Loading...
HomeMy WebLinkAbout25052AGREEMENT INFORMATION AGREEMENT NUMBER 25052 NAME/TYPE OF AGREEMENT STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT DESCRIPTION MODIFICATION #5 TO SUBGRANT AGREEMENT/CITY OF MIAMI WIND RETROFIT PROJECT #PDMC-PJ-04-FL-2016- 006/MATTER I D : 24-1055 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 6/14/2024 DATE RECEIVED FROM ISSUING DEPT. 6/27/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL - PLEASE NOTE THAT ORIGINAL DOCUMENT HAS BEEN SUBSTITUTED TO REFLECT UPDATED SIGNATURES FROM THE STATE OF FLORIDA REPRESENTATIVES STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Ron DeSantis Kevin Guthrie Governor Director June 24, 2024 Lillian Blondet Director of Grants Administration 444 S.W. 2nd Avenue, 5th Floor Miami, Florida 33130 Re: Project #PDMC2016-006, City of Miami Dear Lillian Blondet: Enclosed is the executed Pre -Disaster Mitigation Grant Program (PDMC) contract modification number five (#5) (Contract #18DM-AX-11-23-02-365) between City of Miami and the Division of Emergency Management. Please email all Requests for Reimbursement (Attachment D) to the project manager at Susan.Harris-Council@em.myflorida.com. The Project Manager for this contract is: Susan Harris -Council, Project Manager Florida Division of Emergency Management 2555 Shumard Oak Boulevard Tallahassee, Florida 32399 If you have any specific questions regarding the contract or the Request for Reimbursement form, please contact Susan Harris -Council at (850) 815-4532. Respectfully, Digitally signed by Laura Dhuwe Laura Dhuwe Date: 2024.07.02 15:27:40 -04'00' Laura Dhuwe Bureau Chief, Mitigation State Hazard Mitigation Officer Enclosure DIVISION HEADQUARTERS 2555 Shumard Oak Boulevard Tallahassee, FL 32399-2100 Telephone: 850-815-4000 www.FloridaDisaster.orq STATE LOGISTICS RESPONSE CENTER 2702 Directors Row Orlando, FL 32809-5631 Contract Number: 18DM-AX-11-23-02-365 Project Number: PDMC-PJ-04-FL-2016-006 MODIFICATION TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND CITY OF MIAMI This Modification Number Five made and entered into by and between the State of Florida, Division of Emergency Management ("the Division"), and City of Miami ("the Sub -Recipient") to modify Contract Number 18DM-AX-11-23-02-365, dated, April 2, 2018 ("the Agreement"). WHEREAS, the Division and the Sub -Recipient have entered into the Agreement, pursuant to which the Division has provided a subgrant to the Sub -Recipient under the Pre -Disaster Mitigation Grant Program of $707,362.28, in Federal Funds; and WHEREAS, the Division and the Sub -Recipient intend to modify the Agreement; and WHEREAS, the Agreement expired on February 28, 2024; and WHEREAS, the Division and the Sub -Recipient intend to reinstate and extend the terms of the Agreement. NOW, THEREFORE, in consideration of the mutual promises of the parties contained herein, the parties agree as follows: 1. The Agreement is hereby reinstated and extended as though it had never expired. 2. Paragraph 8 of the Agreement is hereby amended to read as follows: (8) PERIOD OF AGREEMENT This Agreement shall begin April 2, 2018 and shall end October 31, 2024, unless terminated earlier in accordance with the provisions of Paragraph (17) of this Agreement. 3. The Budget and Scope of Work, Attachment A to the Agreement, are hereby modified as set forth in 5th Revision Attachment A to this Modification, a copy of which is attached hereto and incorporated herein by reference. 4. All provisions of the Agreement being modified and any attachments in conflict with this Modification shall be and are hereby changed to conform with this Modification, effective on the date of execution of this Modification by both parties. 5. All provisions not in conflict with this Modification remain in full force and effect, and are to be performed at the level specified in the Agreement. 6. Quarterly Reports are due to the Division no later than 15 days after the end of each quarter of the program year and shall be sent each quarter until submission of the administrative close-out report. The ending dates for each quarter of the program year are March 31, June 30, September 30 and December 31. 7. This modification 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 document. 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 modification upon request. IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. SUB -RECIPIENT: CITY OF MIAMI By: Signature on following page. Name and Title: Date: STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Laura Dhuwe Digitally signed by Laura Dhuwe I.. Date: 2024.07.0215:27:29-04'00' By: Name and Title: Kevin Guthrie, Director Date: 02-J U L-2024 CITY OF MIAMI, FLORIDA SIGNATURE PAGE For City of Miami/State of Florida, Division of Emergency Management Grant Agree eiltoEnOihl:113iDMC-PJ-04-FL-2016-006/Contract #:18DM-AX-11-23-02-365 ATTES DocuSigned by: CE46D7560DCF1459.. Todd Hannon City Clerk Date: APPROVED AS TO FORM AND CORRECTNESS: RP #24-1055 ,—DocuSigned by: "-88776E9FE88248B... George x. wysong iii City Attorney June 13, 2024 1 14:2 Date: CITY OF MIAMI, a municipal Corporation of the State of Florida —DocuSigned by: arttow Navic �t —850CF6C372DD42A... Arthur Noriega V City Manager June 13, 2024 1 17:30:08 I Date: APPROVED AS TO INSURANCE REQUIREMENTS p—DocuSigned by: Orga aaVVICA) 27395C6318214E7... Ann -Marie Sharpe Director June 13, 2024 1 12:29:08 E Date: Attachment A Scope of Work and Budget (5th Revision) STATEMENT OF PURPOSE: The purpose of this Scope of Work (SOW) is to protect the Solid Waste Building in the City of Miami, Miami - Dade County, Florida; funded through the Pre -Disaster Mitigation Grant Program (PDMC), PDMC-PJ-04- FL-2016-006, as approved by the Florida Division of Emergency Management (FDEM) and the Federal Emergency Management Agency (FEMA). The Sub -Recipient, City of Miami, agrees to administer and complete the project per scope of work as submitted by the Sub -Recipient and subsequently approved by the Division and FEMA. The Sub - Recipient shall complete the work in accordance with all applicable Federal, State and Local Laws, Regulations and Codes. PROJECT OVERVIEW: As a Pre -Disaster Mitigation Grant Program project, the Sub -Recipient proposes to retrofit the City of Miami's Solid Waste Building, located at 1290 NW 20th Street, Miami, Miami -Dade County, Florida, 33142. The scope of work for this project consists of retrofitting the City of Miami Solid Waste Building by providing a new roof system capable of withstanding wind loads during natural disasters. In addition, all windows and doors will be replaced by an impact resistant glazing system meeting or exceeding Miami - Dade County Code. If deemed necessary, wind protections are provided on any other opening such as vents, louvers and exhaust fans. All installations will be in strict compliance with the Florida Building Code or Miami -Dade Specifications and all materials will be certified to meet wind and impact standards. The local municipal or county building department will inspect and certify installation according to the manufacture's specifications. TASKS & DELIVERABLES: A) Tasks 1) The Sub -Recipient shall procure the services of a qualified and licensed Florida contractor and execute a contract with the selected bidder to complete the scope of work as approved by the Division and FEMA. The Sub -Recipient shall select the qualified, licensed Florida contractor in accordance with the Sub -Recipient's procurement policy as well as all Federal and State Laws and Regulations. All procurement activities shall contain sufficient source documentation and be in accordance with all applicable regulations. The Sub -Recipient shall be responsible for furnishing or contracting all labor, materials, equipment, tools, transportation and supervision and for performing all work per sealed engineering designs and construction plans presented to the Division by the Sub -Recipient and subsequently approved by the Division and FEMA. The Sub -Recipient and contractor shall be responsible for maintaining a safe and secure worksite for the duration of the work. The contractor shall maintain all work staging areas in a neat and presentable condition. The Sub -Recipient shall ensure that no contractors or subcontractors are debarred or suspended from participating in federally funded projects. The selected contractor shall have a current and valid occupational license/business tax receipt issued for the type of services being performed. The Sub -Recipient shall provide documentation demonstrating the results of the procurement process. This shall include a rationale for the method of procurement and selection of contract type, contractor selection and/or rejection and bid tabulation and listing, and the basis of contract price. The Sub -Recipient shall provide an executed "Debarment, Suspension, Ineligibility, Voluntary Exclusion Form" for each contractor and/or subcontractor performing services under this agreement. Executed contracts with contractors and/or subcontractors shall be provided to the Division by the Sub - Recipient. The Sub -Recipient shall provide copies of professional licenses for contractors selected to perform services. The Sub -Recipient shall provide a copy of a current and valid occupational license or business tax receipt issued for the type of services to be performed by selected contractor. 