Loading...
MODIFICATION TO SUBGRANT AGREEMENT - CN H0560 - PN 4337-505-R 0 STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Ron DeSantis Kevin Guthrie Governor Director May 8, 2025 Ms. Sara Delorenzo Grants Coordinator 600 Cleveland Street Clearwater Florida 33755 Re: Project#4337-505-R, City of Clearwater, Wastewater Reclamation Facilities, Generators Dear Ms. Sara Delorenzo: Enclosed is the executed Hazard Mitigation Grant Program (HMGP) contract modification number one (#1) (Contract # H0560) between City of Clearwater and the Division of Emergency Management. Please email all Requests for Reimbursement (Attachment D) to the project manager at Aiin .I-6 eneker eri.ri fioriori. The Project Manager for this contract is: Alaina Hagenseker, Project Manager Florida Division of Emergency Management 2555 Shumard Oak Blvd, Tallahassee, Florida 32399 If you have any specific questions regarding the contract or the Request for Reimbursement form, please contact Alaina Hagenseker at (850) 635-8858. Respectfully, Digitally signed by Laura Dhuwe Laura D h u W e Date:2025.05.22 14:56:38 -04'00' Laura Dhuwe Bureau Chief, Mitigation State Hazard Mitigation Officer Enclosure DIVISIO N H EA DQUARTERS Telephone: 850-815-4000 STATE LOGISTICS RESPONSE CENTER 2555 Shumard Oak Boulevard www.FloridaDisaster.org 2702 Directors Row Tallahassee, FL 32399-2100 Orlando, FL 32809-5631 Contract Number: H0560 Project Number:4337-505-8 MODIFICATION TO SUBGRANT AGREEMENT BETWEEN THE DIVISION OF EMERGENCY MANAGEMENT AND CITY OF CLEARWATER This Modification Number One made and entered into by and between the State of Florida, Division of Emergency Management("the Division"),and City of Clearwater("the Sub-Reciplent")to modify Contract Number H0560, dated, June 23, 2022 ("the Agreement"), WHEREAS, the Division and the Sub-Recipient have entered into the Agreement,pursuant to which the Division has provided a subgrant to the Sub-Recipient under the Hazard Mitigation Grant Program OT'$210,748.50, in Federal Funds. and WHEREAS, the Division and the Sub-Recipient intend to modify the Agreement; and WHEREAS, the Agreement expired on January 31, 2024; and WHEREAS, the Division and the Sub-Recipient intend to reinstate and extend the terms of the Agreement. NOW THEREFORE, in consideration of the mutual promises of the parties contained herein,the parties agree as follows: 1. The Agreement is hereby reinstated and extended as though it had never expired. 2, Paragraph 8 of the Agreement is hereby amended to read as follows: (8) PERIOD OF AGREEMENT This Agreement shall begin June 23, 2022 and shall end July 31, 2025, unless terminated earlier in accordance with the provisions of Paragraph (17)of this Agreement 3. The Budget and Scope of Work,Attachment A to the Agreement, are hereby modified as set forth in I st Revision Attachment A to this Modification, a copy of which is attached hereto and incorporated herein by reference, 4. All provisions of the Agreement being modified and any attachments in conflict with this Modification shall be and are hereby changed to conform with this Modification, effective on the date of execution of this Modification by both parties. 5, All provisions not in conflict with this Modification remain in full force and effect, and are to be performed at the level specified in the Agreement, * Quarterly Reports are due to the Division no later than 15 days after the end of each quarter of the program year and shall be sent each quarter until submission of the administrative close-out report. The ending dates for each quarter of the program year are March 31, June 30, September 30 and December 31. * Attachment L- Florida Accountability Contract Tracking System (FACTS)Requirements for Non- profit Organizations Under Section 216.1366, Florida Statutes, Instructions and Worksheet is hereby incorporated into the Agreement and is required to be completed by the subrecipient and returned the Division, IN WITNESS WHEREOF,the parties hereto have executed this Modification as of the dates set out below, SUB-RECIPIENT. CITY OF CLEARWATER By. V Name and Title: Date: STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT Digitally signed by Laura Dhuwe By� Laura DhuweDate:2025.05.22 14:56:22-04'00' fame and Title: Kevin,Guth rie-Director Date: 22-MAY-2025 i l i Attachment (V Revision) Budget and Scope of Work STATEMENT of PURPOSE; The purpose of this Scope of Work is to provide protection to three wastewater reclamation facilities in Clearwater and Safety Harbor, Pinellas County, Florida,.. funded through the Hazard Mitigation Grant Program (HMGP) DR-4337-505-R, as approved by the Florida Division of Emergency Management (Division)and the Federal Emergency Management Agency(FEMA) The project is for the purchase and setup of an emergency generator system to reduce and/or mitigate the damage that might otherwise occur from severe weather or other hazards. The Sub-Recipient, City of Clearwater, agrees to administer and complete the project per scope of work as submitted by the Sub-Recipient and subsequently approved by the Division and FEMA. The Sub- Recipient shall complete the work in accordance with all applicable Federal, State and Local Laws, Regulations, and Codes. I I PROJECT OVERVIEW As a Hazard Mitigation Grant Program (HMP) project, the Sub-Recipient shall provide backup power to the City's three (3)wastewater reclamation facilities located at 3141 SR 60, Clearwater, Florida, 33759; 3290 SR 580, Safety Harbor, Florida, 346951 and 1605 Harbor Drive„ Clearwater, Florida,. 