Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
24748
AGREEMENT INFORMATION AGREEMENT NUMBER 24748 NAME/TYPE OF AGREEMENT SUNSHINE FOR ALL, INC. DESCRIPTION AMENDMENT #1 TO GRANT AGREEMENT/ELDERLY SERVICES/FILE ID: 14193/R-23-0328/MATTER ID: 23-2939 EFFECTIVE DATE January 3, 2024 ATTESTED BY TODD B. HANNON ATTESTED DATE 1/3/2024 DATE RECEIVED FROM ISSUING DEPT. 1/4/2024 NOTE DOCUSIGN AGREEMENT BY EMAIL CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: HOUSING AND COMMUNITY DEVELOPMENT DEPT. CONTACT PERSON: MONICA GALO NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Sunshine For All, Inc. EXT. 1976 IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? TOTAL CONTRACT AMOUNT: $ 60,000.00 FUNDING INVOLVED? TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT • GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY): N/A ❑ YES 0 NO YES ❑ NO ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF THE ITEM (BRIEF SUMMARY): Amendment #1 in ARPA fundingto Sunshine For All, Inc. to extend the contract through 10/31/23 for 9 the implementation of elderly meal services. For additional information please see Resolution attached.. COMMISSION APPROVAL DATE: 07/27/23 FILE ID: 14193 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ENACTMENT No.: 23-0328 ROUTING INFORMATION Date PLEASE PRINT AND SIGN APPROVAL BY DEPARTMENTAL DIRECTORDecember 8, 2023 1 09:58:07 PRINT: ROBRIfj0T EST SIGNATURE: Q by: SUBMITTED TO RISK MANAGEMENTDecember 8, 2023 I 10:08:04 EST PRINT: ANN SIGNATURE: WRY FrtiAAI f % (J) SUBMITTED TO CITY ATTORNEY December 28, 2023 I 10:47:44 EST PRINT: VICTO IA1ei4E7.. RP #23-2939 SIGNATURE: ,—DocuSigned by: skciver_ �--Q APPROVAL BY ASSISTANT CITY MANAGEA nuary 2, 2024 I 14:30:16 PRINT: LARf EST SIGNATURE` i SPRIN • eW0AF6FE0457..I �p6t�,� can7F0ze9�EsQO RECEIVED BY CITY MANAGER January 2, 2024 I 16:14:01 EST PRINT: ART SIGNATURE: NnRLEGAvocli.d by: arklitr A4 vi .iy, 1) ONE ORIGINAL TO CITY CLERK, January 3, 2024 1 2) ONE COPY TO CITY ATTORNEY"S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT 16:21:38 EST PRINT: SIGNATURE"—Docusigned PRINT: SIGNATURE PRINT: SIGNATURE: by: `— E46D7560DCF 1459 _. PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER CITY OF MIAMI, FLORIDA DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT THE AMERICAN RESCUE PLAN ACT OF 2021 GRANT AGREEMENT AMENDMENT #1 This first amendment (AMENDMENT) to the agreement between the City of Miami (CITY), a municipal corporation of the State of Florida, and Sunshine For All, Inc., a Florida not for profit corporation (SUBRECIPIENT), is entered into this 3 day of January , 202/34 RECITALS WHEREAS, the CITY and SUBRECIPIENT have heretofore entered into the agreement, which was executed on January 24, 2023 (AGREEMENT), which sets forth the terms and conditions pursuant to which the CITY provided SUBRECIPIENT the sum of $50,000.00 in The American Rescue Plan Act of 2021 (ARPA) funds to provide elderly meals within the jurisdictional boundaries of the City of Miami, as authorized by the Miami City Commission through Resolution No. R-22-0412; and WHEREAS, the SUBRECIPIENT has requested to amend the contract to extend the expiration and expenditure date from September 30, 2023, to October 31, 2023. NOW, THEREFORE, in consideration of the mutual covenants and obligations herein set forth, the parties understand and agree as follows: 1. The recitals and findings set forth in the preamble of this AMENDMENT are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section 2. Exhibit B of the AGREEMENT is amended to the new Exhibit B, attached hereto and incorporated herein. 3. Exhibit G of the AGREEMENT is amended to the new Exhibit G, attached hereto and incorporated herein. 4. Except as specifically modified hereby, all funds are subject to the same terms and conditions contained in the AGREEMENT. 5. This AMENDMENT may be executed in any number of counterparts, each of which so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same AMENDMENT. The parties shall be entitled to sign and transmit an electronic signature of this AMENDMENT (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed AMENDMENT upon request. 2016.1.2 1 IN WITNESS WHEREOF, the parties hereto have caused this first AMENDMENT to be executed by their respective officials thereunto duly authorized on the date above written. A RILED "' SENTAT SUBRECIPIENT Sunshine For All, Inc. 1407 SW 22nd Street Miami, Florida 33145 a Florida not for profit corporation ATTEST: /0�/7/23 Named/ :•r:r� Date: 10 11 22) dame:ofile„X.Date: Title: EXCGU t1 Ve, Dire owl( Title: ST J/fa ECTp2 CITY OF MIAMI, a municipal Corporation of the State of Florida ,—DocuSigned by: a Novi January 2, 2024 1 16:14:01 EST `— 850eF6C572DDd2A.� Arthur Noriega, V City Manager Date: Corporate Seal: DocuSigned by: ATTEST ,—DocuSigned by: January 3, 2024 1 16:21:38 EST `- E46D7OODCyFa 4y9`non City Clerk Date: APPROVED AS TO INSURANCE APPROVED AS TO FORM AND REQUIREMENTS DocuSigned by: Fro;144,1(iii December 8, 2023 1 10:08:04 L-27Ann-Marie Sharpe, Date: Director, Risk Management APPROVED BY DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT DocuSigned by: CORRECTNESS: ,—DocuSigned by: S�/ o-,;� � . cember 28, 2023 1 10:47:44 EST '_F1E renn5�. Victona Mendez Date: RP #23-2939 City Attorney December 8, 2023 1 09:58:07 EST C5.4.3F6CFCA.ABGSF George Mensah, Date: Director, Department Housing & Community Development 2016.1.2 2 F OR NrY cn i7 Not foI' Profit Corporate Resolution We, the undersigned, being the Director(s) of this Corporation, consent and agree that the following corporate resolution was passed at a duly convened meeting of the Board of Directors on 13th of October at the office of Sunshine for All, Inc -1407 SW 22nd Street, Miami, FL 33145. We do hereby consent