HomeMy WebLinkAboutR-96-0552J-96-605
7/10/96 RESOLUTION NO. 9 6~ 5 5 2
A RESOLUTION, WITH ATTACHMENT(S), AUTHORIZING
THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
SUBSTANTIALLY THE ATTACHED FORM, WITH HOUSING
OPPORTUNITIES PROJECT FOR EXCELLENCE, INC.
("HOPE"), TO PROVIDE AN ADMINISTRATIVE GRANT,
IN THE AMOUNT OF $65,000 (PROJECT NO.
799302), FOR THE IMPLEMENTATION OF FAIR
HOUSING ENFORCEMENT, EDUCATIONAL OUTREACH
ACTIVITIES AND INVESTIGATION OF HOUSING
DISCRIMINATION COMPLAINTS WITHIN THE CITY'S
HOUSING PROGRAMS FOR THE BENEFIT OF LOW AND
MODERATE INCOME PERSONS; ALLOCATING FUNDS,
THEREFORE, FROM UNEXPENDED 22ND YEAR
COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS.
WHEREAS, the City Commission is desirous of complying with
the federal regulations of the U.S. Department of Housing and
Urban Development ("HUD") regarding fair housing; and
WHEREAS, the Housing Opportunities Project for Excellence,
Inc. ("HOPE"), a Florida non-profit organization, was established
to assist in implementing fair housing enforcement and
educational activities within the City's target areas and Dade
County; and
WHEREAS, City of Miami low -moderate income residents will be
the direct beneficiaries of having an agency within the City that
can provide fair housing information and investigates housing
discrimination complaints Citywide; and
WHEREAS, administrative funding in the amount of $65,000 is
available from the Community Development Block Grant Program;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
ATTACHMENT (S)I
CONTAINED
CITY COMMISSION
MEETING OF
J U L 2 5 1996
J 5 5 Resolutiong
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The City Manager is hereby authorized' to
execute an agreement, in substantially the attached form, with
Housing Opportunities Project for Excellence, Inc. ("HOPE"), to
jprovide an administrative grant, in the amount of $65,000
(Project No. 799302), for the implementation of fair housing
enforcement, educational outreach activities and investigation
discrimination complaints within the City's housing programs for
the benefit of low and moderate income persons, with funds
therefore hereby allocated from unexpended 22nd Year Community
Development Block Grant funds.
Section 3. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 25th day of July 1996.
J 4AROLLO,MAYOR
ATTEST:
WALTER Q, CITY CLERK
1 The herein authorization is further subject to compliance with all requirements that may be imposed by the City
Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions.
96- 552
NET REVIEW AND APPROVAL:
ELB RT WATERS���
DIR CqtOk OF NET
FINAN AL AND BUDGETARY REVIEW:
MAN'OHAA S. SURANA
ASSISTANT CITY MANAGER
PREPARED AND APPROVED BY:
Lf N KELLY KE RSON
ASSISTANT CITY ATTORNEY
APPROVED AS TO FORM AND CORRECTNESS:
A: Qv,
J E ,- III
CITY ATTO
ry
<MARIA> Reso.
95-- 552
CITY OF MIAMI, FLORIDA
SPECIAL AGENCY AGREEMENT
HOUSING OPPORTUNITIES PROJECT FOR EXCELLENCE, INC.
This Agreement entered into this 1st day of July, 1996, between
the City of Miami, a municipal corporation of the State of
Florida, (hereinafter referred to as "CITY"), and Housing
Opportunities Project for Excellence, Inc. (HOPE), a Florida not
for profit corporation, (hereinafter referred to as
"CONTRACTOR").
FUNDING SOURCE: 22nd Year Community Development Block Grant
TERM OF THE AGREEMENT: One Year (1)
AMOUNT: $65, 000
TAX IDENTIFICATION: 650108794
EXECUTIVE DIRECTOR: William_ Thompson, Jr.