2) The Sub -Recipient shall monitor and manage the procurement and installation of all opening protection products in accordance with the HMGP application and associated documentation as presented to the Division by the Sub -Recipient and subsequently approved by the Division and FEMA. The Sub - Recipient shall ensure that all applicable State, Local and Federal Laws and Regulations are followed and documented, as appropriate. The project shall protect the building from windblown debris resulting from high windstorms, which shall allow the function of the structures to continue following a severe wind event. The Sub -Recipient shall fully perform the approved project, as described in the application, in accordance with the approved scope of work indicated herein, the estimate of costs indicated herein, the allocation of funds indicated herein, and all applicable terms and conditions. The Sub -Recipient shall not deviate from the approved project terms and conditions. Upon completion of the work, the Sub -Recipient shall schedule and participate in a final inspection of the completed project by the local municipal or county building department (official), or other approving official, as applicable. The official shall inspect and certify that all installation was in accordance with the manufacturer's specifications. Any deficiencies found during this final inspection shall be corrected by the Sub -Recipient prior to Sub -Recipient's submittal of the final inspection request to the Division. Upon completion of Task 2, the Sub -Recipient shall submit the following documents with sufficient supporting documentation, and provide a summary of all contract scope of work and scope of work changes, if any. Additional documentation shall include: a) Copy of permit(s), notice of commencement. b) Local Building Official Inspection Report and Final Approval. c) All Product Specifications / Data Sheet(s) (technical standards) satisfying protection requirements on all products utilized. d) Signed and Sealed As -built project plans (drawings) by the Professional of Record, two hard copies and electronic version (via email or CD). e) Letter of Completion: 1. Affirming that the project was completed in conformance with the approved project drawings, specifications and scope; and 2. Certifying Compliance with all applicable codes. f) Proof of compliance with Project Requirements and Conditions contained herein. During the course of this agreement, the Sub -Recipient shall submit requests for reimbursement. Adequate and complete source documentation shall be submitted to support all costs (federal share and local share) related to the project. In some cases, all project activities may not be fully complete prior to requesting reimbursement of costs incurred in completion of this scope of work; however, a partial reimbursement may be requested. The Sub -Recipient shall submit an Affidavit signed by the Sub -Recipient's project personnel with each reimbursement request, attesting to the completion of the work, disbursements or payments were made in accordance with all agreement and regulatory conditions, and that reimbursement is due and has not been previously requested. The Sub -Recipient shall maintain accurate time records. The Sub -Recipient shall ensure invoices are accurate and any contracted services were rendered within the terms and timelines of this agreement. All supporting documentation shall agree with the requested billing period. All costs submitted for reimbursement shall contain adequate source documentation, which may include but not be limited to cancelled checks, bank statements, Electronic Funds Transfer, paid bills and invoices, payrolls, time and attendance records, contract and subcontract award documents. Construction Expense: The Sub -Recipient shall pre -audit bills, invoices, and/or charges submitted by the contractors and subcontractors and pay the contractors and subcontractors for approved bills, invoices, and/or charges. Sub -Recipient shall ensure that all contractor/subcontractor bills, invoices, and/or charges are legitimate and clearly identify the activities being performed and associated costs. Project Management Expenses: The Sub -Recipient shall pre -audit source documentation such as payroll records, project time sheets, attendance logs, etc. Documentation shall be detailed information describing tasks performed, hours devoted to each task, and the hourly rate charged for each hour including enough information to calculate the hourly rates based on payroll records. Employee benefits shall be clearly shown. The Division shall review all submitted requests for reimbursement for basic accuracy of information. Further, the Division shall ensure that no unauthorized work was completed prior to the approved project start date by verifying vendor and contractor invoices. The Division shall verify that reported costs were incurred in the performance of eligible work, that the approved work was completed, and that the mitigation measures are in compliance with the approved scope of work prior to processing any requests for reimbursement. Review and approval of any third party in -kind services, if applicable, shall be conducted by the Division in coordination with the Sub -Recipient. Quarterly Reports shall be submitted by the Sub -Recipient and received by the Division at the times provided in this agreement prior to the processing of any reimbursement. The Sub -Recipient shall submit to the Division requests for reimbursement of actual construction and managerial costs related to the project as identified in the project application, and plans. The requests for reimbursement shall include: a) Contractor, subcontractor, and/or vendor invoices which clearly display dates of services performed, description of services performed, location of services performed, cost of services performed, name of service provider and any other pertinent information; b) Proof of payment from the Sub -Recipient to the contractor, subcontractor, and/or vendor for invoiced services; c) Clear identification of amount of costs being requested for reimbursement as well as costs being applied against the local match amount; The Sub -Recipient's final request for reimbursement shall include the final construction project cost. Supporting documentation shall show that all contractors and subcontractors have been paid. B) Deliverables Mitigation Activities consist of providing protection to City of Miami Solid Waste Building located at 1290 NW 20th Street in Miami, FL 33142 by providing a new roof system capable of withstanding wind loads during natural disasters. In addition, all windows and doors will be replaced by an impact resistant glazing system meeting or exceeding Miami -Dade County Code. The structure shall be hardened to the required Florida Building Code requirements. Provided the Sub -Recipient performs in accordance with the Scope of Work outlined in this Agreement, the Division shall reimburse the Sub -Recipient based on the percentage of overall project completion. PROJECT CONDITIONS AND REQUIREMENTS: C) Engineerinq 1) The Sub -Recipient shall submit to the Division an official letter stating that the project is 100% complete and ready for the Division's Final Inspection of the project. 2) The Sub -Recipient shall provide a copy of the Notice of Commencement, and any local official Inspection Report and/or Final approval; as applicable. 3) The Sub -Recipient shall submit all Product Specifications / Data Sheet(s) (technical standards) satisfying protect requirements on all products utilized. 4) The Sub -Recipient shall submit a signed and sealed final copy of the completed project's As -built drawings and all necessary supporting documentation, and provide a summary of all contract scope of work changes, if any. 5) The Sub -Recipient shall submit a certified letter of completion from Engineer of Record. The Sub - Recipient's Engineer of Record shall provide a formal certificate or letter affirming that the project has been completed in conformance with the approved project drawings, specifications, scope, and applicable codes. 6) All installations shall be done in strict compliance with the Florida Building Code or Miami Dade Specifications. All materials shall be certified to exceed the wind and impact standards of the current local codes. 7) Product Specifications documentation satisfying protection requirements for all products utilized shall be provided to the Division for closeout. 