Loading...
HomeMy WebLinkAboutR-93-0462J-93-385 7/8/93 RESOLUTION NO. 9 3- 4 G 2 A RESOLUTION, WITH ATTACHMENT(S), AUTHORIZING THE CITY MANAGER TO EXECUTE INDIVIDUAL AGREEMENTS IN SUBSTANTIALLY THE ATTACHED FORM, WITH THIRTEEN (13) NEIGHBORHOOD ECONOMIC DEVELOPMENT ORGANIZATIONS, FOR THE PERIOD OF JULY 1 THROUGH AUGUST 31, 1993, FOR THE AMOUNT SPECIFIED' HEREIN, TO CONTINUE IMPLEMENTING ECONOMIC': DEVELOPMENT PROGRAMS, WITH FUNDS THEREFOR BtING ALLOCATED FROM THE NINETEENTH (19TH) YEAR COMMUNITY DEVELOPMENT BLOCK GRANT. WHEREAS, the City Commission is committed to economic development and the expansion of trade and commerce; and WHEREAS, the promotion of economic revitalization in the neighborhoods of the City of Miami is an important part of the City's economic development strategy; and WHEREAS, the City Commission is desirous of continuing the neighborhood economic develo merit g p program and funds are available from the Nineteenth (19th) Year Community Development Block Grant for such purpose; and WHEREAS, on April 15, 1993, the City Commission approved Resolution No. 93-263 allocating $800,000 for economic development; and WHEREAS, Tonya, Inc., through an agreement with the United States Department of Housing and Urban Development, evaluated and ITT CH EWT (S) CONTAINED CITY COMMISSION MEETING OF jI1I 0 9 1993 Resolution No. 93~ 462 S determined the eligibility of the CEOs' Community Development Block Grant funded activities and training the community based organizations (CBOs) on June 25 and 26, 1993, in order to improve the quality of their services and improve their performance; and WHEREAS, under this time frame, the CBOs would have had ample time to show their performance and the City of Miami would have had an opportunity to monitor each agency in order to determine if its performance warrants an extension of the agreement for the full fiscal year; and WHEREAS, the City Commission has expressed its desire to exclude the Wynwood Community Economic Development Corporation, Inc. from funding until the agency complies with previous City Commission directives; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: I 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 thirteen (13) individual agreements, in substantially the attached form, with the following community based organizations, for the period of July 1, 1993 through August 31, 1993, for the purpose of implementing a Neighborhood Economic Development -2- 93- 462 Program, with funds therefor hereby allocated from the Nineteenth (19th) Year Community Development Block Grant, with the proviso that no funds will be disbursed until all contractual and/or administrative requirements and Commission directives have been complied with: CBO AMOUNT * 1. Allapattah Business Development, Inc. $ 8,333 2. Coconut Grove Local Development 8,333 Corporation, Inc. 3. Downtown Miami Business Association, Inc. 8,333 4. Edgewater Economic Development Corporation 8,333 5. Greater Biscayne Boulevard Chamber of Commerce, Inc. 8,333 6. Haitian American Foundation, Inc. 8,333 * 7. Haitian Task Force, Inc. 8,333 8. Latin Quarter Association, Inc. 8,333 9. Little Havana Development Authority, Inc. 8,333 10. Martin Luther King Economic Development Corporation, Inc. 8,333 11. New Washington Heights Community Development Conference, Inc. 8,333 12. Park West Association, Inc. 8,333 13. Small Business Opportunity Center, Inc. 8,333 * ABDI and HTF have each agreed that the City Commission name three (3) individuals to serve on their Board of Directors. Section 3. This Resolution shall become effective immediately upon its adoption. -3- 93- 462 PASSED AND ADOPTED this ATTES : �11— MATTYrHIRAI, CITY CLERK 8th day of July , 1993. XAVIER SUARE , MAYOR COMMUNITY PEV2JAPME REVIEW AND APPROVAL: YX-9&KCA8TANEDA, DIRECTOR DEPARTMENT OF COMMUNITY DEVELOPMENT BUDGETARY REVIEW AND APPROVAL: MANOHAR S. SURANA, CTOR DEPARTMENT OF BUDG FINANCE DEPARTMENT REVIEW AND APPROVAL: CA'I�LOP E. GARCIA, DIRECTOR DEPA TMENT OF FINANCE PREPARED AND APPROVED BY: ALBERTINE B. SMITH CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: M3633/ABS/sls/bss 93- 462 — 4 — DRAr-T-�,, No. 2 CITY OF MIAMI, FLORIDA ECONOMIC DEVELOPMENT COMMUNITY BASED ORGANIZATION (CBO) THIS AGREEMENT entered into this day of , 19_, between the City of Miami, a municipal corporation of the State of Florida, (hereinafter referred to as the "CITY"), and a Florida not for profit corporation, (hereinafter referred to as the "CONTRACTOR"). FUNDING SOURCE: TERM OF THE AGREEMENT: AMOUNT: $ VENDO MBE TAX IDENTIFICATION NO.: EXECUTIVE DIRECTOR: AD.DR$.SS TELEPHONE NO.: ' NOW, THEREFORE, in consideration of the mutual covenants and obligations herein set forth, the parties understand and agree as follows: ARTICLE I 1.0 BASIC REQUIREMENTS As a necessary part of this agreement, the following documents must be approved by the City prior to its execution, and must be on file with the Department of Community Development. WHEN RETURNING FOR FURTi" ,t REVIEW, PLEASE IDENTIFY AS 462 G NONE 401i InVl 1.1 Corporate Resolution authorizing execution of this Agreement. 1.2 The Work Program submitted by the CONTRACTOR to the CITY became an attachment- to this agreement and shall include the following: 1.2.1. The description section should detail the activities to be carried out by the subrecipient. It should specifically describes the services to be provided as a result of the expenditures of CD$G funds. Where appropriate it should list measurable objectives and define the who, what, where and when; and in general how these activities will ensure that , the intended beneficiaries will be served once the project is fully completed. 