. Nothing herein shall be construed to extend any party's liability beyond that provided in section 768.28, Florida Statutes. IX. INSURANCE. If Provider is an agency or a political subdivision of the State as defined by section 768.28, Florida Statutes, the Provider shall furnish the County, upon request, written verification of liability protection in accordance with section 768.28, Florida Statutes. X. LICENSURE AND CERTIFICATION. The Provider shall ensure that all other lk,c1 IJGd professionals providing Records Improvement services shall have appropriate licenses, training and experience in the field in which he/she practices and abide by all applicable State and Federal laws and regulations and ethical standards consistent with those established for his/her profession. Ignorance on the part of the Provider shall in no way relieve it from any of its responsibilities in this regard. The Provider agrees to comply with all applicable laws, regulations, ordinances and resolutions regarding background screening of employees, volunteers and subcontractors. Provider's failure to comply with any applicable laws, regulations, ordinances and resolutions regarding background screening of employees, volunteers and subcontractors is grounds for a material breach and termination of this contract at the sole discretion of the County. The Provider agrees to comply with all applicable laws (including but not limited to Chapters 39, 402, 409, 394, 408, 393, 397, 984, 985 and 435, Florida Statutes, as may be amended form time to time), regulations, ordinances and resolutions, regarding background screening of those who may work or volunteer with vulnerable persons, as defined by section 435.02, Florida Statutes, as may be amended from time to time. . In the event criminal background screening is required by law, the State of Florida and/or the County, the Provider will permit only employees and subcontractors with a satisfactory national criminal background check through an appropriate screening agency (i.e., the Florida Department of Juvenile Justice, Florida Department of Law Enforcement or Federal Bureau of Investigation) to work or volunteer in direct contact with vulnerable persons. The Provider agrees to ensure that employees and subcontracted personnel who work with vulnerable persons satisfactorily complete and pass Level 2 background screening before working or volunteering with vulnerable persons. Provider shall furnish the County with proof that employees, volunteers and subcontracted personnel, who work with vulnerable persons, satisfactorily passed Level 2 background screening, pursuant to Chapter 435, Florida Statutes, as may be amended from time to time. If the Provider fails to furnish to the County proof that an employee, volunteer or subcontractor's Level 2 background screening was satisfactorily passed and completed prior to that employee or subcontractor working or volunteering with a vulnerable person or vulnerable 3of15 persons, the County shall not disburse any further funds and this Contract may be subject to termination at the sole discretion of the County. XL CONFLICT OF INTEREST. The Provider agrees to abide by and be governed by the Miami-Dade County Conflict of Interest and Code of Ethics Ordinance codified at Section 2-11.1 et al. of the Code of Miami-Dade County, as may be amended from time to time, which is incorporated herein by reference as if fully set forth herein, in connection with its Contract obligations hereunder. Nepotism. The Provider will comply with section 112.3135 of the Florida Statutes regarding restrictions on employment of relations. XII. CIVIL RIGHTS. The Provider agrees to abide by Chapter 11A of the Code of Miami- Dade County ("County Code"), as amended, which prohibits discrimination in employment, housing and public accommodations; Title vii of the Civil Rights Act of 1968, as amended, which prohibits discrimination in employment and public accommodation; the Age Discrimination Act of 1975, 42 U.S.C., §2000d as amended, which prohibits discrimination in employment because of age; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. §794, as amended, which prohibits discrimination on the basis of disability; and the Americans with Disabilities Act, 42 U.S.C. §12103 et seq., which prohibits discrimination in employment and accommodation because of disability. It is expressly understood that upon receipt of evidence of discrimination under any of these laws, the County shall have the right to terminate this Contract. It is further understood that the Provider must submit an affidavit attesting that it is not in violation of the Americans with Disability Act, the Rehabilitation Act, the Federal Transit Act, 49 U.S.C. §1612, and the Fair Housing Act, 42 U.S.C. §3601 et seq. If the Provider or any owner, subsidiary, or other firm affiliated with or related to the Provider, is found by the responsible enforcement agency, the Courts or the County to be in violation of these Acts, the County will conduct no further business with the Provider. Any contract entered into based upon a false affidavit shall be voidable by the County. If the Provider violates any of the Acts during the term of any Contract the Provider has with the County, such contract shall be voidable by the County, even if the Provider was not in violation at the time it submitted its affidavit. The Provider agrees that it is in compliance with the Domestic Violence Leave Ordinance, codified as § 11A-60 et seq. of the Miami-Dade County Code, which requires an employer, who in the regular course of business has fifty (50) or more employees working in Miami-Dade County for each working day during each of twenty (20) or more calendar work weeks to provide domestic violence leave to its employees. Failure to comply with this local law may be grounds for voiding or terminating this Contract or for commencement of debarment proceedings against Provider. XIII. NOTICES. Notice under this Contract shall be sufficient if made in writing and delivered personally or sent by mail or by facsimile to the parties at the following addresses or to such other address as either party may specify: 4 of 15 If to the COUNTY: Miami-Dade County Office of Management and Budget 111 NW First St., 19th Floor Miami, Florida 33128 Attention: Ms. Michaela Doherty If to the PROVIDER: Opa Locka Police Department 2495 Ali Baba Ave. Opa Locka, FL 33054 Attention: Ms. Delia Kennedy XIV. AUTONOMY. Both parties agree that this Contract recognizes the autonomy of and stipulates or implies no affiliation between the contracting parties. It is expressly understood and intended that the Provider is only a recipient of funding support and is not an agent or instrumentality of the County. Furthermore, the Provider's agents and employees are not agents or employees of the County. XV. BREACH OF CONTRACT: COUNTY REMEDIES. A. Breach. A breach or default by the Provider shall have occurred under this Contract if: (1) The Provider fails to provide services outlined in the Scope of Services (Attachment A) within the effective term of this Contract; (2) the Provider ineffectively or improperly uses the funds allocated under this Contract; (3) the Provider fails to submit, or submits incorrect or incomplete proof of expenditures to support reimbursement requests or fails to submit or submits incomplete or incorrect detailed reports of expenditures or final expenditure reports; (4) the Provider does not submit or submits incomplete or incorrect required reports; (5) the Provider refuses to allow the County access to records or refuses to allow the County to monitor, evaluate and review the Provider's program; (6) the Provider discriminates under any of the laws outlined in Section XII of this Contract; (7) the Provider fails to provide Domestic Violence Leave to its employees pursuant to local law; (8) the Provider falsifies or violates the provisions of the Drug Free Workplace Affidavit (Attachment D); (9) the Provider attempts to meet its obligations under this Contract through fraud, misrepresentation or