8) The Sub -Recipient shall follow all applicable State, Local and Federal Laws Regulations and requirements, and obtain (before starting project work) and comply with all required permits and approvals. Failure to obtain all appropriate Federal, State, and Local permits and clearances may jeopardize federal funding. Glazing in buildings shall be impact resistant or protected with an impact resistant covering meeting the requirements of SSTD 12, ASTM E 1886 and ASTM E 1996, ANSI/DASMA 115 (for garage doors and rolling doors) or Miami -Dade TAS 201, 202 and 203 or AAMA 506 referenced therein as follows: a) Glazed openings located within 30 feet (9.1 m) of grade shall meet the requirements of the Large Missile Test b) Glazed openings located more than 30 feet (9.1 m) above grade shall meet the provisions of the Small Missile Test. c) Louvers protecting intake and exhaust ventilation ducts not assumed to be open that are located within 30 feet (9144 mm) of grade shall meet requirements of the Large Missile Test. Impact -resistant coverings shall be tested at 1.5 times the design pressure (Positive or Negative) expressed in pounds per square feet as determined by the Florida Building Code, Building Section1609 for which the specimen is to be tested. 9) The local municipal or county building department shall inspect the installation according to the manufacture's specification, and ensure that the above referenced standards have been met; documentation provided to the division for closeout. 10) The materials and work funded pursuant to this Sub grant Agreement are intended to decrease the vulnerability of the building to property losses and are specifically not intended to provide for the safety of inhabitants before, during or after a natural or manmade disaster. 11) The funding provided by the Division under this sub grant shall compensate for the materials labor and fees for the hardening activities as a retrofit measure for the Sub -Recipient's buildings to reduce and/or mitigate the damage that might otherwise occur from severe weather or other hazards. The funding of this project by the Division does not confer or imply any warranty of use or suitability for the work performed pursuant to this agreement. The State of Florida disclaims all warranties with regard to this mitigation project, express or implied, including but not limited to, any implied warranties and/or conditions of satisfactory quality and fitness for a particular purpose, merchantability, or merchantable quality. 12) This project has not been evaluated by the criteria contained in the standards of the Department of Homeland Security, Federal Emergency Management Agency guidance manual FEMA 361-Design and Construction for Community Shelter, and thus does not provide "near absolute protection." It is understood and agreed by the Division and the Sub -Recipient that the building may have vulnerabilities due to age, design and location, which may result in damage to the building from wind events even after the installation of the mitigation measures funded under this Sub grant Agreement. It is further understood and agreed by the Division and the Sub -Recipient that the level of wind protection provided by the mitigation action, although meeting State standards and codes and enhancing the structural integrity of the building, does not ensure the safety or survival of building occupants. D) Environmental: 1) The Sub -Recipient shall follow all applicable state, local and federal laws regulations and requirements, and obtain (before starting project work) and comply with all required permits and approvals. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. If the project is delayed for a year or more after the date of the categorical exclusion (CATEX), then coordination with and project review by regulatory agencies must be redone. 2) If any ground disturbance activities occur during construction, the Sub -Recipient shall monitor ground disturbance during construction, and if any potential archeological resources are discovered, shall immediately cease construction in that area and notify the Division and FEMA. 3) Any change addition or supplement to the approved mitigation measure or scope of work that alters the project (including other work not funded by FEMA, but done substantially at the same time) shall require resubmission to the Division and FEMA for revaluation of compliance with the National Environmental Protection Act (NEPA) and Section 106 of the National Historic Preservation Act (NHPA) prior to initiation of any work. Non-compliance with these requirements may jeopardize FEMA's ability to fund this project. A change in the scope of work shall be approved by the Division and FEMA in advance regardless of the budget implications. 4) Construction vehicles and equipment used for this project shall be maintained in good working order to minimize pollutant emissions. E) Programmatic: 1) The Sub -Recipient must notify the Division as soon as significant developments becomes known, such as delays or adverse conditions that might raise costs or delay completion, or favorable conditions allowing lower costs or earlier completion. 2) The Sub -Recipient must "obtain prior written approval for any budget revision which would result in a need for additional funds" [44 CFR 13(c)], from the Division and FEMA. 3) Project is approved with the condition that the enclosed list of deliverables shall be submitted, 30-days prior to the Period of Performance date, for review and approval by the Division; for submittal to FEMA for closeout. 4) Any extension of the Period of Performance shall be submitted to FEMA, 60 days prior to the expiration date. Therefore, any request for a Period of Performance Extension shall be in writing and submitted along with substantiation of new expiration date, and a new schedule of work, to the Division a minimum of seventy (70) days prior to the expiration date, for Division processing to FEMA. 5) The Sub -Recipient must avoid duplication of benefits between the PDM Program and any other form of assistance, as required by Section 312 of the Stafford Act, and further clarification in 44 CFR 206.191. FINANCIAL CONSEQUENCES: If the Sub -Recipient fails to comply with any term of the award, the Division shall take one or more of the following actions, as appropriate in the circumstances: 1) Temporarily withhold cash payments pending correction of the deficiency by the Sub -Recipient; 2) Disallow all or part of the cost of the activity or action not in compliance; 3) Wholly or partly suspend or terminate the current award for the Sub -Recipient's program; 4) Withhold further awards for the program; or 5) Take other remedies that may be legally available. BUDGET: Funding Summary Federal Share: Local Share: Total Project Cost: Line Item Budget* $707,362.28 (75.00000053%) $235,787.42 (24.99999947%) Project Cost $943,149.70 (100.00%) Federal Share Local Share Construction/Materials $898,237.81 $673,678.36 $224,559.45 Contingency Fees $0.00 $0.00 $0.00 Subapplicant Management Fees $44,911.89 $33,683.92 $11,227.97 Total: $943,149.70 $707,362.28 $235,787.42 *Any line item amount in this Budget may be increased or decreased 10% or less without an amendment to this Agreement being required so long as the overall amount of the funds obligated under this Agreement is not increased. SCHEDULE OF WORK: Project Activation 2 Months Design 4 Months Permitting: 3 Months Construction / Installation: 6 Months Final Inspection/Closeout: 2 Months Total Period of Performance: 17 Months This is FEMA project number PDMC-PJ-04-FL-2016-006. The Period of Performance (POP) for this project shall end on October 31, 2024. City of Miami Resolution R-21-0323 Legislation City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.corn File Number: 9336 Final Action Date: 7/22/2021 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ACCEPTING AND APPROPRIATING REIMBURSEMENT GRANT FUNDS FROM THE STATE OF FLORIDA'S DIVISION OF THE EMERGENCY MANAGEMENT ("STATE") ADMINISTERING FEDERAL FUNDS ON BEHALF OF THE UNITED STATES FEDERAL EMERGENCY MANAGEMENT AGENCY ("FEMA") IN THE INCREASED AMOUNT OF THREE HUNDRED NINETY ONE THOUSAND FIVE HUNDRED TWO DOLLARS AND THIRTEEN CENTS ($391,502.13) FOR A TOTAL NOT TO EXCEED AMOUNT OF SEVEN HUNDRED SEVEN THOUSAND THREE HUNDRED SIXTY TWO DOLLARS AND TWENTY EIGHT CENTS ($707,362.28) ("GRANT"); FURTHER APPROPRIATING THE CITY OF MIAMI'S ("CITY") MATCHING FUNDS IN THE AN AMOUNT NOT TO EXCEED TWO HUNDRED THIRTY FIVE THOUSAND SEVEN HUNDRED EIGHTY SEVEN DOLLARS AND FORTY TWO CENTS ($235,787.42) ("CITY MATCH"), BOTH TO FUND THE COST OF RETROFITTING THE CITY'S SOLID WASTE DEPARTMENT'S BUILDING ASSOCIATED WITH MULTI -YEAR CAPITAL PLAN PROJECT NO. 40-B183902 ("PROJECT"); FURTHER AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE A FEDERALLY -FUNDED SUBAWARD AND GRANT AGREEMENT ("GRANT AGREEMENT"), IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, BETWEEN THE CITY AND THE STATE ON BEHALF OF FEMA AND TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, INCLUDING AMENDMENTS, EXTENSIONS, RENEWALS, AND MODIFICATIONS TO SAID GRANT AGREEMENT, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, IN ORDER TO INSTITUTE THE ACCEPTANCE, IMPLEMENTATION, AND