1.2.2 The schedule of activities and measurable objectives plays an essential role in the grant management system. The schedule should provide projected milestones and deadlines for accomplishment of tasks, on the delivery of services. These projected milestones and deadlines are a basis for measuring actual progress during the term of the agreement. These items shall be in sufficient detail to provide a sound basis for the CITY to effectively monitor performance by the CONTRACTOR under this agreement. -2- 93- 462 1.3 Budget Summary, to include: completion of CONTRACTOR's Program/Line-Item Budget/Expenditure Justification, Total Actual and Projected Funds Disclosure, and Staff Salaries Schedule (on forms supplied by the CITY); budget for program -generated revenues; copies of all subcontracts and/or management services Agreements funded in whole or in part under this Agreement. 1.4 Certificate of Insurance which reflects CONTRACTOR's current, liability insurance, naming the CITY as primary or additional insured as determined by the Risk Management Division of the CITY; current Workers' Compensation insurance; current Fidelity Bond (applicable for all persons who are authorized to receive and disburse funds under this Agreement); flood insurance coverage if applicable; and other coverage as deemed necessary, if applicable (i.e. automobile insurance). ' 1.5 CONTRACTOR's Corporate Seal (to be affixed to Signatory Page, and Corporate Resolution). 1.6 Copy of CONTRACTOR'S Article of Incorporation, Charter and Bylaws. 1.7 List of Present Principal Governing Board Officers and Members of the Board (names, addressee and telephone, numbers). 1.8 List of Key Staff Persons, with their titles, who will carry out this program. 1.9 Completion of Authorized Representative Statement. -3- 93- .162 � CRAFT 1.10 Completion of Statement of Accounting System. 1.11 A letter from an independent Certified Public Accountant which expresses the opinion on the CONTRACTOR's internal control and compliance with laws and regulations which adequately safeguard the agencies assets as per OMB Circular A-133. 1.12 Copy of last Audit Report as performed by an independent Certified Public Accountant in accordance with OMB Circular A-133. 1.13 Corporate Personnel Policies and Procedures. 1.14 Job Description and Resumes for all positions funded in whole or in part under this Agreement. 1.15 Acceptance of Office of Management and Budget (OMB) Circular A-110, Attachments "A" (Cash Depositaries), "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 "0" (Procurement Standards), as modified by 24 CFR Part 570.502 (b), "Applicability of Uniform Administrative Requirements," of the Community Development 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. 1.16 Copy of last Income Tax Return (IRS Form 990). ARTICLE II 93- 462 -4- Dr,,,AFT 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, including its location (if' the activity has a geographical locus), 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 5'70.208 of the CDBG Program regulations. Where information on income by family size, is required, the CONTRACTOR may substitute evidence establishing that the person assisted qualified under another program having income qualification criteria at least as restrictive as that used in the definitions of "low and moderate income person" and "low and moderate income household" as set forth by 24 CFR 570.3; or the CONTRACTOR may substitute a copy of a verifiable certification from the assisted person that his or her family income does not exceed the applicable income limit established in accordance with 24 CFR -5- 93- 462 570.3; or the CONTRACTOR may substitute a notice that the assisted person is a referral from a state, to refer individuals it determines to be low and moderate income persons based on HUD's criteria and agrees to maintain documentation supporting these determinations. Such records shall include the following information. (1) For each activity determined to benefit low and moderate income persons, the income limits applied and the point in time when the benefit was determined. (2) For each activity determined to benefit low and moderate income persons based on the area served by the activity; (i) The boundaries of the service area; (ii) The income characteristics of families and unrelated individuals in the service area; and (iii) If the percent of low and moderate income persons in the service area is less than 51 percent, data showing that the area qualifies under the exception criteria set , forth at 570.208(a)(1)(ii); (3) For each activity determined to benefit low and moderate income persons based on the creation of jobs, tt►e recipient shall provide the -6- 93- 462 JIKAFT documentation described in either (i) or (ii) below. (i) Where the recipient chooses to document that at least 51 percent of the jobs will be available to low and moderate income persons, documentation for each assisted business shall include: (A) A copy of a written agreement containing: (1) A commitment by the business that it will make at least 51 percent of the jobs available to low and moderate