Loading...
HomeMy WebLinkAbout24326AGREEMENT INFORMATION AGREEMENT NUMBER 24326 NAME/TYPE OF AGREEMENT DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI DESCRIPTION ARPA GRANT FUNDING AGREEMENT/FLAGLER RECOVERY GRANT PROGRAM/FILE ID: 11145/R-21-0502/MATTER ID: 21- 2885 EFFECTIVE DATE February 8, 2023 ATTESTED BY TODD B. HANNON ATTESTED DATE 3/27/2023 DATE RECEIVED FROM ISSUING DEPT. 3/28/2023 NOTE DOCUSIGN AGREEMENT BY EMAIL DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 CITY OF MIAMI DOCUMENT ROUTING FORM * e9Anu k 31.10 U R ORIGINATING DEPARTMENT: Office of Management & Budget DEPT. CONTACT PERSON: Gabriel Brito EXT. 305-416-1203 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Downtown Development Authority of the City of Miami - Flagler Recovery Grant Program and Incentive Fund Program (ARPA) IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ® NO TOTAL CONTRACT AMOUNT: $1,000,000.00 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): ARPA GRANT FUNDING AGREEMENT PURPOSE OF ITEM (BRIEF SUMMARY): Execution of Grant Agreement Downtown Development Authority — Flagler Recovery Grant and Incentive Fund Program (ARPA) COMMISSION APPROVAL DATE: 12/9/2021 FILE ID: 11145 ENACTMENT NO.: R-21-0502 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTOR March 21, 2023 I 20:52:42 EDT PRINT: MARIE SIGNATURE: "MAGGIE" GOUIN �Docusiyneaby: —7-p SUBMITTED TO RISK MANAGEMENT March 22, 2023 I 06:38:44 EDT PRINT: ANN-1MAT SIGNATURE: PRINT: VICTOIa SIGNATURE: STIARPE �Docnsiyneaby: Fv'a Oin,,� DEZ ,o--L-2 March 24, 2023 SUBMITTED TO CITY ATTORNEY >1�Docnsi9netlby: I 09:18:01 EDT March 24, 2023 I 13:03:27 EDT RECEIVED BY CFO/ ASSISTANT CITY MANAGER March 27, 2023 I 11:26:28 EDT PRINT: LARRY SIGNATURE: PRINT: ARTHU1iNMEGA SIGNATURE, gRU �DocuSignetl by: APPROVAL BY CITY MANAGER March 27, 2023 I 11:41:14 EDT V. ADocuSignedby: A`4 NoneS" &SOCF6!'7Za61D424, ATTESTED BY CITY CLERK March 27, 2023 1 19:33:44 EDT PRINT: TODD SIGNATURE B. HANNON �DocuSigned by: �E46D7560DCF1459... PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 CITY OF MIAMI, FLORIDA OFFICE OF MANAGEMENT AND BUDGET THE AMERICAN RESCUE PLAN ACT OF 2021 ("ARPA") GRANT FUNDING AGREEMENT This Agreement (hereinafter the "Agreement") is entered into this 8th day of February , 2023, between the City of Miami, a municipal corporation of the State of Downtown Development Authority of the City of Miami Florida (hereinafter the "CITY"), & an independent agency and instrumentality of the City of Miami, Florida, (hereinafter referred to as the "PROVIDER"). FUNDING SOURCE: United States Department of the Treasury CFDA# (If applicable): AMOUNT: $ 1,000,000.00 TERM OF AGREEMENT: See Section 3.2 PROJECT NUMBER: DUNS® NUMBER: AGENCY'S ADDRESS: 200 S. Biscayne Boulevard, Suite 2929 Miami, FL 33131 1 Rev. 10.4.22 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 WITNESSETH WHEREAS, the scope of services described in the Agreement are authorized through the Act and the Resolution, with funding from the United States Department of the Treasury; and WHEREAS, the City Commission of the City of Miami authorized the City Manager to execute the necessary agreements with the PROVIDER so that PROVIDER can provide its Flagler Recovery Grant Program and Incentive Fund Program; and WHEREAS, the parties hereto have agreed to the terms and conditions set forth herein; NOW, THEREFORE, in consideration of the mutual covenants and obligations herein set forth, the parties understand and agree as follows: ARTICLE I EXHIBITS AND DEFINITIONS 1.1 EXHIBITS. Attached hereto and forming a part of this Agreement are the following Exhibits: Exhibit A PROVIDER Resolution Authorizing Execution of this Agreement Exhibit B Scope of Services Exhibit C Compensation and Budget Summary Exhibit D Certification Regarding Lobbying Form Exhibit E Certification Regarding Debarment, Suspension and other Responsibility Matters (Primary Covered Transactions Form) Exhibit F Crime Entity Affidavit Exhibit G Insurance Requirements Exhibit H Programmatic Reporting Requirements 1.2 DEFINED TERMS. As used herein the following terms shall mean: Funds: The $1,000,000.00 paid to PROVIDER in exchange for PROVIDER completing the activities described in the Scope of Services set forth in Exhibit B. 2 Rev. 02.3.22 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Agreement Records: Any and all books, records, documents, information, data, papers, letters, materials, and computerized or electronic storage data and media, whether written, printed, computerized, electronic or electrical, however collected or preserved, which is or was produced, developed, maintained, completed, received or compiled by or at the direction of the PROVIDER or any subcontractor in carrying out the duties and obligations required by the terms of this Agreement, including, but not limited to, financial books and records, ledgers, drawings, maps, pamphlets, designs, electronic tapes, computer drives and diskettes or surveys. CFR: Code of Federal Regulations. Department: The City of Miami Office of Management and Budget or its designee. Federal Award: Any federal funds received by the PROVIDER from any source during the period of time in which the PROVIDER is performing the obligations set forth in this Agreement. Pro L'ram: Flagler Recovery Grant Program and the Incentive Fund Program which is pursuant to the American Rescue Plan Act of 2021, Pub. L. No. 117- 2 (March 11, 2021) (the "Act"), 31 CFR Part 35 ("Final Rule"), and by City of Miami's City Commission through Resolution No. R-21-0502 (the "Resolution") with funding from the United States Department of the Treasury. PROVIDER: The entity identified on Page 1 of this Agreement. The PROVIDER may also be referred to as the SUBRECIPIENT and both terms may be used interchangeably. Treasury: The United States Department of the Treasury. ARTICLE II BASIC REQUIREMENTS The following documents must be approved by the CITY and must be on file with the Department prior to the CITY's execution of this Agreement: 2.1 The Scope of Services submitted by the PROVIDER to the CITY which shall become attached hereto as Exhibit "B" to this Agreement and shall include the following: 2.1.1 The description section shall detail the activities and/or services to be carried out by the PROVIDER and the goals of the activities and/or services being provided. It should specifically describe the activities and/or services to be carried out as a result of the expenditure of Funds. Where appropriate it should list measurable Rev. 02.3.22 3 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 objectives, provide metrics, define the who, what, where and when of the services and/or project, and in general detail how these activities will ensure that the intended beneficiaries will be served. 2.1.2 The schedule should provide projected milestones and deadlines for the accomplishment of tasks in carrying out the Scope of Services. These projected milestones and deadlines are a basis for measuring actual progress during the term of this Agreement. These items shall be in sufficient detail to provide a sound basis for the CITY to effectively monitor performance by the PROVIDER under this Agreement. 2.1.3 A Statement of Need should be provided and, if available, it is recommended to provide any applicable data and source citations for said data. 2.1.4 The Scope of Services should provide a Project/Program Objective which shall include the population being served and any applicable and available demographic information. 2.1.5 Identify any key factors of the Scope of Services that demonstrate why the activities and/or services are eligible for ARPA Funding. 2.1.6 If the Scope of Services uses evidence -based interventions, the PROVIDER must provide the evidence base for the interventions that are ARPA funded. PROVIDER shall identify the total dollar amount of the Award allocated towards evidence - based interventions in the Budget Summary identified in Section 2.2 of this Agreement. 2.1.7 The PROVIDER shall include an estimated project timeline for the activities and/or services identified in the Scope of Services. Said project timeline shall be in accordance with Section 3.2 of this Agreement. 2.2 The Budget Summary attached hereto as Exhibit "C", including the PROVIDER's Itemized Budget, Cost Allocation, Budget Narrative, Staff Salaries Schedule and a copy of all subcontracts. 2.3 A list of the PROVIDER's present officers and members of the Board (names, addresses, and telephone numbers.) 2.4 A list of key staff persons (with their titles) who will carry out the Scope of Services. 2.5 Completion of an Authorized Representative Statement, in a form acceptable to the CITY. 2.6 Completion of a Statement of Accounting System. 2.7 A copy of the PROVIDER's corporate personnel policies and procedures. 2.8 Job description and resumes for all positions funded in whole or in part under this Agreement. 2.9 Intentionally omitted. 2.10 The following corporate documents: Rev. 02.3.22 4 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 (i) Bylaws, resolutions, and incumbency certificates for the PROVIDER, certified by the PROVIDER's Corporate Secretary, authorizing the consummation of the transactions contemplated hereby, all in a form satisfactory to the CITY. 2.11 Acceptance of federal requirements applicable to the Program under 2 CFR Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; acceptance of the requirements contained under the Act and Lead Based Paint regulations under 24 CFR Part 35. 2.12 ADA Requirements. 2.13 Drug Free Certification. 2.14 All other documents reasonably required by the CITY. ARTICLE III TERMS AND PROCEDURES 3.1 CITY AUTHORIZATION. For the purpose of this Agreement, the Department will act on behalf of the CITY in the fiscal control, programmatic monitoring and modification of this Agreement, except as otherwise provided in this Agreement. 3.2 EFFECTIVE DATE AND TERM: The effective date of this Agreement is the date that the City Clerk signs this Agreement ("Effective Date"). The term of this Agreement shall commence on the Effective Date and shall expire one (1) year thereafter unless extended per written agreement by both parties. Pursuant to the Final Rule, the funds must be expended by December 31, 2026, and therefore this Agreement shall not be extended beyond said date. The term of this Agreement may be amended, modified, or subject to termination in the event the Final Rule amends the timeframe for which the funds must be expended. 3.3 OBLIGATIONS OF PROVIDER. The PROVIDER shall carry out the services and activities as prescribed in its Scope of Services, attached hereto and incorporated herein as Exhibit "B" ("Scope of Services"), which is attached and incorporated herein and made a part of this Agreement, in a manner that is lawful, and satisfactory to the CITY, and in accordance with the written policies, procedures, and requirements as prescribed in this Agreement, and as set forth by the Treasury and the CITY. 3.4 POLICIES AND PROCEDURES. This Agreement is subject to the current Federal requirements and/or regulations under the Act or otherwise, as may be amended. The PROVIDER is aware of and accepts the Act, the Final Rule, and the Programmatic Reporting Requirements, which is attached hereto and incorporated herein as Exhibit "H," (collectively, "Policies and Procedures"), as the official documents that outline the fiscal, administrative, and federal guidelines that shall regulate the day-to-day operations of the PROVIDER. The Policies and Procedures are incorporated herein and made part of this Agreement. The CITY reserves the right Rev. 02.3.22 5 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 to update the Policies and Procedures, or any portion thereof, in the CITY's sole and absolute discretion. The updated version(s) of the Policies and Procedures shall be incorporated and made a part of this Agreement. 3.5 LEVEL OF SERVICE. Should start-up time for the Scope of Services be required or in the event of the occurrence of any delays in the activities thereunder, the PROVIDER shall immediately notify the Depar tiuent in writing, giving all pertinent details and indicating when the Scope of Services shall begin and/or continue. It is understood and agreed that the PROVIDER shall maintain the level of activities and expenditures in existence prior to the execution of this Agreement. Any activities funded through or as a result of this Agreement shall not result in the displacement of employed workers, impair existing agreements for services or activities, or result in the substitution of funds allocated under this Agreement for other funds in connection with work which would have been performed in the absence of this Agreement. 3.6 PRIOR APPROVAL. The PROVIDER shall obtain the prior approval of the CITY prior to undertaking any of the following with respect to the project and/or the Scope of Services: • The addition of any positions not specifically listed in the approved Itemized Budget. • The modification or addition of any job descriptions. • The purchase of any non -expendable personal property. • The disposition of any real property, expendable personal property or any non - expendable personal property. ■ Any out-of-town travel not specifically listed in the Itemized Budget. ■ The use of Funds in any manner not specifically listed in the Itemized Budget. • Any proposed Solicitation Notice, Invitation for Bids, and Request for Proposals. • The disposal of any Agreement Records. ARTICLE IV FUNDING AND DISBURSEMENT REQUIREMENTS 4.1 COMPENSATION. The amount of compensation payable by the CITY to the PROVIDER shall be pursuant to the rates, schedules and conditions described in Exhibit "C" attached hereto and incorporated into this Agreement. 