ADDRESS: 3000 Biscayne Blvd., Suite #102, Miami Florida 33137
TELEPHONE NO.: (305)571-8522
NOW, THEREFORE, in consideration of the mutual covenants and
obligations herein set forth, the parties understand and agree as
follows:
ARTICLE I
1.0 BASIC REQUIREMENTS
1.1 Corporate Resolution authorizing execution of this
Agreement.
1.2 Work Program (approved by the City).
95- 552
Work Program submitted by the CONTRACTOR to the CITY
became an attachment to this agreement and shall include
the following:
1.3 DESCRIPTION OF THE WORK
HOPE, Inc. proposes to implement program activities
designed to educate the general public, (particularly
low/moderate income persons within the City's target
areas) housing industry groups and financial institutions,
about fair housing rights and their obligations concerning
the availability of housing opportunities. HOPE, Inc.
proposed activities involved in developing informative
educational material and media campaigns targeted at
persons throughout Miami in need of specific or additional
information on availability and fair housing rights. This
project will work closely with public agencies, City of
Miami civic associations, community -based organizations,
and low/moderate income based in the City of Miami target
areas of the availability of affordable housing
opportunities; develop mechanisms for identification of a
quick response to housing discrimination cases, and
publishing a quarterly newsletter which will be expanded
to include the Education and Outreach component of its
housing program.
2
95- 552
1.4 SCOPE OF SERVICES - SCHEDULE OF ACTIVITIES
i HOPE, Inc. Is Educational and Outreach Project will develop
i
informative educational materials and publish a quarterly
newspaper designed to focus on housing opportunities for
Blacks, Hispanics, Haitians and other minorities,
sensitizing the community at equal access and fair housing
practices in Dade County.
1.5 A mass media campaign will be undertaken to target
consumers and vendors separately.
1.6 There will also be a hotline to give victims of alleged
discrimination access to a local agency.
i
1.7 Six workshops (three within the City of Miami) will be
designed for civic associations, community -based
organizations, and victims of alleged discrimination,
particularly in low and moderate income areas as well as
the development and execution of two (2) training seminars
targeted at representatives of the housing industry and
professionals from financial institutions. The workshops
will explain the rights granted by fair housing laws. The
i
three (3) workshops within the City of Miami will be held
in October, January and the last in April of 1996. An
educational campaign was developed in September of 1995
for the public schools, with the assistance of the Dade
County School Board.
1.8 Budget Summary
3
95- 5;
1.9 Copy of Contractor's Article of Incorporation, Charter and
Bylaws.
1.10 List of Present Principal Governing Board Officers and
Members of the Board (name, addressees and telephone
numbers).
1.11 List of Key Staff Persons, with their titles, who will
carry out this program.
1.12 Acceptance of Office of Management and Budget (OMB)
Circular A-87 Principals for Determining Costs Applicable
to Grants and Contracts with State Local and Federally
recognized Indian Tribal Governments". (OMB) Circular A-
110, Attachments "A" (Cash Depositories), "B" (Bonding and
Insurance), "C" (Retention and Custodial Requirements for
Records), "F" (Standards for Financial Management
Systems), "H" (Monitoring and Reporting Progress
Performance), "N" (Property Management Standards), and 10"
(Procurement Standards), (OMB) Circular A-122 and A-21
"Cost Principles for Non-profit Organizations and Cost
Principles for Educational Institutions as modified by 24
CFR Part 570.502(b), "Applicability of Uniform
Administrative Requirements", of the Development and
Housing Conservation Block Grant (CDBG) Program
regulations, Final Rule, and provided as an attachment to
this Agreement (Attachment I). Lead Base Paint
Regulations 24 CFR Part 35.
