HomeMy WebLinkAbout25238AGREEMENT INFORMATION
AGREEMENT NUMBER
25238
NAME/TYPE OF AGREEMENT
FLORIDA DEPARTMENT OF COMMERCE
DESCRIPTION
AMENDMENT ONE TO FEDERALLY FUNDED CDBG
MITIGATION PROGRAM SUBRECIPIENT AGREEMENT/FIRE
STATION 9 IMPACT WINDOWS & DOOR/FILE ID: 11326/R-22-
0048/MATTER ID: 24-2262
EFFECTIVE DATE
ATTESTED BY
TODD B. HANNON
ATTESTED DATE
10/21/20024
DATE RECEIVED FROM ISSUING
DEPT.
11/8/2024
NOTE
DOCUSIGN AGREEMENT BY EMAIL
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
CITY OF MIAMI
DOCUMENT ROUTING FORM
ORIGINATING DEPARTMENT: Fire -Rescue
DEPT. CONTACT PERSON: Vishwani Ramlal-Campbell EXT. (305) 416-5465
NAME OF OTHER CONTRACTUAL PARTY/ENTITY: "Community Development Block Grant
Agreement Amendment - Mitigation Program"
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 9 through the
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:
ROUTING INFORMATION
Date
PLEASE PRINT AND SIGN
APPROVAL BY DEPARTMENTAL DIRECTOR
October 18, 2024
PRINT: ROBERRTp
I 06:39:4::
SIGNATURE:
HJEVJA
EDT 'gne By.
Scott IA
Initial
0-
SUBMITTED TO RISK MANAGEMENT
October 18, 2024
PRINT: ANN
I 08:47:28
SIGNATURE:
I0212 it ARPE
E
Fro& ao144V7
`—
SUBMITTED TO CITY ATTORNEY RP #24-2262
October 21, 2024
RI 11::07E0
SIGNATURE:
78'I S21�1E
(( ,cn fit'§ONG III
/'
�{,brot, ahiso t ill
`-88776'E9rE88248B
APPROVAL BY ASSISTANT CITY MANAGER
PRINT:
SIGNATURE:
..
RECEIVED BY CITY MANAGER
October 21, 2024
PRINT: ART
I 13:45:0
NORIEGA
y13°FuSigned by:
gttSIGNATURE. a' ' "" "
95DEF&C372D&42A...
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
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
Commerce Agreement Number: 10133
AMENDMENT ONE
TO THE FEDERALLY FUNDED
COMMUNITY DEVELOPMENT BLOCK GRANT
MITIGATION PROGRAM (CDBG-MIT)
SUBRECIPIENT AGREEMENT
On April 29, 2022, the State of Florida, Department of Commerce ("Commerce"), formerly known as the
Florida Department of Economic Opportunity, and the City of Miami ("Subrecipient") entered into
agreement 10133 ("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 as set 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:
(15) 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) Aprogram eligibility determination;
(b) A program assistance award calculation; or
(c) A program decision concerning housing unit damage and the resulting program outcome.
Citizens may file a written complaint or appeal with the Office of Long -Term Resiliency byemail at
CDBG-DR@Commerce.fl.gov or by mail to the following address:
Page 1 of 11
Date revised 5/04/2023
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
Commerce Agreement Number: 10133
Attention: Office of Long -Term Resiliency
Florida Department of Commerce
107 East Madison Street
The Caldwell Building, MSC 160
Tallahassee, Florida 32399
HUD Complaints
lithe 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: 1-800-669-9777 (Toll Free), 1-800-927-9275
(TTY) or www.hud.gov/fairhousing.
3. Section 28, Employment Eligibility Verification, is hereby deleted in its entirety and replaced with the
following:
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://www.e-
verifv.gov/.
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 after the first day that the new employee begins working for 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
Date revised 5/04/2023
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
Commerce Agreement Number: 10133
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 attachment 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 funds. 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 570.503(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 labor 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 10th of each
quarter (January 10, April 10, July 10, and October 10). For Section 3 Reporting, Subrecipients
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
Page 3 of 11
Date revised 5/04/2023
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
Commerce Agreement Number: 10133
IN WITNESS HEREOF, by signature below, the Parties agree to abide by the terms, conditions, and
provisions of Commerce Agreement Number 10133, as amended. This Amendment is effective on the date
the last Party signs this Amendment.
