Loading...
HomeMy WebLinkAbout25226AGREEMENT INFORMATION AGREEMENT NUMBER 25226 NAME/TYPE OF AGREEMENT FLORIDA DEPARTMENT OF COMMERCE DESCRIPTION AMENDMENT ONE TO FEDERALLY FUNDED CDBG MITIGATION PROGRAM SUBRECIPIENT AGREEMENT/FIRE STATION 12 IMPACT WINDOWS & DOOR/FILE ID: 11326/R-22- 0048/MATTER ID: 24-1441 EFFECTIVE DATE ATTESTED BY TODD B. HANNON ATTESTED DATE 10/21/2024 DATE RECEIVED FROM ISSUING DEPT. 10/29/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Fire -Rescue DEPT. CONTACT PERSON: Vishwani Ramlal-Campbell NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "Community Development Block Grant Agreement Amendment - Mitigation Program" EXT. (305) 416-5465 IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ❑ NO TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED? ❑ YES ❑ NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ® GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) PURPOSE OF ITEM (BRIEF SUMMARY): To be utilized for the hardening of Fire Station 12 through purchase and installation of impact windows and door and other protective measures. COMMISSION APPROVAL DATE: 2/10/2022 FILE ID: 11326 ENACTMENT NO.: R-22-0048 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: the ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR October 18, 2024 PRINT: ROBERTp I 06:38:5C SIGNATURE: HJEVJA EOTll IL S.66f Vt AtA- Initial � SUBMITTED TO RISK MANAGEMENT October 18, 2024 PRINT: ANN I 08:46:2� SIGNATURE: - ' Fru& zd$° ARPE 1kti7 SUBMITTED TO CITY ATTORNEY RP #24-1441 October 21, 2024 PRINT: GEOR I 11:05: 5� SIGNATURE: On d b. ONG Mr III t(,brs (- wL1Sb1t (Q `— - APPROVAL BY ASSISTANT CITY MANAGER 887i6'E 9rE 88248'5... PRINT: SIGNATURE: RECEIVED BY CITY MANAGER October 21, 2024 PRINT: ART I 13:45:2 SIGNATURE: NORIEGA - �U�s,�lgynedby: c a' ' "" " 0 — .5&eF6C37 DD42A... PRINT: SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY'S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER Initial re DomSign Envelope ID: F2D87B95-E04E-475a-B20151-A3ECA837E917 Commerce Agreement Number; 10131 AMENDMENT ONE TO THE FEDERALLY FUNDED COMMUNITY DEVELOPMENT BLOCK GRANT MITIGATION PROGRAM (C:DBG-MIT) SUBRECIPIENT AGREEMENT On May 9, 2022, the State of Florida, Department of Commerce ("Commerce"), formerly known as the Florida Department of Economic Opportunity, and the City of Plliami r"Grantee")I, entered into agreement 10131 ("Agreement"). Commerce and the Subrecipient may individually be referred to herein as a "Party" or collectively as the 'Parties". WHEREAS, Section 5, Modification of Agreement, of the Agreement provides that any amendment to the Agreement shall be in writing executed by the Parties thereto; and WHEREAS the Parties wish to amend the Agreement asset forth herein. NOW THEREFORE, in consideration of the mutual covenants and obligations set forth herein, the receipt and sufficiency of which are hereby acknowledged, the Parties agree to the following: 1. On July 1, 2023, the Florida Department of Economic Opportunity was renamed to the Florida Department of Commerce. Effective July 1, 2023, all references throughout the Agreement to "Department of Economic Opportunity" or "DEO" are replaced with ."Department of Commerce" or "Commerce" as appropriate. 2. Section 15, Citizen Complaints, is hereby deleted in its entirety and replaced with the following; (1.5) Citizen Complaints. The goal of Commerce is to provide an opportunity to resolve citizen complaints in a timely manner, usually within fifteen (15) business days of the receipt of the complaint as expected by HUD, if practicable, and to provide the right to participate in the process and appeal a decision when there is reason for an applicant to believe its application was not handled according to program policies. All applications, guidelines and websites will include details on the right to file a complaint or appeal and the process for filing a complaint or beginning an appeal. The Subrecipient will handle citizen complaints by: (a) Conducting investigations, as necessary; (b) Finding a resolution; or (c) Conducting follow-up actions, Program Appeals Applicants may appeal program decisions related to one of the following activities; (a) Ai rogrameligibilitydeterrrmination; (b) A program assistance award calculation; or (c) Aprogram decision concerning housing unit damage and the resulting program outcome. Citizens may file awritten complaint with the Office of Lorig-Terr°n Resiliency by email at CDBG-DR c Commerce_fl.ir v or bymailtothefollowing address; Page 1 of 11 Date revised s/c 4/2023 DowSign Envelope ID: F2a876d5-E04E-4758-E2D -A3ECA837Eg17 Commerce Agreement Number: 10131 Attention:Office of Long -Term Resiliency Florida Department of Commerce 107 East Madison Street The Caldwell Building, MSC 160 Tallahassee, Florida 32399 HUD Complaints If the complainant is not satisfied by the Subrecipient's determination or Commerce's response, then the complainant may file a written appeal by following the instructions issued in the letter of response. If the complainant has not been satisfied with the response at the conclusion of the complaint or appeals process, a formal complaint may then be addressed directly to the regional Department of Housing and Urban Development (HUD) at: Department of Housing & Urban Development Charles E. Bennet Federal Building 400 West Bay Street, Suite 1015 Jacksonville, FL 32202 Fair Housing Complaints The Florida Office of Long -Term Resiliency operates in Accordance with the Federal fair Housing Law (The Fair Housing Amendments Act of 1988). Anyone who feels he or she has been discriminated against may file a complaint of housing discrimination: 1-80669-9777 (Toll Free), 1-800-927-9275 IT Yj or www.hud.gov/fairhousing. 3. Section 28, Employment Eligibility Verification, is hereby deleted in its entirety and replaced with the falIoving:. A. E-Verify is an Internet -based system that allows an employer, using information reported on an employee's Form 1-9, Employment Eligibility Verification, to determine the eligibility of all new employees hired to work in the United States. There is no charge to employers to use E-Verify. The Department of Homeland Security's E-Verify system can be found at: https:/Jwww.e- verify.govf. B. In accordance with section 448.095, F.S., the State of Florida expressly requires the following: (1) Every public agency and its contractors and subcontractors shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. A public agency or a contractor or subcontractor thereof may not enter into a contract unless each party{ to the contract registers with and uses the E-Verify system. (2) An employer shall verify each new employee's employment eligibility within three (3) business days afterthe first daythat the new employee begins workingfor pay as required under 8 C.F.R. 274a. Beginning July 1, 2023, a private employer with 25 or more employees shall use the E-Verify system to verify a new employee's employment eligibility. Page 2 of 11 Cate revised 5/04/2023 DocuSign Envelope ID: F2a87B86-EO4E-475-B2OO-A3ECA837E917 Commerce Agreement Number 10131 C. If an entity does not use E-Verify, the entity shall enroll in the E-Verify system prior to hiring any new employee or retaining any contract employee after the effective date of this Agreement. 4. Attachment A, Project Description and Deliverables, is hereby deleted in its entirety and replaced with the following: (See Attachr-ent A, below) 5. Attachment G, Reports, Section 3, is hereby deleted in its entirety and replaced with the following: 3. The Subrecipient shall closeout its use of the CDBG-MIT funds and its obligations under this Agreement by complying with the closeout procedures in 2 CFR § 200.344. Activities during this close-out period may include, but are not limited to making final payments, disposing of program assets (including the return of all unused materials, equipment, unspent cash advances, program income balances and accounts receivable to the Subrecipient) and determining the custodianship of records. Notwithstanding the terms of 2 CFR 200.344, upon the expiration of this Agreement, the Subrecipient shall transfer to the recipient any CDBG-MIT funds on hand at the time of expiration and any accounts receivable attributable to the use of CDBG-MIT fu-ids. Further, any real property under the Subrecipient's control that was acquired or improved in whole or in part with CDBG-MIT funds (including CDBG-MIT funds provided to the Subrecipient in the form of a loan) shall be treated in accordance with 24 CFR 570.5O3(b)(7), 6. Attachment G, Reports, Section 6, is hereby deleted in its entirety and replaced with the following::. 6. Section 3 Quarterly Reporting Requirements. Reporting of la bor hours for Section 3 projects must comply with 24 CFR §75,25{a}. Subrecipients must report the following: (i) the total number of labor hours worked; (ii) the total number of labor hours worked by Section 3 workers; and (iii) the total number of labor hours worked by Targeted Section 3 workers. If Section 3 benchmarks are not met, the subrecipient's qualitative efforts must be reported in a manner required by 24 CFR §75.25{b). Subrecipients shall provide Section 3 Reporting quarterly to Commerce by the nth of each quarter {January 10, April 10, July 10, and October 10). For Section 3 Reporting, Su brecipients should complete and return the Project Implementation Plan template to Commerce, 7. All other terms and conditions of the Subrecipient Agreement not otherwise amended remain in full force and effect. Remainder Left Intentionally Blank u Page 3 of 11 Crate reprised 5/04r2023 Docusign Envelope ID: F2D87B65-E04E-4758-B206-A3ECA837E917 DacuSign Envelope ID: I:2C4_•7 65 E04E-475B-S208-A3ECA837E917 Commerce Agreement Number: 10131 IN WITNESS HEREOF, by signature below, the Parties agree to abide by the terms, conditions, and provision, of Commerce Agreement Number 10131, as amended, This Amendment is effective on the date the last Party signs this Amendment. CITY OF MIAMI FLORIDA DEPARTMENT OF COMMERCE SIGNED: . Docusignedby: II l Noritia, SIGNED: J. ittt Arthur Noriega V J. Alex Kelly CITY MANAGER SECRETARY DATE: October 21, 2024 1 13:45:25 EDT DATE: 10/22/2024 Date reviled 5/D4/2023 Approved as to form and legal sufficiency, subject only to full and proper execution by the Parties. OFFICE OF GENERAL COUNSEL FLORIDA DEPARTMENT OF COMMERCE By: GUiI 15bWi yliln, Approved Date: 10/22/2024 Attachment A — Project Description and Deliverables Page 4 of 11 Doou5ign Envelope ID:=2D87B05-E44E-4758-92C-A3ECAE37ECI.17 Commerce Agreement Number: 10131 1. PROGRAM DESCRIPTION: In April 2018, the U.S. Department of Housing a' d Urban Development (HUD) announced the State of Florida, Department of Commerce (Commerce) would receive S633,485,000 in funding to support long-term mitigation efforts following declared disasters in 2D16 and 2017 through HUD's Community (Development Block Grant Mitigation (CDBG-MIT) program. Awards were distributed on a competitive basis targeting HUD designated Most Impacted and (Distressed (MID) Areas, primarily addressingthe Benefits to Low -to -Moderate Income {LMI} National Objective. Additional information may be found in the Federal Register, Vol, 84, No. 169. In February 2021, HUD announced an additional $46,900,000 in federal mitigation funding for Florida communities that experienced a major disaster in 2018, raising the total CDBG-MIT allocation to $680,385, D0o. {86 FR 561). This award has been granted under the Critical Facility Hardening Program. Projects eligible for funding underthis program must harden critical buildings that serve a blic safety purpose for local communities. Critical buildings include: • Potable water facilities • Wastewater facilities • Police departments • Fire departments • Hospitals • Emergency operation centers • Emergency shelters 2. PROJECT DESCRIPTION: The City of Miami, Florida has been awarded One Million, Four Hundred Twenty -Three Thousand Dollars and Zero Cents ($1,423,000.00) in CDBG-M IT (Community Development Block Grant— Mitigation) funding for mitigation efforts to harden the exterior of Fire Station 1412, Io:ated at 1455 NW 46th Street. This project is to implement storm -hardening solutions and address mitigation needs to Fire Station #12. The project will retrofit Fire Station #12 with Category 4-rated impact resistant bay doors, windows, and roofs. In addition, electrical and HVAC systems will be replaced to ensure the fire station's resiliency to future natural disasters. This project satisfies the Low -to -Moderate Income LMI) National Objectives requirements with a service area LMI of over 51%. There are no leveraged or matching funds included in this project. 3. SUBRECIPIENT RESPONSIBILITIES: A. Complete and submit the below items to Commerce within thirty (30) calendar days of execution of the agreement: 1. Organizational Chartwith contact information; 2. Job descriptions for Subrecipient's employees, contracted staff, vendors, and contractors. If staffing changes, there must be a submittal stating the names and job descriptions on the monthly report deadline; Page 5 of 11 DomSign Envelope ID: F2a87Bd5-EO4E-4759-B2O6-A3ECA&37EB17 Commerce Agreement Number: 10131 3. Attachment B, Project Budget — Develop and submit to Commerce a detailed budget for implementation of the project. 4. Attachment C, Activity Work Plan - Develop and submit to Commerce a detailed timeline for implementation consistent with the milestones outlined in the Infrastructure Program Guidelines. Should any changes to the organizational chart, Attachment B or Attachment C be deemed necessary, an updated plan must be submitted to Commerce with your monthly report for review and approval by+the Commerce Grant Manager, B. Develop and submit a copy of the following policies and procedures to the Commerce Grant Manager for review and approval within thirty (30) calendar days of Agreement execution. The Commerce Grant Manager will provide approval in writing priortothe policies and procedures being implemented. 1. Procurement policies and procedures that incorporate 2 CFR Part 200.317-327. 2. Administrative financial management policies, which must comply with all applicable HUD CDBG-MIT and State of Florida rules. 3. Quality assurance and quality control system policies and procedures that comply with all applicable HUD CDBG-MIT and Commerce policies. 4. Policies and procedures to detect and prevent fraud, waste and abuse that describe how the subrecipient will verify the accuracy of monitoring policy indicating how and why monitoring is conducted, the frequency of monitoring policy, and which items will be monitored, and procedures for referring instances of fraud, waste and abuse to HUD GIG Fraud Hotline (phone: 1-800-347-3735 or email hotline hudoig.gov). 5. Policies and procedures for the requirements under 2 CFR 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Award. C. Attend fraud related training offered by HLJD OIG to assist in the proper management of the CDBG-MlT grant funds when available. D. Upload required documents into a system of record provided by Commerce. E. Maintain organized subred pient agreement files and make them accessible to Commerce or its representatives, upon request. F. Comply with all terms and conditions of the subrecipient agreement, Infrastructure Program Guidelines, Action Plans, Action Plan amendments, and Federal, State, and local laws. G. Provide copies of all proposed procurement documents to Commerce ten {10) business days prior to posting as detailed in Attachment D of Subrecipient Agreement. The proposed procurement documents will be reviewed and approved by the Commerce Grant Manager. Should the procurement documents require revisions based on state or federal requirements, Subrecipient will be required to postpone procurement and submit revised documents for review and approval. H. Provide the following information on a quarterly basis within ten (10) calendar days after the end of each quarter: Monthly and Quarterly Reports as detailed in Attachment G. I. Close out report will be due no later than sixty ( i) calendar days after this Agreement ends -or is otherwise terminated. J. Subrecipient shall provide pictures to document progress and completion of tasks and final project. 4. ELIGIBLE TASKS AND DELIVERABLES Page 6 of 11 DomSign Envelope ID: F2D87B55-E04E-4758-B2015-A3ECA837Eg17 Commerce Agreement Number: IC•131 A. Deliverable 1— Program Implementation Tasks that are eligible for reimbursement are as follows: 1. Environmental review administrative activities Environmental Exemption, Public Notice Publication(s), etc.). 2. Develop policies for the Recipient to adopt related to special conditions listed in this sub -grant agreement, 3. Prepared procurement documents, 4. Prepared list of minority and 4w.romen business enterprise (rvIBE/WBE) firms that operate in the Recipient's area, 5. Prepared and submitted public notices for publications, 6. Maintained financial records related to project activities on -site, 7. Conducted a Fair Housing activity, 8. Maintain project files, 9. Attended meetings of the Recipients local governing body to provide progress reports on subgrant activities, 10. Prepared documentation for and attend on -site monitoring visits by Commerce, 11. Prepared financial activity for submission to Commerce, 12. Prepared and submitted to Commerce detailed monthly and quarterly reports, 13. Prepared and submitted to Commerce Section 3 reports, 14. Responded to citizens' complaint., 15. Prepared subgrant modification document for submission to Commerce for review and approval, 16. Prepared responses to monitoring findings and concerns for Recipient to submit to Commerce or HUD, 17. Project Closeout, Engineer's Certification of Completion, Grant Closeout Package Completed and Submitted to Commerce. B. Deliverable No, 2— Engineering Services Subrecipient shall: 1. Create a full design package(s), signed and sealed by a Professional Engineer (PE) licensed in the State of Florida, including engineering drawings, specifications, construction cost estimate, surveys, and any other reports, documents, or information relevant to this project that meet all local current hurricane code ratings, local codes and building codes. 2. Obtain copies of all permit applications, correspondence with permitting agencies, final permits, and any other permit -related documentation for the project. 3. Conduct a Environmental ReviewfAssessment in accordance with Commerr= Policies and the National Environmental Policy Act referenced in AttachmentD.4.b of this Agreement. C. Deliverable 3—Constructiion Subrecipient shall: 1. Remove and properly dispose of six (6) existing garage bay Bifold Doors and replace with six (6) new hurricane impact resistant garage bay Bifold Doors of like size which meet or exceed prevailing building codes for Category IV essential Facilities. Page 7 of 11 DocuSign Envelope ID: F2D87B&5-E04E-475d-B20O-A3EfiA 37ES17 Commerce Agreement Dumber 10131 2. Remove, properly dispose and install sixty-three (63) exterior windows and twenty {20) exterior apparatus roof windows; replacement windows will be hurricane impact resistant windows of like size. Remove, properly dispose and installation of watch office windows and Nine (S) interior second floor windows; replacement windows will be with hurricane impact resistant windows of like size. All installed windows meet or exceed performance requirements of Category IV essential Facilities as per Florida Code. 3. Remove, properly dispose and install seven (7) exterior doors including storefronts, eleven (11) interior metal bay doors and exterior double doors; replacement doors will be hurricane impact resistant doors of like size which meet or exceed performance requirements of Category IV essential Facilities as per Florida Code. 4. Remove, properly dispose and install {2} existing Metal Louvers; replacement louvers will be hurricane impact resistant louvers of like size which meet or exceed performance requirements of Category IV essential Facilities as per Florida Code. 5. Purchase and install lightning protection system in accordance with prevailing electrical code. 6. Remove, properly dispose three {3) existing HVAC units (Unit #1 10.0 Ton RTU, Unit #2 10.0 Ton and Unit #2 2.5 Ton RTU) and replace with new system/units according to design plans and sufficient enough to cool to nationally recognized indoor comfort levels including additional staff during pre and post disaster. Installation must meet or exceed performance requirements of Category IV essential Facilities as per Florida Code. 7. Remove, properly dispose existing metal roof and replace with new metal roof. Remove and properly dispose of existing flat roof and install flat Thermoplastic Polyolefin (WO) Membrane roof system; replace roof scuttle hatch. All construction must meet or exceed performance requirements of Category IV essential Facilities as per Florida Code. COMMERCE RESPONSIBILITIES; A. Monitor the ongoing activities of Subrecipient to ensure all activities are being performed in accordance with the Agreement to the extent required by law or deemed necessary be Commerce in its discretion. B. Assign a Grant Manager as a point of contact for Subrecipient. C. Review Subrecipient's invoices described herein and process them on a timely basis. D. Commerce shall monitor progress, review reports, conduct site visits, as Commerce determines necessary at Comrnerce's sole and absolute discretion, and process payments to Subrecipient. 6, DELIVERABLES: Subrecipient agrees to provide the following services as specified: Deliverable No. 1— Program Implementation Tasks Minimum Level of Service Financial Consequence,. Page S of ._._ DomSign Envelope ID: F2D87131:15-E04E-4756-B2Q3-A3ECA137Eg17 Commerce Agreement Number: IDt .1 Subrecipient shall provide project implementation activities as identified in Section 4.A. of this Scope of Work. Subrecipient may request reimbursement upon completion of a minimum of one (1) Project Implementation task on a per completed task basis as detailed in Section A, Attachment A — Scope of Work; evidenced by invoice(s) noting completed tasks as well as payroll and other supporting documentation, as applicable. Failure to complete the Minimum Level of Service as specified shall result in non-payment for this deliverable for each payment request, Deliverable No. 1 Cost: $85,715.00 Deliverable No. 2 — Engineering Services Tasks Minimum Level of Service Financial Consequences Subrecipient shall complete task as detailed iSection 4.B. of this Scope of Work ubrecipient may request reimbursement upon completion ofa minimum ofone (1)taskin accordance with Section 4.B of this Scope of Work, evidenced by submittal of the following documentation: 1) Engineering design, working drawings and associated cost estimates, if applicable; 2} Copies of all required permits, if applicable; and 3} Invoice package in accordance with Section 7 of this Scope of Work. Failure to complete the Minimum Level of Service as specified sr:all resul. in non-payment for this deliverable for each payment request. Deliverable ND. 2 Cost: S10,000,00 Deliverable No. 3 - Construction Tasks Minimum Level of Service Financial Consequences Subrecipient shall complete task as detailed in Section 4.Cofthis Scope of Work Subrecipient may request reimbursement upon completion of activities in accordance with Section 4.0 of this Scope of Work in the following increments: 1066, 20%, 3036, 4O , 50%, %, 70%, 80%, 90r° and ton, evidenced by submittal of the following documentation: 1) AIA farms G702 and G703, or similar :eptedCUmmerceform, con-mplered by :,_ ..ze-ised Failure to complete the Minimum Level of Service as specified shall result, in non-payment for this deliverable for each payment request. Page 9 of 11 accuSign Envelope ID: F2a87Ba5-EO4E-47:58-B2015-A3ECA837Eg17 Commerce A reeme-it Number: ID131 professional certifying to the percentage of project completion: 2) Photographs of project in progress and completed; and 3) Invoice package in accordance with Section 7 of this Scope of Work. Total Deliverable 3 Cost: 1, 327,285.00 TOTAL PROJECT COST NOT TO EXCEED 1,423,000.00 COST SHIFTING: The deliverable amounts specified within the Eligible Tasks and Deliverables tables above are established based on the Parties estimation of sufficient delivery of services fulfilling grant purposes under the Agreement in order to designate payment points during the Agreement Period; however, this is not intended to restrict Commerce's ability to approve and reimburse allowable costs Subrecipient incurred providing the deliverables herein. Prior written approval from Commerce's Grant Manager is required for changes to the above Deliverable amounts that do not exceed 10% of each deliverable total funding amount. Changes that exceed 10% of each deliverable total funding amount will require a formal written amendment request from Subrecipient, as described in Modification section of the Agreement. Regardless, in no event shall Commerce reimburse costs of more than the total amount of this Agreement. 7. INVOICE SUBMITTAL Commerce shall reimburse Subrecipient in accordance with Section 6, above. In accordance with the Funding Requirements of s. 215.971(1), F.S. and Section 21 of this Agreement, Subrecipient and its subcontractors may only expend funding under this Agreement for allowable costs resulting from obligations incurred during this Agreement. To be eligible for reimbursement, costs must be in compliance with laws, rules and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures (https: //www. myflori d acfo.com/Division/AA/M a nu a Isldocuments/Refe re nce G u i defo rStateExpend itu res .pdf). 1. Subrecipient shall provide one invoice for services rendered during the applicable period of time as defined in the deliverable table. In any month no deliverable has been completed, thesubrecipientwill provide notice that no invoicing will be submitted. 2. The following documents shall be submitted with the itemized invoice: a. A cover letter signed by Subrecipient's Grant Manager certifying that the costs being claimed in the invoice package: (1) are specifically for the project represented to the State in the budget appropriation; {2) are for one or more of the components as stated in Section 5, DELIVERABLES, of this Attachment A; (3) have been paid; and (4) were incurred during this Agreement. b. Subrecipient's invoices shall include the date, period in which work was performed, amount of reimbursement, and work completed to date; c. A certification by a licensed professional using AIA farms G702 and G703, or their substantive equivalents, certifying that the project, or a quantifiable portion of the project, is complete. d. Photographs of the project in progress and completed work; e. A copy of all supporting documentation for vendor payments; Page 10 of 11 Do wSign Envelope ID: F2D87Bd5-EO4E-4 6B-B2O@-A3EGA837E917 Commerce Agreement Number: 10131 f. A copy of the bank statement that includes the cancelled check or evidence of electronic funds transfer. The State may require any other information from Subrecipient that the State deems necessary to verify that the services have been rendered under this Agreement. S. Subrecipierit's invoice and all documentation necessary to support payment requests must be submitted into Commerce's Subrecipient Management Reporting Application pE13A}. Further instruction on SERA invoicing and reporting, along with a copy of the i voice template, will be provided upon execution of the Agreement. Page 11of11 This Amendment may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same Amendment. The parties shall be entitled to sign and transmit an electronic signature of this Amendment (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Amendment upon request. IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be executed by their respective officials thereunto duly authorized on the date above written. CITY OF MIAMI, a municipal Corporation of the State of Florida rDoocIu1S,i Ig^nedA by: rl 14 &G0CF6C37219D42A... Arthur Noriega V City Manager October 21, 2024 Date: APPROVED AS TO INSURANCE ATTEST: Signed by: -DocuSigned by: City Clerk on REQUIREMENTS CORRECTNESS: FP by: DocuSigned by: ti:oaocuSigned atAk October 18, 2024 I 08:46:29 ED. r�r soh lfl�ctober 21, 2024 I 11:0! C'CG31-8Y9+1E7... E9�t661 Date: Ann -Marie Sharpe Date: George K. ysong Director er 21, 2024 116:54:2 Date: APPROVED AS TO FORM AND Initial City Attorney RP #24-1441 Olivera, Rosemary From: Ramlal, Vishwani Sent: Tuesday, October 29, 2024 6:36 AM To: Olivera, Rosemary; Hannon, Todd; Ewan, Nicole; Pereira, Raymond Cc: Senexant, Ashleen; Musser, Grant; Hardy, Robert C.; Irizzary, Toriano; Saavedra, Pedro Subject: CBDG Agreement Amendment FS12 Attachments: CBDG Agreement Amendment FS12.pdf Good morning, Attached, please find the fully executed agreement that is to be retained as an original by the City. Thank you, vac.; - .MBA Administrative Assistant I City of Miami, Department of Fire -Rescue Division of Professional Standards 1131 NW 7' Street, 3' Floor l Lianai, Florida 33136 Phone: (305) 416-5465 rarnlal niam r.cono 1