material misstatement; (10) the Provider fails to correct deficiencies found during a monitoring, evaluation or review within the specified time; (11) the Provider fails to meet any of the terms and conditions of the Miami-Dade County Affidavits (Attachment D); (12) the Provider fails to meet any of the terms and conditions of any obligation under any contract or otherwise or any repayment schedule to any of its agencies or instrumentalities; (13) the Provider fails to fulfill in a timely and proper manner any and all of its obligations, covenants, agreements and stipulations in this Contract. Waiver of breach of any provisions of this Contract 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 Contract; or (14) The Provider has failed to comply with the public records disclosure requirements set forth in Section 119.0701 of the Florida Statutes. B. County Remedies. If the Provider breaches this Contract, the County may pursue any or all of the following remedies: 5 of 15 1. The County may terminate this Contract by giving written notice to the Provider of such termination and specifying the effective date thereof at least five (5) days before the effective date of termination. In the event of termination, the County may: (a) request the return of all finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, reports prepared and secured by the Provider with County funds under this Contract; (b) seek reimbursement of County funds allocated to the Provider under this Contract; (c) terminate or cancel any other contracts entered into between the County and the Provider. The Provider shall be responsible for all direct and indirect costs associated with such termination, including attorney's fees; 2. The County may suspend payment in whole or in part under this Contract by providing written notice to the Provider of such suspension and specifying the effective date thereof, at least five (5) days before the effective date of suspension. If payments are suspended, the County shall specify in writing the actions that must be taken by the Provider as condition precedent to resumption of payments and shall specify a reasonable date for compliance. The County may also suspend any payments in whole or in part under any other contracts entered into between the County and the Provider. The Provider shall be responsible for all direct and indirect costs associated with such suspension, including attorney's fees; 3. The County may seek enforcement of this Contract including but not limited to filing action with a court of appropriate jurisdiction. The Provider shall be responsible for all direct and indirect costs associated with such enforcement, including attorney's fees; 4. The County may decline to contract with the Provider in the future; 5. If, for any reason, the Provider should attempt to meet its obligations under this Contract through fraud, misrepresentation or material misstatement, the County shall, whenever practicable terminate this Contract by giving written notice to the Provider of such termination and specifying the effective date thereof at least five (5) days before the effective date of such termination. The County may terminate or cancel any other contracts which such individual or entity has with the County. Such individual or entity shall be responsible for all direct or indirect costs associated with such termination or cancellation, including attorney's fees. Any individual or entity who attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement may be disbarred from County contracting for up to five (5) years; 6. Any other remedy available at law or equity. C. The County Mayor or Mayor's designee is authorized to terminate this Contract on behalf of the County. D. Damages Sustained. Notwithstanding the above, the Provider shall not be relieved of liability to the County for damages sustained by the County by virtue of any breach of the Contract, and the County may withhold any payments to the Provider until such time as the exact amount of damages due the County is determined. The Provider shall be responsible for all direct and indirect costs associated with such action, including attorney's fees. XVI. TERMINATION BY EITHER PARTY. Both parties agree that this Contract may be terminated by either party hereto by written notice to the other party of such intent to terminate 6 of 15 at least thirty (30) days prior to the effective date of such termination. The County Mayor or Mayor's designee is authorized to terminate this Contract on behalf of the County. XVII. PROJECT BUDGET AND P•,YMENT PROCEDURES. The Provider agrees that all expenditures or costs shall be made in accordance with the Budget which is attached herein and incorporated hereto as Attachment B. A. Budget Variance. Funds may be shifted between approved line items, not to exceed ten percent (10%) of the total budget, without a written amendment, upon written approval of the Department. Variances greater than ten percent (10%) in any approved line item shall require a written amendment signed by both parties. B. Recapture Funds. At the conclusion of the second quarter and upon submission of the Quarterly Performance Report and Expenditure Report, the County will review the Provider's Year-To-Date expenditures. 1. Municipalities reporting remaining balances which exceed expenditure levels for normal program operations must submit a plan which documents those steps the municipality will take in the Third Quarter to fully expend the contract by the end of the program period. 2. This expenditure plan must be approved by the County. 3. Where the municipality does not anticipate full expenditures by the end of the program period, the County will recapture the anticipated unexpended amount for use in another program, without a formal amendment process, and will notify the Provider in writing of the recapture amount. C. Payment Procedures. The County agrees to pay the Provider for services rendered under this Contract based on the line item budget incorporated herein and attached hereto as Attachment B. The parties agree that this is a cost-basis Contract and the Provider shall be paid through reimbursement payment for allowable expenses on the budget approved under this Contract (see Attachment B). The Provider agrees to invoice the County for each Records Improvement Project using the Quarterly Expenditure Report as it appears in Attachment D, and to do so on a quarterly basis, as stated in Section XIX. B.2., the Quarterly Expenditure Report shall be prepared in a manner in accordance with the form provided in Attachment D. The final Expenditure Report shall be submitted by August 15, 2014 D. The Provider agrees to mail all invoices to the address listed above, Section XIII. E. The County agrees to review invoices and to inform the Provider of any questions. Payments shall be mailed to the Provider by the County's Finance Department. F. No payment of subcontractors. In no event shall County funds be advanced directly to any subcontractor hereunder. 