ADMINISTRATION OF SAID GRANT AND THE CITY MATCH FOR THE PROJECT. WHEREAS, pursuant to Resolution No. R-18-0014 adopted on January 11, 2018, the City Commission accepted a Federally -funded Subaward and Grant Agreement ("Initial Grant") between the State of Florida's Division of Emergency Management ("State") which administered federal funds on behalf of the United States Federal Emergency Management Agency ("FEMA") and the City of Miami ("City"), appropriated reimbursement grant funding in an amount not to exceed Three Hundred Fifteen Thousand Eight Hundred Sixty Dollars and Fifteen Cents ($315,860.15), and allocated City matching funds in an amount not to exceed One Hundred Five Thousand Two Hundred Eighty -Six Dollars and Seventy -Two Cents ($105,286.72); and WHEREAS, the City's Department of Solid Waste ("Department") began utilizing said funds for a Pre -Disaster Mitigation Grant Program project to retrofit the Department's building located at 1290 Northwest 20th Street, Miami, Florida associated with Multi -Year Capital Plan Project No. 40-B183902 ("Project"); and City of Miami Page 1 of 3 File ID: 9336 (Revision:) Printed On: 4/19/2023 File ID: 9336 Enactment Number: R-21-0323 WHEREAS, the initial term of the Initial Grant expired August 30, 2020; and WHEREAS, the Department submitted a request to the State to extend the term of the Initial Grant; and WHEREAS, the State has approved the extension of the term of the Initial Grant and increased the federal fund amount by Three Hundred Ninety -One Thousand Five Hundred Two Dollars and Thirteen Cents ($391,502.13) for a total not to exceed amount of Seven Hundred Seven Thousand Three Hundred Sixty -Two Dollars and Twenty -Eight Cents ($707,362.28) ("Grant"); and WHEREAS, due to the increase of the Grant, the required City matching funds also needs to increase to an amount not to exceed Two Hundred Thirty -Five Thousand Seven Hundred Eighty -Seven Dollars and Forty -Two Cents ($235,787.42) ("City Match"); and WHEREAS, the Grant funding will enable the Department's building to be protected and prepared to withstand the impact of future natural disasters; and WHEREAS, the Grant funds from the State on behalf of FEMA shall be used solely for costs associated with the work for the Project; and WHEREAS, the City Match has been previously allocated and included in the City's Multi -Year Capital Plan funding for the Project; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA, Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The City Manager is authorized' to accept and appropriate the Grant from the State on behalf of FEMA and to appropriate the City Match, both to fund the cost of retrofitting the Department's Building associated with the Project. Section 3. The City Manager is further authorized' to negotiate and execute a Grant Agreement, in a form acceptable to the City Attorney, between the City and the State on behalf of FEMA and to negotiate and execute any and all other necessary documents, including amendments, extensions, renewals, and modifications to said Grant Agreement, all in forms acceptable to the City Attorney, to institute the acceptance, implementation, and administration of the Grant and the City Match for the Project. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.2 The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. 2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 2 of 3 File ID: 9336 (Revision: ) Printed on: 4/19/2023 File ID: 9336 Enactment Number: R-21-0323 APPROVED AS TO FORM AND CORRECTNESS: City of Miami Page 3 of 3 File ID: 9336 (Revision:) Printed on: 4/19/2023 Sec. 15. - City manager —Qualifications; appointment; term; salary; sickness or absence; removal. The city manager shall be the head of the administrative branch of the city government. The city commission shall fix the city manager's compensation, and the city manager shall serve as provided in section 4(g). The city manager shall be chosen on the basis of the city manager's executive and administrative qualifications. At the time of the city manager's appointment the city manager need not be a resident of the state. Neither the mayor nor any city commissioner shall be eligible for the position of city manager during or within two years after the expiration of their respective terms. The mayor, subject to the approval of the city commission, may designate a qualified administrative officer of the city to assume the duties and authority of the city manager during periods of temporary absence or disability of the city manager. The city manager shall be responsible for the administration of all units of the city government under the city manager's jurisdiction, and for carrying out policies adopted by the city commission. The city manager or designee shall execute contracts and other instruments, sign bonds and other evidences of indebtedness. (Char. Amend. No. 2, 1-1-62; Res. No. 97-447, § 2, 7-3-97; Res. No. 01-843, § 2, 8-9-01) Olivera, Rosemary From: Sent: To: Cc: Subject: Attachments: Samantha Chaganis <Samantha.Chaganis@em.myflorida.com> Wednesday, July 3, 2024 9:38 AM Blondet, Lillian Susan Harris -Council; Jenna Hayth; Nicole Giordano; Holly Swift; Evan Jenkins; Moy, Jennifer; Baez, Cindy PDMC2016-006-MOD#5 - Executed Contract PDMC2016-006-MOD#5 - Executed Contract (7-3).pdf CAUTION: This is an email from an external source. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning Ms. Blondet, I hope all is well. Please disregard the previous executed contracted submitted for PDMC2016-006. The attached executed contract replaces the previous version and is the official executed contract document for City of Miami. We apologize for any inconvenience this may have caused. If you have any questions, please let me know and I will be happy to assist. Thank you for your time. Samantha Chaganis, FCCM Grant Specialist V Mitigation Bureau Florida Division of Emergency Management 2555 Shumard Oak Blvd Tallahassee, FL 32399-2100 Office: 850-815-4590 samantha.chaganis@em.myflorida.com www.floridadisaster.org Under Florida law, correspondence with the Florida Division of Emergency Management concerning agency business that is neither confidential nor exempt pursuant to Florida Statutes is a public record and will be made available to the public upon request. i Olivera, Rosemary From: Baez, Cindy Sent: Tuesday, July 9, 2024 8:52 AM To: Ewan, Nicole; Olivera, Rosemary Subject: RE: PDMC2016-006-MOD#5 - Executed Contract Attachments: PDMC2016-006-MOD#5 - Executed Contract Hi ladies, Hope you are doing well and healthy. I have attached the State's email for reference. Thank you for your assistance. W.4 VMS Assistant To Director City of Miami Solid Waste Department 1290 NW 20th Street Miami, FL 33142 (305) 960-2803 cbaez@rniamigov.com From: Ewan, Nicole <newan@miamigov.com> Sent: Monday, July 8, 2024 4:25 PM To: Olivera, Rosemary <ROlivera@miamigov.com> Cc: Baez, Cindy <CBaez@miamigov.com> Subject: RE: PDMC2016-006-MOD#5 - Executed Contract Hi Rosemary, The PDF attached is the new agreement, and the old one is attached to the email attached hereto. Nicole Ewan, MP,4, CMC Assistant CitrJ, Clerk Citg of Miami Citg Clerk's of/ice 3500 Pave American Drive Miami, FL 33133 Ph: (305) .250-5347 FaX: (305) 858-1610 Website: www.vcciavu[ggov.com/c[tgcler/ Boards JF-' Covuvuittees: www.wiamiggov.com/boards Search Citg Commission anal CTz4 Documents (1983 to Present) From: Olivera, Rosemary <ROlivera@miamigov.com> Sent: Monday, July 8, 2024 4:19 PM To: Baez, Cindy <CBaez@miamigov.com> Cc: Ewan, Nicole <newan@miamigov.com> Subject: RE: PDMC2016-006-MOD#5 - Executed Contract Importance: High Hi Cindy, Can you please let me know who the contract is with and when it was attested by the City Clerk. The document is not attached to this email. From: Ewan, Nicole <newan@miamigov.com> Sent: Friday, July 5, 2024 8:59 AM To: Olivera, Rosemary <ROlivera@miamigov.com> Subject: RE: PDMC2016-006-MOD#5 - Executed Contract Okay, let's talk about it on Monday to establish a process. Thanks and have a great weekend! Nicole Ewan, Mr,4, CMC Assistant Citg Clerk Citg of Miami Citg Clerk's office 3500 Pave. Akuericavi. Drive Miami, FL 33133 Ph: (305) 250-5347 FaX: (305) 858-1610 Website: www.vuiavuiggov.covu/cit(clerle Boards JF-' Covuvuittees: www.miavuiggov.covu/boards Search Citg Covuvuissiovt and CRA Doeuvuents (.y83 to Present) From: Olivera, Rosemary <ROlivera@miamigov.com> Sent: Friday, July 5, 2024 8:15 AM To: Ewan, Nicole <newan@miamigov.com> 2 Subject: RE: PDMC2016-006-MOD#5 - Executed Contract Importance: High Hi Nicole, We do not have a process because I don't think we have had this happen before. I believe we need to establish one now to address this contrast as well as future contracts. From: Ewan, Nicole <newan@miamigov.com> Sent: Wednesday, July 3, 2024 4:29 PM To: Olivera, Rosemary <ROlivera@miamigov.com> Subject: FW: PDMC2016-006-MOD#5 - Executed Contract Hi Rosemary, Do we have a process to replace a previously filed agreement that was fully executed via DocuSign? Nicole Ewavi,, MPA-, CMC Assistant city clerk City of M/avul City Clerks office 500 Pave, Awerncan z'rive MGant , FL 33133 Ph: (305) 250 5347 Fax: (305) 8541610 Webs[te: www.nti[avuiggov.covu/cLtyclerle Boards Jf' Covuvu/ttees: www.vulavuiyov.covu/boards Search City Covuvucss[ovt and CRA Docuvuevvts (983 to Present) From: Baez, Cindy <CBaez@miamigov.com> Sent: Wednesday, July 3, 2024 2:29 PM To: Ewan, Nicole <newan@miamigov.com> Subject: FW: PDMC2016-006-MOD#5 - Executed Contract Hi Nicole, Hope you are doing well and healthy. Please be advised that the State has sent an executed agreement which replaces the previous version sent to your office on June 27t" How can I send the executed email verbiage required by the City Clerk's Office, and indicate that this replaced a previous version? Thanks for your assistance. 