and agree to the adoption of the following decision: Acceptance of the anticipated extension of contract with the City of Miami for the American Rescue Plan Act of 2021 ("ARPA") for the period September 30th, 2023 through October 31st, 2023 in the amount of S50,000.00 Now, therefore, it is resolved, that the Corporation shall: Agree to the contract without any changes. Moreover, it is also ordered that Ruben A. Santana, Executive Director of Sunshine for All, Inc. is authorized to execute the contract on behalf of Sunshine for All, Inc. The Executive Director of this Corporation is hereby authorized to perform the acts to carry out this Resolution. We, the undersigned Directors of this Corporation, constituting a quorum of the Board, hereby certify that this resolution (a) has been duly recorded in the minute book and signed by the Director(s) of the Corporation; (b) is in force, and (c) does not in any way exceed the objects or powers of the Company or the powers of the Director(s): Mauvioio 1+anonD iohb 12� Mauricio Hanono I Chairman of the Board Printed Name Aare Zeig asurer of the Board • Linda Albe -teary of the Board Date Aaron zsig►tir foj3iza Printed Name Loch, A Printed Name Date Antonio Leon 100123 Antonio Le. I Board Member Printed Name Date EXHIBIT B — WORK PROGRAM ELDERLY SERVICES Scope of Services: 3.2 PROVIDER will provide Elderly meals and related services to eligible program participants with funding from the American Rescue Plan Act of 2021 ("ARPA") from October 1, 2023 to October 31, 2023 with funding from the 2022-2023 ARPA Program Year. 1. PROVIDER will provide Congregate Meals and/or Homebound Meals a. Congregate Meals Program: Provide a nutritionally balanced meal, Monday through Friday, to eligible participants, at the following location(s): Address: Sunshine For All, Inc. 1407 SW 22nd Street Miami, FL 33145 b. Homebound Meals Program: Ensure delivery of a nutritionally balanced hot meal, Monday through Friday, to _ eligible participants at their home address. Other tasks to be performed by the PROVIDER in connection with the provision of meals and related services include, but are not limited to, the following: 2. Perform eligibility determination: A. Only elderly individuals meeting the following criteria will be considered eligible program participants: a. Must be a resident of the City of Miami b. Must be a member of a low -to moderate income household c. Must be at least 62 years of age B. PROVIDER must keep in file proof of the information listed below demonstrating that each program participant is eligible to receive program benefits: a. Proof of living in the City of Miami b. Proof of income c. Proof of age This information must match the information listed by the PROVIDER in the participant Program Application form must also be kept in the participant's file. PROVIDER may replace program participants who stop receiving program benefits by providing the information required in items 3.a and b for the new participant. 3. At all times, maintain facilities in conformance with all applicable codes, licensing, and other requirements for the operation of an elderly center and/or provision of meals. The facilities must be handicapped accessible. 4. Procure meals in a manner that provides, to the maximum extent, practical, open and free competition and in compliance with 24 CFR 84.40-48. 5. As part of the congregate meal program, provide a range of structured social and cultural activities. 6. As part of the homebound meal program, ensure that meals are delivered in a timely manner. 7. Maintain program and financial records documenting the eligibility, attendance, provision of services, and PROVIDER expenses relative to the elderly individuals receiving meals services as a result of the assistance provided through the ARPA program. 8. PROVIDER will provide the following program reports to the City: a. A monthly report for the services provided to eligible participants in a form provided by the CITY. This report must include the date range when services were provided, the name of the client(s), the last five digits of the client's social security number and the number of days served. This form must be signed by the Program Manager and Executive Director. SIGNED• b. A final Close -Out (fmancial report) and inventory report. c. A final performance report. 1011-1 —ter ,04 N. Date Executive Director STATE OF FLORIDA COUNTY OF M j a CYl -pule) The foregoing instrument was acknowledged before me by means online notarization, this 111 h day of ()01,00 r , 2023 by of su of h 1 n f 101' All In um. a Florida not -for -profit corporation of physical presence or ❑ ovciot0( �ubeii sane(' i 6xecu11v%(Title) , on behalf of the corporation. He/she is personally known to me or has produced identification. NOTARY PUBLIC: My commission expires Q l f 2 5 Ntara 1. C1ome)7 Is (Print Name) SEAL as Notary Public State of Florida Barbara Isabel Gomez Iglesias .:%. Moro? XPirMyE9S9f6l20255559758 Exhibit G INSURANCE REQUIREMENTS PUBLIC SERVICE AND ECONOMIC DEVELOPMENT PROGRAMS FOR COMMUNITY DEVELOPMENT I. Commercial General Liability (Primary & Non Contributory) A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $300,000 General Aggregate Limit $600,000 Products/Completed Operations $300,000 Personal and Advertising Injury $300,000 B. Endorsements Required City of Miami included listed as additional insured (endorsement Required) Explosion, Collapse, & Underground Hazard (If Applicable) Contingent Liability/Contractual Liability Premises & Operations Liability 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 included 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. $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Professional Liability (If Applicable) Each Claim Policy Aggregate $250,000 $250,000 '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" 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. EXHIBIT G / t LP CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 06/28/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. 