33755. The HMGP scope of work for the proposed project shall provide protection to the facilities by purchasing and installing two (2) 200kW mobile generators, or the adequate size determined by the vendor and/or j electrical engineer during the bid process to appropriately support the critical facilities, along with the installation of required connector cables for each generator necessary to alternate between the City's three (3)wastewater reclamation facilities in emergency power loss situations. This flexibility shall reduce water quality concerns„mitigate public health and safety hazards,and reduce potential impacts to coastal zones, wetlands fisheries„and historic resources. The portable generator(s)shall be stored at a location protected against a 500-year flood event or located outside the Special Flood Hazard Area(SFHA)and shall be protected against wird with a rated enclosure based on their location requirements. Activities shall be completed in strict compliance with Federal, State and Local Rules and Regulations. Proiect Locations; ID# Station Location ; Coordinates j East WRF3141 FClearwater, FL.33759 (27-96050, -82.706426 2 l or heart iRF 3290 S.R. 58 afet Harbor, FL 34695 ( (2 8,030462, -82.704052 Marshall WRF 1605 Harbor Lar, Clearwater, FL 33755 ; 7.982335 -82.788041 TASKS S&DELIVERABLES: ) Tasks: 1) The Sub-Recipient shall procure the services of a qualified and licensed Florida contractor and execute a contract with the selected bidder to complete the scope of work as approved by the Division and FEMA. The Sub-Recipient shall select the qualified, licensed Florida contractor in accordance with the Sub-Recipient's procurement policy as well as all Federal and Mate Laws and Regulations. All procurement activities shall contain sufficient source documentation and be in accordance with all applicable regulations. The Sub-Recipient shall be responsible for furnishing or contracting all labor, materials, equipment„ tools, transportation and supervision and for performing all work, design, and construction plans presented to the Division by the Sub-Recipient and subsequently approved by the Division and FEMA, The Sub-Recipient and contractor shall be responsible for maintaining a safe and secure worksite for the duration of the work. The contractor shall maintain all work staging areas in a neat and presentable condition. The Sub-Recipient shall ensure that no contractors or subcontractors are debarred or suspended from participating in federally funded projects. The selected contractor shall have a current and valid occupational license/business tax receipt issued for the type of services being performed. The Sub-Recipient shall provide documentation demonstrating the results of the procurement process. This shall include a rationale for the method of procurement and selection of contract type, contractor selection and/or rejection and bid tabulation and listing, and the basis of contract price. The Sub-Recipient shall provide an executed "Debarment, Suspension, Ineligibility, Voluntary Exclusion Form'for each contractor and/or subcontractor performing services under this agreement. Executed contracts with contractors and/or subcontractors shall be provided to the Division by the Sub- Recipient. The Sub-Recipient shall provide copies of professional licenses for contractors selected to perform services. The Sub-Recipient shall provide a copy of a current and valid occupational license or business tax receipt issued for the type of services to be performed by the selected contractor. 2) The Sub-Recipient shall monitor and manage the procurement and setup of all products in accordance with the HMGP application and associated documentation as presented to the Division by the Sub- Recipient and subsequently approved by the Division and FEMA. The Sub-Recipient shall ensure that all applicable State, Local and Federal Laws and Regulations are followed and documented, as appropriate. The Sub-Recip,ient shall fully perform the approved project, as described in the application, in accordance with the approved scope of work indicated herein, the estimate of costs indicated herein, the allocation of funds Indicated herein, and all applicable terms and conditions. The Sub-Recipient shall not deviate from the approved project terms and conditions. Upon completion of the work, the Sub-Recipient shall schedule and participate in a final inspection of the completed project by the local municipal or county building department(official),or other approving official, as applicable. The official shall inspect and certify that all Installation was in accordance with the manufacturer's specifications. Any deficiencies found during this final inspection