income persons and will provide training for any of those jobs requiring special skills or education; (2) A listing by job title of the permanent jobs to be created indicating which jobs will be available to low and moderate income persons, which jobs require special skills or education, and which jobs are part-time, if any; and (3) A description of actions to be taken by the recipient and business 93- 46 2 -7- to ensure that low and moderate i.ncoine persons receive first consideration for those jobs; and (B) A listing by job title of the permanent jobs filled and which jobs of those were available to low and moderate income persons, and a description of how first consideration was given to such persons for those jobs. The description shall include what hiring process was used; which low and moderate income persons were interviewed for a particular job; and which low and moderate income persons were hired. (ii) Where the recipient chooses to document that at least 51 percent of the jobs' will be held by low and moderate income persons, documentation for each assisted business shall include: (A) A copy of a written agreement containing: (1) A commitment by the business that at least 51 percent of the jobs, on a full-time equivalent basis, will be held by low and moderate income persons; and -a- 99-- 462 (2) A listing by job title of the permanent jobs to be created, identifying which are part-time, if any; (B) A listing by job title of the permanent jobs filled and which jobs were initially held by low and moderate income persons; and (C) For each such low and moderate income person hired, the size and annual income of the person's family prior to the person being hired for the job. (4) For each activity determined to benefit low and moderate income persons based on the retention of jobs: (i) Evidence that 'ia the absence of CDBG assistance jobs would be lost; (ii) For each business assisted, a listing by job title of permanent jobs retained, indicating which of those jobs are part-time and (where it is known) which are held by low and moderate income persons tit the time the CDBG assistance is provided. Where applicable, identification of any of the retained jobs (other than those known to be held by low and moderate income persons) which are projected -9- 93- 462 r��iAlFT to become available to low and moderate income persons through job turnover within two years of the time CDBG assistance is provided. Information upon which the job turnover projections were based shall also be included in the record; (iii)For each retained job claimed to be held by a low and moderate income person, information on the size and annual income of the person's family; (iv) For jobs claimed to be available to low and moderate income persons based on job ,turnover, a description covering the items required for "available to" jobs in paragraph (5) of this section; and (v) Where jobs were 'claimed to be available to low and moderate income persons through turnover, a listing of each job which has turned over to date, indicating which of those jobs were either taken by, or available to, low and moderate income persons. For jobs made available, a description of how L first consideration was given to such persons for those jobs shall also be included in the record. -10- 93- 462 DraAFT (5) For each activity determined to aid in the prevention or elimination of slums or blight based on addressing one or more of the conditions which qualified an area as a slum or blighted area; (i) The boundaries of the area; and (ii) A description of the conditions which qualified the area at the time of its designation in :sufficient detail to demonstrate how the area met the criteria in 570.208(b)(1). (6) For each activity determined to aid in the prevention or elimination of slums or blight based on the elimination of specific conditions of blight or physical decay not located in a slum or blighted area: (i) A description of the specific condition of blight or physical decay treated; and (ii) For rehabilitation carried out under this category, a description of the specific conditions detrimental to public health and safety which were identified and the details and scope of the CDBG assisted rehabilitation, by structure. (7) r,or each activity determined to aid in the prevention or elimination of slums or blight based on addressing slums or blight in an urban renewal -11- 93- 462 0 area, a copy of the Urban Renewal Plan, as in effect at the time the activity is carried out, including maps an supporting documentation. (a) Records which demonstrate compliance with 24 CFR 570.505 regarding any change of use of real property acquired or improved with CDBG assistance. (b) Records which demonstrate compliance with the requirements in 570,606 regarding acquisition, displacement, relocation, and replacement housing. (C) Equal Opportunity Records containing- (1) Data indicating the racial/ethnic character of each business entity receiving a contract or subcontract of $25,000 or more paid, or to be paid, with CDBG funds, data indicating ,which of those entities are ' women's business enterprises as defined in Executive Order 12138, the amount of the contract or subcontract, and documentation of recipient's affirmative steps to assure that minority business and women's business enterprises have an equal opportunity to obtain or compete for contracts and subcontracts as