7 of 15 VIII. INVENTORY - CAPITAL EQUIPMENT AND REAL PROPERTY. A. Acquisition of Property. The Provider is required to be prudent in the acquisition and management of property with federal funds. Expenditure of funds for the acquisition of new property, when suitable property required for the successful execution of projects is already available within the Provider organization, will be considered an unnecessary expenditure. B. Screening. Careful screening should take place before acquiring property in order to ensure that it is needed with particular consideration given to whether equipment already in the possession of the Provider organization can meet identified needs, the cost of the proposed equipment and the size of the Provider organization. The Provider shall maintain an adequate property management system. The establishment of a screening committee may facilitate the process; however, the Provider may utilize other management techniques which it finds effective as a basis for determining that the property is needed and that it is not already within the Provider's organization. The County must ensure that the screening referenced above takes place and that the Provider has an effective system for property management. The Provider is hereby informed that if the County is made aware that the Provider does not employ an adequate property management system, project costs associated with the acquisition of the property may be disallowed. C. Loss, Damage or Theft of Equipment. The Provider is responsible for replacing or repairing any property which is willfully or negligently lost, stolen, damaged or destroyed. Any loss, damage, or theft of the property must be investigated and fully documented and made part of the official project records. D. Equipment Acquired with Funds under this Contract. Equipment acquired shall be used and managed by the Provider to ensure that the equipment is used for criminal justice purposes. E. Management. The Provider's procedures for managing equipment (including replacement), whether acquired in whole or in part with project funds, will, at a minimum, meet the following requirements: 1) Property records must be maintained which include description of property, serial number or other identification number, source of the property, identification of who holds the title, acquisition date, costs of the property, percentage of County participation in the cost of the property (Federal funds), location of property, use and condition of the property, disposition data including the date of disposal and sale price; 2) a physical inventory of the property must be taken and the results reconciled with the property records at least once every two (2) years; 3) a control system must exist to ensure adequate safeguards to prevent loss, damage or theft of the property. Any loss, damage, or theft shall be investigated by the Provider as appropriate; 4) adequate maintenance procedures must exist to keep the property in good condition; and 5) if the Provider is authorized or required to sell the property, proper sales procedures must be established to ensure the highest possible return. F. Retention of Property Records. Records for equipment, nonexpendable personal property, and real property shall be retained for a period of at least five (5) years from the date of the disposition or replacement or transfer at the discretion of the County. If any litigation, claim, or audit is started before the expiration of the five-year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. 8of15 XIX. RFC•R®S, ;-'SPORTS, MONITORING AUDITS, AND EVALLP TI•N STUDIES. The Provider shall keep records of program services in sufficient detail to provide any reports that may be requested by the County. A. Records. All program records will be retained by the Provider for not less than five (5) years beyond the term of this Contract. In accordance with contract requirements from the State of Florida, records for the Records Improvement Project services must reflect: 1. The names of staff providing services as described in Attachment A. 2. The dates and number of hours the staff provided services. 3. The dates of services and activities and the names of program participants in attendance to such as described in Attachment A. 4. The records of all other program services provided under this Contract. Pursuant to Section 119.0701 of the Florida Statutes, if the Provider meets the definition of "Contractor" as defined in Section 119.10701(1)(a), the Provider shall: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service; (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential an exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer to the County, at no County cost, all public records created, received, maintained and or directly related to the performance of this Agreement that are in possession of the Provider upon termination of this Agreement. Upon termination of this Agreement, the Provider shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. For purposes of this Article, the term "public records" shall mean all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the County. B. Reporting Requirements. 1. Quarterly and Final Project Performance Report. The Provider shall submit the Quarterly Project Performance Report to the Office of Management and Budget by January 5, April 5, July 5, and the Final Performance Report August 5, 2014 covering the Contract activity for the previous quarter. The Quarterly and Final Project Performance Report shall be submitted in the format and using the form attached hereto as Attachment C. 9 of 15 2. Quarterly and Final Expenditure Report. The provider shall submit the Quarterly Expenditure Report with supporting documentation to the Office of Management and Budget by January 15, April 15, July 15, and the Final Expenditure Report August 15, 2014 covering the expenditures to be reimbursed for the previous quarter. The Quarterly and Final Expenditure Report shall be submitted in the format and using the form attached hereto as Attachment D. 3. Other Required Reports. The Provider shall submit other reports as may be required by the Office of Management and Budget during the program period. C. Changes to Reporting Requirements. The Provider understands that the County may at any time require changes in data collected, records or reporting, as may be necessary and agrees to comply with any such modifications. D. Monitoring and Audit. The Provider shall make available for r evievv, ii iajcL.ti^vii, monitoring or audit by the County without notice during normal business hours all financial records and other program records and documents which relate to or have been produced or created as a result of this Contract. The Provider shall provide assistance as may be necessary to facilitate a financial/program audit when deemed necessary by the County to ensure compliance with applicable accounting and financial standards. The County reserves the right to require the Provider to submit to an audit of the County's choosing. Furthermore, the Provider understands, it may be subject to an audit, random or otherwise, by the Office of the Dade County Inspector General or independent private sector inspector general retained by the Office of the Inspector General. E. Office of Miami-Dade County Inspector General. Miami-Dade County has established the Office of the Inspector General, which is empowered to perform random audits on all County contracts throughout the duration of each contract. Grant recipients are exempt from paying the cost of the audit, which is normally 1/4 of 1% of the total contract amount. The Miami-Dade County Inspector General is authorized and empowered to review past, present and proposed County and Public Health Trust Programs, contracts, transactions, accounts, records, and programs. In addition, the Inspector General has the power to subpoena witness, administer oaths, require the production of records and monitor existing projects and programs. Monitoring of an existing project or program may include a report concerning whether the project is on time, within budget and in compliance with plans, specifications and applicable law. The Inspector General is empowered to analyze the necessity of and reasonableness of proposed change orders to the Contract. The Inspector General is empowered to retain the services of independent private sector inspectors general to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, proposal submittals, activities of the Provider, its officers, agents and employees, lobbyists, County staff and elected officials to ensure compliance with contract specifications and to detect fraud and corruption Upon ten (10) days prior written notice to the Provider from the Inspector General or IPSIG retained by the Inspector General, the Provider shall make all requested records and documents available to the Inspector General or IPSIG for inspection and copying. The Inspector General and IPSIG shall have the right to inspect and copy all documents and 10 of 15 records in the Provider's possession, custody or control