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. THIS IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, 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 Gil, Garden, Avetrani Insurance Group 10689 N. Kendall Drive Suite 208 Miami FL 33176 CONTACT NAME: Benny Cabrera PHONE (305) 630-4777 (A/C, No Ext): (A/C, No): (305) 279-3022 EMAIL bcabrera ai com ADDRESS: �° 99 9 INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Lloyds of London INSURED Sunshine For All Inc 1407 SW 22 ST Miami FL 33145 Pr1VGoen-ee INSURER B : Ascendant Commercial Insurance Company INSURER C : INSURER D : INSURER E : INSURERF: CERTIFICATE NUMBER' CL2351.LUBa/ THIS INDICATED. CERTIFICATE EXCLUSIONS INSR ' 1'CtVIJIUN NUMCtK: IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE AUUL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM/OD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY 1000000 EACH OCCURRENCE $ , , CLAIMS -MADE X OCCUR TO 50,000 PREMISES Ea occurDAMAGE rence) nce) $ 5,000 A MED EXP (Any one person) $ Y ME0183966523 05/04/2023 05/04/2024 1000,000 PERSONAL BADVINJURY $ , GEN'L X AGGREGATE LIMIT APPLIES PRO- PER: GENERAL AGGREGATE $ 2,000,000 POLICY JECT LOC PRODUCTS - COMP/OP AGG 1000,000 $ , OTHER: $ AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ Included In GL - OWNED SCHEDULED BODILY INJURY (Per person) $ X AUTOS ONLY HIRED �./ AUTOS NON -OWNED ME0183966523 05/04/2023 05/04/2024 BODILY INJURY (Per accident) $ - AUTOS ONLY /� - AUTOS ONLY PROPERTY DAMAGE Per accident $ $ - UMBRELLA LIAB EXCESS LIAB OCCUR EACH OCCURRENCE $ CLAIMS -MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N X PER STATUTE OTH- ER B ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERJMEMBER EXCLUDED? N / A WC719535 12/27/2022 12/27/2023 E.L. EACH ACCIDENT $ 100,000 (Mandatory in NH) I1 yes, describe under E.L. DISEASE - EA EMPLOYEE $ 100,000 DESCRIPTION OF OPERATIONS below 500,000 A Professional Liability (Claims Made) ME0183966523 05/04/2023 05/04/2024 E.L. DISEASE -POLICY LIMIT Each Claim Aggregate Retention $ $ 250,000 $ 750,000 $ 1,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space City of Miami is listed as an Additional Insured with respect to the General Liability on a Primary and Non -Contributory contract. 30 Day Notice of Cancellation Applies (Hired/Non-Owned Auto Included within GL Policy) Is required) Basis when required by written City of Miami 444 SW 2nd Ave, 2nd Floor Miami FL 33130 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ORIGINATING DEPARTMENT: HOUSING AND COMMUNITY DEVELOPMENT DEPT. CONTACT PERSON: MONICA GALO NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Sunshine For All, Inc. EXT. 1976 IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ® NO TOTAL CONTRACT AMOUNT: $ 50,000.00 FUNDING INVOLVED? Ig YES 0 NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ® GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT OTHER: (PLEASE SPECIFY): N/A ❑ PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT PURPOSE OF THE ITEM (BRIEF SUMMARY): Contract in the amount of $50,000.00 in ARPA funding to Sunshine For All, Inc. for the implementation of elderly meal services. For additional information please see Resolution attached.. COMMISSION APPROVAL DATE: 10/27/22 FILE ID: 12594 ENACTMENT No.: 22-0412 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A ROUTING INFORMATION Date I?i P INT AND SIGN l APPROVAL BY DEPARTMENTAL DIRECTOR 11-30-22 PRINT: ROBERTO "AZ E _ SIGNATURE: SUBMITTED TO RISK MANAGEMENT PRINT: ANN-MARIE SHARPE o19itallyslgnetl by 0uevetlo, Quevedo, Terry pate 202211300951:47 SIGNATURE:-05'00' Matter ID: 22-3310 SUBMITTED TO CITY ATTORNEY D.J.G. 12/15/22 PRINT. VIC sRIA MEND Z SI ,.�/ , APPROVAL BY ASSISTANT CITY MANAGER PRINT: LA' RYSP IN J SI NATURE: RECEIVED BY CITY MANAGER Pj31 :ART G / SI , ATURE: 1) ONE ORIGINAL TO CITY CLERK, 2) ONE COPY TO CITY ATTORNEY"S OFFICE, 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PRINK:, SIGNATURE: PRINT: SIGNATURE: PRINT: SIGNATURE: PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER CITY OF MIAMI, FLORIDA DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT THE AMERICAN RESCUE PLAN ACT OF 2021 GRANT AGREEMENT This Agreement (hereinafter the "Agreement") is entered into this 2 day of between the City of Miami, a municipal corporation of the State of lorida (here' 1' after the "CITY"), & Sunshine For All, Inc. a Florida not for profit corporation (hereinafter referred to as the "PROVIDER"). FUNDING SOURCE: United States Department of the Treasury CFDA# (Ifapplicable): 21.027 AMOUNT: $ 50,000.00 TERM OF AGREEMENT: See Section 3.2 PROJECT NUMBER: UEI (SAM#): QM9XTF3EXKH4 AGENCY'S ADDRESS: 1407 SW 22nd Street Miami, FL 33145 1 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 Elderly Meals; 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 Exhibit B Exhibit C Exhibit D Exhibit E Corporate Resolution Authorizing Execution of this Agreement Scope of Services Compensation and Budget Summary Certification Regarding Lobbying Form Certification Regarding Debarment, Suspension and other Responsibility Matters (Primary Covered Transactions Form) Exhibit F Crime Entity Affidavit Exhibit G Insurance Requirements Exhibit H Policies and Procedures 1,2 DEFINED TERMS. As used herein the following terms shall mean: Funds: The $ 50,000.00 paid to PROVIDER in exchange for PROVIDER completing the activities described in the Scope of Services set forth in Exhibit B. 2 Areement 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, fmancial 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 Department of Housing and Community Development, 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. Program: CITY's Public Services 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-22-0412 (the "Resolution") with funding from the United States Depaitiuent of the Treasury 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 to be carried out by the PROVIDER. It should specifically describe the activities to be carried out as a result of the expenditure of Funds. Where appropriate it should list measurable objectives, 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. 