3 Assistant To Director City of Miami Solid Waste Department 1290 NW 20th Street Miami, FL 33142 (305) 960-2803 cbaez@rniamigov.com From: Baez, Cindy Sent: Wednesday, July 3, 2024 2:18 PM To: Giron, Vanessa <VGiron@miamigov.com>; Clavijo, Diego <DClavijo-c@miamigov.com>; Jimenez, Rodrigo <RJimenez@miamigov.com>; Martinez, Luis <luismartinez@miamigov.com>; Dieme Erlich, Sabine <SDiemeErlich@miamigov.com>; Ntock, Maurice <MNtock@miamigov.com>; Pope, Richard <rpope@miamigov.com>; Louissaint, Bertine <BLouissaint@miamigov.com>; Lucdor, Patrick <PLucdor@miamigov.com>; Martinez, Luis <luismartinez@miamigov.com> Subject: PDMC2016-006-MOD#5 - Executed Contract Hi all, Hope you are doing well and healthy. Please refer to the State's response below and attached executed agreement which replaces the previous version sent. Thank you for your assistance and have a wonderful Independence day holiday. Assistant To Director City of Miami Solid Waste Department 1290 NW 20th Street Miami, FL 33142 (305) 960-2803 cbaez@rniarnigov.com From: Samantha Chaganis <Samantha.Chaganis@em.myflorida.com> Sent: Wednesday, July 3, 2024 9:38 AM To: Blondet, Lillian <LBlondet@miamigov.com> Cc: Susan Harris -Council <Susan.Harris-Council@em.myflorida.com>; Jenna Hayth <Jenna.Hayth@em.myflorida.com>; 4 Nicole Giordano <Nicole.Giordano@em.myflorida.com>; Holly Swift <Holly.Swift@em.myflorida.com>; Evan Jenkins <Evan.Jenkins@em.myflorida.com>; Moy, Jennifer <jmoy@miamigov.com>; Baez, Cindy <CBaez@miamigov.com> Subject: PDMC2016-006-MOD#5 - Executed Contract CAUTION: This is an email from an external source. Do not click links or open attachments unless you recognize the sender and know the content is safe. Good morning Ms. Blondet, I hope all is well. Please disregard the previous executed contracted submitted for PDMC2016-006. The attached executed contract replaces the previous version and is the official executed contract document for City of Miami. We apologize for any inconvenience this may have caused. If you have any questions, please let me know and I will be happy to assist. Thank you for your time. Samantha Chaganis, FCCM Grant Specialist V Mitigation Bureau Florida Division of Emergency Management 2555 Shumard Oak Blvd Tallahassee, FL 32399-2100 Office: 850-815-4590 samantha.chaganis@em.myflorida.com www.floridadisaster.or Under Florida law, correspondence with the Florida Division of Emergency Management concerning agency business that is neither confidential nor exempt pursuant to Florida Statutes is a public record and will be made available to the public upon request. 5 AGREEMENT INFORMATION AGREEMENT NUMBER 25052 NAME/TYPE OF AGREEMENT STATE OF FLORIDA DIVISION OF EMERGEN MANAGEMENT MODIFICATION #5 TO SUBGRANT ACRE• ENT/CITY OF MIAMI WIND RETROFIT PROJECT #PD '"-PJ-04-FL-2016- 006/MATTER ID: 24-1055 DESCRIPTION EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 6/14/2024 DATE RECEIVED FROM ISSUING DEPT. 6/27/2024 NOTE DOCUSIGN AGREEMEN ' BY EMAIL STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMEN Ron DeSantis Kevin G rie Governor r rector June 25, 2024 Lillian Blondet Director of Grants Administration 444 S.W. 2nd Avenue, 5th Floor Miami, Florida 33130 Re: Project #PDMC2016-006, City of Miami Dear Lillian Blondet: Enclosed is the executed Pre -Disaster Mitigation Grant P •gram (PDMC) contract modification number five (#5) (Contract #18DM-AX-11--02-365) between City of Miami and the Division of Emergency Management. Please email all Requests for Reimbursement (A .chment D) to the project manager at Susan.Harris-Council@em.myflorida.com. The roject Manager for this contract is: Susan Harris-C• ncil, Project Manager Florida Divisio- of Emergency Management 2555 Shum. d Oak Boulevard Tallahass=-, Florida 32399 If you have any specific question egarding the contract or the Request for Reimbursement form, please c• tact Susan Harris -Council at (850) 815-4532. Enclosur DIVISION HEADQUARTERS 2555 Shumard Oak Boulevard Tallahassee, FL 32399-2100 Respectfully, Digitally signed by Kristin Kristin Lentz Lentz D a t e: 2 02 4.06.2 5 14:5 3 2 6 -04'00' Laura Dhuwe Bureau Chief, Mitigation State Hazard Mitigation Officer Telephone: 850-815-4000 www. FloridaDisaster. orq STATE LOGISTICS RESPONSE CENTER 2702 Directors Row Orlando, FL 32809-5631 Contract Number: 18DM-AX-11-23-02-365 Project Number: PDMC-PJ-04-FL-2016-006 MODIFICATION TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND CITY OF MIAMI This Modification Number Five made and entered into by and between the Stat: of Florida, Division of Emergency Management ("the Division"), and City of Miami ("the Sub -Recipient") to modify Contract Number 18DM-AX-11-23-02-365, dated, April 2, 2018 ("the Agreement"). WHEREAS, the Division and the Sub -Recipient have entered into the which the Division has provided a subgrant to the Sub -Recipient under the Pr Program of $707,362.28, in Federal Funds; and reement, pursuant to Disaster Mitigation Grant WHEREAS, the Division and the Sub -Recipient intend to modify the Agreement; and WHEREAS, the Agreement expired on February 28, 2024; WHEREAS, the Division and the Sub -Recipient intend treinstate and extend the terms of the Agreement. NOW, THEREFORE, in consideration of the mut promises of the parties contained herein, the parties agree as follows: 1. The Agreement is hereby reinstated and ext-nded as though it had never expired. 2. Paragraph 8 of the Agreement is hereb amended to read as follows: (8) PERIOD OF AGREEMENT This Agreement shall begin Apr 2, 2018 and shall end October 31, 2024, unless terminated earlier in accordance with the •rovisions of Paragraph (17) of this Agreement. 3. The Budget and Scope of W. k, Attachment A to the Agreement, are hereby modified as set forth in 5th Revision Attachment to this Modification, a copy of which is attached hereto and incorporated herein by r- -rence. 4. All provisions of the •reement being modified and any attachments in conflict with this Modification shall b and are hereby changed to conform with this Modification, effective on the date of executio •f this Modification by both parties. 5. All provisions of in conflict with this Modification remain in full force and effect, and are to be performed the level specified in the Agreement. 6. Quarte Reports are due to the Division no later than 15 days after the end of each quarter of the progrm year and shall be sent each quarter until submission of the administrative close-out rep%rt. The ending dates for each quarter of the program year are March 31, June 30, September 3and December 31. This modification 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 document. 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 modification upon request. IN WITNESS WHEREOF, the parties hereto have executed this Modification as of the dates set out below. SUB -RECIPIENT: CITY OF MIAMI By: Signature on following page. Name and Title: Date: STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Kristin Lentz Digitally signed by Kristin Lentz Date: 2024.06.25 14:52:59 -04'00' By: Name and Title: Kevin Guthrie, Director Date: 25 JUN 2024 CITY OF MIAMI, FLORIDA SIGNATURE PAGE For City of Miami/State of Florida, Division of Emergency Management Grant Agree eiltoPOigateil:bl3rDMC-PJ-04-FL-2016-006/Contract #:18DM-AX-11-23-0, -365 ATTES DocuSigned by: r E46D7560DC F 1459 Todd Hannon City Clerk Date: CITY OF MIAMI, a m icipal Corporation of the S . e of Florida DocuSigned by: r Novi /, June 13, 2024 I 17:30:08 I APPROVED AS TO FORM AND AP CORRECTNESS: RP #24-1055 �DocuSigned by: at,ariy, Risa4 (ll 88776E9FE88248B... ueorge n. wysong City Attorney June 13, 2024 114 Date: 850CF6C372DD42A Arthur lvori. ga V Date: City Ma . ger OVED AS TO INSURANCE QUIREMENTS p-DocuSigned by: "-27395C6318214E7... Ann -Marie Sharpe Director June 13, 2024 1 12:29:08 E Date: Attachment A Scope of Work and Budget (5th Revision) STATEMENT OF PURPOSE: The purpose of this Scope of Work (SOW) is to protect the Solid Waste Building in the City Miami, Miami - Dade County, Florida; funded through the Pre -Disaster Mitigation Grant Program (PD ' ), PDMC-PJ-04- FL-2016-006, as approved by the Florida Division of Emergency Management (FD ) and the Federal Emergency Management Agency (FEMA). The Sub -Recipient, City of