shall be corrected by the Sub-RecIpient prior to Sub-Recipient's submittal of the final inspection request to the Division. Upon completion of Task 2, the Sub-Recipient shall submit the following documents with sufficient supporting documentation and provide a summary of all contract scope of work and scope of work changes, if any. Additional documentation shall include: a) A letter affirming the purchase has been completed and requesting Final Inspection indicating the exact storage location of the generators. b) All Product Specifications/Data Sheet(s) (technical standards)satisfying protection requirements on all products utilized. c) Verification letter or documentation showing that when not in use the generators are stored in an un-shaded X zone or protected to the 500-year(0.2%annual chance)flood elevation if stored in a Special Flood Hazard Area(SFHA)or shaded X zone. d) Proof of compliance with Project Conditions and Requirements contained herein. 3) During the course of this agreement, the Sub-Recipient shall submit requests for reimbursement. Adequate and complete source documentation shall be submitted to support all costs (federal share and local share) related to the project. In some cases, all project activities may not be fully complete prior to requesting reimbursement of costs incurred in completion of this, scope of work-, however, a partial reimbursement may be requested. The Sub-Recipient shall submit an Affidavit signed by the Sub-Recipient's project personnel with each reimbursement request attesting to the completion of the work, that disbursements or payments were made in accordance with all agreement and regulatory conditions, and that reimbursement is due and has not been previously requested, The Sub-Recipient shall maintain accurate time records. The Sub-Recipient shall ensure invoices are accurate and any contracted services were rendered within the terms and timelines of this agreement. All supporting documentation shall agree with the requested billing period. All costs submitted for reimbursement shall contain adequate source documentation which may include but not be limited to cancelled checks, bank statements, Electronic Funds Transfer, paid bills and invoices, payrolls, time and attendance records, contract and subcontract award documents. Construction Expense: The Sub-Recipient shall pre-audit bills, invoices, and/or charges submitted by the contractors and subcontractors and pay the contractors and subcontractors for approved bills, invoices, and/or charges, Sub-Recipient shall ensure that all contractor/subcontractor bills, invoices, and/or charges are legitimate and clearly identify the activities being performed and associated costs. Sub-Recipient Management Costs (SRM ) expenditure must adhere to FEMA Policy #104-11-1 HMGP Management Costs (interim) signed November 14, 2018, FEMA defines management costs as any: Indirect costs, Direct administrative costs, and other administrative expenses associated with a specific project. Administrative costs are expenses, incurred by a Sub-Recipient in managing and administering the federal award to ensure that federal, state requirements are met including: solicitation,development, review, and processing of sub-applications;delivery of technical ass,istancei quarterly progress and fiscal reporting; project monitoring; technical monitoring: compliance activities associated with federal procurement requirements; documentation of quality of work verification for quarterly reports and closeout„ payment of claims; closeout review and liquidation-, and records retention. Any activities that are directly related to a project are not eligible under management costs. For example, architectural, engineering, and design services are project costs and cannot be included under management costs. Similarly, construction management activities that manage, coordinate, and supervise the construction process from project scoping to project completion are project costs. These activities cannot be included under management costs. Due to Strategic Funds Management (SFIVI), SRMC Interim Policy requires management costs to be obligated in increments sufficient to cover Sub-Recipient needs, for no more than one year, unless contractual agreements require additional funding. FEMA has established a threshold where annual increments shall be applied to larger awards allowing smaller awards to be fully obligated. Obligations shall be handled by the size of the total subaward. The Sub-Recipient shall pre-audit all SRM C source documentation—personnel,fringe benefits, travel, equipment, supplies, contractual, and indirect costs. A brief narrative is required to identify what the funds shall be used for. Documentation shall be detailed and clearly describe each approved task performed, hours devoted to each task, and the hourly rate charged including enough information to calculate the hourly rates based on payroll records. Employee benefits and tasks shall be clearly shown on the Personnel Activity Form, and all Personnel or Contractual SRM C shall be invoiced separate from all other project