CITY OF MIAMI
FLORIDA DEPARTMENT OF COMMERCE
SIGNED:—Docusignedby:
argati Nbviuy,
g�
SIGNED:
j. at,), 6.tb,j
-2Df2n...
Arthur Noriega V
J. Alex Kelly
CITY MANAGER
SECRETARY
DATE:
October 21, 2024 1 13:45:03 EDT
DATE: 10/26/2024
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
ri4A,U,
B�jbl�Y�btln
Y
10/25/2024
Approved Date:
Page 4 of 11
Date revised 5/04/2023
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
CONTRACT NUMBER: 10133
Attachment A — Project Description and Deliverables
1. PROGRAM DESCRIPTION: In April 2018, the U.S. Department of Housing and Urban Development (HUD)
announced the State of Florida, Department of Commerce (Commerce) would receive $633,485,000 in
funding to support long-term mitigation efforts following declared disasters in 2016 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
addressing the 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
$680,385,000. (86 FR 561).
This award has been granted under the Critical Facility Hardening Program. Projects eligible for funding
under this program must harden critical buildings that serve a public 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, Three Hundred Seven Thousand Dollars and
Zero Cents ($1,307,000.00) in CDBG-MIT (Community Development Block Grant — Mitigation) funding for
mitigation efforts to harden the exterior of Fire Station #9 located at 69 NE 62nd Street.
This project is to implement storm -hardening solutions and address mitigation needs to Fire Station #9.
The project will retrofit Fire Station #9 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 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 Chart with contact information;
Page 5 of 11
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
CONTRACT NUMBER: 10133
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;
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 prior to the policies and procedures
being implemented.
1) Procurement policies and procedures that incorporate 2 CFR 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 OIG 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 HUD OIG to assist in the proper management of the
CDBG-MIT grant funds when available.
D. Upload required documents into a system of record provided by Commerce.
E. Maintain organized subrecipient 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 (60) 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.
Page 6 of 11
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
CONTRACT NUMBER: 10133
4. ELIGIBLE TASKS AND DELIVERABLES
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 subgrant
agreement,
3. Prepare procurement documents,
4. Prepare list of minority and women business enterprise (MBE/WBE) firms that operate in the
Recipient's area,
5. Prepare and submit public notices for publications,
6. Maintain financial records related to project activities on -site,
7. Conduct a Fair Housing activity,
8. Maintain project files,
9. Attend meetings of the Recipient's local governing body to provide progress reports on
subgrant activities,
10. Prepare documentation for and attend on -site monitoring visits by Commerce,
11. Prepare financial activity for submission to Commerce,
12. Prepare and submit to Commerce detailed monthly and quarterly reports,
13. Prepare and submit to Commerce Section 3 reports,
14. Respond to citizens' complaints,
15. Prepare subgrant modification document for submission to Commerce for review and
approval,
16. Prepare 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 an Environmental Review/Assessment in accordance with Commerce Policies and
the National Environmental Policy Act referenced in Attachment D.4.b of this Agreement.
C. Deliverable 3 — Construction
Subrecipient shall:
Page 7 of 11
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
CONTRACT NUMBER: 10133
1. Remove, properly dispose of seven (7) existing garage bay doors and one (1) overhead rolling
utility door and replace with like size which meet or exceed prevailing building codes for
Category IV essential Facilities as per Florida Code.
2. Remove, properly dispose of existing forty (40) exterior windows, thirty-two (32) exterior
apparatus bay roof windows, watch office windows, rescue office windows and replace with
like size which meet or exceed performance requirements of Category IV essential Facilities
as per Florida Code.
3. Remove, properly dispose of eight (8) exterior metal or glass doors with or without sidelights
or storefront, one (1) exterior double metal door, and six (6) interior metal bay doors without
sidelights and replace with like size which meet or exceed performance requirements of
Category IV essential Facilities as per Florida Code.