4
96- 552
ARTICLE II
2.0 RECORDS TO BE MAINTAINED
2.1 CONTRACTOR shall establish and maintain sufficient records
to enable the CITY to determine whether the CONTRACTOR has
met the requirements of this part. At a minimum, the
following records are needed:
a) Records providing a full description of each activity
assisted (or being assisted) with CDBG funds, the
number of beneficiaries, state the categories of
minority households assisted and their low/moderate
income levels, including its location (if the activity
I
has a geographical focus), the amount of CDBG funds
budgeted, obligated and expended for the activity, and
the provision in 24 CFR Subpart C under the CDBG
Program regulations which it is eligible.
b) Records demonstrating that each activity undertaken
meets one of the criteria set forth in 24 CFR 570.208
of the CDBG Program regulations.
c) Monthly activity reports providing specific CDBG
assisted activity pertaining to low/moderate income
persons stating the percentages breakdown of minority
households assisted within the City of Miami's target
areas. (Refer to (a))
2.2 Copy of last Audit Report as performed by an Independent
Auditor in accordance with Circular A-133.
a) Final Expenditure Report to be submitted no later than
thirty (30) days after contract expiration.
b) A certified Independent Audit to be submitted ninety
(90) days after the expiration of the corporate fiscal
year. CONTRACTOR receiving Moines from the Department
of NET/CD must allocate in its budget sufficient funds
to secure an annual independent audit which must
include the expression of an opinion on the CONTRACTOR
financial statements, and a compliance letter stating
whether the CONTRACTOR is in conformity with federal
grant regulations. CONTRACTOR shall have an agency -
wide audit made in accordance with OMB Circular A-133,
made by an independent certified public auditor to
determine whether:
(1) The financial statements of the institution
present fairly its financial position and the
results of its operations in accordance with
generally accepted accounting principles.
(2) The institution has an internal control structure
to provide reasonable assurance that the
institution is managing Federal awards in
compliance with applicable laws and regulations
that could have material impact on the financial
statements.
6
96- 552
(3) The institution has complied with the laws and
regulations that may have a direct and material
effect on its financial statement amounts and in
each major Federal programs.
The City staff shall have the authority to review
CONTRACTOR records, including programmatic records
and books of account for a period of up to three
(3) years from the termination date of the
agreement. All books of account and supporting
documentation should be kept by the CONTRACTOR at
least three (3) years for audit purposes.
ARTICLE III
3.0 PROCEDURES
3.1 TIME OF PERFORMANCE
The term of this Agreement shall be from July 1, 1966 to
June 30, 1997.
3.2 CITY AUTHORIZATION
For the purpose of this Agreement, the City of Miami
Department of NET, (hereinafter the "DEPARTMENT") will act
on behalf of the CITY in the fiscal control, programmatic
monitoring, and modification of this Agreement, except as
otherwise provided by this Agreement.
7
96- 552
3.3 ENTIRE AGREEMENT
This instrument and its attachments constitute the only
Agreement of the parties hereto relating to said grant,
and correctly sets forth the rights, duties, and
obligations of each 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. Furthermore, should any
provisions, paragraphs, sentences, words or phrases
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 provisions, paragraphs,
sentences, words or phrases 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 several, and in either event, the
remaining terms and provisions of this Agreement shall
remain unmodified and in full force and effect.
3.4 OBLIGATION OF CONTRACTOR
The CONTRACTOR shall carry out the services as prescribed
in its Work Program in a lawful and proper manner,
satisfactory to the CITY, in accordance with the written
policies, procedures, and requirements as prescribed in
a 95- 5
this Agreement, as set forth by the U.S. Department of
Housing and Urban Development (HUD) and the Department.
3.4.1 NON-DISCRIMINATION
The CONTRACTOR agrees that it shall not discriminate as to
race, sex, color, religion, age, marital status, national
origin, or handicap, in connection with its performance
under this Agreement.
Furthermore, that no otherwise qualified individual shall,
solely by reason of his/her race, sex, color, religion,
age, marital status, national origin, or handicap, be
excluded from the participation in, be denied, benefits
of, or be subjected to discrimination under any program or
activity receiving federal financial assistance.
3.5 POLICIES AND PROCEDURES MANUAL
CONTRACTOR is aware and accepts the Personnel Policies and
Procedures Manual for Community Development Block Grant
SUBRECIPIENTS the official document which outlines the
fiscal, administrative and Federal guidelines, and which
shall regulate the day-to-day operations of the
CONTRACTOR, which is attached and incorporated herein and
made a part of this Agreement (Attachment II).