Miami, agrees to administer and complete the project er scope of work as submitted by the Sub -Recipient and subsequently approved by the Division an• FEMA. The Sub - Recipient shall complete the work in accordance with all applicable Federal, ' ate and Local Laws, Regulations and Codes. PROJECT OVERVIEW: As a Pre -Disaster Mitigation Grant Program project, the Sub-Recipie ' t proposes to retrofit the City of Miami's Solid Waste Building, located at 1290 NW 20th Street, Miami, .mi-Dade County, Florida, 33142. The scope of work for this project consists of retrofitting the City of Miami Solid Waste Building by providing a new roof system capable of withstanding wind loads during natural disasters. In addition, all windows and doors will be replaced by an impact resist.: it glazing system meeting or exceeding Miami - Dade County Code. If deemed necessary, wind protections are provide• on any other opening such as vents, louvers and exhaust fans. All installations will be in strict co . lance with the Florida Building Code or Miami -Dade Specifications and all materials will be certified meet wind and impact standards. The local municipal or county building department will inspect an• certify installation according to the manufacture's specifications. TASKS & DELIVERABLES: A) Tasks 1) The Sub -Recipient shall proc e the services of a qualified and licensed Florida contractor and execute a contract with the selectee bidder to complete the scope of work as approved by the Division and FEMA. The Sub-Recipie► shall select the qualified, licensed Florida contractor in accordance with the Sub -Recipient's procur -ment policy as well as all Federal and State Laws and Regulations. All procurement activities shall contain sufficient source documentation and be in accordance with all applicable regulati•. s. The Sub-Recipi tools, transpo construction t shall be responsible for furnishing or contracting all labor, materials, equipment, tion and supervision and for performing all work per sealed engineering designs and fans presented to the Division by the Sub -Recipient and subsequently approved by the Division and FEMA. The S r.-Recipient and contractor shall be responsible for maintaining a safe and secure worksite for the d ration of the work. The contractor shall maintain all work staging areas in a neat and presentable co :ition. e Sub -Recipient shall ensure that no contractors or subcontractors are debarred or suspended from participating in federally funded projects. The selected contractor shall have a current and valid occupational license/business tax receipt issued for the type of services being performed. The Sub -Recipient shall provide documentation demonstrating the results of the procurement process. This shall include a rationale for the method of procurement and selection of contract type, contractor selection and/or rejection and bid tabulation and listing, and the basis of contract price. The Sub -Recipient shall provide an executed "Debarment, Suspension, Ineligibility, Volu . ry Exclusion Form" for each contractor and/or subcontractor performing services under this agree nt. Executed contracts with contractors and/or subcontractors shall be provided to the Division by e Sub - Recipient. The Sub -Recipient shall provide copies of professional licenses for contractors selected to perform services. The Sub -Recipient shall provide a copy of a current and valid occupat .nal license or business tax receipt issued for the type of services to be performed by selected con .ctor. 2) The Sub -Recipient shall monitor and manage the procurement and installation of opening protection products in accordance with the HMGP application and associated documenta •n as presented to the Division by the Sub -Recipient and subsequently approved by the Divisio and FEMA. The Sub - Recipient shall ensure that all applicable State, Local and Federal Laws a . Regulations are followed and documented, as appropriate. The project shall protect the building from windblown debris resulting fry m high windstorms, which shall allow the function of the structures to continue following a severe wi► • event. The Sub -Recipient shall fully perform the approved project, -s described in the application, in accordance with the approved scope of work indicated herein, e estimate of costs indicated herein, the allocation of funds indicated herein, and all applicable t ms and conditions. The Sub -Recipient shall not deviate from the approved project terms and cond ions. Upon completion of the work, the Sub -Recipient shall s► edule and participate in a final inspection of the completed project by the local municipal or county .uilding department (official), or other approving official, as applicable. The official shall inspect and ertify that all installation was in accordance with the manufacturer's specifications. Any deficiencie found during this final inspection shall be corrected by the Sub -Recipient prior to Sub -Recipient's s .mittal of the final inspection request to the Division. Upon completion of Task 2, the Sub-Recipi• nt shall submit the following documents with sufficient supporting documentation, and provide a - mmary of all contract scope of work and scope of work changes, if any. Additional documentatio► shall include: a) Copy of permit(s), notice of com ncement. b) Local Building Official Inspectit Report and Final Approval. c) All Product Specifications / iata Sheet(s) (technical standards) satisfying protection requirements on all products utilized. d) Signed and Sealed As •uilt project plans (drawings) by the Professional of Record, two hard copies and electronic versi (via email or CD). e) Letter of Comple on: 1. Affirming t .t the project was completed in conformance with the approved project drawings, specifica ons and scope; and 2. Cer ing Compliance with all applicable codes. f) Pro of compliance with Project Requirements and Conditions contained herein. Durir • the course of this agreement, the Sub -Recipient shall submit requests for reimbursement. A• equate and complete source documentation shall be submitted to support all costs (federal share d local share) related to the project. In some cases, all project activities may not be fully complete prior to requesting reimbursement of costs incurred in completion of this scope of work; however, a partial reimbursement may be requested. The Sub -Recipient shall submit an Affidavit signed by the Sub -Recipient's project personnel with each reimbursement request, attesting to the completion of the work, disbursements or payments were made in accordance with all agreement and regulatory conditions, and that reimbursement is due and has not been previously requested. The Sub -Recipient shall maintain accurate time records. The Sub -Recipient shall ensure invoices . e accurate and any contracted services were rendered within the terms and timelines of this agree -nt. All supporting documentation shall agree with the requested billing period. All costs submit d for reimbursement shall contain adequate source documentation, which may include but not be I. ited to cancelled checks, bank statements, Electronic Funds Transfer, paid bills and invoices, pa olls, time and attendance records, contract and subcontract award documents. Construction Expense: The Sub -Recipient shall pre -audit bills, invoices, and/or charg; submitted by the contractors and subcontractors and pay the contractors and subcontractors f• approved bills, invoices, and/or charges. Sub -Recipient shall ensure that all contractor/subcontr tor bills, invoices, and/or charges are legitimate and clearly identify the activities being performed . ' d associated costs. Project Management Expenses: The Sub -Recipient shall pre -audit source ocumentation such as payroll records, project time sheets, attendance logs, etc. Documentation s II be detailed information describing tasks performed, hours devoted to each task, and the hourly ate charged for each hour including enough information to calculate the hourly rates based on payr% I records. Employee benefits shall be clearly shown. The Division shall review all submitted requests for reimbursemen for basic accuracy of information. Further, the Division shall ensure that no unauthorized work :s completed prior to the approved project start date by verifying vendor and contractor invoices. he Division shall verify that reported costs were incurred in the performance of eligible work, tha he approved work was completed, and that the mitigation measures are in compliance with the a ' proved scope of work prior to processing any requests for reimbursement. Review and approval of any third party in -kind services If applicable, shall be conducted by the Division in coordination with the Sub -Recipient. Quarterly Re 'dorts shall be submitted by the Sub -Recipient and received by the Division at the times provided this agreement prior to the processing of any reimbursement. The Sub -Recipient shall submit to the Divisi managerial costs related to the project as i for reimbursement shall