4.2 INSURANCE. At all times during the term hereof, the PROVIDER shall maintain insurance acceptable to the CITY. Prior to commencing any activity under this Agreement, the PROVIDER shall furnish to the CITY original certificates of insurance indicating that the PROVIDER is in compliance with the provisions described in Exhibit "G" attached hereto, and incorporated into this Agreement. 4.3 FINANCIAL ACCOUNTABILITY. The CITY reserves the right to audit the records of the PROVIDER at any time during the performance of this Agreement and for a period of five (5) years after its expiration/termination. The PROVIDER agrees to provide all financial and other applicable records and documentation of services to the CITY. Any payment made shall be subject to reduction for amounts included in the related invoice which are found by the CITY, on the basis of such audit and at its sole discretion, not to constitute reasonable and necessary expenditures. Rev. 02.3.22 6 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Any payments made to the PROVIDER are subject to reduction for overpayments on previously submitted invoices. 4.4 RECAPTURE OF FUNDS. The CITY reserves the right to recapture Funds in the event that the PROVIDER shall fail: (i) to comply with the terms of this Agreement, or (ii) to accept conditions imposed by the CITY at the direction of the federal, state, and local governments and/or agencies. 4.5 CONTINGENCY CLAUSE. Funding pursuant to this Agreement is contingent on the availability of funds and continued authorization for Program activities, and is also subject to amendment or termination due to lack of funds or authorization, reduction of funds, and/or changes in rules, laws, federal guidance, rules, laws, and regulations. ARTICLE V AUDIT REQUIREMENTS 5.1 As a necessary part of this Agreement, the PROVIDER shall adhere to the following audit requirements: 5.1.1 If the PROVIDER expends $750,000 or more in federal funds during its fiscal year, it shall have a Single or a Program -Specific Audit conducted for that year. Such Audit must be conducted in accordance with General Accepted Government Auditing Standards (GAGAS.) a) Single Audit. A single audit must be conducted in accordance with the applicable requirements of 2 CFR 200.514 "Scope of Audit", except when the PROVIDER elects to have a Program -Specific Audit conducted in accordance with paragraph b) of this section. b) Program -Specific Audit. When a PROVIDER expends Federal Awards under only one federal program and the federal program's statutes, regulations, or the terms and conditions of the Federal Award do not require a financial statement audit of the PROVIDER, the PROVIDER may elect to have a Program -Specific Audit conducted in accordance with the applicable requirements of 2 CFR 200.507 "Program -Specific Audits". The auditor must: (i) Perform an audit of the financial statement(s) for the Federal program in accordance to GAGAS; (ii) Obtain an understanding of internal controls and perform tests of internal controls over the Federal program consistent with the applicable requirements of 2 CFR 200.514(c) to ensure compliance with procedures; Rev. 02.3.22 7 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 (iii) Perform procedures to determine whether the PROVIDER has complied with Federal statutes, regulations, and the terms and conditions of Federal Awards that could have a direct and material effect on the Federal program consistent with the applicable requirements of 2 CFR 200.514(d); (iv) Follow up on prior audit findings, perform procedures to assess the reasonableness of the summary schedule of prior audit findings prepared by the PROVIDER in accordance with the applicable requirements of 2 CFR 200.511 "Audit findings follow-up", and report, as a current year audit finding, when the auditor concludes that the summary schedule of prior audit findings materially misrepresents the status of any prior audit finding; and (v) Report any audit findings consistent with the applicable requirements of 2 CFR 200.516 "Audit findings". The auditor's report(s) must state that the audit was conducted in accordance with the applicable requirements of 2 CFR 200.507 "Program -Specific Audits" and include the following: (i) An opinion (or disclaimer of opinion) as to whether the financial statement(s) of the Federal program is presented fairly in all material respects in accordance with the stated accounting policies; (ii) A report on internal control related to the Federal program, which must describe the scope of testing of internal control and the results of the tests; (iii) A report on compliance which includes an opinion (or disclaimer of opinion) as to whether the PROVIDER complied with laws, regulations, and the terms and conditions of Federal Awards which could have a direct and material effect on the Federal program; and (iv) A schedule of findings and questioned costs for the Federal program that includes a summary of the auditor's results relative to the Federal program in a format consistent with 2 CFR 200.515 "Audit reporting", paragraph (d)(1) and findings and questioned costs consistent with the requirements of 2 CFR 200.515 "Audit reporting", paragraph (d)(3). 5.1.2 If the PROVIDER expends less than $750,000 in federal funds during its fiscal year, it is exempted from federal audit requirements for that year and consequently the audit cost is not a reimbursable expense. The CITY, however, may request the PROVIDER to have a limited scope audit for monitoring purposes. These limited scope audits will be paid for and arranged by the CITY and address only one or more of the following types of compliance requirements: activities allowed or unallowed; allowable costs/cost principles; eligibility; matching, level of effort, earmarking; and, reporting. Rev. 02.3.22 8 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 All reports presented to the CITY shall, where applicable, include sufficient information to provide a proper perspective for judging the prevalence and consequences of the findings, such as whether an audit finding represents an isolated instance or a systemic problem. Where appropriate, instances identified shall be related to the universe and the number of cases examined and quantified in terms of dollar value. ARTICLE VI RECORDS AND REPORTS 6.1 The PROVIDER shall establish and maintain sufficient records to enable the CITY to determine whether the PROVIDER has met the requirements of the Program. At a minimum, the following records shall be maintained by the PROVIDER: 6.1.1 Records providing a full description of each activity assisted (or being assisted) with Funds, including its location (if the activity has a geographical locus), the amount of Funds budgeted, obligated and expended for the activity, and the specific provision in the Program regulations under which the activity is eligible. 6.1.2 Records demonstrating that client meet eligibility criteria set forth in the Policies and Procedures and the Resolution, and that such information is provided in the form required in same. 6.1.3 Equal Opportunity Records containing. (i) Data on the extent to which each racial and ethnic group and single -headed households (by gender of household head) have applied for, participated in, or benefited from, any program or activity funded in whole or in part with Funds. Such information shall be used only as a basis for further investigation relating to compliance with any requirement to attain or maintain any particular statistical measure by race, ethnicity, or gender in covered programs. (ii) Financial records, in accordance with the applicable requirements of the Final Rule. 6.1.4 Records required to be maintained in accordance with other applicable laws and regulations set forth in the Final Rule. 6.2 RETENTION AND ACCESSIBILITY OF RECORDS. 6.2.1 The Department shall have the authority to review the PROVIDER's records, including project and programmatic records and books of account, for a period of five (5) years from the expiration/termination of this Agreement (the "Retention Period"). All books of account and supporting documentation shall be kept by the PROVIDER at least until the expiration of the Retention Period. The PROVIDER shall maintain records sufficient to meet the requirements of the Final Rule. All records and reports required herein shall be retained and made Rev. 02.3.22 9 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 accessible as provided thereunder. The PROVIDER further agrees to abide by Chapter 119, Florida Statutes, as the same may be amended from time to time, pertaining to public records. The PROVIDER shall ensure that the Agreement Records shall be at all times subject to and available for full access and review, inspection and audit by the CITY, federal personnel and any other personnel duly authorized by the CITY. The parties hereto further agree that any of the obligations in this section will survive the term, termination, and cancellation hereof. IF PROVIDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO PROVIDER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT AS A PUBLIC CONTRACT, PLEASE CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT TELEPHONE NUMBER 305-416-1800, EMAIL: PUBLICRECORDS@MIAMIGOV.COM, AND MAILING ADDRESS: PUBLIC RECORDS C/O OFFICE OF THE CITY ATTORNEY, 9TH FLOOR, MIAMI RIVERSIDE CENTER, 444 S.W. 2ND AVENUE, MIAMI, FLORIDA 33130 OR THE DEPARTMENT'S CUSTODIAN OF RECORDS AT OFFICE OF MANAGEMENT AND BUDGET, MIAMI RIVERSIDE CENTER, 444 S.W. 2ND AVENUE, 5th FLOOR MIAMI, FLORIDA 33130, AND EMAIL GBRITO@MIAMIGOV.COM. 6.2.2 The PROVIDER shall include in all the Department approved subcontracts used to engage subcontractors to carry out any eligible substantive project or programmatic activities, as such activities are described in this Agreement and defined by the Department, each of the record -keeping and audit requirements detailed in this Agreement. The Department shall in its sole discretion determine when services are eligible substantive project and/or programmatic activities and subject to the audit and record -keeping requirements described in this Agreement. 6.2.3 If the CITY or the PROVIDER has received or given notice of any kind indicating any threatened or pending litigation, claim or audit arising out of the activities pursuant to the project, the activities and/or the Scope of Services or under the terms of this Agreement, the Retention Period shall be extended until such time as the threatened or pending litigation, claim or audit is, in the sole and absolute discretion of the Department fully, completely and finally resolved. 6.2.4 The PROVIDER shall notify the Department in writing both during the term of this Agreement and after its expiration/termination as part of the final close-out procedure, of the address where all Agreement Records will be retained. Rev. 02.3.22 10 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 6.2.5 The PROVIDER shall obtain the prior written consent of the Department to the disposal of any Agreement Records within one year after the expiration of the Retention Period. 6.3 PROVISION OF RECORDS. 6.3.1 At any time upon request by the Department, the PROVIDER shall provide all Agreement Records to the Department. The requested Agreement Records shall become the property of the Department without restriction, reservation, or limitation on their use. The Department shall have unlimited rights to all books, articles, or other copyrightable materials developed in the performance of this Agreement. These rights include the right of royalty -free, nonexclusive, and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, the Scope of Services for public purposes. 6.3.2 If the PROVIDER receives funds from, or is under regulatory control of, other governmental agencies, and those agencies issue monitoring reports, regulatory examinations, or other similar reports, the PROVIDER shall provide a copy of each such report and any follow-up communications and reports to the Department immediately upon such issuance, unless such disclosure would be prohibited by any such issuing agency. 6.4 MONITORING. The PROVIDER shall permit the Department and other persons duly authorized by the CITY or Department to inspect all Agreement Records, facilities, goods, and activities of the PROVIDER which are in any way connected to the activities undertaken pursuant to the terms of this Agreement, and/or interview any clients, employees, subcontractors or assignees of the PROVIDER. Following such inspection or interviews, the Department will deliver to the PROVIDER a report of its findings. The PROVIDER will rectify all deficiencies cited by the Department within the specified period of time set forth in the report or provide the Department with a reasonable justification for not correcting the same. The Department will determine in its sole and absolute discretion whether or not the PROVIDER's justification is acceptable. At the request of the CITY, the PROVIDER shall transmit to the CITY written statements of the PROVIDER's official policies on specified issues relating to the PROVIDER's activities. The CITY will carry out monitoring and evaluation activities, including visits and observations by CITY staff. The PROVIDER shall ensure the cooperation of its employees and its board members in such efforts. Any inconsistent, incomplete, or inadequate information either received by the CITY or obtained through monitoring and evaluation by the CITY, shall constitute cause for the CITY to terminate this Agreement. 