sources of supplies, equipment, construction and services. Such affirmative steps may include, but are not limited to, technical assistance open to all businesses but designed to -12- 93- 462 enhance opportunities for these en erp i a special outreach efforts to inform them of contract opportunity. Such steps shall not include preferring any business in the award of any contract or subcontract solely or in part on the basis of race or gender. (2) Data on the extent to which each racial and ethnic group and single -headed households 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 CDBG funds. Such information shall be used only as a basis for further investigation as to compliance is required to attain or maintain any particular statistical measure by race, ethnicity, or gender in covered programs. (3) Documentation of actions undertaken to meet the requirements of 24 CFR 570.607(b) which implements section 3 of the housing Development Act of 1968, as amended (12 U.S.C. 1701U) relative to the hiring and training of low and moderate income persons and the use of local businesses. (d) Financial records, in accordance with the applicable requirements listed in 24 CFR 570.502. (e) Records required to be maintained in accordance with other applicable laws and regulations set forth in Subpart K of 24 CFR. -13- 93- 462 n irk 2.2 As a necessary part of this Agreement, the CONTRACTOR shall provide the following documents to the Department of Community Development, in accordance with the requirements of the Agreement: A. Final Expenditure Report to be submitted no later than thirty (30) days after contract expiration. B. A Certified Independent Audit to be submitted a hundred and twenty (120) days after the expiration of the corporate fiscal year. CONTRACTORS receiving monies from the Department of Community Development must allocate in its budget sufficient funds to secure an annual independent audit which must include the expression of an opinion on the Contractor's financial statements, and a compliance letter stating whether the CONTRACTOR is in conformity with federal grant regulations (Office of. Management and Budget Circular A-133)- CONTRACTOR'S shall have an 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 -14- 93- 462 DkAFT that the institution is managing Federal awards in compliance with applicable laws and regulations that could have material impact on the financial statements. (3) The institution has complied with the laws and regulations that may have a direct and material effect on its financial statements amounts and in each major Federal programs. The City of Miami's Department of Internal Audits and Reviews shall have the authority to review CONTRACTOR's 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 Jul` 1, 1992, to June V31993- 3.2 CITY AUTHORIZATION For the purpose of this Agreement, the City of Miami Department of Community Development (hereinafter the "DEPARTMENT") will act on behalf of the CITY in the fiscal control, programmatic monitoring, and modification of this Agreerent, except us otherwise provided by this Agreement. -15- 93- 462 T 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 or 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 severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. 3.4.1NON-DISCRIMINATION: The CONTRACTOR agrees that it shall not discriminate as to race, sex, color, creed, 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, creed, national origin, or handicap, be excluded from the participation in, be denied, benefits of, or be subjected to -16- 93- 462 a ­!)RAF discrimination under any program or activity receiving federal financial assistance. 3.4 OBLIGATION OF CONTRACTOR The CONTRACTOR shall carry out the services as prescribed in i t a Work Program (Attachment II), which is attached and incorporated herein and made a part of this Agreement, in a lawful, and proper manner, satisfactory to the CITY, in accordance with the written policies, procedures, and requirements as prescribed in this Agreement, as set forth by the U.S. Department of Housing and Urban Development (HUD) and the City of Miami Department of Com munity Development. 3.5 POLICIES AND P1�OCEDUKES MANUAL CONTRACTOR is aware and accepts the Personnel Policies and Procedures Manual (Attachment III) for Community Development Block Grant Subrecipients as 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 incorporate herein and .made a part of this Agreement. 3.6 BONDING AND INSURANCE CONTRACTOR shall maintain insurance and bonding coverages acceptable to the CITY's Risk Management Division of the Personnel Management Department. Prior to commencing any activity under this Agreement, the CONTRACTOR shall furnish to the CITY original certificates of insurance and bonding -17- 93— 462' DRt,,FT 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 Division of the Personnel 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 amount of not less than $500,000 General Aggregate which shall, include Fire Legal. City shall be named as Primary Additional Insured and there shall be no exclusions in such policies to override the CITY coverage. 1 (d) Contractor shall provide the CITY with proof of Automobile Liability Coverage in an amount of not less than $100,000 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 Workers' Compensation and Employers' Liability coverage as per statutory requirement. (f) Flood Insurance as required by the City, if applicable. 