3.6 BONDING AND INSURANCE
CONTRACTOR shall maintain insurance and bonding coverages
acceptable to the CITY's Risk Management Department.
Prior to commencing any activity under this Agreement, the
9
95- 552
CONTRACTOR shall furnish to the CITY original certificates
of insurance and bonding indicating that the CONTRACTOR is
in compliance with the provisions of this Article.
CONTRACTOR shall provide the following coverages:
(a) Insurance coverage that reflects sound business
practices acceptable to the CITY's Risk Management
Department.
(b) Fidelity bonding for all persons handling funds
received or disbursed under this Agreement in an
amount equal to or greater than the amount of the
CITY grant. CITY shall be named as Loss Payee.
(c) Current liability insurance shall be in an amount of
not less than $50,000 General Aggregate, which shall
include Fire liability. CITY shall be named as
Primary Additional Insured and there shall be no
exclusions in such policies to override the CITY
coverage.
(d) CONTRACTOR shall provide the CITY with proof of
Automobile Liability Coverage in an amount of not
less than $300,000 for each driver Bodily Injury and
Property Damage combined, if CONTRACTOR is to be
reimbursed for mileage by the CITY.
(e) The CONTRACTOR shall obtain Worker's Compensation and
Employer's Liability coverage as per statutory
requirements.
10
95- 552
(f) Flood Insurance, as required by the CITY, if
applicable.
3.7 LEVEL OF SERVICE
Should start-up time for a program be required or any
delays in service occur, the Department of NET is to be
notified in writing immediately, giving all pertinent
details and indicating when service shall begin and/or
continue. It is understood and agreed that the level of
services, activities, and expenditures by the CONTRACTOR
in existence prior to the initiation of services
hereunder, shall be continued and shall not be reduced in
any way as a result of this Agreement. Programs funded
through this Agreement shall not result in the
displacement of employed workers, impair existing
contracts for services, 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.
3.8 OTHER PROGRAM REQUIREMENTS
(a) CONTRACTOR shall carry out its Work Program in
compliance with all Federal laws and regulations
described in Subpart K of the CDBG Program regulation
(24 CFR 570.600-612), (Attachment I).
(b) CONTRACTOR shall not assume the CITY's environmental
responsibilities described at 24 CFR 570.604 of the
11
95- 552
CDBG Program regulations, and the CITY's
responsibility for initiating the review process
under Executive Order 12372 (Attachment I).
(c) The CONTRACTOR shall comply with Davis -Bacon Act Wage
requirements on all construction, rehabilitation and
other labor intensive work funded by the CITY in
excess of $2,000. The CONTRACTOR shall abide by the
Federal Labor Standards provisions of U.S. HUD Form
4010 incorporated herein as part of this agreement.
. K0
Program Income means gross income received by the
CONTRACTOR which has been directly generated via de use of
CDBG funds. When such income is generated by an activity
that is only partially assisted with CDBG funds, the
income shall be prorated to reflect the percentage of CDBG
funds used. Program Income generated by CDBG funded
activities shall be retained by CONTRACTOR, and shall be
used to only undertake those activities specifically
approved by the CITY in the Work Program. All provisions
of this Agreement shall apply to such activities. Any
Program Income on hand when the Agreement expires or
received after such expiration shall be paid to the CITY,
as required by 24 CFR 570.503(b)(8) of the CDBG Program
regulation.
12
96- 552
CONTRACTOR shall submit a Program Income Report, if
applicable, on a monthly basis along with the required
monthly Work Program Status Report. The Program Income
Report will identify CDBG activities in which income was
derived, and how income has been utilized.
3.10 REPORTS, AUDITS AND EVALUATIONS
The CONTRACTOR shall comply with the Federal Directive
required by the U.S. Department of Housing and Urban
Development (USHUD) to document that program activities
are provided for the benefit of low and moderate income
persons. In accordance with the Code of Federal
Regulations 24 CFR Part 570.506, records shall be
maintained for each activity to determine that services
benefit low and moderate income persons.