which, in the Inspector General or IPSIG's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and Contracts from and with successful and unsuccessful subcontractors and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, proposal and contract documents, back-charge documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records, and supporting documentation for the aforesaid documents and records. The provisions in this section shall apply to the Provider, its officers, agents, employees, subcontractors and suppliers. The Provider shall incorporate the provisions in this section in all subcontracts and all other Contracts executed by the Provider in connection with the performance of the contract. Nothing in this contract shall impair any independent right of the County to conduct audit or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the County by the Provider or third parties. F. Independent Private Sector Inspector General Reviews. Pursuant to Miami- Dade County Administrative Order 3-20, the Provider is aware that the County has the right to retain the services of an Independent Private Sector Inspector General ("IPSIG"), whenever the County deems it appropriate to do so. Upon written notice from the County, the Provider shall make available to the IPSIG retained by the County, all requested records and documentation pertaining to this Contract for inspection and copying. The County shall be responsible for the payment of these IPSIG services, and under no circumstances shall the Provider's budget and any changes thereto approved by the County, be inclusive of any changes relating to these IPSIG services. The terms of this provision herein, apply to the Provider, its officers, agents, employees, subconsultants and assignees. Nothing contained in this provision shall impair any independent right of the County to conduct an audit or investigate the operations, activities and performance of the Provider in connection with this Contract. The terms of this Section shall not impose any liability on the County by the Provider or any third party. G. Evaluation Studies. The Provider agrees to participate in evaluation studies sponsored by the administrative agent for these funds from the Florida Department of Law Enforcement, Business Support Program, and Office of Criminal Justice Grants. This participation shall at a minimum include access to the Provider's premises and records. XX. PROHIBITED USE OF FUNDS. A. Adverse Actions or Proceeding. The Provider shall not utilize County funds to retain legal counsel for any action or proceeding against the County or any of its agents, instrumentalities, employees or officials. The Provider shall not utilize County funds to provide legal representation, advice or counsel to any client in any action or proceeding against the County or any of its agents, instrumentalities, employees or officials. B. Religious Purposes. County funds shall not be used for religious purposes. '11 ofl5 C. Commingling Funds. The Provider shall not commingle funds provided under _ this Contract with funds received from any other funding sources. D. Double Payments. Provider costs claimed under this Contract may not also be claimed under another contract or grant from the County or any other agency. Any claim for double payment by Provider shall be considered a material breach of this Contract. XXI. MISCELLANEOUS, A. Contract. This Contract is the complete and exclusive statement of all the arrangements between the County and the Provider regarding provision of the services described in Attachments A and B. Nothing herein shall alter, affect, modify, change or extend any other agreement between the Provider and the County unless specifically stated herein. B. Amendments and Modifications. Except as otherwise enumerated herein, no amendment to this Contract shall be binding on either party unless reduced to writing, signed by both parties, and approved by the County Mayor or Mayor's designee. Provided, however, that the County may effect amendments to this Contract without the written consent of the Provider, to conform this Contract to changes in the laws, directives, guidelines, and objectives of County, State and Federal Governments. Any alterations, variations, amendments, or other modifications of this Contract, including but not limited to amount payable and effective term, shall only be valid when they have been reduced to writing, duly approved and signed by both parties and attached to the original of this Contract. In the event the County determines that a reduction in the Provider's budget is necessary, the County shall notify the Provider in writing within thirty (30) days of said reduction decision. Budget revision requests must be submitted in writing by the Provider to the Office of Management and Budget (OMB). Budget revision requests will be effective upon the date of written approval by the State of Florida Department of Law Enforcement. C. Ownership of Data and Other Material. All reports, information documents, tapes and recordings, maps and other data and procedures developed, prepared, assembled or completed by the Provider in connection with the duties and responsibilities undertaken by the Provider in accordance with the terms of this Contract shall become the property of the County without restriction, reservation or limitation of their use and shall be made available to the County by the Provider at any time upon request by the County. Upon completion of all work contemplated under this Contract, copies of all of the above data shall be delivered to the County upon request. D. Contract Guidelines. This Contract is made in the State of Florida and shall be governed according to the laws of the State of Florida. Proper venue for this Contract shall be Miami-Dade County, Florida. Nothing in this contract shall be considered a waiver of sovereign immunity. E. Publicity. It is understood and agreed between the parties hereto that this Provider is funded by Miami-Dade County. Further, by acceptance of these funds, the Provider 12 of 15 agrees that events and printed documents funded by this Contract shall recognize the funding source as follows: This program was supported by a grant awarded to Miami-Dade County, the Florida Department of Law Enforcement (FDLE) and the U.S. Department of Justice, Bureau of Justice Assistance (BJA). F. Subcontracts. The Provider agrees not to enter into subcontracts, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this Contract, or any or all of its rights, title or interest herein, or its power to execute such Contract without the prior written approval of the County and that all subcontractors or assignees shall be governed by the terms and conditions of this Contract, If this Contract involves the expenditure of $100,000 or more by the County and the Provider intends to use subcontractors to provide the services listed in the Scope of Services (Attachment A) or suppliers to supply the materials, the Provider shall provide the names of the subcontractors and suppliers on the form attached as Attachment E. The Provider agrees that it will not change or substitute subcontractors or suppliers from those listed in Attachment E without prior written approval of the County. G. Review of this Contract. Each party hereto represents and warrants that they have consulted with their own attorney concerning each of the terms contained in this Contract. No inference, assumption, or presumption shall be drawn from the fact that one party or its attorney prepared this Contract. It shall be conclusively presumed that each party participated in the preparation and drafting of this Contract. H. Headings, Use of Singular and Gender. Paragraph headings are for convenience only and are not intended to expand or restrict the scope or substance of the provisions of this Contract. Wherever used herein, the singular shall include the plural and plural shall include the singular and pronouns shall be read as masculine, feminine or neuter as the context requires. I. Total of Contract/Severability of