include: a) Contractor, subcontractor, and/ performed, description of servi performed, name of service pr requests for reimbursement of actual construction and ntified in the project application, and plans. The requests vendor invoices which clearly display dates of services s performed, location of services performed, cost of services vider and any other pertinent information; b) Proof of payment from th- Sub -Recipient to the contractor, subcontractor, and/or vendor for invoiced services; c) Clear identification of mount of costs being requested for reimbursement as well as costs being applied against the I cal match amount; The Sub -Recipient's nal request for reimbursement shall include the final construction project cost. Supporting docum- tation shall show that all contractors and subcontractors have been paid. B) Deliverables Mitigation 1290 N wind I resi h ctivities consist of providing protection to City of Miami Solid Waste Building located at 20th Street in Miami, FL 33142 by providing a new roof system capable of withstanding ds during natural disasters. In addition, all windows and doors will be replaced by an impact ant glazing system meeting or exceeding Miami -Dade County Code. The structure shall be ened to the required Florida Building Code requirements. rovided the Sub -Recipient performs in accordance with the Scope of Work outlined in this Agreement, the Division shall reimburse the Sub -Recipient based on the percentage of overall project completion. PROJECT CONDITIONS AND REQUIREMENTS: C) Engineering 1) The Sub -Recipient shall submit to the Division an official letter stating that the project is 100% comple and ready for the Division's Final Inspection of the project. 2) The Sub -Recipient shall provide a copy of the Notice of Commencement, and any local icial Inspection Report and/or Final approval; as applicable. 3) The Sub -Recipient shall submit all Product Specifications / Data Sheet(s) (technical tandards) satisfying protect requirements on all products utilized. 4) The Sub -Recipient shall submit a signed and sealed final copy of the completed . oject's As -built drawings and all necessary supporting documentation, and provide a summary of al contract scope of work changes, if any. 5) The Sub -Recipient shall submit a certified letter of completion from Enginee of Record. The Sub - Recipient's Engineer of Record shall provide a formal certificate or letter affi ing that the project has been completed in conformance with the approved project drawings, specifications, scope, and applicable codes. 6) All installations shall be done in strict compliance with the Florida :uilding Code or Miami Dade Specifications. All materials shall be certified to exceed the wind a : impact standards of the current local codes. 7) Product Specifications documentation satisfying protection re• irements for all products utilized shall be provided to the Division for closeout. 8) The Sub -Recipient shall follow all applicable State, •cal and Federal Laws Regulations and requirements, and obtain (before starting project wor and comply with all required permits and approvals. Failure to obtain all appropriate Federal State, and Local permits and clearances may jeopardize federal funding. Glazing in buildings sh. I be impact resistant or protected with an impact resistant covering meeting the requirements o SSTD 12, ASTM E 1886 and ASTM E 1996, ANSI/DASMA 115 (for garage doors and rolling .00rs) or Miami -Dade TAS 201, 202 and 203 or AAMA 506 referenced therein as follows: a) Glazed openings located within 30 feo (9.1 m) of grade shall meet the requirements of the Large Missile Test b) Glazed openings located more th. 30 feet (9.1 m) above grade shall meet the provisions of the Small Missile Test. c) Louvers protecting intake anexhaust ventilation ducts not assumed to be open that are located within 30 feet (9144 m) of grade shall meet requirements of the Large Missile Test. Impact -resistant coverings all be tested at 1.5 times the design pressure (Positive or Negative) expressed in pounds per s• are feet as determined by the Florida Building Code, Building Section1609 for which the specimen i to be tested. 9) The local municipal o ounty building department shall inspect the installation according to the manufacture's spec cation, and ensure that the above referenced standards have been met; documentation prf, ided to the division for closeout. 10) The materials nd work funded pursuant to this Sub grant Agreement are intended to decrease the vulnerability . the building to property losses and are specifically not intended to provide for the safety of inhabitss before, during or after a natural or manmade disaster. 11) The fun. ing provided by the Division under this sub grant shall compensate for the materials labor and fees f' the hardening activities as a retrofit measure for the Sub -Recipient's buildings to reduce and/or miti;.ate the damage that might otherwise occur from severe weather or other hazards. The funding of t project by the Division does not confer or imply any warranty of use or suitability for the work erformed pursuant to this agreement. The State of Florida disclaims all warranties with regard to this mitigation project, express or implied, including but not limited to, any implied warranties and/or conditions of satisfactory quality and fitness for a particular purpose, merchantability, or merchantable quality. 12) This project has not been evaluated by the criteria contained in the standards of the Department of Homeland Security, Federal Emergency Management Agency guidance manual FEMA 361-Design and Construction for Community Shelter, and thus does not provide "near absolute protection." It understood and agreed by the Division and the Sub -Recipient that the building may have vulnerabil. es due to age, design and location, which may result in damage to the building from wind events -ven after the installation of the mitigation measures funded under this Sub grant Agreement. It i urther understood and agreed by the Division and the Sub -Recipient that the level of wind protectio •rovided by the mitigation action, although meeting State standards and codes and enhancing t structural integrity of the building, does not ensure the safety or survival of building occupants. D) Environmental: 1) The Sub -Recipient shall follow all applicable state, local and federal laws regula .ns and requirements, and obtain (before starting project work) and comply with all required permit and approvals. Failure to obtain all appropriate federal, state, and local environmental permits and • earances may jeopardize federal funding. If the project is delayed for a year or more after the dat of the categorical exclusion (CATEX), then coordination with and project review by regulatory agen es must be redone. 2) If any ground disturbance activities occur during construction, the S disturbance during construction, and if any potential archeologi immediately cease construction in that area and notify the Divisi -Recipient shall monitor ground I resources are discovered, shall and FEMA. 3) Any change addition or supplement to the approved mitigation measure or scope of work that alters the project (including other work not funded by FEMA, but .one substantially at the same time) shall require resubmission to the Division and FEMA for r: aluation of compliance with the National Environmental Protection Act (NEPA) and Section 106 the National Historic Preservation Act (NHPA) prior to initiation of any work. Non-compliance with t se requirements may jeopardize FEMA's ability to fund this project. A change in the scope of wor shall be approved by the Division and FEMA in advance regardless of the budget implications. 4) Construction vehicles and equipment used for is project shall be maintained in good working order to minimize pollutant emissions. E) Programmatic: 1) The Sub -Recipient must notify the ►, Ivision as soon as significant developments becomes known, such as delays or adverse conditions hat might raise costs or delay completion, or favorable conditions allowing lower costs or earlier •mpletion. 2) The Sub -Recipient must "o• ain prior written approval for any budget revision which would result in a need for additional funds" 44 CFR 13(c)], from the Division and FEMA. 3) Project is approved wi ' the condition that the enclosed list of deliverables shall be submitted, 30-days prior to the Period of 'performance date, for review and approval by the Division; for submittal to FEMA for closeout. 