costs. Project Management Expenses (only applies to disasters prior to August 1, 2017, all others adhere to FEMA Policy#104-11-1 for SRMC)-. The Sub-Recipient shall pre-audit source documentation such as payroll records,project time sheets, attendance logs,etc. Documentation shall be detailed information describing tasks performed, hours devoted to each task, and the hourly rate charged for each hour including enough information to calculate the hourly rates based on payroll records. Employee benefits shall be clearly shown. The Division shall review all submitted requests for reimbursement for basic accuracy of information. Further, the Division shall ensure that no unauthorized work was completed prior to the approved project start date by verifying vendor and contractor invoices. The Division shall verify that reported costs were incurred in the performance of eligible work, that the approved work was completed, and that the mitigation measures are in compliance with the approved scope of work prior to processing any requests for reimbursement. Review and approval of any third-party in-kind services, if applicable,shall be conducted by the Division in coordination with the Sub-Recipient. Quarterly Reports shall be submitted by the Sub-Recipient and received by the Division at the times, provided in this agreement prior to the processing of any reimbursement. The Sub-Recipient shall submit to the Division requests for reimbursement of actual construction and managerial costs related to the project as identified in the project application,and plans. The requests for reimbursement shall include: a) Contractor, subcontractor, and/or vendor invoices which clearly display dates of services performed, description of services performed, location of services performed, cost of services performed, name of service provider and any other pertinent information; b) Proof of payment from the Sub-Recipient to the contractor, subcontractor, and/or vendor for invoiced services; c) Clear identification of amount of costs being requested for reimbursement as well as costs being applied against the local match amount. The Sub-Recipient's final request for reimbursement shall include the final construction project cost. Supporting documentation shall show that all contractors and subcontractors have been paid. B) Deliverables: Mitigation Activities consist of providing protection to three (3) wastewater reclamation facilities In Clearwater and Safety Harbor, Florida 33759, 34695, and 33755 by purchasing and installing two (2) 200kW portable generators, or the adequate size determined by the vendor and/or electrical engineer during the bid process to appropriately support the critical facilities, along with the installation of required connector cables for each generator. The portable generator(s) shall be stored at a location protected against a 500-year flood event or located outside the Special Flood Hazard Area(SFHA)and shall be protected against wind with a rated enclosure based on its location requirements. Activities shall be completed in strict compliance with Federal, State and Local Rules and Regulations. Provided the Sub-Reciplent performs in accordance with the Scope of Work outlined in this Agreement, the Division shall reimburse the Sub-Recipient based on the percentage of overall project completion. PROJECT CONDITIONS AND REQUIREMENTS: C) Engineerl,ng 1) The Sub-Recipient shall submit to the Division an official letter stating that the project is 100%complete and ready for the Division's Final Inspection of the project. 2) The Sub-Recipient shall provide a letter and documentation affirming the purchase has been completed and requesting Final Inspection indicating the exact storage location of the generator(s). 3) The Sub-Recipient shall submit all Product Specifications / Data Sheet(s) (technical standards) satisfying protection requirements on all products utilized. 4) The Sub-Recipient shall follow all applicable State, Local and Federal Laws, Regulations and requirements, and obtain (before starting project work) and comply with all required permits and approvals. Failure to obtain all appropriate Federal, State, and Local permits and clearances may jeopardize federal funding, D) Environmental-, 1) The Sub-Recipient shall follow all applicable state, local and federal laws, regulations and requirements, and obtain (before starting project work) and comply with all required permits and approvals. Failure to obtain all appropriate federal, state, and local environmental permits and clearances may jeopardize federal funding. If project is delayed for a year or more after the date of the categorical exclusion (CATEX), then coordination with and project review by regulatory agencies must be redone. 2) Any change, addition or supplement to the approved mitigation measure or scope of work that alters the project (Including other work not funded by FEMA, but done substantially at the same time) shall require resubmission to the Division and FEMA for revaluation of compliance with the National Environmental Protection Act (NEPA) and Section 106 of the National Historic Preservation Act (NHPA) prior to initiation of any work. Non-compliance with these requirements may jeopardize FEMA's ability to fund this project. A change in the scope of work shall be approved by the Division and FEMA in advance regardless of the budget implications. 