Provisions. This fifteen (15) page Contract with its recitals on the first page of the Contract and with its attachments as referenced below contain all the terms and conditions agreed upon by the parties: Attachment A: Scope of Services Attachment B: Budget Attachment C: Quarterly Project Performance Report Attachment D: Quarterly Expenditure Report Attachment E: Miami-Dade County Affidavits Attachment E1: Code of Business Ethics Attachment E2: Miami-Dade County Debarment Disclosure Affidavit Attachment E3: State Public Entities Crime Affidavit Attachment F: Provider's Disclosure of Subcontractors and Suppliers No other Contract, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or bind any of the parties hereto. If any provision of this Contract is held invalid or void, the remainder of this Contract shall not be affected thereby if such remainder would then continue to conform to the terms and requirement of applicable law. 13 of 15 INTENTIONALLY LEFT BLANK 14 of 15 IN WITNESS WHEREOF, the parties hereto have caused this Contract, along with all of its Attachments, to be executed by their respective and duly authorized officers, the day and year first above written. Signature Title I Name (typed) ATTEST: 1* 1' i111eA\ ++" ''• DELIA ROSA KENNEDY " Y COMMISSION#EE872141 B / ' EXPIRES February 06,2017 By: ion 398-0153 F1o„palloyyServkccao (Corporate Seal) ATTEST: MIAMI-DADE COUNTY, FLORIDA HARVEY RUVIN, CLERK By: By: DEPUTY CLERK CARLOS A. GIMENEZ MAYOR 15 of 15 SUMMARY OF ATTACHMENTS ATTACHMENT A Scope of Services ATTACHMENT B Program Budget ATTACHMENT C Quarterly Project Performance Report ATTACHMENT D Quarterly Expenditure Report ATTACHMENT E Miami-Dade County Affidavits ATTACHMENT El Code of Business Ethics ATTACHMENT E2 Miami-Dade County Debarment Disclosure Affidavit ATTACHNENT E3 State Public Entities Crime Affidavit ATTACHMENT F Provider's Disclosure of Subcontractors and Suppliers ATTACH','ENT PROGRAM NARRATIVE Jurisdiction Name: City of Opa Locka Contact Person: Delia R. Kennedy Address: 2495 Ali Baba Ave. Contact Numbers: 0 (305) 953-2868 ext. 1209 Opa Locks, FL 33054 F (305) 953-2900 Program Area: Records Improvement Program Dates: 10/1/13 through 7/31/14 Program Name: Records Improvement Target Population: City Residents Problem Identification The Opa-Locka Police Department (OLPD) is striving to improve its records management system. Documenting police related activities and the retention of these reports are important to the success of the department. The amount of paper required is growing with the increased call for transparency, the process of capturing and maintaining evidence, keeping track of police activities and transactions, and the need for improved documentation. The excess documentation requires sizable storage space. With the current financial crunch, procuring additional storage space is not a priority nor is it considered financially responsible. In addition, locating reports and property information require manual searches which is inefficient and time consuming. Furthermore, information can be lost and misplaced with repeated handling by multiple parties. Program Description The Opa-Locka Police Department wishes to utilize FY2014 Byrne Grant funds to pay overtime hours to record and property personnel to convert paper reports, documents, and seized property information into accessible electronic reports. The department has embarked on developing an electronic information network in an effort to improve the reliability, authenticity, integrity, and usability of its records. in keeping with the City's mission of going green and being environmentally friendly, the police department has implemented the process of converting existing paper reports and other documents into electronic format. However, the department still has significant amount of documents to be converted before the project goals are achieved. To accomplish the goals, while maintaining the department's daily level of service, will require current records and property personnel to work overtime. These individuals will not only scan reports but to enter data on seized property. The implementation of an electronic Records Management System (RMS) will increase efficiency by reducing the amount of time required to locate information, improve and control accessibility to reports and other case related information, improve report security thereby reducing the potential for misplacing information, ensure compliance, and reduce storage cost. Jurisdiction Name: City of Opa Locka Contact Person: Delia R. Kennedy Address: 2495 All Baba Ave. Contact Numbers: 0 (305) 953-2868 ext. 1209 Opa Locka, FL 33054 F (305) 953-2900 Program Area: Records Improvement Program Dates: 10/01/13 through 07/31/14 Program Name: Records Improvement Target Population: City Residents Required Activities Planned Measures Monitoring Plan To convert paper records and The Provider shall be The Provider is to submit the other documents into electronic responsible for: following information to the format. County in a complete and timely Improve the functioning of the manner: To utilize approximately 131.74 records management system Quarterly Performance Reports hours in overtime to accomplish this task. Overseeing the implementation of the conversion and pay staff Quarterly Expenditure Reports overtime salary and benefits. Payroll documentation including payroll registers and time sheets and overtime slips. PROGRAM BUDGET Attachment B Jurisdiction Name: Opa Locka Contact Person: Delia R. Kennedy Program Area: Records Improvement 0(305)953-2868 x 1209 F(305)953-2900 Program Name: Records Improvement Program Dates: 10/01/13-07/31/14 CONTRACTUAL SERVICES TOTAL $2,814 Salaries and Benefits,Total $2,814 Records & Prop.Special/clerks approx. 131.74 hrs.@$21.36/hr $2,814 Overtime (rate is an average) Benefits include: FICA, MICA&Retirement Operating Capital Outlay,Total $0 Expenses,Total $0 Total Budget $2,814 Dade County will reimburse an amount not to exceed: $2,814 Edward Byrne Memorial Justice Assistance Grant Program ATTACHMENT C Drug Control and System Improvement Formula Grant Program Quarterly Project Performance Report REORDS IMPROVEMENT Fiscal Year 2014 Opa Locka (City) '( \ -l -S �-M ;0 l' ,!e M (Project Name) 1 ,� vc1 fj) -I'- nn C-70of rmmnlLS 1 iii r,� JName of Person Completing Form) QTitle) I (Phone) _ )0,-:19 e? Report Number Quarterly Period I Report Due Dates 1 October 1 - December 31 January 5 2 January 1 -March 31 April 5 3 April 1 -June 30 July 5 4 (FINAL) July 1 -July 31 August 5 Report Number Quarterly Period Report Submission Date_ Note: Those questions that are directly related to your program have been highlighted for your convenience. All questions must be answered and explained in the NARRATIVE portion of this report. Any report not received by January 5;April 5;July 5; and/or October 5,will result in the issuance of a"Noncompliance Notice"and a delay or denial of Reimbursement Requests, o ` \) 4 [ §7 \\ \j / k\ _ $e S �k 0 \\0 =o kj \ 5m ti. /� § - / * / E // \ 0 .