93- 462' Compliance with the foregoing requirements shall not relieve the CONTRACTOR of its liability and obligations under this section or under any other section of this Agreement. 3.7 LEVEL OF SERVICE Should start-up time for a program be required or any delays in service occur, the Department of Community Development 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 Frith work which would have ,been performed in the absence .of this Agreement. 3.8 OTHER PROGRAM RCQUIREMENTS (a) CONTRACTOR shall comply with its obligations as described in its Management By Objectives (MBOs) (Attachment IV) which is attached and incorporated herein and made a part of this Agreement. (b) CONTRACTOR shall carry out its Work Program in compliance with all Federal laws and regulations described in Subpart K of the CDBG Program i regulation (24 CFR 570.600-612), (Attachment I). _19- 93- 462 r-RAFT (c) CONTRACTOR shall not assume the CITY's environmental responsibilities described at 24 CFR 570.604 of the CDBG Program regulations, and the CITY's responsibility for initiating the review process under Executive Order 12372 (Attachment I). (d) 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. 3.9 PROGRAM INCOME. Program income means gross income received by the CONTRACTOR which has been directly generated via the 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 by used to only undertake those activities specifically approved by the CITY on 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. -20- 9 3 - 3 6-2 CONTRACTOR shall. submit a Program Income Report 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 witli 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 to 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's official policy on specified issues relating to CONTRACTOR`s activities. The CONTRACTOR shall submit monthly and or quarterly progress reports, MBO 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 andk 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 quarterly, monthly or at random at -21- 93- 462' n R F T anytime. 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 4.1 COMPENSATION A. CITY shall pay CONTRACTOR, $ as maximum compensation £or 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 reimbursements 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 such request shall be subject to approval by CITY at the time the request is made and all invoices are -22- 9 3- 4 6 2 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 request 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. E. CONTRACTOR must submit the final request for payment to the CITY within 30 calendar days following the expiration date or termination date of this -23- y3- 462 � DRAFT Agreement. IC 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 GENERATED ROVENUES: -p) CONTRACTOR is required to generate revenues in the amount of <b�r� sixteen thousand five hundred dollars ($16,500.00, by June 1 30, 1993, from approved revenue generating projects. These funds are to Pe used in lieu of an advance on the fiscal 1993-94 City contract and to offset any other administrative expense not paid by the City CDBG grant. Funds generated by grants (federal, state and 'local) will be considered 1 generated revenues. In the event that GRANTEE fails to .generate the above mentioned revenues by June 30, 1993, future contracts with the GRANTEE will not be negotiated or considered. GRANTEE must submit proper documentation supporting the expenditure of such program generated funds as per the Program/Line-Item Budget Expenditure, Justification. 4.3 FINANCIAL ACCOUNTABILITY CITY reserves the right to audit the records of CONTRACTOR at any time during the performance of this Agreement and for -24- 9 3- 462 DRA:�T a period of three years after final payment is made under this 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. 4.4 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. 4.5 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, acid/or change in regulations. 4.6 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 entities for any activities, including similar activities, as directed by 24 CFR 570.200(j). CONTRACTOR shall comply with this provision when entering into subcontracts. -25- 9�- 462 Dh ARTICLE V 5.0 GENERAL REQUIREMENTS 5.1 INDEMNIFICATION CONTRACTOR, shall pay on behalf of, and save CITY harmless from and against any and all claims, liabilities, losses, and causes of action which may arise out of CONTRACTOR's 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 relevant orders, judgements, 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 document,, 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 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 Statutes (Attachment I). -26- 93- 462 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 CONTRACTOR 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. 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. 5.6 CONSTRUCTION OF AGREEMENT This Agreement shall be construed and enforced according to the laws of the State of Florida. ` 5.6.1CONFLICT 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 any personal -27- 93- 462 DRk�F-T 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 is shall fully comply In all respects with the terms of said laws. 5.7 OBLIGATION TO RENEW Upon expiratign of the term of this Agreement, CONTRACTOR agrees and understands that CITY has no obligation to renew this Agreement. 