At the request of CITY, CONTRACTOR shall transmit to CITY
written statements of CONTRACTOR official policy on
specified issues relating to CONTRACTOR activities. The
CONTRACTOR shall submit monthly progress reports,
schedules, and any other reports and documentation as the
CITY deems necessary, and which will reflect the status of
objectives and program activities accomplished thus far,
in addition to budget changes and costs expended during
the reporting period. CONTRACTOR shall ensure the
cooperation of its employees and Board members in such
efforts. The CITY staff may conduct monitoring visits
13
96- 55.4
monthly, quarterly, or at random at any time. Any
inconsistent, incomplete, or inadequate information either
received by the CITY or obtained through monitoring and
evaluation by the CITY, shall constitute good cause for
the CITY to terminate this Agreement at any time
thereafter.
ARTICLE IV
4.0 FUNDING
COMPENSATION
(a) CITY shall pay CONTRACTOR $65,000 as maximum
compensation for the services provided during the
term of this agreement. The CITY shall compensate
the CONTRACTOR for all expenditures made in
accordance with the schedule set forth in the budget,
which is attached hereto and made a part hereof.
(b) CITY shall have the right to review and audit the
time records and related records of CONTRACTOR
pertaining to any payments by CITY.
(c) All payments shall be reimbursed for expenditures
incurred only during the term of this Agreement, and
in compliance with the previously approved Line -Item
Budget. Such written request shall contain a
statement declaring and affirming that all
expenditures were made in accordance with the
approved budget. All documentation in support of
14
95-- 5e
such request shall be subject to approval by CITY at
the time the request is made, and all invoices are
required to be paid by CONTRACTOR prior to
submission. All reimbursements must be in line -item
form and be in accord with this Agreement. All
expenditures must be verified by original invoice
with a copy of the check which was used to pay that
specific invoice. Within 60 days of invoice payment,
copies of the cancelled checks must be submitted. In
the event that an invoice is paid by various funding
sources, a copy of the invoice may be submitted but
must indicate the exact amount paid by various
funding sources equaling the total of the invoice.
No miscellaneous categories shall be accepted as a
line item in the budget. Two (2) requests for line
item changes are allowable with prior review and
approval by the CITY. All line -item changes must be
made prior to the end of the term of the Agreement.
(d) Requests for payment should be made approximately on
a monthly basis. Reimbursement requests should be
submitted to the CITY within thirty (30) calendar
days after the indebtedness has been incurred.
Failure to comply, may result in the rejection for
repayment of those invoices within the reimbursement
package which do not meet this requirement.
15
96- 5`
(e) CONTRACTOR must submit the final request for payment
to the CITY within thirty (30) calendar days
following the expiration date or termination date of
this Agreement. If the CONTRACTOR fails to comply,
all rights to payment are forfeited and the CITY
shall not honor any request submitted after the
aforesaid agreed upon period.
(f) Any payment due under this Agreement, may be withheld
pending the receipt and approval by the CITY of all
reports due from the CONTRACTOR as a part of this
contract and any modifications thereto.
4.2 FINANCIAL ACCOUNTABILITY
CITY reserves the right to audit the records of CONTRACTOR
at any time during the performance of this Agreement, and
for a period of three (3) years after final payment is
made under the Agreement. CONTRACTOR agrees to provide
all financial and other applicable records and
documentation of services to CITY. Any payment made shall
be subject to reduction for amounts included in the
related invoice which are found by CITY, on the basis of
such audit, not to constitute allowable expenditures. Any
payments made to CONTRACTOR are subject to reduction for
overpayments on previously submitted invoices.
16
96- 552
4.3 RECAPTURE OF FUNDS
CITY shall reserve the right to recapture funds when the
CONTRACTOR shall fail (i) to comply with the terms of this
Agreement or (ii) to accept conditions imposed by CITY at
the direction of the federal, state and local agencies.
4.4 RELOCATION ACQUISITION AND DISPLACEMENT
The CONTRACTOR agrees to comply with 24 CFR 570.000 in
addition to City of Miami ordinances and resolutions and
CITY policies, in relation to the acquisition and
disposition of real property utilizing grant funds, and to
the displacement of persons, businesses, non-profit
organizations occurring as a direct result of any
acquisition or real property utilizing grant funds.