4) Any extension o the Period of Performance shall be submitted to FEMA, 60 days prior to the expiration date. Theref• e, any request for a Period of Performance Extension shall be in writing and submitted along with s . •stantiation of new expiration date, and a new schedule of work, to the Division a minimum of sevent (70) days prior to the expiration date, for Division processing to FEMA. 5) The S •-Recipient must avoid duplication of benefits between the PDM Program and any other form of a istance, as required by Section 312 of the Stafford Act, and further clarification in 44 CFR 20%.191. FINANCIAL CONSEQUENCES: If the Sub -Recipient fails to comply with any term of the award, the Division shall take one or more of the following actions, as appropriate in the circumstances: 1) Temporarily withhold cash payments pending correction of the deficiency by the Sub -Recipient; 2) Disallow all or part of the cost of the activity or action not in compliance; 3) Wholly or partly suspend or terminate the current award for the Sub -Recipient's program; 4) Withhold further awards for the program; or 5) Take other remedies that may be legally available. BUDGET: Funding Summary Federal Share: Local Share: Total Project Cost: Line Item Budget* Construction/Materials Contingency Fees Subapplicant Management Fees Total: $707, 62.28 (75.00000053%) $ 5,787.42 (24.99999947%) $943,149.70 (100.00%) Project Cos $898,237.:1 0.00 $4i ,911.89 $ • 43,149.70 Federal Share Local Share $673,678.36 $0.00 $33,683.92 $224,559.45 $0.00 $11,227.97 $707,362.28 $235,787.42 *Any line item amount in this Budget may be increased or decreased 10% or less without an amendment to this Agreement being req ired so long as the overall amount of the funds obligated under this Agreement is not creased. SCHEDULE OF WORK: Project Activation Design Permitting: Construction / Installation• Final Ins •ection/Close• t: Total Period of Pe . rmance: 2 Months 4 Months 3 Months 6 Months 2 Months 17 Months This is FEMA ..'oject number PDMC-PJ-04-FL-2016-006. The Period of Performance (POP) for this project shall end on actober 31, 2024. i "1{iit 11111E * r.. °11 r q File Number: 9336 City of Miami Resolution R-21-0323 Legislation City Hall 3500 Pan American Drive Miami, FL 33133 www.miarnigov.co Final Action Date: 7/ /2021 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACH►. ENT(S), ACCEPTING AND APPROPRIATING REIMBURSEMENT GRANT F . DS FROM THE STATE OF FLORIDA'S DIVISION OF THE EMERGE Y MANAGEMENT ("STATE") ADMINISTERING FEDERAL FUNDS OF THE UNITED STATES FEDERAL EMERGENCY MANAG ("FEMA") IN THE INCREASED AMOUNT OF THREE HUND THOUSAND FIVE HUNDRED TWO DOLLARS AND THIR ($391,502.13) FORA TOTAL NOT TO EXCEED AMOU HUNDRED SEVEN THOUSAND THREE HUNDRED S AND TWENTY EIGHT CENTS ($707,362.28) ("GRA APPROPRIATING THE CITY OF MIAMI'S ("CITY" AN AMOUNT NOT TO EXCEED TWO HUNDRE SEVEN HUNDRED EIGHTY SEVEN DOLLAR ($235,787.42) ("CITY MATCH"), BOTH TO F RETROFITTING THE CITY`S SOLID WAS ASSOCIATED WITH MULTI -YEAR CAPI ('PROJECT"); FURTHER AUTHORIZI NEGOTIATE AND EXECUTE A FED GRANT AGREEMENT ("GRANT A TO THE CITY ATTORNEY, BET BEHALF OF FEMA AND TO N OTHER NECESSARY DOC EXTENSIONS, RENEWAL AGREEMENT, ALL IN F ORDER TO INSTITUT ADMINISTRATION PROJECT. N BEHALF ENT AGENCY D NINETY ONE EN CENTS OF SEVEN TY TWO DOLLARS "); FURTHER ATCHING FUNDS IN THE THIRTY FIVE THOUSAND AND FORTY TWO CENTS D THE COST OF DEPARTMENT'S BUILDING AL PLAN PROJECT NO. 40-B183902 THE CITY MANAGER TO LLY-FUNDED SUBAWARD AND REEMENT"), IN A FORM ACCEPTABLE EEN THE CITY AND THE STATE ON OTIATE AND EXECUTE ANY AND ALL ENTS, INCLUDING AMENDMENTS, , AND MODIFICATIONS TO SAID GRANT MS ACCEPTABLE TO THE CITY ATTORNEY, IN THE ACCEPTANCE, IMPLEMENTATION, AND SAID GRANT AND THE CITY MATCH FOR THE WHEREAS, pu uant to Resolution No. R-18-0014 adopted on January 11, 2018, the City Commission ac pted a Federally -funded Subaward and Grant Agreement ("Initial Grant") between the State .f Florida's Division of Emergency Management ("State") which administered federal funds on .ehalf of the United States Federal Emergency Management Agency ("FEMA") and the City of iami ("City"), appropriated reimbursement grant funding in an amount not to exceed Thre Hundred Fifteen Thousand Eight Hundred Sixty Dollars and Fifteen Cents ($315,860. ), and allocated City matching funds in an amount not to exceed One Hundred Five Thousand Two Hundred Eighty -Six Dollars and Seventy -Two Cents ($105,286.72); and WHEREAS, the City's Department of Solid Waste ("Department") began utilizing said fu .s for a Pre -Disaster Mitigation Grant Program project to retrofit the Department's building ated at 1290 Northwest 20th Street, Miami, Florida associated with Multi -Year Capital Plan roject No. 40-B183902 ("Project"); and City of Miami Page 1 of 3 Fite NJ: 9336 (Revision:) Printed On: 4/1912023 File ID: 9336 Enactment Number: R-21-0323 WHEREAS, the initial term of the Initial Grant expired August 30, 2024; and WHEREAS, the Department submitted a request to the State to extend the term of the Initial Grant; and WHEREAS, the State has approved the extension of the term of the Initial Grant nd increased the federal fund amount by Three Hundred Ninety -One Thousand Five Hun+ ed Two Dollars and Thirteen Cents ($391,502.13) for a total not to exceed amount of Seven undred Seven Thousand Three Hundred Sixty -Two Dollars and Twenty -Eight Cents ($707 62.28) ("Grant"); and WHEREAS, due to the increase of the Grant, the required City matt g funds also needs to increase to an amount not to exceed Two Hundred Thirty -Five T usand Seven Hundred Eighty -Seven Dollars and Forty -Two Cents ($235,787.42) ("Cit, Match"); and WHEREAS, the Grant funding will enable the Department's • ilding to be protected and prepared to withstand the impact of future natural disasters; and WHEREAS, the Grant funds from the State on behalf • FEMA shall be used solely for costs associated with the work for the Project; and WHEREAS, the City Match has been previously -, located and included in the City's Multi -Year Capital Plan funding for the Project; NOW, THEREFORE, BE IT RESOLVED B THE COMMISSION OF THE CITY OF MIAMI, FLORIDA, Section 1. The recitals and findings ► • ntained in the Preamble to this Resolution are adopted by reference and incorporated as " fully set forth in this Section. Section 2. The City Manager i- authorized' to accept and appropriate the Grant from the State on behalf of FEMA and to app •priate the City Match, both to fund the cost of retrofitting the Department's Building associ. -d with the Project. Section 3. The City M. ager is further authorized' to negotiate and execute a Grant Agreement, in a form accep : • le to the City Attorney, between the City and the State on behalf of FEMA and to negotiate !nd execute any and all other necessary documents, including amendments, extension-, renewals, and modifications to said Grant Agreement, all in forms acceptable to the City ttorney, to institute the acceptance, implementation, and administration of the Grant and the ity Match for the Project. Section This Resolution shall become effective immediately upon its adoption and signature of th Mayor.2 1 The h-rein authorization is further subject to compliance with all legal requirements that may be impo d, including but not limited to those prescribed by applicable City Charter and City Code pro sions. 2 the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days rom the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 2 of 3 File ID: 9336 (Revision:) Printed on: 4119/2023 File ID: 9336 Enactment Number: R-21-0323 APPROVED AS TO FORM AND CORRECTNESS: City of Miami Page 3 of 3 File ID: 9336 (Revision:) Printed on: 4/19/2023 Sec. 15. - City manager —Qualifications; appointment; term; salary; sickness or absence; removal. The city manager shall be the head of the administrative branch of the city government. The city commission shall fix the city manager's compensation, and the city manager shall serve as provided in section 4(g). The city manager shall be chosen on the basis of the city manager's executive and administrative qualifications. At the time of the city manager's appointment the city manager ne-d not be a resident of the state. Neither the mayor nor any city commissioner shall be eligible for the po tion of city manager during or within two years after the expiration of their respective terms. The mayor, subject to the approval of the city commission, may designate a qualifi administrative officer of the city to assume the duties and authority of the city manager during pe ods of temporary absence or disability of the city manager. The city manager shall be responsible for the administration of all units s the city government under the city manager's jurisdiction, and for carrying out policies adopted by the c y commission. The city manager or designee shall execute contracts and other instruments, sign bond- and other evidences of indebtedness. (Char. Amend. No. 2, 1-1-62; Res. No. 97-447, § 2, 7-3-97; Res. . 01-843, § 2, 8-9-01) Olivera, Rosemary From: Baez, Cindy Sent: Thursday, June 27, 2024 10:50 AM To: Olivera, Rosemary; Ewan, Nicole; Hannon, Todd Subject: PDMC2016-006-Mod#5-Executed Contracts 06-26-2024 Attachments: PDMC2016-006-MOD#5-Executed Contract 06-26-2024.pdf Hi all, Please find attached a fully executed copy of an agreement from DocuSign that is to be agreement for your records. Thank you for your assistance. Assistant To Director City of Miami Solid Waste Department 1290 NW 20th Street Miami, FL 33142 (305) 960-2803 cbaez@iniamigov.com i nsidered an original