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 off termination. In no case, however, shall CITY pay CONTRACTOR an amount in excess of the total sum provided by this Agreement. -28- 93- 462 DF%A►FT It is hereby understood by and between CITY and CONTRACTOR 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 CPR 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. 5.8.1.REMEDIES FOR NONCOMPLIANCE If a CONTRACTOR or SUBCONTRACTOR materially fails to comply with any term of an award and an agreement, the CITY may 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 SUBCONTRACTOR 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'S or SUBCONTRACTOR'S program. -29-93- 462 I)r,,AFT (4) Withhold further awards for the program, or (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 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 acquisition of, or improvements to, the.property. 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 SUBCONTRACTOR respectively as stated in 24 CFR part 85. -30- 9 3- 46 2 D�AFT B. Use - Cxcept as otherwise provided by Federal statutes, real property will be used for the originally authorized purposes as long as needed for that purposes, and the CONTRACTOR or SUBCONTRACTOR shall not dispose of or encumber its title or other interests. C. Disposition - When real property is no longer needed for the originally authorized purpose, the CONTRACTOR or SUBCONTRACTOR will request disposition instructions from the awarding agency. The instructions will provide for on of the following alternatives: (1) Retention of Title; retain title after compensating the awarding agency. The amount paid to the awarding agency will be computed by applying the awarding agency's percentage of 1 participation in the cost of the original purchase to the. fair market value of the property. However, in those situations where a CONTRACTOR or SUBCONTRACTOR is disposing or real property acquired with grant funds and acquiring replacement real property under the samet, program, the net proceeds from the disposition may be used as an offset to the cost of the replacement property. t�- DRAFT (2) Sale of Property; sell the property and compensate the awarding agency. The amount due to the awarding agency will be calculated by applying the awarding agency'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 a CONTRACTOR or SUBCONTRACTOR is directed to sell property, sales procedures shall be followed that provide for competition to the extent practicable and result in the highest possible return. 3. Transfer of Title; transfer title to the awarding agency or to a third -party designated/approved by the awarding agency. The CONTRACTOR or SUBCONTRACTOR shall be paid an amount calculated by applying the CONTRACTOR or SUBCONTRACTOR'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 93- 462 -32- DK'A&FT 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 of actual receipt, whichever is earlier. CITY OF MIAMI CONTRACTOR Contractor Name 3500 Pan American Drive Address Miami, Fla. 33133 City, State Zip Code B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. 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 of 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 -33- 9 3- 462 JF r - D R r) T - 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 severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. 5.11 INDEPENDENT CONTRACTOR CONTRACTOR 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 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's governing body, authorizing. the execution -34- 93` 462 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 WIiEREOF, the parties hereto have caused this instrument to be executed by the respective officials thereunto duly authorized on the first date above written. CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: MATTY HIRAI CESAR H. ODIO CITY CLERK CITY MANAGER ATTEST: CORPORATE SECRETARY WITNESS: APPROVED AS TO INSURANCE REQUIREMENTS: SUJAN S. CHHABRA, DIRECTOR RISK MANAGEMENT DEPARTMENT -35- CONTRACTOR: ADDRESS CITY STATE ZIP PRESIDENT SEAL 0 APPROVLD AS TO FORM AND CORRECTNESS: A. QUINN JONES, III CITY ATTORNEY 33- 462 CiTv O ---A INTER -OFFICE MEMORANDUM T� The Honorable Mayor and Members of the City Commission Cesar H. Odio City Manager RECOMMENDATION: S4 -� Agreement with Community Based Organizations for Fiscal Year 1993-1994 City Commission Agenda June 17, 1993 It is respectfully recommended that the City Commission adopt the attached resolution authorizing the City Manager to execute individual contracts with fourteen (14) neighborhood economic development organizations, for the first six months of fiscal year 1993-1994 to be funded from Nineteenth (19th) Year Community Development Block Grant funds. BACKGROUND: Pursuant to Resolution No. 93-311.1 adopted by the City Commission at the meeting of May 13, 1993, $800,000 was allocated for Economic Development. The Department of Community Development (DCD) is hereby requesting authorization to enter into individual contracts with economic development Community Based Organizations (CBOs) for the first six months of fiscal year 1993-1994 beginning July 1, 1993 through December 31, 1993 until final policy determination is made by HUD officials.. This time frame is being