4.5 CONTINGENCY CLAUSE
Funding for this Agreement is contingent on the
availability of funds and continued authorization for
program activities, and is subject to amendment or
termination due to lack of funds or authorization,
reduction of funds, and/or change in regulations.
4.G SEPARATION OF CHURCH/STATE
In accordance with First Amendment Church/State
principles, CDBG assistance may not be used for religious
activities or provided to primarily religious entitled for
any activities, including similar activities, as directed
17
95- 55if
by 24 CFR 570.200(i) CONTRACTOR shall comply with this
provision when entering into subcontracts.
ARTICLE V
5.0 GENERAL REQUIREMENTS
5.1 INDEMNIFICATION
CONTRACTOR, shall pay on behalf of, and save CITY harmless
from and against any all claims, liabilities, losses and
causes of action which may arise out of CONTRACTOR
activities under this Agreement, including all other acts
or omissions to act on the part of CONTRACTOR, including
any person acting for or on its behalf; from and against
any orders, judgments, or decrees which may be entered
against the CITY, and from and against all costs,
attorney's fees, expenses, and liabilities incurred by the
CITY in the defense of any such claims or in the
investigation thereof.
5.2 AMENDMENTS
No amendments to this Agreement shall be binding on either
party unless in writing and signed by both parties.
5.3 OWNERSHIP OF DOCUMENTS
All documents developed by CONTRACTOR under this Agreement
shall be delivered to CITY by said CONTRACTOR upon
completion of the services required pursuant to this
Agreement, and shall become the property of CITY without
is
96- 552
restriction or limitation on its use. CONTRACTOR agrees
that all documents maintained and generated pursuant to
this contractual relationship between CITY and CONTRACTOR
shall be subject to all provisions of the Public Records
Law, Chapter 119, Florida Statues (Attachment I).
It is further understood by and between the parties that
any document which is given by CITY to CONTRACTOR pursuant
to this Agreement shall at all time remain the property of
CITY and shall not be used by CONTRACTOR for any other
purposes whatsoever without the written consent of CITY.
5.4 AWARD OF AGREEMENT
I CONTRACTOR warrants that it has not employed or retained
i
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 or any kind
contingent upon or resulting from the award of this
Agreement.
5.5 NON-DELEGABILITY
The obligations undertaken by the CONTRACTOR pursuant to
this Agreement shall not be delegated or assigned to any
other person or firm unless CITY shall first consent in
writing to the performance or assignment of such services
or any part thereof by another person or firm.
19
96- 552
5.6 CONSTRUCTION OF AGREEMENT
This Agreement shall be construed and enforced according
to the laws of the State of Florida.
5.6.1 CONFLICT OF INTEREST
The CONTRACTOR covenants that no person under its employ
who presently exercise any functions or responsibilities
in connection with CDBG funded activities, has anv
personal financial interest, direct or indirect, in this
Agreement. The CONTRACTOR further covenants that, in the
performance of this Agreement, no person having such
conflicting interest shall be employed. Any such
interests on the part of CONTRACTOR or its employees, must
be disclosed in writing to the CITY.
CONTRACTOR is aware of the conflict of interest laws of
the City of Miami (City of Miami Code Chapter 2, Article
V), Dade County, Florida (Dade County Code Section 2-11-
.1) and the State of Florida, and agrees that it shall
fully comply in all respects with the terms of said laws.
5.7 OBLIGATION TO RENEW
Upon expiration of the term of this Agreement, CONTRACTOR
agrees and understands that CITY has no obligation to
renew this Agreement.
20
95- 552
5.8 TERMINATION OF CONTRACT
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 CITY. In
that event, notice of termination of this Agreement shall
be in writing to CONTRACTOR, who shall be paid for those
services performed prior to the date of its receipt to the
notice of termination. In no case, however, shall CITY
pay CONTRACTOR an amount in excess of the total sum
provided by this Agreement.