3) If any ground disturbance activities occur during construction,the Sub-Recipient shall monitor ground disturbance during construction, and if any potential archeological resources are discovered, shall immediately cease construction in that area and notify the Division and FEMA. 4) The generators are supporting a critical action and when not in use must be stored in an un-shaded X zone or must be protected to the 500-year(0.2% annual chance)flood elevation if stored in a Special Flood Hazard Area (SFHA) or shaded X zone. The Sub-Recipient must submit documentation to the Division and FEMA documenting compliance with this condition. Prior to closeout, any change to the portable generator storage location shall require additional review and shall be submitted to the Division and FEMA by the Sub-Recipient as soon as the new location is known. 5) Construction vehicles and equipment used for this project shall be maintained in good working order to minimize pollutant emissions. E) Programmatic: 1) The Sub-Recipient must notify the Division as soon as significant developments become known, such as delays or adverse conditions that might raise costs or delay completion, or favorable conditions allowing lower costs or earlier completion, 2) The Division and FEMA shall approve a change in the scope of work in advance, regardless of the budget implementations. 3) The Sub-Recipient must"obtain prior written approval for any budget revision which would result in a need for additional funds"[44 CFR 13(c)], from the Division and FEMA. 4) Any extension of the Period of Performance shall be submitted to FEMA 60 days prior to the expiration date. Therefore, any request for a Period of Performance Extension shall be in writing and submitted, along with substantiation of new expiration date and a new schedule of work,to the Division a minimum of seventy(70)days prior to the expiration date,for Division processing to FEMA. 5) The Sub-Recipient must avoid duplication of benefits between the HMGP and any other form of assistance, as required by Section 312 of the Stafford Act, and further clarification in 44 CFR 206.191- 6) A copy of the executed subcontract agreement(s)must be forwarded to the Division within 10 days of execution. 7) Project approval is with the condition that the tasks, deliverables,and conditions be accomplished and submitted 30 days prior to the Period of Performance date,for review and approval by the Division,for submittal to,FEMA for Closeout, 8) Special Conditions required on implementation of project, a) EO CONDITION: The generator is supporting a critical action and must be protected to the 500- year(0.2%annual chance)flood elevation. The Sub-Recipient must submit documentation to the State and FEMA documenting compliance with this condition, Source of condition- Executive Order 11988-Floodplains Monitoring Required: No 9) Per FEMA Hazard Mitigation Assistance Guidance Part VI, D.3.4 — Contingency funds are not automatically available for use. Prior to their release, contingency funds must be re-budgeted to another direct cost category and identified. Post-award changes to the budget require prior written approval from the Division (FDEM). The written request should demonstrate what unforeseen condition related to the project arose that required the use of contingency funds. This is FEMA project number 4337-505-R, It is funded under HMGP, FEMA-4337-DR-FL and must adhere to all program guidelines established for the l-MGP in accordance with the PAS Operational Agreement for Disaster 4337. FEMA awarded this project on August 25, 2020; this Agreement was executed on June 23, 2022, and the Period of Performance for this project shall end on July 31,2025, F) FINANCIAL CONSEQUENCES' If the Sub-Recipient fails to comply with any term of the award, the Division shall take one or more of the following actions, as appropriate in the circumstances: 1) Temporarily withhold cash payments pending correction of the deficiency by the Sub-Recipient; 2) Disallow all or part of the cost of the activity or action not in compliance„ 3) Wholly or partly suspend or terminate the current award for the Sub-Recipient's program; 4) Withhold further awards for the program; or 5) Take other remedies that may be legally available, SCHEDULE OF WORK State Contracting: 6 Months Construction Plan[Technical Specificatlons: 5 Months Bidding/Local Procurement: 5 Months Permitting-, 4 Months Construction/ Installation: 24 Months Local Inspections/Compliance: 5 Months State Final Inspection/Compliance: 5 Months Closeout Compliance: 5 Months Total Period of Performance: 59 Months BUDGET Line Item Budget' Project Cost Federal Cost Non-Federal Cost Materials: $246,998.00 $185,248.50 $61,749.50 Labor $34,000,00 $25,500,00 $8,500-00 Fees: $0.00 $0.00 $0.00 .......... Initial Agreement Amount- $280,998.00 $210,748.50 $70,249.50 ***Contingency Funds: $14,049.00 $10,536,75 $3,51225 Pro $221,285.25 $73,761.75 tTotal: $295,047.0(3 *Any line item amount in this Budget may be increased or decreased 10% or less, with the Division's approval, without an amendment to this Agreement being required, so long as the overall amount of the funds obligated under this Agreement is notincreased. This project has an estimated $14,049.0,0 in contingency funds. Per FEMA Hazard Mitigation Assistance Guidance Part V1, D.Z 4—Contingency funds are not automatically available for use. Prior to their release, contingency funds must be re-budgeted to another direct cost category and identified- Post- award changes to the budget require prior written approval from the Division(FDEM). The written request should demonstrate what unforeseen condition related to the project arose that required the use of contingency funds. Project Management costs are included for this project in the an7GLInt Of$0.00. Funding Summary Totals Federal Share: $221,28525 (75.00%) Non-Federal Share: $73,761,75 (25.00%) Total Project Cost: $295,047.00 (100.00%) Attachment L Florida Accountability Contract Tracking System(FACTS) Requirements for Non-profit Organizations Under Section 216.1366, Florida Statutes Instructions and Worksheet PURPOSE; Section 215-985, Florida Statutes(F.S.), amended in 2023, requires that each contract for which a state entity makes a payment pursuant to a contract executed, amended, or extended on or after July 1, 2023, the Division shall post any documents submitted pursuant to s. 216.1366, F'S_ which indicates the use of state funds as remuneration under the contract or a specified payment associated with the contract on the contract tracking system. CONTRACT DOCUMENTATION REQUIREMENTS Section 216.1366, F.S., amended in 2023, establishes new documentation requirements for any contract for services executed, amended, or extended on or after July 1, 2023,with non-profit organizations as defined in s.215.97(2)(m). F.S.The contract must require the contractor to provide documentation that indicates the amount of state funds: Allocated to be used during the full term of the contract for remuneration to any member of the board of directors or an officer of the contractor. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the contractor. The documentation must indicate the amounts and recipients of the remuneration. Such information must be included in the contract tracking system maintained pursuant to s. 215.985 F.S. and must be posted on the contractor's website if the contractor maintains a website. . As used in this subsection, the term: o "Officer" means a Chief Executive Officer(CEO), Chief Financial Officer(CFO), Chief Operating Officer(COO), or any other position performing an equivalent function. o "Remuneration"means all compensation earned by or awarded to personnel,whether paid or accrued, regardless of contingency, including bonuses, accrued paid time off, severance payments, incentive payments, contributions to a retirement plan, or in-kind payments, reimbursements, or allowances for moving expenses, vehicles and other transportation,telephone services, medical services, housing, and meals. o "State funds"means funds paid from the General,Revenue Fund or any state trust fund, funds allocated by the Federal Government and distributed by the state, or funds appropriated by the state for distribution through any grant program. The term does not include funds used for the state Medicaid program. Note:This"Instructions and Worksheet' Is meant to explain the requirements of the Section 216.1366, F.S., amended in 2023, and give clarity to the attached form distributed to recipients and sub-recipients for completion.All pertinent information below should be filled out, signed, and returned to the project manager. NO:N-PROFIT ORGANIZATION REMUNERATION INFORMATION 1. Is your business or organization a non-profit organization as defined in s-215.97 (2)(m). F.S.? Yes El No JK If the answer to Question 1 is "Yes," continue to Question 2.If the answer to Question I is "No", move to the signature block below to complete the certification and submittal process. 2. Will state funds be used as remuneration to any member of the board of directors or an officer in your business or organization? Yes 7 No 7 If the answer to Question 2 is"Yes," provide the information required in the"Total Compensation Paid to Non-Profit Personnel Using State Funds"form below.A separate form should be completed for each member of the board of directors or officer being compensated using state funds.If the answer to Question 2 Is "No", move to We signature block belbw to complete the certification and submittW process. To" tel Comp msation,Paid to Non-Profit Personnel Using State Funds Name, Title, Agency AgreementXontract# Total ContTact Amount Contract Term: Line item Budget Category Totat AmGunt Paid Amount Paid from State Funds Salaries Fringe Bemefts Bonuses Accrued Paid,Time Off Severance Payment$ Retirement Cor itributions In-Kind Payments Incentive Payments ReirribursementsfAllowancos Moving Expenses