� { _ ) 2 \ { j ®/ o = � �\ a \ \ \ •\ . \o ± @ § < p u) / E o _ -, ° ` % \ / . \ �� % yo \ \ \ k �) § 0 Ec § %\ E » - a » eoa 2\ ; 4 E ƒ\\ / % / 0 7 _ � $ & ' % 0 0 0 - 0E \ i t \ \ o ■ § S 222 § 2 E \ #/ g = / J 2 /\\ 9 /\ q // o / o a. _2 2} i Q w w Attachment D PRINT THIS PAGE ON YOUR LETTERHEAD Edward Byrne Memorial Justice Assistance Grant Program SUMMARY STATEMENT OF QUARTERLY PROJECT COSTS Subgrant Number: Date: Name of Agency/City: Claim Number: Project Title: Claim Period :Telephone Number: Name of Person Completing Form: 1. Total Federal Budget 2. Amount of this Invoice' 3.Amount of Previous Invoices 4. Remaining Budget Balance $0.00 (Subtract lines 2&3 from line 1) AGENCY FOR OMB USE Requested Amount ONLY: for Reimbursement Approved Amount (as indicated on Line for Category 2 above) Reimbursement Salaries& Benefits _ Contractual Services Expenses Operating Capital Outlay Total Claim Amount $0.00 The above amount indicated as our agency's"Total Claim Amount"is being requested for reimbursement which is in accordance with our contract agreement.Also,supporting documentation has been provided with this package which substantiates the above"Total Claim Amount"requested by our agency. I hereby certify that all of the costs have been paid and none of the items have been previously reimbursed. All of the expenditures comply with the authorized budget and fall within the contractual scope of services and all of the goods and services have been received,for which reimbursement is requested. Respectfully submitted, Authorized Sig nature(Chief of Police/Other City Official) Payment Approved,Miami-Dade County OMB FOR OMB USE ONLY GIL Coding Invoice Number: Invoice Description: Vendor#: Voucher#: VQBU Index Code: Amount to Pay: Package Reviewed by Liaison: Date Submitted by Liaison in IWA: Subobject: Resolution: SUPPORTING DOCUMENTATION FOR THIS PAYMENT MAINTAINED BY OMB-GRANTS COORDINATION Page 2 of 5 SUMMARY STATEMENT OF QUARTERLY PROJECT COSTS (Salaries and Benefits) Name of Agency/City: Date: Project Title: Claim Number: Name Date of Type of Total Total Officer/Staff Activity Activity* Hours Amount 1 3 4 5 6 7 8 *(Presentation,Parent Meeting,Field trip,etc.) Total Amount for Salaries and Benefits(if applicable): $0.00 Total Hours: 0.00 I CERTIFY THAT PAYMENT FOR THE AMOUNT OF $0.00 IS CORRECT. BELOW IS THE SIGNATURE OF EACH STAFF(EMPLOYEE)IN THE ORDER LISTED ABOVE: 1 OFFICER/STAFF SIGNATURE: EMPLOYEE ID: 2 OFFICER/STA.FF SIGNATURE: , EMPLOYEE ID: 3 OFFICER/STAFF SIGNATURE: EMPLOYEE ID: 4 OFFICER/STAFF SIGNATURE: , EMPLOYEE ID: 5 OFFICER/STAFF SIGNATURE: EMPLOYEE ID: 6 OFFICER/STAFF SIGNATURE: EMPLOYEE ID: 7 OFFICER/STAFF SIGNATURE: EMPLOYEE ID: 8 OFFICER/STAFF SIGNATURE: EMPLOYEE ID: I VERIFY THAT THE ABOVE SERVICES WERE PROVIDED: CHIEF OF POLICE/CITY OFFICIAL SIGNATURE: Note: Payroll registers,time sheets and OT slips(if applicable),documenting payroll expenses must be attached to process this reimbursement. Page 3 of 5 SUMMARY STATEMENT OF QUARTERLY PROJECT COSTS (Contractual Services) Name of Agency/City: Date: Project Title: Claim Number: Item Date Check/ACH Vendor Name Description Paid Number Amount TOTAL CONTRACTUAL SERVICES AMOUNT: $0.00 NOTE: Copies of all invoices,cancelled checks,purchase orders for this request must be attached to process this reimbursement. Page 4 of 5 SUMMARY STATEMENT OF QUARTERLY PROJECT COSTS (Expense) Name of Agency/City: Date: Project Title: Claim Number: — Item Date Check/ACH Vendor Name Description Paid Number Amount TOTAL EXPENSE AMOUNT: $0.00 NOTE: Copies of all invoices,cancelled checks,and purchase orders for this request must be attached to process this reimbursement. Page 5 of 5 SUMMARY STATEMENT OF QUARTERLY PROJECT COSTS (Operating Capital Outlay) Date: Name of Agency/City: Claim Number: Project Title: Item Date Check/ACH Vendor Name Description Paid Number Amount TOTAL OPERATING CAPITAL OUTLAY AMOUNT: $0.00 NOTE: Copies of all invoices,cancelled checks,purchase orders for this request must be attached to process this reimbursement. ATTACHMEN M' E JAG/DYRNE GRANT ADMINISTRATION MIAMI-DADE COUNTY AFFIDAVITS The contracting individual or entity (governmental or otherwise) shall indicate by an "X" all affidavits that pertain to this contract and shall indicate by an "N/A" all affidavits that do not pertain to this contract. All blank spaces must be filled. The MIAMI-DADE COUNTY OWNERSHIP DISCLOSURE AFFIDAVIT;MIAMI-DADE COUNTY EMPLOYMENT DISCLOSURE AFFIDAVIT; MIAMI-DADE CRIMINAL RECORD AFFIDAVIT; DISABILITY NONDISCRIMINATION AFFIDAVIT; and the PROJECT FRESH START AFFIDAVIT shall not pertain to contracts with the United States or any of its departments or agencies thereof, the State or any political subdivision or agency thereof or any municipality of this State. The MIAMI-DADE FAMILY LEAVE AFFIDAVIT shall not pertain to contracts with the United States or any of its departments or agencies or the State of Florida or any political subdivision or agency thereof; it shall,however,pertain to municipalities of the State of Florida, All other contracting entities or individuals shall read carefully each affidavit to determine whether or not it pertains to this contract. I, Ke I U I (\ ,being first duly sworn state: Affiant The full legal name and business address of the person(s) or entity contracting or transacting business with Miami-Dade County are(Post Office addresses are not acceptable): -<"- Federal Employer Identification Number(If none,Social Security) r- , i O •ce Ockr Name of Entity,Individual(s„Partners,or Corporation Doing Business As(if same as abov ,leave blank) /V)W'D 4 Sta e Zip Code Street Address City .r I. MIAMI-DADE COUNTY OWNERSHIP DISCLOSURE AFFIDAVIT(Sec.2-8.1 of the County Code) 1. If the contract or business transaction is with a corporation, the full legal name and business address shall be provided for each officer and director and each stockholder who holds directly or indirectly five percent (5%) or more of the corporation's stock. If the contract or business transaction is with a partnership, the foregoing information shall be provided for each partner. If the contract or business transaction is with a trust, the full legal name and address shall be provided for each trustee and each beneficiary. The foregoing requirements shall not pertain to contracts with publicly traded corporations or to contracts with the United States or any department or agency thereof, the State or any political subdivision or agency thereof or any municipality of this State. All such names and addresses are(Post Office addresses are not acceptable): Full Legal Name Address Ownership 1 of 5 2. The full legal names and business address of any other individual (other than subcontractors, material men, suppliers,laborers,or lenders) who have, or will have, any interest(legal,equitable beneficial or otherwise)in the contract or business transaction with Dade County are (Post Office addresses are not acceptable): \ 1 3. Any person who willfully fails to disclose the information required herein, or who knowingly discloses false information in this regard, shall be punished by a fine of up to five hundred dollars ($500.00)or imprisonment in the County jail for up to sixty(60) days or both. _II. MIAMI-DADE COUNTY EMPLOYMENT DISCLOSURE AFFIDAVIT(County Ordinance No.90- 133,Amending sec. 2.8-1; Subsection(d)(2)of the County Code). Except where precluded by federal or State laws or regulations, each contract or business transaction or renewal thereof which involves the expenditure of ten thousand dollars ($10,000) or more shall require the entity contracting or transacting business to disclose the following information. The foregoing disclosure requirements do not apply to contracts with the United States or any department or agency thereof,the State or any political subdivision or agency thereof or any municipality of this State. 1. Does your firm have a collective bargaining agreement with its employees? Yes ✓ No 2. Does your firm provide paid health care benefits for its employees? ✓ Yes No 3. Provide a current breakdown(number of persons)of your firm's work force and ownership as to race,national origin and gender: White: 70 Females Asian: -7-7-/ Males i Females Black: Males : Females American Indian: % Males T Females Hispanics: % :Males Males Females Aleut(Eskimo): T Males Females . Males T Females: . / Males-Females _III. AFFIRMATIVE ACTION/NONDISCRIMINATION OF EMPLOYMENT, PROMOTION AND PROCUREMENT PRACTICES(County Ordinance 98-30 codified at 2-8.1.5 of the County Code.) In accordance with County Ordinance No. 98-30, entities with annual gross revenues in excess of $5,000,000 seeking to contract with the County shall, as a condition of receiving a County contract, have: i) a written affirmative action plan which sets forth the procedures the entity utilizes to assure that it does not discriminate in its employment and promotion practices; and ii)a written procurement policy which sets forth the procedures the entity utilizes to assure that it does not discriminate against minority and women-owned businesses in its own procurement of goods, supplies and services. Such affirmative action plans and procurement policies shall provide for periodic review to determine their effectiveness in assuring the entity does not discriminate in its employment, promotion and procurement practices. The foregoing notwithstanding, corporate entities whose boards of directors are representative of the population make-up of the nation shall be presumed to have non-discriminatory employment and procurement policies,and shall not be required to have written affirmative action plans and procurement policies in order to receive a County contract. The foregoing presumption may be rebutted. 