3 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. 2.2 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 Copy of the PROVIDER's last federal income tax return (IRS Form 990). 2,10 The following corporate documents: (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 pCTOBER 1 2022 to SEPTEMER 30, 2023. 4 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 Program's Policies and Procedures Manual, 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 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 Department 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 5 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. 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 offunds 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 6 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 teiuis 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(e) to ensure compliance with procedures; (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 200.5 14(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. 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 8 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 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 14 NE 1st Avenue, 2nd Floor, Miami, FL 33132. 9 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 terns 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. 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 Depai tnient 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 10 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 infoiiiiation 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. 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 PROGRAMREQUIREMENTS 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. 11 7.5 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 perfoiinance 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 OMITTED, 7.9 UNIFORM ADMINISTRATIVE REOUIREMENTS. 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." 7.10 RELIGIOUS ORGANIZATIONS/CQNSTITUTIONAL 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) 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; 12 (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 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-B ased 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 13 (a) (b) PROVIDER CERTIFI...CATIONS, ASSURANCES, AND REGULATIONS. 8.1 The PROVIDER certifies that: 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. 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 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 14 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 ease, 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: 1 0.1.1 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 finds 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 he 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 fiinds, withhold payments, or both. 15 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 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 C1TY'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. 16 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, hi 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. 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. 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 17 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) 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 fmancial 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 18 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 Department of Housing & Community Development One Flagler Building 14 NE Pt Ave, 2"d Floor Miami, FL 33132 With a Copy To: Office of the City Attorney 444 SW 2"d Avenue, 9th Floor Miami, FL 33130 Attn: City Attorney PROVIDER Sunshine For All, Inc. 1407 SW 22nd Street Miami, FL 33145 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. 19 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. 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. 11.11.8This 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 20 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, 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. g A financial status report. A final request for payment. Remainder of page intentionally left blank. Signatures on the next page. 21 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 Sunshine For All, Inc. AUTHORIZED REPRESENTATIVE: Rub A. SRnlArl,� Date: 1i12a Name: � Title: 1 yeaWit pl r CITY OF MIAMI, a municipal Corporati n of the State of Florida Arthur n riega V. City Manager ate: APPROVED AS TO INSURANCE REQUIREMENTS Digitally signed by Quevedo, Quevedo, Terry Terry Date: 2022.11.30 09:52:08 05'00' Ann -Marie Sharpe Risk Management Date: 1407 SW 22" Street Miami, FL 33145 a Florida not -for -profit corporation ATTEST: U ) wk. 22 Name: j pior %€ Title: 50e4e %A4 dl yh4 /o ad Corporate Seal: ATTEST: Todd . Hannon City lerk Date; D • e: APPROVED AS TO FORM AND CORRECTNESS: Victdria Mendez M City Attorney tter ID: 2 D.J.G. 2023 12/15/22 CORPORATE RESOLUTION Sunshine For All, Inc. a Floridallon-profit , desires to enter WHEREAS,_ _.. into a Agreement with the City