4. Remove, properly dispose of (2) existing Metal Louvers and replace with like size which meet
or exceed performance requirements of Category IV essential Facilities as per Florida Code.
5. Install lightning protection system according to local electrical building code.
6. Remove, properly dispose of two (2) existing HVAC Rooftop units (RTU) (Unit #1 7.5 Ton RTU,
Unit #2 12.0 Ton) 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. Replace existing kitchen fresh air exhaust unit.
5. 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 Commerce'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 Consequences
Page 8 of 11
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
CONTRACT NUMBER: 10133
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 4. A. 1, Attachment A —
Project Description and
Deliverables; evidenced by
submittal of the following
documentation:
1) Summary of Environmental
Review activities performed
(if applicable);
2) Invoice package in
accordance with section 6
of this Scope of Work.
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: $79,136.00
Deliverable No. 2 — Engineering Services
Tasks
Minimum Level of Service
Financial Consequences
Subrecipient shall complete task as
detailed in Section 4.B. of this Scope
of Work
Subrecipient may request
reimbursement upon completion of
a minimum of one (1) task in
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 shall
result in non-payment for this
deliverable for each payment
request.
Deliverable No. 2 Cost: $10,000.00
Deliverable No. 3 - Construction
Tasks
Minimum Level of Service
Financial Consequences
Subrecipient shall complete task as
detailed in Section 4.0 of this 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: 10%, 20%,
30%, 40%, 50%, 60%, 70%, 80%, 90%
and 100%, evidenced by submittal
of the following documentation:
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
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
CONTRACT NUMBER: 10133
1) AIA forms G702 and G703, or
similar accepted Commerce form,
completed by a licensed
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: $1,217,864.00
TOTAL PROJECT COST NOT TO EXCEED $1,307,000.00
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.myfloridacfo.com/Division/AA/Manuals/documents/ReferenceGuideforStateExpenditures.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, the
subrecipient will 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 forms 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
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
CONTRACT NUMBER: 10133
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.
3. Subrecipient's invoice and all documentation necessary to support payment requests must be
submitted into Commerce's Subrecipient Management Reporting Application (SERA). Further
instruction on SERA invoicing and reporting, along with a copy of the invoice template, will be
provided upon execution of the Agreement.
Page 11 of 11
Docusign Envelope ID: 0D825FE1-4B42-4BFE-B41 E-46E8E6D45E74
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
,—DocuSigned by:
grout ' NoviGla.
—&OCF6C372BD42A...
Arthur Noriega V
City Manager
ATTEST:
Signed by:
DocuSigned by:
October 21, 2024 I�13'`�'�� E11T ��getober 21, 2024 116:53:4(
Date:
F 1459...
non Date:
City Clerk
APPROVED AS TO INSURANCE APPROVED AS TO FORM AND
REQUIREMENTS
DocuSigned by:
rira i v
273056624-8444E7...
Ann -Mane Sharpe
Director
CORRECTNESS: initial #RP 24-2262
1
October 18, 2024 1 08:47:28 EDT
Date:
DocuSigned by:
t r - w(ISM/. (((October 21, 2024 I 11:07:
E9FE88248B
George K. Wysong III
City Attorney
Date:
Olivera, Rosemary
From: Ramlal, Vishwani
Sent: Friday, November 8, 2024 11:43 AM
To: Olivera, Rosemary; Hannon, Todd; Ewan, Nicole; Pereira, Raymond
Cc: Senexant, Ashleen; Musser, Grant; Alexandre, Marc; Hardy, Robert C.
Subject: CBDG Agreement Amendment FS9
Attachments: CBDG Agreement Amendment FS9.pdf
Good morning,
Attached, please find the fully executed agreement that is to be retained as an original by
the City.
Thank you,
PuttyLiti, Painekte-Captplett.M A
Administrative Assistant I
CAT of Miami, Depa±t lent of Fire -Rescue
Diri&iori of Professional Standards
1131NW' '" Street, 3" Floor
Miami, Florida 33136
Phone: (3O5) 416-5465
-,-ramlalgagniamigo3,-.com
1