recommended to allow Tonya, Inc., the Department of HUD's consultant, an opportunity to evaluate and determine the eligibility of CBOs' CDBG funded activities. It would also afford Tonya, Inc. ample time to train the CBO to show performance and the City to properly monitor each organization. The CBOs have been the City's primary outreach vehicle to assist the different communities in developing their economic development programs and/or projects. The City's objective in funding the CBOs is to provide an opportunity for neighborhood oriented groups to coordinate the City's economic development efforts at the neighborhood level. This involves promoting the redevelopment and revitalization of commercial/industrial activity in targeted low and moderate income neighborhoods and thereby stimulate investment activities. The CBOs also provide neighborhood outreach services to the local business community. These services include, but are not limited to, the formation and/or strengthening of a merchants association, busi- ness recruitment, target area promotion, referral service to other �� - 93- 462 0 The Honorable Members of the Page two Mayor and City Commission federal and county programs that are aimed at economic revitalization, and business attraction retention and expansion assistance and/or opportunities. During the last contract period, several CBOs also participated in the Citywide Commercial Facade Program to provide exterior facade improvements to businesses within the eight neighborhood target areas. As previously discussed, HUD has historically been opposed to core funding of CBOs and continues such opposition. Pursuant to letter of 9/17/92, attached, they are of the opinion that CBOs should not be funded on a routine basis using CDBG funds. According to HUD, CBOs should only be funded on a project specific basis and a percentage of the allocation could be used for activity delivery cost (administration). From December 7-11, 1992, Tonya's Executive Vice President and Project Manager, David S. Dennison; Tonya's Consultant, Jeannie Fewell, Deborah Griswold of the HUD Region IV Office in Atlanta and Duane Gilliland of the Jacksonville Field Office, conducted daily fact finding intensive interviews with most of the CBOs and CDCs and City staff to obtain an accurate picture of needed technical assistance. HUD had informed the City that a follow-up visit by top HUD officials and officers of Tonya, Inc. would be made during the month of March, 1993 to establish the course of action. However, there has been a delay in the plans caused by the change in the administration and we have now been informed that the meetings will take place June 25 and 26, 1993. The City has verbal confirmation that the workshops to be conducted by Tonya, Inc. to strengthen the CBOs' capacity to carry out economic development projects at a neighborhood level will also be attended by high-ranking HUD officials. The Department of Community Development will continue to closely monitor the agencies and, with the assistance of the Neighborhood Enhancement Team Administrators, we should be able to improve the performance of the CEOs at a neighborhood level. Based on the aforementioned information, it is therefore being recommended that authorization to enter into individual contracts with the following agencies in the specified amounts be granted to the City Manager with the proviso that no funds will be disbursed until all contractual requirements have been met and outstanding administrative issues are resolved. 93- 462 The Honorable Mayor and Members of the City Commission Page three CBO AMOUNT *1. Allapattah Business Development, Inc. $ 25,000 2. Coconut Grove Local Development 25,000 Corporation, Inc. 3. Downtown Miami Business Association, Inc. 25,000 4. Edgewater Economic Development Corporation 25,000 5. Greater Biscayne Boulevard Chamber of Commerce, Inc. 25,000 6. Haitian American Foundation, Inc. 25,000 *7. Haitian Task Force, Inc. 25,000 8. Latin Quarter Association, Inc. 25,000 9. Little Havana Development Authority, Inc. 25,000 10. Martin Luther King Economic Development Corporation, Inc. 25,000 11. New Washington Heights Community Development Conference, Inc. 25,000 12. Park West Association, Inc. 25,000 13. Small Business Opportunity Center, Inc. 25,000 **14.Wynwood Community Economic Development Corporation, Inc. 25,000 * ABDA and HTF have each agreed that the City Commission name three (3) individuals to serve on their Board of Directors. ** WCEDC must comply with City of Miami Commission Motions and/or Resolutions #93-318, 93-319 and 93-320 of May 13, 1993. M 93- 462 3 CITN' O� Y,4%1! �_OR:'JL INTER -OFFICE MEMORANDUM The Honorable Mayor and Members of the City Commission Cesar H. Odio City Manager ;E%ERE ES Status Report CBO's/Economic Development Agenda Item June 29, 1993 Pursuant to City Commission directive at the meeting of March 11, 1993, attached please find a status report on Economic Development Community Based Organizations (CBOs) funded for fiscal year 1992- 1993. As anticipated in memorandum dated October 14, 1992, and discussed at the October 22, 1992 City Commission meeting, the U.S. Department of Housing and Urban Development (HUD) Central retained Tonya, Inc. to conduct an initial needs assessment in response to the City's request for technical assistance in connection with CBOs. From December 7-11, 1992, Tonya's