of Miami, a copy of which is attached hereto; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the Articles and By -Laws of the not -for -profit corporation; NOW, THEREFORE, BE IT RESOLVED BY TIIE BOARD OF DIRECTORS that Ruben A. Santana are/is hereby authorized and instructed to enter into the Agreement and undertake the responsibilities and obligations as stated in such proposed Agreement in the name and on behalf of this corporation with the City of Miami upon terms and conditions contained in the proposed Agreement to which this resolution is attached. DATED this 10 day ofNovember CORPORATE SECRETARY print Name: Linda Albe 20 22 PRESIiENT Print Name:Mauzicion Hanono (CORPORATE SEAL) City of Miami Resolution R-22-0412 Legislation City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12594 Final Action Date: 10/27/2022 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ALLOCATING AN AMOUNT NOT TO EXCEED $981,280.82 IN AMERICAN RESCUE PLAN ACT OF 2021 FUNDS ("FUNDS") FOR THE SECOND YEAR OF ASSISTANCE TO THE AGENCIES/DEPARTMENTS SPECIFIED IN EXHIBIT "A," ATTACHED AND INCORPORATED, FOR ELDERLY MEALS, SUBJECT TO ALL FEDERAL, STATE, AND LOCAL LAWS THAT REGULATE THE USE OF SUCH FUNDS; AUTHORIZING THE CITY MANAGER TO NEGOTIATE AND EXECUTE ANY AND ALL NECESSARY DOCUMENTS, INCLUDING AMENDMENTS, EXTENSIONS, AND MODIFICATIONS, ALL IN FORMS ACCEPTABLE TO THE CITY ATTORNEY, FOR SAID PURPOSE. WHEREAS, on September 13, 2021, pursuant to Resolution No. R-21-0352, the City Commission approved the allocation of American Rescue Plan Act of 2021 ("ARPA") funds in the amount of $137,639,417, which included an amount of $15,500,000 to the Department of Housing and Community Development ("Department"); and WHEREAS, the allocation to the Department included an amount of $1,500,000 to provide for elderly meals for a period of two (2) years to low to moderate income residents in the City of Miami ("City") that were negatively impacted by the Novel Coronavirus ("COVID-19") pandemic; and WHEREAS, the Department wishes to allocate a portion of the funds received for elderly meals to the agencies/departments specified in Exhibit "A," attached and incorporated, to provide additional support to a population that has been particularly negatively impacted by the COVID-19 pandemic; and WHEREAS, the City's Administration recommends the allocation of ARPA funds in the amount not to exceed $981,280.82 to the agencies/departments specified in Exhibit "A," attached and incorporated, for public service activities, subject to all federal, state, and local laws that regulate the use of such funds; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as fully set forth in this Section. Section 2. The allocation of ARPA funds in an amount not to exceed $981,280.82 to the agencies/departments specified in Exhibit "A," attached and incorporated, for public service activities, subject to all federal, state, and local laws that regulate the use of such funds, is authorized.' City of Miami Page 1 of 2 File ID: 12594 (Revision:) Printed On: 11/15/2022 File ID: 12594 Enactment Number: R-22-0412 Section 3. The City Manager is authorized' to negotiate and execute any and all necessary documents, including amendments, extensions, and modifications, all in forms acceptable to the City Attorney, for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption. APPROVED AS TO FORM AND CORRECTNESS: The herein authorization is further subject to compliance with all legal requirements that may be imposed, including but not limited to those prescribed by applicable City Charter and City Code provisions. City of Miami Page 2 of 2 File ID: 12594 (Revision:) Printed on: 11/15/2022 City of Miami Department of Housing and Community Development American Rescue Plan Act Funding Allocation FY2022 "Attachment A" AMERICAN RESCUE PLAN ACT (ARPA) FUNDING FY2022 Agency Description of Services ARPA Funding FY2022 ELDERLY MEALS Allapattah Community Action, Inc. Elderly Meals $ 201,000.00 Curley's House of Style, Inc. Elderly Meals $ 53,000.00 De Hostos Senior Center, Inc. Elderly Meals $ 149,000.00 Josefa Perez de Castano Kidney Foundation, Inc. Elderly Meals $ 19,000.00 Sunshine for AII, Inc. Elderly Meals $ 50,000.00 Department of Housing and Community Development To Be Allocated $ 509,280.82 Total Allocation: $ 981,280.82 EXHIBIT B — WORK PROGRAM ELDERLY SERVICES Scope of Services: 3.2 PROVIDER will provide Elderly meals and related services to eligible program participants with funding from the American Rescue Plan Act of 2021 ("ARPA") from October 1, 2022 to September 30, 2023 with funding from the 2022-2023 ARPA Program Y r. 1. PROVIDER will provide Congregate Meals and/or Homebound Meals a. Congregate Meals Program: Provide a nutritionally balanced meal, Monday through Friday, to eligible participants, at the following location(s): Address: SunshineFor Aljnc. 1407 SW 22"d Street Miami, FL 33145 b. Homebound Meals Program: Ensure delivery of a nutritionally balanced hot meal, Monday through Friday, tali eligible participants at their home address. Other tasks to be performed by the PROVIDER in connection with the provision of meals and related services include, but are not limited to, the following: 2. Perform eligibility determination: A. Only elderly individuals meeting the following criteria will be considered eligible program participants: a. Must be a resident of the City of Miami b. Must be a member of a low -to moderate income household c. Must be at least 62 years of age B. PROVIDER must keep in file proof of the information listed below demonstrating that each program participant is eligible to receive program benefits: a. Proof of living in the City of Miami b. Proof of income c. Proof of age This information must match the information listed by the PROVIDER in the participant Program Application form must also be kept in the participant's file. PROVIDER may replace program participants who stop receiving program benefits by providing the information required in items 3.a and b for the new participant. 