2 of 5 _VI. MIAMI-DADE EMPLOYMENT FAMILY LEAVE AFFIDAVIT (County Ordinance No. 142-91 codified as Section 11A-29 et. seq of the County Code) That in compliance with Ordinance No. 142-91 of the Code of Miami-Dade County, Florida, an employer with fifty (50) or more employees working in Dade County for each working day during each of twenty (20) or more calendar work weeks, shall provide the following information in compliance with all items in the aforementioned ordinance: An employee who has worked for the above firm at least one (1) year shall be entitled to ninety (90) days of family leave during any twenty-four (24) month period, for medical reasons, for the birth or adoption of a child, or for the care of a child, spouse or other close relative who has a serious health condition without risk of termination of employment or employer retaliation. The foregoing requirements shall not pertain to contracts with the United States or any department or agency thereof, or the State of Florida or any political subdivision or agency thereof. It shall, however,pertain to municipalities of this State. NII. DISABILITY NON-DISCRIMINATION AFFIDAVIT(County Resolution R-385-95) That the above named firm, corporation or organization is in compliance with and agrees to continue to comply with,and assure that any subcontractor,or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction in the following laws: The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. 12101-12213 and 47 U.S.C. Sections 225 and 611 including Title I, Employment; Title II, Public Services; Title II, Public Accommodations and Services Operated by Private Entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions; The Rehabilitation Act of 1973, 29 U.S.C. Section 794; The Federal Transit Act, as amended 49 U.S.C. Section 1612; The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631. The foregoing requirements shall not pertain to contracts with the United States or any department or agency thereof, the State or any political subdivision or agency thereof or any municipality of this State. _Vf. MI�eMI-DARE COUNTY REGARDING DELINQUENT AND CURRENTLY DUE FEES OR TAXES (Sec.2-8.1(c)of the County Code) Except for small purchase orders and sole source contracts, that above named firm, corporation, organization or individual desiring to transact business or enter into a contract with the County verifies that all delinquent and currently due fees or taxes -- including but not limited to real and property taxes, utility taxes and occupational licenses -- which are collected in the normal course by the Dade County Tax Collector as well as Dade County issued parking tickets for vehicles registered in the name of the firm,corporation,organization or individual have been paid. IX. CURRENT ON ALL COUNTY CONTRACTS,LOANS AND OTHER OBLIGATIONS The individual entity seeking to transact business with the County is current in all its obligations to the County and is not otherwise in default of any contract, promissory note or other loan document with the County or any of its agencies or instrumentalities. 4 of 5 _X. PROJECT FRESH START(Resolutions R-702-98 and 358-99) Any firm that has a contract with the County that results in actual payment of$500,000 or more shall contribute to Project Fresh Start, the County's Welfare to Work Initiative. However, if five percent (5%) of the firm's work force consists of individuals who reside in Miami-Dade County and who have lost or will lose cash assistance benefits (formerly Aid to Families with Dependent Children) as a result of the Personal Responsibility and Work Opportunity Reconciliation Act of 1996, the firm may request waiver from the requirements of R-702-98 and R-358-99 by submitting a waiver request affidavit. The foregoing requirement does not pertain to government entities, not for profit organizations or recipients of grant awards. _XI. DOMESTIC VIOLENCE LEAVE (Resolution 185-00; 99-5 Codified At 11A-60 Et. Seq. of the Miami-Dade County Code). The firm desiring to do business with the County is in compliance with Domestic Leave Ordinance, Ordinance 99-5, codified at 11A-60 et. seq. of the Miami Dade County Code, which requires an employer which has in the regular course of business fifty(50)or more employees working in Miami- Dade County for each working day during each of twenty (20) or more calendar work weeks in the current or proceeding calendar years,to provide Domestic Violence Leave to its employees. I have carefully read this entire five (5) page document entitled, "Miami-Dade County Affidavits" and have indicated by an "X" all affidavits that pertain to this contract and have indicated by an "N/A" all affidavits that do not pertain to this contract. L/ By: (Signature of Affiant) D.te) SUBSCRIBED AND SWORN TO(or affirmed)before me this ( day of 20(1-7 by � e/She is per onall known to me or has presented `{✓j UT J as identification. (Type of Identification) 7 I �/ (Signature of Notary) (Serial Number) (Print or Stamp of Notary) (Expiration Date) DELIA ROSA KENNEDY •'= MY COMMISSION#EE872141 Notary Public—Stamp Sta.e- .*'• ' EXPIRES FehruaryOg,2017 Notary Seal •ion 135,8-0153 (Stet allotzryserAce con 5 of 5 ML4N(I-DADS COUNTY FLORIDA ATTACHMENT El Form A-12 Code of Business Ethics in accordance with Resolution R-994-99 each person or entity that seeks to do business with Miami-Dade County shall adopt the Miami-Dade County/Greater Miami Chamber of Commerce Code of Business Ethics as follows: The Miami-Dade County/Greater Miami Chamber of Commerce seeks to create and sustain an ethical business climate for its members and the community by adopting a Code of Business Ethics. Miami-Dade County/Greater Miami Chamber of Commerce encourages its members to incorporate the principles and practices outlined here in their individual codes of ethics, which will guide their relationships with customers, clients and suppliers. This Model Code can and should +ly displayed d + all business lod tions and may be incorporated into marketing be prominently ulSpia'yeu a� a,� a h "'-"""`^ materials. Miami-Dade County/Greater Miami Chamber of Commerce believes that its members should use this Code as a model for the development of their organizations' business codes of ethics. This Model Code is a statement of principles to help guide decisions and actions based on respect for the importance of ethical business standards in the community. Miami-Dade County/Greater Miami Chamber of Commerce believes the adoption of a meaningful code of ethics is the responsibility of every business and professional organization. By affixing a signature in the Proposal signature page, Form A-12, the Proposer hereby agrees to comply with the principles of Miami-Dade County/Greater Miami Chamber of Commerce Code of Business Ethics. If the Proposer firm's code varies in any way the Proposer must identify the difference(s) on a separate document attached to Form A-12. Compliance with Government Rules and Regulations o We the undersigned Proposer will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; • In dealing with government agencies and employees, we will conduct business in accordance with all applicable rules and regulations and in the open; • VVe, the undersigned Proposer will report contract irregularities and other improper or unlawful business practices to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. Recruitment, Selection and