6.5 RELATED PARTIES. The term "related -party transaction" includes, but is not limited to, a for -profit or nonprofit subsidiary or affiliate organization, an organization with an overlapping board of directors and an organization for which the PROVIDER is responsible for appointing memberships. Upon forming the relationship or if already formed, before of at the time of execution of this Agreement, the PROVIDER shall report such relationship to the Department. Rev. 02.3.22 11 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Any supplemental information shall be promptly reported to the Department. The PROVIDER shall report to the Department the name, purpose for and any and all other relevant information in connection with any related -party transaction. 6.6 PROGRESS REPORTS. The PROVIDER shall submit to the CITY, on a quarterly basis, a Scope of Services status report. ARTICLE VII OTHER PROGRAM REQUIREMENTS 7.1 The PROVIDER shall maintain current documentation that its activities are Program eligible in accordance with the Policies and Procedures and the Resolution. 7.2 The PROVIDER shall ensure and maintain documentation that conclusively demonstrates that each activity assisted in whole or in part with Funds is an activity which provides benefit to eligible Program applicants under the Act and the Resolution. 7.3 The PROVIDER shall comply with all applicable provisions of the Policies and Procedures and the Resolution and the PROVIDER shall carry out each activity in compliance with all applicable federal, state, and local laws, rules, and regulations described therein. PROVIDER acknowledges that it may be required to comply with additional requirements imposed by the Treasury and/or the CITY, and PROVIDER agrees to comply with such requirements upon written notice from the CITY. 7.4 The PROVIDER shall cooperate with the Department in attending meetings at the request of the Department and to provide information as requested or required to the Department. 7.5 INTENTIONALLY OMITTED. 7.6 NON-DISCRIMINATION. The PROVIDER shall not discriminate on the basis of race, color, national origin, sex, religion, age, marital or family status or handicap in connection with the activities and/or the Scope of Services or its performance under this Agreement. Furthermore, the PROVIDER agrees that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, creed, national origin, age, marital status, sexual orientation or handicap, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving Funds. 7.7 The PROVIDER shall carry out its Scope of Services in compliance with all federal laws and regulations, state statutes, and local laws. 7.8 INTENTIONALLY OMITTED. 7.9 UNIFORM ADMINISTRATIVE REQUIREMENTS. The PROVIDER shall comply with the requirements and standards of 2 CFR 200, "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards", as set forth under Subpart D—"Post Federal Award Requirements" and Subpart E—"Cost Principles." Rev. 02.3.22 12 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 7.10 RELIGIOUS ORGANIZATIONS/CONSTITUTIONAL PROHIBITION. If the PROVIDER is or was created by a religious organization, the PROVIDER agrees that all Funds disbursed under this Agreement shall be subject to the conditions, restrictions, and limitations of the Act and all applicable laws. In accordance with the First Amendment of the United States Constitution, particularly regarding the relationship between church and State, Funds may not be used for religious activities. The PROVIDER shall comply with those requirements and prohibitions when entering into subcontracts. 7.11 REVERSION OF FUNDS. Upon expiration/termination of this Agreement, the PROVIDER must transfer to the CITY any unused Funds at the time of expiration/termination and any accounts receivable attributable to the use of Funds. 7.12 ENFORCEMENT OF THIS AGREEMENT. Any violation of this Agreement that remains uncured thirty (30) calendar days after the PROVIDER's receipt of notice from the CITY (by certified or registered mail) of such violation may, at the option of the CITY, be addressed by an action for damages or equitable relief, or any other remedy provided at law or in equity. In addition to the remedies of the CITY set forth herein, if the PROVIDER fails to comply with the terms of this Agreement, the CITY may suspend or terminate this Agreement in accordance with Article X of this Agreement. 7.13 SUBCONTRACTS AND ASSIGNMENTS. 7.13.1 The PROVIDER shall ensure that all subcontracts and assignments: (a) Identify the full, correct, and legal name of all parties; (b) Describe the activities to be performed; (c) Present a complete and accurate breakdown of its price components; (d) Incorporate a provision requiring compliance with all applicable regulatory and other requirements of this Agreement. The requirements of this paragraph apply only to subcontracts and assignments in which parties are engaged to carry out any eligible substantive programmatic service, as may be defined by the CITY, set forth in this Agreement. The CITY shall in its sole discretion determine when services are eligible substantive programmatic services and subject to the audit and record -keeping requirements described in this Agreement. 7.13.2 The PROVIDER shall incorporate in all consultant subcontracts the following provision: "The PROVIDER is not responsible for any insurance or other fringe benefits for the Consultant or employees of the Consultant, e.g., social security, income tax withholding, retirement or leave benefits normally available to direct employees of the PROVIDER. The Consultant assumes full responsibility for the provision of all Rev. 02.3.22 13 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 insurance and fringe benefits for himself or herself and employees retained by the Consultant in carrying out the scope of services provided in this subcontract." 7.13.3 The PROVIDER shall be responsible for monitoring the contractual performance of all subcontracts. 7.13.4 The PROVIDER shall submit to the CITY for its review and confirmation any subcontract engaging any party to carry out any substantive programmatic activities, to ensure its compliance with the requirements of this Agreement. The CITY's review and confirmation shall be obtained prior to the release of any funds for the PROVIDER' s Subcontractor(s). 7.13.5 The PROVIDER shall receive written approval from the CITY prior to either assigning or transferring any obligations or responsibility set forth in this Agreement or the right to receive benefits or payments resulting from this Agreement. Approval by the CITY of any subcontract or assignment shall not under any circumstances be deemed to require for the CITY to incur any obligation in excess of the total dollar amount agreed upon in this Agreement. 7.13.6 The PROVIDER and its Subcontractors shall comply (when applicable) with the Copeland Kick Back Act, Davis -Bacon Act, Contract Work Hours and Safety - Standards Act, and Lead -Based Paint Poisoning Prevention Act and all other related acts, as applicable. 7.14 USE OF FUNDS FOR LOBBYING PROHIBITED. The expenditure of Agreement funds for the purpose of lobbying the Legislature, judicial branch, or a state agency are expressly prohibited. ARTICLE VIII PROVIDER CERTIFICATIONS, ASSURANCES, AND REGULATIONS. 8.1 The PROVIDER certifies that: (a) The PROVIDER possesses the legal authority to enter into this Agreement pursuant to authority that has been duly adopted or passed as an official act of the PROVIDER's governing body, authorizing the execution of the Agreement, including all understandings and assurances contained herein, and directing and authorizing the person identified as the official representative of the PROVIDER to act in connection with this Agreement and to provide such information as may be required. (b) The PROVIDER shall comply with the Hatch Act, which limits the political activity of employees. (c) The PROVIDER shall establish safeguards to prohibit its employees from using their positions for a purpose that is or gives the appearance of being motivated by desire for Rev. 02.3.22 14 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 private gain for themselves or others, particularly those with whom they have family, business, or other ties. (d) To the best of its knowledge and belief, the PROVIDER and its principals: (i) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (ii) have not, within a three-year period preceding the date of this Agreement, been convicted of or had a civil judgment rendered against any of them for the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or a contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction or records, making false statements, or receiving stolen property; (iii) are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with the commission of any of the offenses enumerated in this Article VIII; and (iv) have not, within a three-year period preceding the date if this Agreement, had one or more public transactions (Federal, State, or local) terminated for cause or default. ARTICLE IX INTENTIONALLY OMITTED ARTICLE X REMEDIES, SUSPENSION, TERMINATION 10.1 REMEDIES FOR NONCOMPLIANCE. The CITY retains the right to terminate this Agreement at any time prior to the completion of the services required pursuant to this Agreement without penalty to the CITY. In that event, notice of termination of this Agreement shall be in writing to the PROVIDER, who shall be paid for those services performed prior to the date of its receipt to the notice of termination. In no case, however, shall the CITY pay the PROVIDER an amount in excess of the total sum provided by this Agreement. It is hereby understood by and between the CITY and the PROVIDER that any payment made in accordance with this Agreement to the PROVIDER shall be made only if the PROVIDER is not in default under the terms of this Agreement. If the PROVIDER is in default, the CITY shall not be obligated and shall not pay to the PROVIDER any sum whatsoever. If the PROVIDER fails to materially comply with any term of this Agreement, the CITY may take one or more of the following courses of action: Rev. 02.3.22 15 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 10.1.1 Temporarily withhold cash payments pending correction of the deficiency by the PROVIDER, or such more severe enforcement action as the CITY determines is necessary or appropriate. 10.1.2 Disallow (that is, deny both the use of funds and matching credit) for all or part of the cost of the activity or action not in compliance. 10.1.3 Wholly or partially suspend or terminate the current Funds committed to the PROVIDER. 10.1.4 Withhold further grants, loans, and/or other monies for the PROVIDER. 10.1.5 Take all such other remedies that may be legally available. 10.2 SUSPENSION. 10.2.1 The Department may, for reasonable cause, temporarily suspend the PROVIDER's operations and authority to obligate funds under this Agreement or withhold payments to the PROVIDER pending necessary corrective action by the PROVIDER. Reasonable cause shall be determined by the Department in its sole and absolute discretion, and may include: (i) Ineffective or improper use of the Funds by the PROVIDER; (ii) Failure by the PROVIDER to comply with any term or provision of this Agreement; (iii) Failure by the PROVIDER to submit any documents required by this Agreement; or (iv) The PROVIDER's submittal of incorrect or incomplete documents. 10.2.2 The Department may at any time suspend the PROVIDER's authority to obligate funds, withhold payments, or both. 10.2.3 The actions described in paragraphs 10.2.1 and 10.2.2 above may be applied to all or any part of the activities funded by this Agreement. 10.2.4 The Department will notify the PROVIDER in writing of any action taken pursuant to this Article, by certified mail, return receipt requested, or by in person delivery with proof of delivery. The notification will include the reason(s) for such action, any conditions relating to the action taken, and the necessary corrective action(s). 10.3 TERMINATION. 10.3.1 Termination Because of Lack of Funds. In the event the CITY does not receive funds to finance this Agreement from its funding source, or in the event that the CITY's funding source de -obligates the funds allocated to fund this Agreement, the Department may terminate this Agreement upon not less than twenty-four (24) hours prior notice in writing to the PROVIDER. Said notice shall be delivered by Rev. 02.3.22 16 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 certified mail, return receipt requested, or by in person delivery with proof of delivery. In the event that the CITY's funding source reduces the CITY's entitlement under the Program, the CITY shall determine, in its sole and absolute discretion, the availability of funds for the PROVIDER pursuant to this Agreement. 10.3.2 Termination for Breach. The Department may terminate this Agreement, in whole or in part, in the event the Department determines, in its sole and absolute discretion, that the PROVIDER is materially non -compliant with any term or provision of this Agreement. The Department may terminate this Agreement, in whole or in part, in the event that the Department determines, in its sole and absolute discretion, that there exists an event of default under and pursuant to the terms of any other agreement or obligation of any kind or nature whatsoever of the PROVIDER to the CITY, direct or contingent, whether now or hereafter due, existing, created or arising. 10.3.3 Unless the PROVIDER's breach is waived by the Department in writing, the CITY may, by written notice to the PROVIDER, terminate this Agreement upon not less than twenty-four (24) hours prior written notice. Said notice shall be delivered by certified mail, return receipt requested, or by in person delivery with proof of delivery. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. The provisions hereof are not intended to be, and shall not be, construed to limit the Department's right to legal or equitable remedies. ARTICLE XI MISCELLANEOUS PROVISIONS 11.1 INDEMNIFICATION. The PROVIDER shall indemnify, hold harmless, and defend the CITY, its officers, agents, directors, and/or employees, from liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of PROVIDER and persons employed or utilized by PROVIDER in the performance of this Agreement. PROVIDER shall, further, hold the CITY, its officials and/or employees, harmless for, and defend the CITY, its officials and/or employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the CITY, its officials and/or employees were negligent. These indemnifications shall survive the term of this Agreement. In the event that any action or proceeding is brought against the CITY by reason of any such claim or demand, the PROVIDER shall, upon written notice from the CITY, resist and defend such action or proceeding by counsel satisfactory to the CITY. The PROVIDER expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the PROVIDER shall in no way limit the responsibility to indemnify, keep and save harmless and defend the CITY or its officers, employees, agents and instrumentalities as herein provided. Rev. 02.3.22 17 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 The indemnification provided above shall obligate the PROVIDER to defend, at its own expense, to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the CITY 's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the CITY whether performed by the PROVIDER, or persons employed or utilized by PROVIDER. This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of §725.06 and/or §725.08, Florida Statutes, as applicable. The PROVIDER shall require all sub -contractor agreements, if applicable, to include a provision that they will indemnify the CITY. The PROVIDER agrees and recognizes that the CITY shall not be held liable or responsible for any claims which may result from any actions or omissions of the PROVIDER in which the CITY participated either through review or concurrence of the PROVIDER's actions. In reviewing, approving or rejecting any submissions by the RECIPIENT or other acts of the PROVIDER, the CITY in no way assumes or shares any responsibility or liability of the PROVIDER or Sub - PROVIDER under this Agreements. This PROVIDER's liability pursuant to this section will be governed by the limitations and to the extent provided in Section 768.28, Florida Statutes. 11.2 AMENDMENTS. No amendments to this Agreement shall be binding unless in writing and signed by both parties hereto. Budget modifications shall be approved by the Department in writing. 11.3 OWNERSHIP OF DOCUMENTS. All documents developed by the PROVIDER under this Agreement shall be delivered to the CITY upon completion of the activities required pursuant to this Agreement and shall become the property of the CITY, without restriction or limitation on their use if requested by the CITY. The PROVIDER agrees that all documents maintained and generated pursuant to this Agreement shall be subject to all provisions of the Public Records Law, Chapter 119, Florida Statutes. It is further understood by and between the parties that any document which is given by the CITY to the PROVIDER pursuant to this Agreement shall at all times remain the property of the CITY and shall not be used by the PROVIDER for any other purpose whatsoever without the prior written consent of the CITY. 11.4 AWARD OF AGREEMENT. The PROVIDER warrants that it has not employed or retained any person employed by the CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the CITY any fee, commission, percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. 11.5 NON-DELEGABILITY. The obligations undertaken by the PROVIDER pursuant to this Agreement shall not be delegated or assigned to any other person or firm, in whole or in part: (a) Rev. 02.3.22 18 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 except in accordance with the requirements of Section 7.13 hereof, and (b) without the CITY' s prior written consent which may be granted or withheld in the CITY's sole discretion. 11.6 CONSTRUCTION OF AGREEMENT. This Agreement shall be construed and enforced according to the laws of the State of Florida. 11.7 CONFLICT OF INTEREST. 11.7.1 The PROVIDER covenants that no person under its employ who presently exercises any functions or responsibilities in connection with Program funded activities has any personal financial interest, direct or indirect, in this Agreement. The PROVIDER further covenants that, in the performance of this Agreement, no person having such a conflicting interest shall be employed. Any such interest on the part of the PROVIDER or its employees must be disclosed in writing to the CITY. 11.7.2 The PROVIDER is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Miami -Dade County, Florida (Miami -Dade County Code Section 2-11-1) and the State of Florida (Chapter 112, Florida Statutes), as amended, and agrees that it shall comply in all respects with the terms of the same. 11.8 PROCUREMENT. The PROVIDER shall comply with the standards contained within 2 CFR 200 Subpart D, "Post Federal Award Requirements." 11.9 NO OBLIGATION TO RENEW. Upon expiration of the term of this Agreement, the PROVIDER agrees and understands that the CITY has no obligation to renew this Agreement. 11.10 ENTIRE AGREEMENT. This instrument and its attachments constitute the only agreement of the parties hereto relating to the Funds and sets forth the rights, duties, and obligations of each of the parties hereto to the other as of its date. Any prior agreements, promises, negotiations, or representations not expressly set forth in this Agreement are of no force or effect. 11.11 GENERAL CONDITIONS. 11.11.1 All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by in person delivery or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time upon notice in writing. Such notice shall be deemed given on the day on which personally served, or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI City of Miami 444 SW 2"d Avenue, 10th Floor Rev. 02.3.22 19 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Miami, FL 33130 City Manager With a Copy To: Office of the City Attorney 444 SW 2"d Avenue, 9th Floor Miami, FL 33130 Attn: City Attorney PROVIDER Downtown Development Authority of the City of Miami 200 S. Biscayne Boulevard, Suite 2929 Miami, FL 33131 Attn: Christina Crespi, Executive Director/CEO 11.11.2 Title and paragraph headings are for convenient reference and are not a part of this Agreement. 11.11.3 In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall control. 11.11.4 No waiver of breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. 11.11.5 Should any provision, paragraph, sentence, word or phrase contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provision, paragraph, sentence, word or phrase shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then same shall be deemed severed, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. 11.11.6 It is expressly agreed and by this statement specifically intended by the parties that nothing within this Agreement shall be construed as indicating any intent by either party to benefit any other entity or person not a party signatory to this Agreement by any provision or to entitle any such third party to any right of action on account hereof. Rev. 02.3.22 20 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 11.11.7 In the event litigation, arbitration, or mediation, between the parties hereto, arises out of the terms of this Agreement, each party shall be responsible for its own attorney's fees, costs, charges, and expenses through the conclusion of all appellate proceedings, and including any final settlement or judgment. 11.11.8 This Agreement 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 Agreement. 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 Agreement upon request. 11.11.9 PROVIDER shall consult with the CITY regarding all uses and displays of the recognition of the CITY. The CITY shall have the right to approve the form and placement of all acknowledgements, which approval may be withheld in the CITY's sole discretion. 11.12 INDEPENDENT CONTRACTOR. The PROVIDER and its employees and agents shall be deemed to be independent contractors and not agents or employees of the CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of the CITY or any rights generally afforded classified or unclassified employees; further, they shall not be deemed entitled to the Florida Worker's Compensation benefits as employees of the CITY. 11.13 SUCCESSORS AND ASSIGNS. This Agreement shall be binding upon the parties hereto, and their respective heirs, executors, legal representatives, successors, and assigns. 11.14 CERTIFICATION. The PROVIDER certifies that it possesses the legal authority to enter into this Agreement pursuant to authority that has been duly adopted or passed as an official act of the PROVIDER's governing body, authorizing the execution of this Agreement, including all understandings and assurances contained herein, and directing and authorizing the person identified as the official representative of the PROVIDER to act in connection with this Agreement and to provide such information as may be required. 11.15 WAIVER OF JURY TRIAL. Neither the PROVIDER, nor any assignee, successor, heir or personal representative of the PROVIDER, nor any other person or entity, shall seek a jury trial in any lawsuit, proceeding, counterclaim or any other litigation procedure based upon or arising out of any of the Agreement and/or any modifications, or the dealings or the relationship between or among such persons or entities, or any of them. Neither the PROVIDER, nor any other person or entity will seek to consolidate any such action in which a jury trial has been waived with any other action. The provisions of this paragraph have been fully discussed by the parties hereto, and the provisions hereof shall be subject to no exceptions. No party to this Agreement has in any manner agreed with or represented to any other party that the provisions of this paragraph will not be fully enforced in all instances. Rev. 02.3.22 21 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 11.16 CLOSE-OUT. When the CITY determines that all required work under the Agreement has been completed or upon the expiration or termination of the PROVIDER Agreement, the CITY shall require the PROVIDER to provide final versions of all financial, performance, and other reports. These reports may include, but are not limited to: • A final performance or progress report. • A financial status report. • A final request for payment. Remainder of page intentionally left blank. Signatures on the next page. Rev. 02.3.22 22 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized on the date above written. PROVIDER DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, an independent agency and instrumentality of the City of Miami, Florida AUTHORIZED REPRESENTATIVE: ATTEST: 2 1 1 [23 Name: Elvira Manon Date: Title: Executive Assistant CITY OF MIAMI, a municipal Corporation of the State of Florida DocuSigned by: Ark Nerielr March 27, 2023 I 11:41:14 EDT \-850CF6C372DD42A... Arthur Noriega V. City Manager Date: APPROVED AS TO INSURANCE REQUIREMENTS WICAJWA Name: Christina Crespi Date: Title: Executive Director/CEO Corporate Seal: ATTES cDocoS gneeddd y: �J E46D7560DCF1459... DocuSigned by: h 27, 2023 1 19:33:44 EDT Todd B. Hannon City Clerk Date: APPROVED AS TO FORM AND CORRECTNESS: x" DocuSigned by: DocuSigned by: 'ra1nk 44,c,AiMarch 22, 2023 I 06:38:44 EDT [2/,Lc*u-dL—.JL-7rch 24, 2023 I 13:03:27 EDT 27395C6318214E7... F1EF90AF6FE0457 Ann -Marie Sharpe Date: Victoria Mendez Date: Risk Management City Attorney Rev. 02.3.22 23 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 EXHIBIT A PROVIDER RESOLUTION AUTHORIZING EXECUTION OF THIS AGREEMENT Rev. 02.3.22 24 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 RESOLUTION NO. 042/2022 A RESOLUTION OF THE MIAMI DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA ("MIAMI DDA"), ACCEPTING AMERICAN RESCUE PLAN ACT OF 2021 ("ARPA") FUNDS, IN AN AMOUNT NOT TO EXCEED ONE MILLION DOLLARS ($1,000,000.00) SO THAT THE MIAMI DDA CAN PARTIALLY FUND THE ARPA-ELIGIBLE PORTIONS OF ITS FLAGLER RECOVERY GRANT PROGRAM, AS DESCRIBED IN EXHIBIT "A," ATTACHED AND INCORPORATED, AND INCENTIVE FUND PROGRAM, AS DESCRIBED IN EXHIBIT "B", ATTACHED AND INCORPORATED, AUTHORIZING THE EXECUTIVE DIRECTOR TO NEGOTIATE AND EXECUTE ANY AND ALL NECESSARY DOCUMENTS, INCLUDING MEMORANDA OF UNDERSTANDING, AMENDMENTS, EXTENSIONS, AND MODIFICATIONS, ALL IN FORMS ACCEPTABLE TO THE CITY A1TORNEY, SUBJECT TO COMPLIANCE WITH ALL APPLICABLE FEDERAL, STATE OF FLORIDA, LOCAL, AND CITY LAWS, RULES, AND REGULATIONS, FOR SAID PURPOSE IN ORDER TO IMPLEMENT THE ACCEPTANCE OF THE FUNDS; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Miami Downtown Development Authority of the City of Miam i, Florida ("Miami DDA") is an agency of the City of Miami ("City") with a mission to grow, strengthen, and promote the economic health and vitality of Downtown Miami; and WHEREAS, there is a strong need to fund the Flagler Recovery Grant Program, as described in Exhibit "A", attached and incorporated, and which was established by DDA Resolution No. 036/2021(Flaglcr Program"), and Incentive Fund Program, as described in Exhibit "B", attached and incorporated, and which was recently expanded on October 29, 2021, through DDA Resolution No. 046/2021 ("Fund Program") (collectively, "Programs"); and WHEREAS, on June 24, 2021, the City accepted $68,819,708.50 from the United States Department of the Treasury pursuant to Resolution No. R-21-0268, and the City expects to receive an additional allocation of $68,819,708.50 in ARPA funds in the year 2022 for a total amount of $137,639,417.00; and WHEREAS, the City Commission directed the City Manager to allocate ARPA funds, on a reimbursement basis, in an amount not to exceed One Million Dollars ("Funds") to the DDA in order to partially fund the eligible portions of the Programs, as described herein; and WHEREAS, the Funds were allocated by the City Commission on a reimbursement basis, as follows: an amount not to exceed Five Hundred Thousand Dollars ($500,000.00) was allocated for eligible ARPA uses of the Flagler Program, and an amount not to exceed Two Hundred Fitly Thousand Dollars ($250,000.00) was allocated this fiscal year and next fiscal year, for a total not to exceed amount of Five Hundred Thousand Dollars ($500,000.00) over the two-year period, for eligible ARPA uses of the Fund Program; Rev. 02.3.22 25 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 NOW, THEREFORE, BE IT RESOLVED BY TI-IE BOARD OF DIRECTORS OF THE MIAMI DOWNTOWN DEVELOPMENT AUTHORITY OF TI-IE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble of this Resolution are adopted by reference and incorporated herein as if fully set forth in this Section. Section 2. The .Executive Director is hereby authorized to accept funds from the City, in an approximate amount of $1,000,000.00, to fund the Flagler Recovery Grant Program, as described in Exhibit "A", attached and incorporated, and which was established by DDA Resolution No. 036/2021("Flagler Program"), and Incentive Fund Program, as described in Exhibit "B", attached and incorporated, and which was recently expanded on October 29, 2021, through DDA Resolution No. 046/2021. Section 3. The Executive Director is further authorized to negotiate and execute any and all necessary documents, including amendments, renewals, and extensions, all in forms acceptable to the City Attorney, in order to implement the acceptance of the transfer of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED, this 18th day of November, 2022. ommissioner Manolo Reyes, Crtiairman Christina Crespi, Executive Director lvonne de la Vega Secretary to the Board of Directors Rev. 02.3.22 26 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Exhibit "A" 12ESOLTITION NO. 036/2021 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE MIAMI DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA ("MIAMI DDA") ESTABLISHING A FLAGLER RECOVERY GRANT PROGRAM ("PROGRAM") TO PROVIDE ASSISTANCE TO SMALL BUSINESSES NEGATIVELY IMPACTED BY COVID-19 WITHIN THE FLAGLER STREET BEAUTIFICATION PROJECTS IMPACT ZONE; ALLOCATING AN AMOUNT NOT TO EXCEED THREE HUNDRED THOUSAND DOLLARS ($300,000.00) ("ALLOCATION") TO THE PROGRAM; RETROACTIVELY RATIFYING, CONFIRMING, APPROVING, AND AUTHORIZING THE EXECUTIVE DIRECTOR TO ISSUE GRANTS IN AN AMOUNT NOT TO EXCEED FIVE THOUSAND DOLLARS ($5,000.00) PER ELIGIBLE BUSINESS UPON APPROVAL OF SATISFACTORY DOCUMENTATION; RETROACTIVELY RATIFYING, CONFIRMING, APPROVING, AND AUTHORIZING THE PROGRAM'S GUIDELINES, IN SUBSTANTIALLY THE ATTACHED FORM, PURSUANT TO ESTABLISHED GUIDELINES, GRANT FUND AVAILABILITY, AND MIAMI DDA BUDGET APPROVAL. WHEREAS, the Miami Downtown Development Authority of the City of Miami, Florida's ("Miami DDA") 2025 Downtown Miami Master Plan calls for the promotion of clean, safe, and active retail corridors in Action Items 1.2 - "Grow & attract business enterprises and catalytic national retailers;" 3.1 - "Elevate Brickell Avenue to Iconic Status;" 3.5- "Activate Biscayne Boulevard and Brickell Avenue with Ground Floor/Outdoor Dining and Retail;" and 4.6 - "Enhance basic community services"; and WHEREAS, the Miami DDA provides funding for properly incentive grant programs within the Miami DDA's boundaries; and WHEREAS, on March 11, 2020, the World Health Organization declared the Novel Coronavirus Disease 2019 ("COVID-19") a pandemic; and WHEREAS, to help curb the spread ofCOVID-19, on March 12, 2020, the City of Miami ("City") declared a State of Local Emergency resulting in the closure of non -essential businesses and stay at home orders; and WHEREAS, during March 2020, Florida's Governor Ron DeSantis issued several Executive Orders restricting non -essential local businesses within the City and Miami DDA area, restrictions that specifically and uniquely affected numerous small businesses; and WHEREAS, the public health emergency caused by COVID-19 has also had an immediate and serious economic impact on the hospitality and tourism industry which led to a significant decline of tourists and business visitors in the City and, particularly, in Downtown Miami; and WHEREAS, closures of the office buildings left streets of Downtown deserted and businesses without any customers; and WHEREAS, unbale to sustain sales, small businesses had to lay off increasingly large number of employees; and Rev. 02.3.22 27 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 WHEREAS, consequently, due to loss of customers and employees and a sharp decline in revenue, many small businesses faced a dire threat to their survival and many were forced to shut down; and WHEREAS, the COVD-19 pandemic has left Downtown small business community fmancially devastated; and WHEREAS, as soon as the re -opening of the City had started and post-COVID-19 recovery efforts had begun, a major construction project has begun on Flagler Street which is the heart of the Downtown District; and WHEREAS, On May 3, 2021, the City of Miami's Office of Capital Improvements, in partnership with the Miami DDA, started the Downtown Flagler Street Beautification Project ("Flagler Project") which eventually will transform Flagler Street into an iconic, festival -style boulevard, enhance its operations and activities, and improve the quality of life for the downtown residents; and WHEREAS, while the Flagler Project is on -going, it has temporarily reduced visibility and access to the ground level businesses within the construction zone which has resulted in a further decline of the revenues of affected small businesses; and WHEREAS, the Miami DDA recognizes the importance of business retention and seeks to mitigate the negative impacts of the Flagler Project on small businesses which continue to struggle through the post- COVID-19 recovery; and WHEREAS, the Miami DDA wishes to establish a Flagler Recovery Grant Program ("Program") to provide financial assistance to eligible small businesses within the Flagler Project's impact zone as defined by the Program's Guidelines; and WHEREAS, the Miami DDA's Board of Directors wishes to allocate three hundred thousand dollars ($300,000.00) ("Allocation") to the Program; and WHEREAS, the City of Miami has agreed to provide a matching contribution of three hundred thousand dollars ($300,000.00) to the Program; and WHEREAS, the Executive Committee of the Miami DDA has reviewed the Program and recommends approval of the Program; and WHEREAS, each eligible small business shall receive an amount not to exceed five thousand dollars ($5,000.00) from the Program; and WHEREAS, due to the immediate and emergency needs of all the eligible small businesses affected by the construction and the recent surge of COVID-19 infections, hospitalizations and deaths affecting Florida residents, visitors, employees, and businesses, the Executive Director is requesting retroactive ratification, confirmation, approval, and authorization for the immediate disbursement of funds for the Program to eligible businesses within the Flagler Project's impact zone and the continued operation of the Program and disbursement of funds upon presentation of satisfactory documentation without further approval from the Board of Directors; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE MIAMI DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA: Rev. 02.3.22 28 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Section 1. The recitals are true and correct and are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The Board of Director's hereby establishes the Program with funds in an amount not to exceed three hundred thousand dollars ($300,000.00) allocated to the Program to assist small businesses located within the Flagler Project's impact zone as defined by the Program's guidelines. Section 3. The Executive Director is retroactively ratified, confirmed, approved, and authorized to negotiate and execute any and all documents necessary to effectuate the Program, all in a form acceptable to the City Attorney. Section 4. The Executive Director is retroactively ratified, confirmed, approved, and authorized to disburse funds for the Program to eligible businesses within the Flagler Project's impact zone upon presentation of satisfactory documentation without further approval from the Board of Directors. Section 5. This Resolution shall become effective immediately upon adoption. PASSED AND ADOPTED this 17th day of September, 2021. Ivonne de la Vega Secretary to the Board of Directors Commissioner Manolo es, Chairman Christina Crespi, Executive Director Rev. 02.3.22 29 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Exhibit "I3" RESOLUTION NO. 046/2021 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE MIAMI DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA ("MIAMI DDA") APPROVING A FUNDING AGREEMENT BETWEEN THE CITY OF MIAMI AND THE MIAMI DDA ("AGREEMENT') FOR THE PURPOSES OF EXPANDING THE MIAMI DDA'S INCENTIVE FUND PROGRAM ("PROGRAM") INTO THE CITY OF MIAMI ("CITY"); ACCEPTING INITIAL FUNDING FROM THE CITY IN THE AMOUNT OF TWO HUNDRED FIFTY THOUSAND DOLLARS ($250,000.00) AND FUTURE FUNDING FROM THE CITY IN THE AMOUNT OF FIVE HUNDRED THOUSAND DOLLARS ($500,000.00) OVER THE NEXT TWO (2) FISCAL YEARS FOR COSTS ASSOCIATED WITH EXPANSION OF THE PROGRAM WITH OTHER TERMS AND CONDITIONS AS SPECIFIED IN THE AGREEMENT; AUTHORIZING THE EXECUTIVE DIRECTOR TO NEGOTIATE AND EXECUTE THE AGREEMENT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY; FURTHER AUTHORIZING THE EXECUTIVE DIRECTOR "TO NEGOTIATE AND EXECUTE ANY AND ALL OTHER NECESSARY DOCUMENTS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, FOR THE PURPOSES STATED HEREIN. WHEREAS, the Miami Downtown Development Authority of the City of Miami, Florida ("Miami DDA") is an independent agency of the City of Miami ("City") with a mission to grow, strengthen, and promote the economic health and vitality of Downtown Miami ("Downtown"); and WHEREAS, Goal 1 of the 2025 Downtown Miami Masterplan ("Masterplan") is to "Enhance Our Position as the Business Epicenter of the Americas", recognizing Downtown's position as an international business hub and seeking to advance its importance as an economic engine to of the State of Florida ("State"), regional, and local economies; and WHEREAS, Goal 1, Action Item 1.2 of the Masterplan is to "Grow & Attract Business Enterprise and Catalytic National Retailers, seeking to draw and retain businesses in the urban core in an effort to create jobs, add residents to the City, and, ultimately, boost the economic vitality of Downtown Miami"; and WHEREAS, the Miami DDA desires to encourage economic growth and development, the alleviation of economic disinvestment and unemployment, and the creation of an enhanced business climate, particularly in the targeted industries of Finance and Technology (collectively, "Goals"); and WHEREAS, in order to accomplish the Miami DDA's Goals, the Board of Directors has established an Incentive Fund Program ("Program"); and WHEREAS, the Program has been incredibly successful and has drawn countless businesses from across the country to Downtown; and WHEREAS, due to the success of the Program, the City wishes to expand the Program City-wide; and Rev. 02.3.22 30 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 WHEREAS, because the Miami DDA has already successfully implemented the Program, it would is prudent and efficient for the Miami DDA to work with the City in expanding the Program City-wide; and WHEREAS, the City has offered to compensate the Miami DDA for costs associated with expanding the Program City-wide with an initial amount of two hundred fifty thousand dollars ($250,000.00) and an additional five hundred thousand dollars ($500,000.00) over the next two (2) fiscal years (collectively, "Funding"); and WHEREAS, in order to delineate the rights and responsibilities of the Miami DDA and the City in expanding the Program, it is appropriate for the Executive Director to negotiate a Funding Agreement ("Agreement") with the City: NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE MIAMI DOWNTOWN DEVELOPMENT AUTHORITY OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals in the Preamble to this Resolution are true and correct and are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The Board of Directors authorizes the Executive Director to negotiate and execute the Agreement, in a form acceptable to the City Attorney, in order to expand the Program City-wide and receive the Funding from the City. Section 3. The Executive Director is further authorized to negotiate and execute any and all other necessary agreements, all in forms acceptable to the City Attorney, for the purposes stated herein. ATTE Section 4. This Resolution shall become effective immediately upon its adoption. I: 1,4;.-yuct Ivonne de la Vega Secretary to the Board of Director,' PASSED AND ADOPTED this 29"' day of October, 2021. Commissioner Manolo Re, J, Vlawman Christina Crespi, Executive Director Rev. 02.3.22 31 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 EXHIBIT B SCOPE OF SERVICES (Detailed description of the scope of services must be provided for each service/program) 1. Five Hundred Thousand and 00/100 Dollars ($500,000.00) for the Flagler Recovery Grant Program Rev. 02.3.22 32 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 MIAMIDDA DOWNTOWN DEVELOPMENT AUTHORITY FLAGLER RECOVERY GRANT PROGRAM On May 3, 2021, the City of Miami's Office of Capital Improvements has started the Downtown Flagler Street Beautification Project (Flagler Project). The Flagler Project will transform Flagler Street into an iconic, festival -style boulevard, enhance its operations and activities, improve quality of life for the downtown residents and spur economic growth. Once the construction is complete, the road improvements will help small businesses prosper as part of a more resilient and vibrant community and thriving business ecosystem. For now, the Flagler Project has temporarily reduced visibility and access to the ground -level businesses within the construction zone. While businesses are still recovering from the negative impacts of the COVID-19 pandemic, the Miami DDA recognizes that they need some extra assistance. As a pars of the agency's business retention strategy and construction mitigation efforts, the Miami DDA adopted a Flagler Recovery Grant Program to assist small businesses which continue to struggle through the post-COVD-19 recovery. The goal of the Program is to support a healthy downtown business community and limit the negative economic impact of the Flagler Project on small businesses within the construction impact zone. For the purpose of the Flagler Recovery Grant Program, the construction impact zone is defined as an area with complete street closures and includes the following sections: • From E 2 Avenue to E 1 Avenue on Flagler Street • From NE 1 Street to SE 1 Street on 2 Avenue • From E 1 Avenue to North Miami Avenue on Flagler Street Grant Amount & Eligible Expenses: Eligible small businesses may receive a grant in the amount of $5,000.00 to be used for the following business expenses: • Rent or mortgage payment • Utility bill(s) • Purchase of business equipment • Business marketing or advertisement • Personal Protection Equipment (PPE) or cleaning/disinfecting supplies Grant funds cannot be used for non -business -related expenses, private debts, or legal costs. Grant recipients will be required to submit proof of purchase(s) and payment(s) within the deadline provided by Miami DDA Staff. Flagler Recovery Grants are limited to one per business. Each application will be reviewed for eligibility using the following criteria: • Applicant must be an owner or an authorized representative of the business • Business muse be located on the ground level within the construction impact zone • Business must be open and operating • Business must be established and operating prior to the pandemic and affected by required closures and other efforts to contain the pandemic. Non -eligible: • Non -profits • National chain franchise businesses Application documentation: • Business entity formation document from Secretary of State (Sunbiz.org) • Copy of a fully executed Rental Lease Agreement where the lease is in the Applicant's name Application Review Process: Miami DDA will review applications submitted, and funding will be received on a first -come, first -served basis. Applications will be reviewed by Miami DDA staff for completeness and eligibility. Grants will be awarded at the sole discretion of the Miami DDA based on the submission of the required documentation and the responses provided in the application. Miami DDA staff may contact the business' landlord to verify the information supplied in the application or for assistance with collecting supporting documentation. Rev. 02.3.22 33 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 MIAMIDDA DOWNTOWN DEVELOPMENT AUTHORITY Once approved, the Applicant must: - Sign a Grant Acceptance Agreement - Fill out a completed W-9 (grant awards are reported as income per IRS) - provide proof of business expenses paid within the designated time Miami DDA may but is not required to, provide a reason for the denial of an application. Submitting an application is not a guarantee of a grant award, and the Miami DDA may terminate the Program at any time, for any reason, or when available funds are depleted. Applicant submittal checklist: • Verify that your business is within Flagler Construction Impact Zone (map attached) • Complete Application Online Upload proof of business ownership (Division of Corporations, FL Department of State). Certify commitment to Program guidelines • Upload current executed lease agreement under business's name. Note: Pursuant to Chapter 112 of the Florida Statues, Miami DDA employees, directors, vendors, contractors, and any of their relatives or business associates are not eligible to receive funding through the Program. Rev. 02.3.22 34 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 2. Five Hundred Thousand and 00/100 Dollars ($500,000.00) for the Miami DDA Incentive Fund Program* * Recipients of ARPA funding under the Incentive Fund Program must meet the requirements of 13 CFR Part 121 - Small Business Size Regulations. A tool is available from the Small Business Administration at Small Business Size Standards (sba.gov) to help determine if a company meets these standards. https://www.sba.gov/size-standards/index.html Rev. 02.3.22 35 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 MIAMIDDA DOWNTOWN OFVFI OAMFN1 A„714Cri;TY Miami DDA Incentive Fund: Guidelines 2022-2023 Fiscal Year Section 1 - Title This article shall be cited as the Miami Downtown Development Authority ("Miami DDA") Incentive Fund Program ("Program"). Section 2- Definitions As used in this article, unless the context otherwise requires: a. Miami DDA is a semi -autonomous agency of the City of Miami with a mission statement to "grow, strengthen and promote the economic health and vitality of Downtown Miami." b. Miami DDA Project or Project means the associated company that applied for a Miami DDA Incentive. c. Incentive or Incentives means the funds paid to a company under this Program. d. Company means any new -to -market or expanding business that joins the Miami DDA District e. New -to -Market Business is a company that relocates to the Miami DDA District or is a start-up company setting up operations in the Miami DDA District f. Expanding Business means a company with a commercial business, excluding residential development, which increases operations on a site within the Miami DDA District. g. Average Annual Wage means the average of all wages and salaries in the City of Miami, Miami -Dade County, or State of Florida as determined by the City of Miami, or Miami -Dade County, or State of Florida, or US. Bureau of Labor Statistics using the most currently available data as determined by the Miami DDA and by choosing the higher number. h. New Job or New Jobs means jobs created by a local Expanding Business or a New -to -Market Business which are being added to the company's roster of employees and that did not exist within the last twelve (12) months prior to the date the company submits the application to the Miami DDA's Board of Directors. Section 3 - Eligible applicants The Miami DDA Program will only be available to New -to -Market Businesses or Expanding Businesses that will relocate and hire a minimum of ten (10) new employees to the Miami DDA District within a three (3) year period. The Program is available to the following industries: a. Financial/Professional Services b. Technology G. Headquarters including regional headquarters; and The Board of Directors, at its discretion, may waive the eligible industry requirement at the request and recommendation of the Executive Director verbally at the Business Development Committee Meeting and via the resolution approved at the Board of Directors Meeting. Rev. 02.3.22 36 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Section 4 - Program requirements a. New -to -Market or Expanding Businesses: Companies applying for Miami DDA incentives must be New -to -Market or Expanding Businesses. b. Living Wage Requirement: The Miami DDA Program will not be available to companies that pay any of their employees less than the Living Wage Rate as defined by either the City of Miami or in Section 2-8.9 of the Code of Miami -Dade County, as adjusted annually by the Department of Small Business Development or its successor department, and by choosing the higher rate of both. i. Miami -Dade County: Miami -Dade, 2021-2021 fiscal year = $36,650 ($17.62 per hour x 40 hours x 52 weeks) c. Living Wage Eligibility: Companies receiving Miami DDA Incentives must continue to pay all their employees no lessthan the Living Wage Rate to remain eligible for the Program. d. Wages of New Jobs Created: In addition, the New Jobs promised under the Miami DDA application/agreement ("Application" or "Agreement") must pay an estimated Average Annual Wage at least equal to 125% that of the average of all wages and salaries in the City of Miami, or Miami -Dade County, or the State of Florida as determined by the City of Miami, or Miami -Dade County, or State of Florida, or US. Bureau of Labor Statistics using the most currently available data as determined by the Miami DDA and by choosing the higher rate. i. US. Bureau of Labor Statistics: Miami MSA, 2021 - $51,950 across all occupations ii. Department of Economic Opportunity: State of FL, 2021 - $65,312 across all industries i. 125% x $65,312 = $81,640 threshold to qualify as of February 1, 2023 e. Wage Calculation: In determining the Average Annual Wage for the company, only New Jobs are to be included and wages for existing jobs shall be excluded from the calculation. The Board of Directors, at its discretion, may waive the Average Annual Wage requirement upon receipt of a written request and justification from the company. f. Job Creation: New -to -Market or Expanding Businesses must create at least ten (10) New Jobs within three (3) years of starting operations or executing this agreement, whichever is later, in the Miami DDA District and maintain those new jobs for a minimum of one (1) additional year. Miami DDA staff, under the Executive Director, must verify compliance with New Job creation and wage requirements as specified in the Board of Directors approved Miami DDA application/agreement prior to any disbursement of a Miami DDA Incentives. The company must agree to furnish all documents necessary for Miami DDA staff to verify the company's compliance with the New Job and salary requirements pursuant to the Miami DDA application/agreement. g. Taxes & Other Monies: Where a company is delinquent in paying its taxes, or any other monies due to the City of Miami, the Miami DDA shall withhold Incentive funds until the company is current. Where a company is more than one (1) year delinquent, the company's Miami DDA award shall be canceled, and the company shall be disqualified from participating in the Program. h. Media Announcement: Applicant must (a) mention the Miami DDA by name within its initial press release announcing the new office location, (b) at least forty-eight (48) hours in advance, provide the exact date and time of when the press release will be published, and (c) at least forty-eight (48) hours in advance, provide a copy of the press release to both the Miami DDA and Public Relations company for their input. i. Media Appearances: The Company must provide an employee, at a minimum a senior executive, for a minimum of four (4) engagements in year 1, two (2) engagements year 2, and two (2) engagements in year 3 to assist with recruitment efforts of the Miami DDA attracting additional companies to Downtown Miami. Required engagements will consist of a presentation, panel discussion, interview, quote for media story, or comparable engagement. Rev. 02.3.22 37 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Section 5 — Miami DDA incentives The amount of the Miami DDA award is tentatively ascertained, pending Board approval, during application processing and is based on the commitment of New Job creation as specified in the Miami DDA application/agreement. The actual Miami DDA award will be determined after the company has begun operations, and at the end of each year upon the verification of new hires as specified in the Board of Directors approved Miami DDA application/agreement, and all other obligations set forth in the application/agreement and the Resolution approving the Miami DDA award. The maximum Miami DDA award is based on the number of employees brought to Miami DDA District during the initial move, and any subsequent new hires. The incentives over the three (3) year period may not exceed: a. $500 per employee for the first fifty (50) jobs (minimum of ten (10)). b. $350 per employee for each job added above fifty (50) but less than one hundred (100). c. $250 per employee for each job added above one hundred (100). Applicant may be eligible for the following bonuses for new hires only: a. An additional $125 per employee if a company is located within the Flagler District as defined by the City of Miami b. An additional $125 per employee if new hire received a degree from a public university, private university, or technical school located within Miami -Dade County and graduated within 3 years of the hire date c. An additional $125 per employee if previously unemployed or employed below the Living Wage Rate immediately preceding employment with company d. An additional $125 per employee if their primary residence is within the Miami DDA District A company may not receive more than $50,000 in awards in any single year, even if all the New Jobs are created inone (1) year. A company may not receive more than $150,000 in award payments over the three (3) year eligibility period. Section 6 - Source, claim period and disbursement of Miami DDA incentives Annual disbursements will be contingent on the verification of the new jobs created. Disbursement will begin in the year following the Project's approval by the Board. Companies will be monitored annually to ensure compliance with the projected number of new jobs and the wages associated with the new jobs. Disbursements to the company will only be made after it has met all commitments as set forth in the Miami DDA application/agreement and the Board approved Miami DDA Resolution, and disbursements are limited in each year of the disbursement schedule approved in the Miami DDA Resolution to amounts set forth in Section 5. No incentive amounts shall be disbursed after the last year set forth in the Miami DDA application/agreement and the Board approved Miami DDA Resolution. To be eligible to claim any award under the Miami DDA Program, an applicant that has entered into an approved application/agreement must annually apply to the Miami DDA by the end of the calendar year for such award. The claim for award must include a copy of all documents that allow the Miami DDA to verify compliance with all the terms and the company's commitments set forth in the Board of Directors Resolution approving the Miami DDA incentive award and the accompanying approved application/agreement. The Miami DDA shall designate staff, or a third party, to administer the Miami DDA Program and determine company compliance. Any awards determined to be due to Companies and processed by said designated staff shall require written approval and authorization of the Board of Directors. Rev. 02.3.22 38 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Section 7 -Application process A company wishing to participate in the Program will apply to the Miami DDA. A company may request —temporary confidentiality of its relocation plans for any information regarding a projects location and/or expansion evaluation of any site in Florida. The Application will be approved by the Board of Directors and all Miami DDA requirements shall be incorporated therein to ensure all parties comply with the requirements of these Guidelines. An application must be signed by an agent of the applying company. At the time of Application, the Miami DDA will confirm that the company has provided information and/or documentation supporting the company's consideration of other locations and that the requested Miami DDA Incentive is required for the company to choose the Miami DDA District as the location of its new operations or expansion. Any company decisions committing the company to a location within the Miami DDA District prior to the Board of Directors approval of the Miami DDA Application/Agreement will render a company ineligible to participate in the Miami DDA program. The Executive Director may waive this prior decision rule and forward the company's Application to the Board of Directors for consideration upon the written request by the company to preserve the inducement for a limited time. However, the Board of Directors retains the sole and absolute discretion to approve or deny the company's Application. This prior business decision rule waiver shall not be available to a company that has already publicly disclosed the intent to locate or expand its operations in the Miami DDA District. Upon receipt and initial review, the Miami DDA shall contact the Board of Directors to schedule an Application presentation as directed by the Executive Director. Within thirty (30) days of receipt of the company's Application, The Miami DDA shall prepare its recommendation on the Application, including an economic impact analysis. Each Board approved Application shall serve as the written Agreement between Miami DDA and the company, and shall include all Application requirements outlined in this Section and, at a minimum, specify: a. The total number of New Jobs to be created and that will be dedicated to the project, the Average Annual Wage of those jobs, any capital investment, and a time schedule or plan for when such jobs will be in place and active in the Miami DDA District; b. The fiscal impact to the Miami DDA District; c. The maximum amount of Miami DDA awards which the company is eligible to receive and the maximum amount of Miami DDA awards that the company is eligible to receive for each year; d. That the Miami DDA may review and verify the financial and personnel records of the company and/or perform on - site visits to verify employment relating to the New Jobs, wages paid, and ascertain whether the company is in compliance with the terms of the application/agreement; e. That compliance with the terms and conditions of the approved application/agreement is a condition precedent for the receipt of any Miami DDA award in a year and that the company's failure to comply with the terms and conditions of the approved application/agreement results in the loss of eligibility for receipt of Miami DDA awards and the revocation by the Board of Directors of the certification of the company as a Miami DDA eligible business; f. That payment of Miami DDA Incentives is conditioned on and subject to specific annual appropriations and budget approval by the City6Miami sufficient to pay amounts under the approved application/agreement; and g. That the amount of the Incentives received will be based on the Incentive levels specified in Section b. Section 8 - Approval process Applications will be approved by a resolution of the Board of Directors for the Miami DDA. The Board shall have no obligation to approve any application before it. Final determination of an approval of the award of Miami DDA incentives shall be at the sole and absolute discretion of the Board. Upon any Board approval, the Miami DDA shall send the applicant a letter explaining such approval, any attendant conditions, and request the company's roster of employees. Rev. 02.3.22 39 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 EXHIBIT C COMPENSATION AND BUDGET SUMMARY A. The maximum compensation under this Agreement shall be $1,000,000.00. The $1,000,000.00 is allocated between the Projects as follows: • Flagler Recovery Grant Program — Not to exceed $500,000.00 • Incentive Fund Program — Not to exceed $500,000.00 B. PROVIDER's Itemized Budget, Cost Allocation, Budget Narrative, Personnel, position title and compensation are attached hereto and made part of this Agreement. C. All payments shall be for services provided on or after March 13, 2020, and during the term of this Agreement and in compliance with the previously approved Work Program (Exhibit B) and Program Budget. D. Requests for payment should be made on a monthly basis. Reimbursement requests should be submitted to the CITY by the l0t'' of the following month to the following email address arpareimbursements@miamigov.com after the indebtedness has been incurred in a form provided by the Department. Failure to comply with these time frames for requesting reimbursement/payment may result in the rejection of those invoices within the reimbursement package which do not meet these requirements. "Upon commencement of the term of this agreement PROVIDER shall register as a City Supplier through the following web portal: https: //www.miamigov.com/Business-Licenses/Doing-Business-with-the-City/Register-as-a-City- Supplier-Vendor. PROVIDER may enroll in Direct Payment with the CITY. The DEPARTMENT can provide additional information for the PROVIDER to enroll in Direct Payment. PROVIDER may submit reimbursement requests for services provided on or after March 13, 2020. E. Each written request for payment shall contain a statement declaring and affirming that services were provided to certified program participants and in accordance with the approved Work Program and Program Budget. All documentation in support of each request shall be subject to review and approval by the CITY at the time the request is made. F. All expenditures must be verified with a copy of the original invoice and a copy of a check or other form of payment which was used to pay that specific invoice. In the event that an invoice is paid by various funding sources, the copy of the invoice must indicate the exact amount (allocation) paid by various funding sources equaling the total of the invoice. No miscellaneous categories shall be accepted as a line -item budget. G. The PROVIDER must submit the final request for payment to the CITY within ten (10) calendar days following the termination date of this Agreement. If the PROVIDER fails to comply with this requirement, the PROVIDER shall forfeit all rights to payment and the CITY shall not honor any request submitted thereafter. H. Any payment due under this Agreement may be withheld pending the receipt and approval by the CITY of all reports due from the PROVIDER as a part of this Agreement and any modifications thereto. 1. During the term hereof and for a period of five (5) years following the date of the last payment made hereunder, the CITY shall have the right to review and audit the time records and related records of the PROVIDER pertaining to any payments by the CITY. Rev. 02.3.22 40 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Authorized Representative Signature: Print Name get ha. Crtt{ Title: Ex C[. a 1Vt' �Gkr G o 0Q lotto oa Date STATE OF FLORIDA COUNTY OF MIAMI-DADE The fo,,: • ' g instrume s ackn this day of / /) an independent aaencv and instrume personally known to me or has produce [Notary Seal]: led ,ed befo e by m 20 by t : lit y of the City', an s of hysical sence or, o onl�' jal no iz t' of � Miaini;FFlorid on behalf f the corporation. He/she is U�'1LJ as identi, ca on. ignature of Notary Notary Public State of Florida Ivonne de la Vega My Commission GG 315893 Expires 03/2512023 WAIN Deg7,04-07145e-( -jl MAIN 41 Rev. 02.3.22 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 EXHIBIT D CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to cover Contract/grant transactions over $100,000 (per QMB). This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Authorized,Representative Signature: Print Name: C.hcis►riirvq Cv t Title: et e ctzleivt. lAreckr MEC DalO$laaa3 Date STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument w s cknowledged before me b noation this day of •11 KcPc- riu M of Miami Downt agency and instrumentality of he Cit y of N mi, F orid known to me or has produced ! i [Notary Seal]: �. ns of NI physical presence or D online 20 2,7) by Developm. Authority, an independent behalf of th- entity. He/she is personally as identificat.n Signature of Notary Notary Public State of Ronda Ivonne de la Vega MY Commission GG 315893 Vo ,d Expires 03t25!2023 Rev. 02.3.22 42 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 EXHIBIT E CERTIFICATION REGARDING DEBARMENT, SUSPENSION & OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS 1. PROVIDER certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, and declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. b. Have not within a three-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and d. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall submit an explanation to the City of Miami. Authorized Representative Signature: Print Name: �{li5}Z net at'LSv; Title: eXCLLtttVQC(vi` / (' t b Co o$l ao53 ate STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me o ariz ticrit4 that'' day of of the Miami Downt agency and instrumentalit of e_City of Mimi, Flo1rid known to me or has produced [Notary Seall: ans of/In physical presence or ❑ online 203 by 'n Develop e t Authority, an independent half of th entity. He/she is personally as identi icatic iv Notary Public State of Flonda ivonne de to Vega gc. My Commission GG 315893 q * Expires 03/25/2023 Rev. 02.3.22 43 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 EXHIBIT F SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(A). FLORIDA STATUTES ON PUBLIC ENTITY CRIME THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to by (Print this individual's name and title) for whose business address is (Print name of entity submitting statements) and if applicable is Federal Employer Identification Number (FEIN) is If the entity has no FEIN, include the Social Security Number of the individual signing this sworn Statement: 2. I understand that a "public entity crime" as defined in paragraph 287.133(1)(a), Florida Statutes, mean a violation of any state or federal law by a person with respect to and directly related to the transactions of business with any public entity or with an agency or political subdivision of any other state or with the United States including, but not limited to any bid or contract for goods or services to be provided to any public entity or any agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understand that "convicted" or "convection" as defined in Paragraph 287.133(1)(b), Florida Statutes means a finding of guilt or a conviction of a public entity crime, with or without adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a Jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that an "affiliate" as defined in paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of public entity crime; or 2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The Rev. 02.3.22 44 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 term "person" includes those officers, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below is true in a relation to the entity submitting this sworn statement. (Please indicate with an "X" which statement applies . Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or any affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. AND (Please indicate which additional statement applies). The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime within the past 36 months. However, there has been a subsequent proceeding before a Hearing Officers of the State of Florida, Division of Administrative Hearings and the Final Order by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attached is a copy of the final order). I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THE PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED AND FOR THE PERIOD OF THE CONTRACT ENTERED INTO, WHICHEVER PERIOD IS LONGER. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. Author ze f epresentative Signature: Print Name: ChC15t1 r Title: ew1 t f' eeo Oa I 0 6 6oa3 Date STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument w knowledged before me b ans ofl physical presence or El online �rizatio this � day of 20( by , of the Miami Downtown Develop nt Authority, an independent City o Mi 1 Fl • a half of entity. e s 1e is personally as identi ihati sWAI . IL Ad& agency and instrumentality known to me or has produced {Notary Sealj: ft l� lirgr ure of Notary ,eN.Notary Public State of Florida Ivonne de la Vega ILL My Commission GG 315893 -low we Expires 03/25/2023 45 Rev. 02.3.22 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 EXHIBIT G INSURANCE REQUIREMENTS AMERICAN RESCUE PLAN ACT FUNDING I. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $1,000,000 Personal and Advertising Injury $1,000,000 B. Endorsements Required City of Miami included listed as additional insured Contingent and Contractual Exposures Premises & Operations Liability Primary Insurance Clause Endorsement XCU hazards included, if applicable II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Owned Autos/Scheduled Autos Including coverage for Hired and Non -Owned Autos Combined Single Limit $ 300,000 B. Endorsements Required City of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Employer's Liability A. Limits of Liability $100,000 for bodily injury caused by an accident, each accident. Rev. 02.3.22 46 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Professional/Error's & Omissions Liability Each Claim $1,000,000 Policy Aggregate $1,000,000 Retroactive Date Included V. Certificate Holder Information should be listed as the following: City of Miami 444 SW 2" Avenue Miami, FL 33130 'THE DEPARTMENT OF RISK MANAGEMENT RESERVES THE RIGHT TO SOLICIT ADDITIONAL INSURANCE COVERAGE AS MAY BE APPLICABLE IN CONNECTION TO A PARTICULAR RISK, OR SCOPE OF SERVICES/WORK PROGRAM" THE ABOVE POLICIES SHALL PROVIDE THE CITY OF MIAMI WITH WRITTEN NOTICE OF CANCELLATION IN ACCORDANCE WITH POLICY PROVISIONS. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Rev. 02.3.22 47 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 Authori" ed Representative Signature: Print Name: Title: Q 1CC 1-1641 Vh4 ,vt.jv-tcfr ►cfb oalollapa3 Date STATE OF FLORIDA COUNTY OF MIAMI-DADE y The foregoing instrument was acknowledged before me b -ans of L►'1 physical presence or ❑ online day of '�1". r�_1J 20Q� by of the Miami Downtown Development Authority, an independent agency and instrumentalit. of the City +f Miami, F rida, nT behl the corporation. He/she is personally known to me or has produced WI as identi,cation. , this [Notary Seal]: re of Notary Ayr N, Notary Public State of Flonda lvonne de la Vega 4. v . • My Commission GG 315893 '1 o , wd Expires 03/25/2023 48 Rev. 02.3.22 DocuSign Envelope ID: 7132921326-0E01-4C83-89BB-DCEB2FB27C80 Accyrecii CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 3/21/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ANDYS ASSURANCE AGENCIES 1441 W Flagler St Miami, FL 33135 iNsurRED DOWNTOWN DEVELOPMENT AUTHORITY 200 S. BISCAYNE BLVD. #2929 MIAMI,FL. 33131 CbNTACT NAME: E-MAIL loreta@andysassurance.com ADDRESS: (A/Hco,NNE,,,E,I) (305)642-8407 ANC, No)FAX305) 643-5 969 INSURER(S) AFFORDING COVERAGE NAIL INSURER A : PROGRESSIVE INSURER B : NSURER C INSURER D INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. , INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY DT (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) I LIMITS COMMERCIAL GENERAL CLAIMS -MADE LIABILITY OCCUR EACH OCCURRENCE i $ A D-AMAGE.70-RENTED- , i I PREMISES (Ea occurrence) I $ MED EXP (Any one person) I $ -t PERSONAL ti ADV INJURY .$ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 1 $ P POLICY OTHER: PRO- I JECT i LOC PRODUCTS - COMP/OP AGG . $ ---I $ A AUTOMOBILE N., I 4". LIABILITY ANYAUTO OWNED AUTOS ONLY HIRED AUTOS ONLY - i,.. I,. X SCHEDULED AUTOS NON -OWNED AUTOS ONLY X 03477944 04/13/2023 04/13/2024 . _ COMBINED SINGLE LIMIT $ 1 000 , 000 (Ea accident)_ r BODILY INJURY (Per person) $ I BODILY INJURY (Per accident)! $ PROPERTY DAMAGET . i $ (Per accident) ! , i $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACI I OCCURRENCE $ AGGREGATE S DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE N/A ! PER I i OTLI-i _, ! I STATUTE I ERY/N E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - EA EMPLOYEE' $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) THE CITY OF MIAMI IS AN ADDITIONAL INSURED REGARDING AUTOMOBILE LIABILITY CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI 444 SW 2ND AVENUE MIAMI,FL. 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE VVILL BE DELIVERED IN ACCORDANCE VVITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATI 1"48-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (20'16/03) The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 ANDYS ASSURANCE AGYS 1441 W FLAGLER MIAMI, FL 33135 1-305-642-8407 Ce Certificate Holder icate of Insurance TSIV,E COMMERC/AL Policy number: 03477944 Underwritten by: Progressive Express Ins Company NAIC Number: 10193 March 21, 2023 Page 1 of 2 Additional Insured CITY OF MIAMI 444 SW 2 AVE MIAMI, FL 33130 Insured Agent DOWNTOWN DEVELOPMENT AUTHORITY 200 S BISC BLVD 2929 MIAMI, FL 33131 ANDYS ASSURANCE AGYS 1441 W FLAGLER MIAMI, FL 33135 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s) indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations, endorsements, and conditions of these policies. Liability coverage may not apply to all scheduled vehicles, Policy Effective Date: Apr 13, 2022 Insurance coverage(s) Policy Expiration Date: Apr 13, 2023 Limits Bodily Injury/Property Damage $1,000,000 Combined Single Limit Hired Auto Bodily Injury/Property Damage $1,000,000 Combined Single Limit Employer's Non -Owned Auto BIPD $1,000,000 Combined Single Limit Uninsured Motorist -Nonstacked $10,000/$20,000 Personal Injury Protection Description of Location/Vehicles/Special Items Scheduled autos only $10,000 w/$0 Ded - Named Insd & Relative 2008 FORD F150 1 FTRX12WO8FB29813 Comprehensive Collision Rental Reimbursement Roadside Assistance $500 Ded $500 Ded $30 Per Day ($900 Max) Selected w/$0 Ded 2013 RAM RAM 1500 1C6RR6FP7DS644715 Comprehensive Collision Rental Reimbursement Roadside Assistance $500 Ded $500 Ded $30 Per Day ($900 Max) Selected w/$0 Ded 2020 RAM RAM 1500 1 C6RR6FGXLS157572 Cnnd 000uSignEnvelope ID: 7oon0000-OEo1-4cao-8noo'ocEooFoo7cao Policy mmur:um/m4 onwwlnwwoEvi"N,wEwTxxmomTY Comprehensive $500 Ded O,||idnn $500Ded Rental Reimbursement $3OPer Day ($9OOMix) Roadside Assistance Selected ,/$0Ded 200[HEVR0LETOJ0KADO lG[HSUEA6Lll35575 Comprehensive $500Ded Collision $500Dod Please be advised that additional insureds and loss payees will be notified in the event nfamid-term cancellation, DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 EXHIBIT H PROGRAMMATIC REPORTING REQUIREMENTS Compliance must be ensured with the following: State and Local Fiscal Recovery Funds — Compliance and Reporting Guidance, dated February 28, 2022 — Version 3.0 (and any future updates and revisions) SLFRF Compliance and Reporting Guidance (treasurv.gov) https://home.treasury. gov/system/files/13 6/S LFRF-Compliance-and-Reporting-Guidance. ndf Throughout the term of this Agreement, the SUBRECIPIENT shall submit to the CITY a quarterly report on the 5th day of the month that follows the end of a calendar quarter (i.e., January 5, April 5, July 5, October 5). Upon the end of the term of this Agreement, the SUBRECIPIENT understands that they are required to submit to the CITY a final quarterly report on the 5th day of the month that follows the end of the quarter the term of the Agreement ended. Quarterly reports should be submitted to the CITY via email to arpareporting@miamigov.com on the form template provided by the CITY. A copy of the reporting form templates are available upon request. Programmatic Reporting Required — Flagler Business Assistance (EC 2.29) and Incentive Fund Program (EC 2.10 or 2.32): Public Health and Negative Economic Impact (EC 1.1-3.5) - Collection to begin in April 2022 o Brief description of structure and objectives of assistance program(s), including public health or negative economic impact experienced o Brief description of how a recipient's response is related and reasonably and proportional to a public health or negative economic impact of COVID-19. II. Use of Evidence: (for all ECs indicated) - Collection to begin in April 2022 o The dollar amount of the total project spending that is allocated towards evidence - based interventions o Indicate if a program evaluation of the project is being conducted III. Small Business Economic Assistance (EC 1.8, 2.29-2.33) — Collection to begin April 2022 o Number of small businesses served (by program if recipient establishes multiple separate small businesses assistance programs) IV. Project Demographic Distribution (Applicable to Public Health and Negative Economic Impact ECs: EC 1.1-2.37) — Collection to begin April 2022 o Recognizing the disproportionate public health and negative economic impacts of the pandemic on many households, communities, and other entities, recipients must report whether certain types of projects are targeted to impacted and Rev. 02.3.22 49 DocuSign Envelope ID: 7B292B26-0E01-4C83-89BB-DCEB2FB27C80 disproportionately impacted communities. Recipients will be asked to respond to the following: ■ What Impacted and/or Disproportionally Impacted population does this project primarily serve? Please select the population primarily served. • If this project primarily serves more than one Impacted and/or Disproportionately Impacted population, please select up to two additional populations served. • Assistance to Small Businesses — Impacted o Small businesses that experienced a negative economic impact of the pandemic o Classes of small businesses designated as negatively economically impacted by the pandemic (please specify) • Assistance to Small Businesses — Disproportionately Impacted o Small businesses operating in Qualified Census Tracts o Small businesses operated by Tribal governments or on Tribal lands o Small businesses operating in the U.S. territories o Other small businesses disproportionately impacted by the pandemic (please specify) • Assistance to Non -Profits — Impacted o Non -Profits that experienced a negative economic impact of the pandemic (please specify) o Classes of non -profits designated as negatively economically impacted by the pandemic (please specify) • Assistance to Non -Profits — Disproportionately Impacted o Non -profits operating in Qualified Census Tracts o Non -profits operated by Tribal governments or on Tribal lands o Non -profits operating in the U.S. territories o Other non -profits disproportionately impacted by the pandemic (please specify) • Aid to Impacted Industries — Impacted o Travel, tourism, or hospitality sectors (including Tribal development districts) o Industry outside the travel, tourism, or hospitality sectors that experienced a negative economic impact of the pandemic (please specify) Rev. 02.3.22 50 Olivera, Rosemary From: Brito, Gabriel Sent: Tuesday, March 28, 2023 11:12 AM To: Hannon, Todd Cc: Olivera, Rosemary; Lee, Denise; Gouin, Marie; Quintana, Rachel Subject: Matter ID# 21-2885 - DDA -ARPA - Flagler Recovery Grant / Incentive Fund Program Agreement Attachments: MIAMI_DDA_-_ARPA_PROG - Complete Agreement.pdf Good morning Todd, Per your request, attached please find the fully executed copy of an agreement from DocuSign that is to be considered an original agreement for your records. GabrlelJ. Brito CIP Budget Coordinator Office of Management & Budget 444 SW 2 Avenue, 5th Floor Miami, Florida 33130 Phone: 305.416.1203 Gbrito@miamigov.com i