It is hereby understood by and between CITY and CONTRACTOR
i
that any payment made in accordance with this Section to
CONTRACTOR shall be made only if said CONTRACTOR is not in
default under the terms of this Agreement. If CONTRACTOR
is in default, then CITY shall in no way be obligated and
shall not pay to CONTRACTOR any sum whatsoever.
It is also understood that in accordance with 24 CFR
85.43-44 of the CDBG rules and regulations, suspension or
termination may occur if CONTRACTOR fails to comply with
any term of this Agreement, or if the CITY deems it
convenient to terminate it.
If a CONTRACTOR or RECIPIENT materially fails to comply
with any term of an award and an agreement, the CITY may
21
96- 55
take one or more of the following courses of actions as
stated in (24 CFR 85.43) .
(1) Temporarily withhold cash payments pending correction
of the deficiency by the CONTRACTOR and RECIPIENT, or
more severe enforcement action by the awarding
agency.
(2) Disallow (that is, deny both use of funds and
matching credit for) 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 CONTRACTOR or RECIPIENT Program.
(4) Withhold further awards for the program, or
j (5) Take other remedies that may be legally available.
5.9 REVERSION OF ASSETS
Upon expiration of this Agreement, the CONTRACTOR shall
transfer to the CITY any CDBG funds on hand at the time of
expiration and any accounts receivable attributable to the
use of CDBG funds.
Any real estate property that was acquired or improved by
CONTRACTOR in whole or in part with CDBG funds in excess
of $25,000 shall be either:
(a) Used to meet one of the three (3) CDBG National
Objectives set forth by 24 CFR 570.208 of the CDBG
Program regulations, until five (5) years after
22
95- 5
expiration of this Agreement, or such longer period
of time as determined appropriate by the CITY; or
(b)
Disposed of in a manner resulting in the CITY being
reimbursed in the amount of the current fair market
value of the property less any portion thereof
attributable to expenditures of non-CDBG funds for
I
acquisition of, or improvements to, the property.
i
5.9.1 SALE
OF PROPERTY, DISPOSITION, RETENTION AND TRANSFER OF
TITLE
(a)
Title - Subject to the obligations and conditions set
forth in this section. Title to real property
acquired under a grant or subgrant will vest upon
acquisition in the CONTRACTOR or RECIPIENT
respectively as stated in 24 CFR Part 85.
(b)
Use - Except as otherwise provided by Federal
statues, real property will be used for the
i
originally authorized purposes as long as needed for
those purposes, and the CONTRACTOR shall not dispose
of or encumber its title or other interests.
c
()
Disposition - When real property is no longer eed
isp p p yneeded
for the originally authorized purpose, the CONTRACTOR
will request disposition instructions from the CITY.
The instructions will provide for one of the
following alternatives:
23
55- 552
(1) Retention of Title; retain title after
compensating the CITY. The amount paid to the
CITY will be computed by applying the CITY's
percentage of participation in the cost of the
original purchase to the fair market value of
the property. However, in those situations
where the CONTRACTOR is disposing of real
property acquired with grant funds and acquiring
replacement real property under the same
program, the net proceeds from the disposition
may be used as an offset to the cost of the
replacement property.
(2) Sale of Property; sell the property and
compensate the CITY. The amount due to the CITY
will be calculated by applying the CITY's
percentage of participation in the cost of the
original purchase to the proceeds of the sale
after deduction of any actual and reasonable
selling and fixing -up expenses. If the grant is
still active, the net proceeds from sale may be
offset against the original cost of the
property. When the CONTRACTOR is directed to
sell property, sales procedures shall be
followed that provide for competition to the
24
96- 552
extent practicable and result in the highest
possible return.
(3) Transfer of Title; transfer title to the CITY or
to a third party designated/approved by the
CITY. The CONTRACTOR shall be paid an amount
calculated by applying the CONTRACTOR's
percentage of participation in the purchase of
the real property to the current fair market
value of the property.