3. At all times, maintain facilities in conformance with all applicable codes, licensing, and other requirements for the operation of an elderly center and/or provision of meals. The facilities must be handicapped accessible. 4. Procure meals in a manner that provides, to the maximum extent, practical, open and free competition and in compliance with 24 CFR 84.40-48. 5. As part of the congregate meal program, provide a range of structured social and cultural activities. 6. As part of the homebound meal program, ensure that meals are delivered in a timely manner. 7. Maintain program and financial records documenting the eligibility, attendance, provision of services, and PROVIDER expenses relative to the elderly individuals receiving meals services as a result of the assistance provided through the ARPA program. 8. PROVIDER will provide the following program reports to the City: a. A monthly report for the services provided to eligible participants in a form provided by the CITY. This report must include the date range when services were provided, the name of the client(s), the last five digits of the client's social security number and the number of days served. This form must be signed by the Program Manager and Executive Director. b. A final Close -Out (financial report) and inventory report. c. A final performance report. Date STATE OF FLORIDA COUNTY OF /I.•'f i4m; a Se. The foregoing instrument was acknowledged before me by means of physical presence or 0 online notarization, this day of Aniem Y , 2021.-by Pahei, gr,PA, (Title) at. Pk. of S'NS!!/Ne ,�DI- N�S,c a Florida not -for -profit corporation, on behalf of the corporation. He/she is personally known to me or has produced identification. My commission expires SEAL as MARIAC, MARCAYDA Notary Public - State of Florida eV Commission // NH 273052 ..... My Comm. Expires Jun 7, 2026 Bonded through National Notary Asir, 46, w. q► EXHIBIT C COMPENSATION AND BUDGET A. The maximum compensation under this Agreement shall be $ 50,000.00 B. PROVIDER's Itemized Budget, Cost Allocation, Staff Salaries Schedule are attached hereto and made part of this Agreement. C. Requests for payment should be made at least on a monthly basis. Reimbursement requests should be submitted to the CITY within thirty (30) calendar days 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. D. Each written request for payment shall contain a statement declaring and affirming that services described in Exhibit B Scope of 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, E. 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. Within 60 days of submitting each reimbursement request, copies of the cancelled checks or other CITY approved documents evidencing the payments by the PROVIDER, for which reimbursement was requested, shall be submitted. 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. F. 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. G. 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. H. 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. SIGNED: ne: : v of Executive Director AV) iQ,/Q �/• g400)- Datete STATE OF FLORIDA COUNTY OF M/$M1 LI40e The foregoing instrument was acknowledged before me by means of O''pliysical presence or 0 online notarization, this day of /(1)467 , 2021--by . J/dh !?+Q/1s (Title) f j(c• %�//L• of clAJf //V( �i✓ /�J/1 0►`1 a Florida not -for -profit corporation, on behalf of the corporation. He/she is : ersonally known to me or has produced as identification. My commission expires ,--(9,4(f/A r---(4)4 A - (Print Name) Name) SEAL MARIA C, MARCAYCA � Notary Public , State of Florida ' c Commission # HH 273052 f,- ` My Comm. Expires Jun 7, 2026 M . Bonded through National Notary Assn. 6 BG'1 AGENCY: FUNDING SOURCE: ITEM 101- STAFF SALARIE (Per salarie budget form 200- STAFF MICA- Gross Salarie x 1.45 %. 201-STAFF FICA Gross Salarie x 6.2 %. 202- STAFF WORKER COMPENSANTION- Gross salarie x 0.102 203 -STAFF UNEMPLOYMENT- Gross salarie x 3.58 252-AUDIT COST "301- INSURANCE COSTS 350-ELECTRICAL SERVICES/WATER 460- EQUIPMENT RENT 350- TELEPHONE 460- SPACE RENTAL 521-OFFICE SUPPLIES Office supplies for the program 524- FOOD HOT MEALS Cost of Food $3.65 / Meal 525- FOOD Transp. Transportation $1.60 / Meal Budget Form I DEPARTMENT OF COMMUNITY DEVELOPMENT (NON -HOUSING DEVELOPMENT ONLY) BUDGET NARRATIVE BY LINE ITEM SUNSHINE FOR ALL, INC FISCAL YEAR 2022-2023 American Rescue Act Plan (ARPA) - Elderly Services AMOUNT $6,500.00 $94.25 $403.07 $300.00 $0.00 $0.00 $387.68 $0.00 $0.00 $0.00 $0.00 $0.00 $29,419.00 $12,896.00 $0.00 $60,000.00 Form BG2 AGENCY: SUNSHINE FOR ALL, INC Budget Form II CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT (NON- HOUSING DEVELOPMENT ONLY) STAFF SALARY FORECAST PERIOD COVERING: 2022-2023 Employee Name Position Title Social Security Ethnicit'Pt/Ft Type of Employee Period Budgeted Pay Period Annual Gross Salary Total Salary Per Pay "Percent Period : of Salary Charged to City Total Amount Charged to City Jarc e L. Hucuet Prog Director ;** H FT 26 13 $69,500.00 $2,673.08 9.35% $6,500.00 $0.00 ;TOTAL $6,500.00 ARPA - Elderly Services BG3 ARPA-Elderly Services AGENCY: SUNSHINE FOR ALL, INC. Budget Form I 1 I CITY OF MIAMI DEPARTMENT OF COMMUITY DEVELOPMENT (NON -HOUSING DEVELOPMENT ONLY) COST ALLOCATION PLAN 1 OF 3 Period Being Allocated: 2022-2023 5 , _<; 1 4 ag Y11 .' APII501C,*a'` r , . 0 ` 'fir tx Effectit'r:.1tU4. 07LOilZ015ia05f3Q12017 .. u�22-2023 03,' y .. i, $1API�20221('i 11''ll Gi'VI tl Glty ofMlaml ,. 