Compensation of Contractors, Consulting, Vendors, and Suppliers • We, the undersigned Proposer will avoid conflicts of interest and disclose such conflicts when identified; • Gifts that compromise the integrity of a business transaction are unacceptable; we will not kick back any portion of a contract payment to employees of the other contracting party or accept such kickback. Page 1 of 3 MIAMI-DADECOUNTY,FLORIDA Business Accounting • All our financial transactions will be properly and fairly recorded in appropriate books of account, and there will be no "off the books" transactions or secret accounts. Promotion and Sales of Products and Services c Our products will comply with all applicable safety and quality standards; o We, the undersigned Proposer will promote and advertise our business and its products or services in a manner that is not misleading and does not falsely disparage our competitors; • We, the undersigned Proposer will conduct business with government agencies and employees in a manner that avoids even the appearance of impropriety. Efforts to curry political favoritism are unacceptable; • Our proposal will be competitive, appropriate to the request for proposals/qualifications documents and arrived at independently; ® Any changes to contracts awarded will have a substantive basis and not be pursued merely because we are the successful Proposer. • We, the undersigned Proposer will, to the best of our ability, perform government contracts awarded at the price and under the terms provided for in the contract. We will not submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed. We will abide by all contracting and subcontracting regulations. ® We, the undersigned Proposer will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, their family members or business associates. ® We, the undersigned Proposer will not seek or expect preferential treatment on proposals based on our participation in political campaigns. Public Life and Political Campaigns ® We, the undersigned Proposer encourage all employees to participate in community life, public service and the political process to the extent permitted by law; • We, the undersigned Proposer encourage all employees to recruit, support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues to the extent permitted by law; ® Our contributions to political parties, committees or individuals will be made only in accordance with applicable laws and will comply with all requirements for public disclosure. All contributions made on behalf of the business must be reported to senior company management; ® VVe, the undersigned Proposer will not contribute to the campaigns of persons who are convicted felons or those who do not sign the Fair Campaign Practices Ordinance. MIAMI-DADE COUNTY,FLORIDA • We, the undersigned Proposer will not knowingly disseminate false campaign information or support those who do. Pass-through Requirements • This Code prohibits pass-through payments whereby the prime firm requires that the MBE firm accepts payments as an MBE and passes through those payments to another entity; Rental Space, Equipment and Staff Requirements or Flat Overhead Fee Requirements c This Code prohibits rental space requirements, equipment requirements, staff requirements and/or flat overhead fee requirements, whereby the prime firm requires the MBE firm to rent space, equipment and/or staff from the prime firm or charges a flat overhead fee for the use of space, equipment, secretary, etc; MBE Staff Utilization • This Code prohibits the prime firm from requiring the MBE firm to provide more staff than is necessary and then utilizing the MBE staff for other work to be performed by the prime firm. This Code also requires that on any contract where MBE participation is purported, the contract shall specify essential terms including, but not limited to, a specific statement regarding the percent of participation planned for MBEs, the timing of payments and when the work is to be performed. By.GI (Signature of Affiant) (Date) SUBSCRIBED AND SWORN TO (or affirmed) before me this day of d !1 L(7 r )11 by , e\ yI n L C� I J e[� E ( 1)(\61,')/(1O1 I r . He/She is personally known to me or has presented {X V'i I ' c)(-)1 ( (Type of Identification) as identification. D _IA RO'A KENNEDY (Y-7c Li/ a,, E872141 (Si !"� to of fdWOWS. February 06,2017 (Serial Number) i4O?)3994153 FlandallofaryServke oom —(, —1 7 (Print or Stamp of Notary) (Expiration Date) Attachment E3 SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a), FLORIDA STATUTES, ON PU!:;MIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PU:;I,IC 0': OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS 1. This sworn statement is submitted to Miami-Dade County by iiin f Ltaiiar (print individual's name and title) for 'fl F% (�J C'+ OiLc / 7--f (print Name of entity s miffing sworn statement) whose business address is l±O /Val 1 of-17 °Eta -2- :i and if applicable its Federal Employer Identification Number(FEIN)is If the entity has no FEIN, 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)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transactions of business with any public entity or with an agency or political subdivision of any other state or with the United States,including,but not limited to,any bid or contract for goods or services to be provided to public entity or agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misinterpretation. 3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1,1989,as a result of a jury verdict,non jury trial,or entry of a plea of guilty or nolo contendere. 4. I understand that an"affiliate"as defined in paragraph 287.133(1)(a),Florida Statutes,means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents, who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person,or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 1 oft 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States within the legal power to enter into a binding contact 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 term "person" includes those officers, executives, partners, shareholders, employees,members,and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (attach a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THAT PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (Signature) A Sworn to and subscribed before me this ry day of N. .tc���,1�,�� , 20 Pk. Personally known t/ OR Produced Identification Notary Public-State of fl Cr My commission expires --- ' `--/ (Type of Identification) DELTA R®SA KENNEDY * • :" MY COMMISS1 id O #EES72149 (Printed „.lA iii ampe ai sui needdn name of notary public) 2 oft ATTACHMENT F JAG/BYRNE G': k,NT ADMINISTRATION PROVIDER'S DISCLOSURE OF SITI CONTRACTO"S AND SUPPLIERS (Ordinance 97404) Name of Organization: C Or( ii' , ;-' `t 10 /octc f, i--( REQUI ED LISTING OF SU CONT I CTORS ON COUNTY CONTRACT In compliance with Miami-Dade County Ordinance 97-104, the Provider must submit the list of first tier subcontractors or sub-consultants who will perform any part of the Scone of Services if this Contract is for$100,000 or more. The Provider must complete this infoiination. If the Provider will not utilize subcontractors, then the Provider must state "No subcontractors will be used"; do not state "N/A". NAME OF SUBCONTRACTOR OR SUB-CONSULTANT ADDRESS CITY AND STATE No subcontractors will be used. REQUIRED LIST OF SUPPLIERS ON COUNTY CONTRACT In compliance with Miami-Dade County Ordinance 97-104, the Provider must submit a list of suppliers who will supply materials for the Scope of Services to the Provider, if this Contract is $100,000 or more. The Provider must fill out this information. If the Provider will not use suppliers, the Provider must state "No suppliers will be used", do not state "N/A". NAME OF SUPPLIER f �� ADDRESS CITY AND STATE No suppliers will be used. I hereby certify that the foregoing information is true, correct and complete: Signature of Authorized Representative: Title: Date: Firm Name: Fed. ID No. Address: City/State/Zip: Telephone: ( ) Fax: ( ) E-mail: