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