4 l; Cttyof x a i y ii l iP a�ia�l�..ir�M4mtH05: I�i "City OFM .... 7ii P' it _ (i, hsazdar�'�� ', __ . r� �, ., , STRIIU .ter y ., _ Ftald!'i I p�I (MIL r.s .+5 IO ((LL�sIn IV,Y? _, 4 : . ,r-tAmountV6 x %.I . MRAmou ntql @ , '1 *Amounts, % r Amount Ilil'dICPIINIIEH 9PrAmount _ - .. _,A Pri IIII. (i is 00 % 0.00 0.00 ,. a. ii g'i ai 1001ii3 101 STAFF SALARIES. 6500.00 8.97%: 00 38,000.7921% . 456;00 8.710; 36 a09.00' 1.56% : 6,627.00 0.00% 200 STAFF MICA. 94251 3.97% 551.0079.21% 4864.11 8.71%1 535.05' 1.56%i 96.09 0.00% 0.00% Cr„, .- $8,140.501 201 STAFF FICA. 403.071 3.97%, 2,356.00 7921% 2di, 8.'..7: 8.71081 2,287.80.. 1.56081 410.87 0.00% 0.0004 0.0C 326256.021 202STA.- .'YC5'F,{L.S17.0441 } 300.00 7.24% 500.00 7823% 5;0..o9 5.90%1 407.00`: 429%- 296.00 0.00% 0.00% $6,903.00' 203 STAFF LNEMPLOYMENT. 1 28.75%0 410.88 55.98% 800.00` 11.13%1 159.00.. 4.14%' 59.20 0.00% 0.00% $1,429.081 84,210.83i $4,250.57e 252 AUDIT COST. 1000054= 68.87%'.. 2900.00' 19.00%{ 800.00 ' 100.00%1 510.83' 100.00% 0.00% 261 TEMPORARY STAFF. 0.00%i 0.00,S1 0.00=. 0.00%j.._. 4250.576 0.00%1 0.001 0.00% 0.00% 301 GEN. LIABILITY INS. 387.68 0.00%' 56.18%1 574.00',. 5.87%1 60.00' 0.00% 0.00 C.00% 0.00%. S1,021.681 302DUMPSTER ! 100.00%1 - #3137J01 1 100.00%1 100.610% 0.00 100.00% #DN10! $0001 350TELF.PHON'E 7.69%, 750.00 87.39%1 8,52:00;- 4.92%1 480.00 0.00% 0.00 0.00% - 0.00% _ $9,755.001 $900.00 53,700.001 360 ELECTRICAL SRVCI WATER. 0.00%3 400.00 0.00%1 0.00% 1 500.00 0.00% 0.00 0.00%! 0.00% :: 450 EO,LE1'410TRENIAL. 51410 200.00 81.08%1 3,000.00, 13510,1 50000, 0.0008 0.00, 0.0004`: 0.0004 46o 5PACE RENTAL 13.89% 5.000.00r 8333%.. 3' r '1 tia.= 2.78%1 1,000.00! 0.00%' 0.00 0.00% 0A0% $36,000.00 470 ADVERTISING/PRINTING 0.005 : 100.00%`:. 41001 0.00%-1 0.00': 0.00% 0.00 0.00%% 0.00% '.. $0.00 501 POSTAGE. 0.00%! 92.36%1 1,450.1)9 7.64%1 120.00' 0.00%' 0.00 0.00%'. 0.0090' S1,579D0'. 502 PROELLA131LOTY ; 0.00%. 000%i 2053X1100.00%1 100.00% 0.00 0.00% . 0.00% $2,205.00. 510 LOCAL TRAVEL 0.00%'.. 7725%1 ,41u.591( 19.86%1 1,900.58r 0.00% 0.00 '.. 0.00%', 3.10% 304/00' $9,674.17 521 OFFICE SUPPLIES. 1 68600 582.12 9314/1. 7900.+30 0.00% 0.00 0.00081 0.00 0.000.1 0.0000, $8,402.12 524 FOOD HOT MEALS. 29.419.00 75.86%. 230.750.00 000/1 0.00% 9.53% 29,000.00' 0.00%1 4.93% 1'.37 .00r $304,169.00'. 525FOOD TRANSPORTATION. "- 12,896.00 77.80%'. 94,250.00 0.000%1 0.00% 10.73%.. 13,000.00 0.00%1 0.83%1 1,00000, $121,145.00'. 526 COMPUTER SUPPLIES. - 0.00% ` 100.00` 1 200.00 0.00% 0.00 0.00% 0.00 0.00% 0.00% 8200E0 5275UPPOATIVE SERVICES. 0A0°% ` 100.00%1 100.00[ 0.00% 0.00%.. 0.00 0.00% 0.00%; $100A0' 528 LICENSE & PERMITS. 0.00% 75.00% 300.00] 25.00% 100.00. 0.00%. 0.00 0.00% . 0.00% $400.00 529 BANK CHARGE. _..: #DN/0! #➢IV 0! 0.001 #DN/0! #9Nl01 0.00 '... 1 1 $0.00 530 REPAIRS 0.00% _. 0.00%1 0.03% 0.00%, 1 8000 531 BONUS 1 ' 0.00%1 0.00000, ... 0.00% 0.00%1 L _.. $0.00 532 BONUS VACATIONS 1 ! 0.00%' 0.00%1 0.00% 0.00%--. $0.00. 533 MISCELLANEOUS ! 0.00% 0.00%1 0.00% 0.00% 534 PUBLICRELATIONSIOUTREACA 1 0.00% 0.00%1 L 0.00% 0.00%. $0.00 535 PACKING SL'PPLIES.ICLEANAIG I 100.00%,: 0.00%1 0.00% . 0.00%' 0.00 100.00% 0.00% 5(10.00] $500.00 !TOTAL_____. ( I 50,000.001 38.43% .. 373,750.00] 44A20.1. 431,945.97. 5.14%. 00,000.00 5.1404. 50,000.00. 0.005',1 0.00 1.73% 16,03(0'J 000_ 0.00'' 5972,49597, 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 oomplete 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 certifieatior hall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each cl : fail We . Authori ed PriirNa""me: Title: ,merit %/" 2Z' 2,2-- Date STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me by means of physical presence or 0 online notarization, this - day of //t'. er'""' 202-,2-- by of _ 4'"7." /1111 Alotr. !1 a /14y_ 'ab Fir corporation, on behalf of the corporation. He/she ispc sonally known to as ide me or has produced [Notary Seal]: rar MARIA C. MARCAYDA 'f: i Notary Public " State of Florida ..g) Commission # NH 271052 pr0' My Comm. Expires Jun 7, 2026 P Sonded through National Notary Assn, ; 4 me or has produced [Notary Seal]: EXHIBIT E CERTIFICATION REGARDING DEBARMENT, SUSPENSION & OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS 1. Subrecipient 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. Authorize] ° ° :presentativ Print Na;, ° e: Title: tare: eie' ec-„It2z1. ZZ Date STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me by means of 'phys cal presence or ❑ online] notarization, this 2,2, day of 0/10. LPfi <:C! 1,i�h�► of -w.. a t , corporation, on behalf of the corporation. He/she 's as ideriti MARIA C. MARCAYDA Notary P(bl(c • State of Florida Commission / yH 273052 ,r,, • MY Comm, Expires Jun 7, 2026 Bonded through Nat(onai Notary Assn. 2022- by 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 ADMINIS IhR OATHS. 1. This sworn statement is submitted to f /4.4?l' by /2. -t--0/2,9 (Print this individual's name and title) for �%z/1 � 1 (Print name of entity submitting statements) • whose business address is /'�/l 7 (/Z4/ 1 ,';f , A/i fin) I /7 , i V, f and if applicable is Federal Employer Identification Number (FEIN) is l.-r CJ If the entity has no FEIN, include the Social Security Number of the individual signing this swam 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 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 I HE INFORMATION CONTAINED IN THIS FORM. z z Date STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me by means of ii'physical presence or 0 onli a notarization, this ____ da of /1/f%`(�Syj//p- 20 7L by , R ti3eh J J u., inn of 5U/7 rA/,jvr P2 ,- 4,'/ , , , aA Alm . Alp 7% t• corporation, on behalf of the corporation. He/ he is ersonallyknown to me or has produced as i [Notary Seal MARIA C. MARCAYBA Notary Public - State of Florida Commission # HH 273052 ,. My Comm. Expires Jun 7, 2026 Bonded through National Notary Assn. ignature of Not ry Exhibit G INSURANCE REQUIREMENTS PUBLIC SERVICE AND ECONOMIC DEVELOPMENT PROGRAMS FOR HOUSING & COMMUNITY DEVELOPMENT I. Commercial General Liability (Primary & Non Contributory) A. Limits of Liability Bodily hijury and Property Damage Liability Each Occurrence $300,000 General Aggregate Limit $600,000 Products/Completed Operations $300,000 Personal and Advertising Injury $300,000 B. Endorsements Required City of Miami included listed as additional insured (endorsement Required) Explosion, Collapse, & Underground Hazard (If Applicable) Contingent Liability/Contractual Liability Premises & Operations Liability Example. "The City of Miami is named additional insured on the general liability. On a primary and non-contributory basis. All policy and conditions apply." 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 included as an Additional Insured Example. "The City of Miami is named additional insured on the automobile liability. Note: If agency does not own any vehicles please submit this stamen on the agency's dated letterhead and signed by the authorized representative. 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. $100,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Professional Liability (If Applicable) Each Claim Policy Aggregate $250,000 $250,000 V. Certificate Holder Information should be listed as the following: City of Miami 444 SW 2nd Avenue Miami, FL 33130 'THE DEPARTMENT OF RISK MANAGEMENT RESERVES THE RIGHT TO SOLICIT ADDITIONAL INSURANCE COVERAGE AS MAYBE 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 bRisk s agement prior to insurance approval. Date STATE OF FLORIDA COUNTY OF MIAMI-DADE The foregoing instrument was acknowledged before me by means ofphysical presence or D online notarization, f ais 2-2,- day of x% tir 20 by of .5-21,4S/4144ft - eX1.6 corporation, on behalf of the corporation. e/s ' is ersonall known me or has produced [Notary Sea MARIA C. MARCAYDA Notary Public - State of Florida i Commission N HH 273052 r My Comm. Expires Jur 7. 2026 Bonded through National Notary Assn, ACC 171� PRODUCER Gil, Garden, Avetrani Insurance Group 10680 N. Kendall Drive Suite 208 Miami CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 06/16/2022 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(ies) 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). —CONMEAcr Benny"Cabrera FL 33176 PHONElair' PM (305) 630-4777 ADDRESS: bcabrera Q(7ggaig.COm INSURER A INSURER(S)AFFORDING COVERAGE Lloyds of London INSURED Sunshine For All Inc 1407 SW 22 ST INSURER B INSURER C INSURER D INSURER E Ascendant Commercial Ins. Inc. Miami FL 33145 INSURER F: COVERAGES CERTIFICATE NUMBER: CL225319228 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED/ INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ka LTR TYPE OF INSURANCE ` $Ub" IN6D WVD POLICY NUMBER 1MM/DDIYMYY) IM M/DDlYYh`Y7 ',. X COMMERCIAL GENERAL LIABILITY 1I ..... CLAIMS -MADE 1' OCCUR INSR A B GEN'L AGGREGATE LIMITAPPLIES PER: POLICY PRO• JECT LOC X OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED ', SCHEDULED AUTOS ONLY AUTOS HIRED - " NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAR EXCESS LIAB DEC RETENTION $ '..00CUR '.. CLAIMS -MADE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE �'j OFFICER/MEMBER EXCLUDED? I ' (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Professional Llability (Claims Made) N/A ME0183966522 WC719534 ME0183966522 'POLICY REF 'POLICY E 05/04/2022 05/04/2023 12/27/2021 12/27/2022 05/04/2022 05/04/2023 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If mare space Is required) City of Had Is listed as an Additional Insured with respect to the General Liability on a Primary and Non -Contributory Basis contract. CERTIFICATE HOLDER City of Miami 444 SW 2nd Ave, 2nd Floor Miami ACORD 25 (2016/03) FL 33130 CANCELLATION C, No (305) 279-3022 REVISION NUMBER: ABOVE FOR THE POLICY PERIOD WITH RESPECT TO WHICH THIS iUBJECT TO ALL THE TERMS, LIMITS. EACH OCCURRENCE $ 1,000,000 '.. DAMAGE ro RENTED i REASISES tEa Oecwnance) 50 000 $ ' MED EXP (Any one parson) $ 5,000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGGmm $ 1,000,000 Hired Non -Owned Auto ry $ Included COMBINED SINGLE LIMIT -$ (Ea accident,)p-„-,d,�®„ BODILY INJURY (Per person) $ BODILY INJURY (Per occident) -PROPERTY $ DAMAGE- (Peraccident) $ $ EACH OCCURRENCE $ AGGREGATE $ X 6TATUTE ERH E.L. EACHACCIDENT $ 100,000 E.L, DISEASE - EA EMPLOYEE $ 100,000 E,L.DISEASE- POLICYLIMIT $ 500,000 Each Claim $ 250,000 Aggregate $ 750,000 Retention $ 1,000 then required by written SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Nat for Profit 11/29/2022 City of Miami Risk Management Department One Flagler Building 14 NE 1 Street, 2nd Floor Miami, FI 33132 To whom it may concern: This letter is to inform you that Sunshine For All Inc. does not an will not own, lease, hire tent or borrow vehicles in connection with the 2022-2023 ARPA - Elderly Meals Program with the City of Miami District 4, If you need any additional information regarding this, please contact me at your convenience. u e, £ • antana Executive Director 1407 SW 22 Street Miami FL 33145 Email: ihuguet@sunsineforall.org Office: (305)285-3217 Fax: (305) 285-3219 Olivera, Rosemary From: Galo, Monica Sent: Thursday, January 4, 2024 12:43 PM To: Lee, Denise; Olivera, Rosemary; Ewan, Nicole; Hannon, Todd; Pereira, Raymond Subject: Executed Agreement - Sunshine For All Amendment #1 ARPA Extension Attachments: Sunshine For All ARPA Amendment #1 Executed Agreement.pdf Good morning, Please find attached the fully executed copy of an agreement from DocuSign that is to be considered an original agreement for your records. Thank you, Monica Galo i