5.10 GENERAL CONDITIONS
(a) All notices or other communications which shall or
may be given pursuant to this Agreement shall be in
writing and shall be delivered by personal service,
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. 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 or actual receipt, whichever is earlier.
CITY OF MIAMI CONTRACTOR
3500 PAN AMERICAN DRIVE HOPE, INC.
MIAMI, FLORIDA 33133 300 BISCAYNE BOULEVARD
SUITE #102
MIAMI, FLORIDA 33137
(b) Title and paragraph headings are for convenient
reference and are not a part of this Agreement.
25
99_ 5
(c) 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.
(d) No waiver or breach of any provision of this
Agreement shall constitute a waiver or any subsequent
breach of the same or any other provision hereof, and
no waiver shall be effective unless made in writing.
(e) Should any provisions, paragraphs, sentences, words
or phrases 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
provisions, paragraphs, sentences, words or phrases
shall be deemed modified to the extent necessary in
order to conform with such laws, then same shall be
deemed severable, and in either event, the remaining
terms and provisions of this Agreement shall remain
unmodified and in full force and effect.
CONTRACTOR and its employees and agents shall be deemed to
be independent CONTRACTOR and not agents or employees of
the CITY, and shall not attain any rights or benefits
under the Civil Service of Pension Ordinances of the CITY
or any rights generally afforded classified or
26
96- 552
unclassified employees; further, they shall not be deemed
entitled to the Florida Worker's Compensation benefits and
an employee of the CITY.
5.12 SUCCESSORS AND ASSIGNS
This Agreement shall be binding upon the parties herein,
their heirs, executors, legal representatives successors,
and assigns.
ARTICLE VI
6.0 CONTRACTOR CERTIFICATIONS
CONTRACTOR certifies that:
It possesses the legal authority to enter into this
Agreement by way of a resolution, motion, or similar action that
has been duly adopted or passed as an official act of the
CONTRACTOR 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 CONTRACTOR to act in
connection with the Agreement and to provide such additional
information as may be required.
IN WITNESS WHEREOF, the parties hereto have caused this
instrument to be executed by the respective officials thereunto
27
6911M
duly authorized on the first date above written.
ATTEST: CITY OF MIAMI, a municipal
Corporation of the State
of Florida
WALTER FOEMAN,
CITY CLERK
ATTEST:
CORPORATE SECRETARY
WITNESS:
APPROVED AS TO INSURANCE
REQUIREMENTS:
FRANK K. ROLLASON
DEPUTY FIRE CHIEF
RISK MANAGEMENT
CESAR H. ODIO
CITY MANAGER
HOUSING OPPORTUNITIES PROJECT
FOR EXCELLENCE, INC.
3000 BISCAYNE BLVD., SUITE 102
MIAMI, FLORIDA 33137
2B
PRESIDENT
SEAL
APPROVED AS TO FORM AND
CORRECTNESS:
A. QUINN JONES, III
CITY ATTORNEY
39- 552
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM 27
TO : Honorable Mayor and Members DATE : ibL 1 7 1996
� �� FILE
of the City Commission
SUBJECT : Allocation of CDBG
Funds for Housing
Opportunities Project for
FROM : �� REFERENCES:
Excellence, Inc.
Cesar
City T
RECOMMENDATION:
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution, authorizing the
City Manager to allocate $65,000.00 in unexpended Community Development Block Grant (CDBG)
Program funds, and to enter into an agreement with the Housing Opportunities Project for Excellence, Inc.
(HOPE) for the purpose of the implementation of Fair Housing within the City of Miami.
BACKGROUND:
The City of Miami's NET recommends the ratification of the attached Resolution, allocating $65,000.00
from unexpended Community Development Block Grant Program funds, for the Housing Opportunities
Project for Excellence, Inc. (HOPE).
The Housing Opportunities Project for Excellence, Inc., a non-profit organization, was established to
assist in the implementation of fair housing enforcement and educational activities within the City's target
areas and Dade County.
The City's low -and -moderate income residents will be the direct beneficiaries of having an agency within
the City that can provide fair housing infomation and investigates housing discrimination complaints
citywide.
Enc.
1
96- 55