Transporlation Costs Telophon,e SerWces Hlousing edicaI Services Costs, Costs, Wals CERTIFICATION. I cert4 that the,amounts listed above are true and accurate and in accordance with the approved budget. J Name, Jennifer Poirrier signoture, Titfe- Citi Date: PART i-CHARTER AND RELATED LAWS Subpart A-CHARTER ARTICLE Ill.ADMINISTRATION ARTICLE/11. ADMINISTRATION Section 3.01. City manager, The city manager shall serve as the chief administrative officer and chief executive officer of the city.The city manager shall be appointed on the basis of administrative qualifications,experience,and training.The city manager need not be a resident of the city or state at the time of appointment, but shall establish and maintain residency within the city within one year after the appointment.The city manager shall be responsible to the council for all city administrative affairs, Section 3.02.Appointment; removal, compensation. (a) Appointment.The council shall appoint a city manager by an affirmative vote of four council members.The city manager shall hold office at the pleasure of the council. (b) Rei ovoL The council may remove the city manager by an affirmative vote of four council members or a majority of the council members at two separate meetings held at least two weeks apart. Upon request by the city manager, a public hearing will be held prior to a vote to remove the city manager. (c) Compensation.The compensation of the city manager shall be fixed by a majority of all the council members, (d) Acting city manoger. By letter filed with the,council,the city manager shall designate one or more assistant city managers to exercise the powers and perform the duties of city manager during the city manager's temporary absence or disability.This designation shall he limited to a period of 6O days.At the expiration of this period,the council shall appoint an interim or new city manager in accordance with the provisions of this charter. Section 3.03,. Powers and duties of the city manager. The city manager shall: (a) Appoint,promote, and suspend,demote,or remove any city employees or appointive administrative officers under the city manager's jurisdiction, except as may be otherwise provided by law.Such appointment,promotion,suspension,demotion,or removal shall be in compliance with the civil service taw and other applicable rules and regulations, (b) Establish or discontinue any city department, division or board in the administrative affairs of the city, subject to council approval. (c) Attend council meetings and have the right to take part in discussion,but not to vote. (d) See to the faithful execution of all laws,provisions of this charter,and acts of the council subject to enforcement by the city manager or officers subject to the city manager's supervision. (e) Prepare and submit to the council in the form provided by ordinance,the annual budget,a capital improvement budget,and a projected capital improvement program for a minimum five-year period. (f) Submit to the council at the first regular meeting in November of each year and make available to the public a comprehensive report on the financial condition and administrative activities of the city. Clearwater,Florida,Code of Ordinances Created: M3-07-14 16:11:07 [=ST] (Supp.No.86,Update 1) Page I of 2 (g) make such other reports as the council may require concerning the operations of city departments, offices and agencies subject to the city manager's supervision. (h) Keep the council fully advised as to the financial condition and future needs of the city and make recommendations to the council concerning the affairs of the city. (i) Sign contracts on behalf of the city pursuant to the provisions of appropriations ordinances. (j) Develop and keep current an administrative code which sets forth the organizational and operational procedures of the city government. (k) Provide administrative assistance to the council in connection with their official duties,and perform such other duties as are specified in this charter or may be required by the council. (1) Act as purchasing agent for the city. (Ord.No.6375-99, §2,1-21-99/3-9-99;Ord. No.9354-19, §3, 12-19-19/3-17-20) Section 3.04 City clerk. The city manager shall appoint a city clerk,which appointment must be confirmed by the council prior to becoming effective.The city clerk or the designee of the city clerk shall; (a) Be custodian of all records and the of sea[of the city; (b) Attest all documents requiring attestation and agreements to which the city is a party; (c) Arrange for and supervise all city elections; (d) Attend all meetings of the council and keep minutes of its proceedings; (e) Give notice of council meetings to its members and the public; (f) Perform such other duties as directed or required by law. Section 3.05. Personnel system. Appointments and promotions of city officials and employees,except those specifically exempted by ordinance, shall be made solely on the basis of merit and fitness demonstrated by examination or other evidence of competence as provided by law. Creaced; 1023-@7 14 16.11.07 [FST] (Supp.No.96,Update 1) Page 2 of 2