Executive Vice President and Project Manager, David S. Dennison, Tonya's Consultant, Jeannie Fewell, Deborah Griswold from the HUD Region IV Office in Atlanta and Duane Gilliland of the Jacksonville Field Office, conducted daily fact finding intensive interviews with most of the CBOs and Community Development Corporations (CDCs)'and City staff, to obtain an accurate picture of needed technical assistance. HUD has now informed the City that a follow-up visit by top HUD officials and the consultant of Tonya, Inc. will be made on June 25 and 26, 1993 to establish the course of action. Attendance at the workshop is mandatory for all Economic Development CBOs funded by the City of Miami. In addition, the Department of Community Development (DCD) has been monitoring all funded agencies and attached is the status report on the twelve (12) CBOs currently under contract with the City of Miami. This report is based on recent monitoring visits conducted by the DCD and the agencies' monthly/quarterly reports. The DCD has continued working with each agency in order to ensure compliance with City contractual requirements and HUD guidelines. Attachment 93- 462 N STATUS REPORT FISCAL YEAR 1992-93 ALLAPATTAH BUSINESS DEVELOPMENT AUTHORITY ACTIVITY Technical Assistance Facade CONTRACT COMPLIANCE: PROJECTS REPORTED PENDING COMPLETED 5 S 69 2 *Agency has experienced internal administrative problems. Agency has cleared most monitoring findings. Agency has raised $10,259 towards the $16,500 generated revenue required by their contract. r%mui+n nnn Tr.nma . Ralpheal Plaza -Has demonstrated no progress on the development plans. Construction according to City contract should have commenced by October 1992. Requested documentation still pending. *Agency currently being reorganized. M 93- A62 17 STATUS REPORT FISCAL YEAR 1992-93 COCONUT GROVE LOCAL DEVELOPMENT CORPORATION PROJECTS REPORTED PENDING COMPLETED ACTIVITY Technical Assistance 10 4 Facade 14 0 CONTRACT COMPLIANCE: Agency has cleared monitoring findings. Complied with generated revenues required by their contract. OTHER PROJECTS: GUTS -Loan granted 3/20/85 from $234,873 Jobs Bill Fund and $265,127 CDBG. (To be revised as per Resolution 92-748). Disbursed $ 265,127 Available $234,873 Negotiating the purchase price of property located at 3659 Grand Avenue, as part of the total Tikki Club redevelopment project. Negotiating with Constructa (a development/contractor firm) for project design. a 93- 462 I STATUS REPORT FISCAL YEAR 1992-93 DOWNTOWN MIAMI BUSINESS ASSOCIATION PROJECTS REPORTED PENDING COMPLETED ACTIVITY Technical Assistance a 6 Facade 63 5 CONTRACT COMPLIANCE: Performance has improved. Agency has cleared monitoring findings. Complied with generated revenues required by their contract. OTHER PROJECTS: None 99- 462 59 M a STATUS REPORT FISCAL YEAR 1992-93 EDGEWATER ECONOMIC DEVELOPMENT PROJECTS REPORTED PENDING COMPLETED ACTIVITY Technical Assistance Report Pending 4 Facade 0 0 CONTRACT COMPLIANCE: Performance needs improvement. Agency has cleared monitoring findings.* Agency has raised $13,436 towards the $16,500 generated revenue required by their contract. OTHER PROJECTS: None *Note: This is a new agency funded this fiscal year. la 93- 462 STATUS REPORT FISCAL YEAR 1992-93 GREATER BISCAYNE BOULEVARD CHAMBER OF COMMERCE ACTIVITY Technical Assistance Facade CONTRACT COMPLIANCE: PROJECTS REPORTED PENDING COMPLETED 4 4 12 3 Performance needs improvement. Agency has cleared monitoring findings. Complied with generated revenues required by their contract. OTHER PROJECTS: None 93- 462 �l N HAITIAN TASK FORCE STATUS REPORT FISCAL YEAR 1992-93 PROJECTS REPORTED PENDING. COMPLETED Technical Assistance 8 9 Facade 9 0 CONTRACT COMPLIANCE: Agency has experienced internal adminis- trative problems. Complied with generated revenues required by their contract. OTHER PROJECTS: Caribbean Market Place -$1501000 loan granted 3/3/89, amended 11/20/89. -in nonperformance status since 2/20/92. Requested moratorium. Documentation requested still pending. Insurance payment due Hurricane Andrew damage has been received. Repairs pending negotiations with contractor. /7- 93- 462 r STATUS REPORT FISCAL YEAR 1992-93 LATIN QUARTER ASSOCIATION PROJECTS REPORTED PENDING COMPLETED ACTIVITY Technical Assistance 6 12 Facade N/A* N/A* CONTRACT COMPLIANCE: Under -reporting of activities. Agency cleared monitoring findings. Agency has raised $9,632 towards the $16,500 generated revenue required by their contract. OTHER PROJECTS: None *The Commercial Facade Program is not included in the Scope of Services. 93- 462 /3 STATUS REPORT FISCAL YEAR 1992-93 LITTLE HAVANA DEVELOPMENT AUTHORITY PROJECTS REPORTED PENDING COMPLETED ACTIVITY Technical Assistance 4 b Facade 21 2 CONTRACT COMPLIANCE: Agency cleared monitoring findings. Complied with generated revenues required by their contract. None �7 93- 462 STATUS REPORT FISCAL YEAR 1992-93 MARTIN LUTHER KING ECONOMIC DEVELOPMENT CORPORATION ACTIVITY Technical Assistance Facade PROJECTS REPORTED PENDING COMPLETED 4 5 46 0 CONTRACT COMPLIANCE: Agency has cleared monitoring findings. Complied with generated revenues required by their contract. OTHER PROJECTS: Lincoln Square Building $400,000 loan granted 12/12/82 in nonperformance status since 10/1/90. Note: MLKEDC building is in the final stage of major rehabilitation with funds received from insurance company due to hurricane damage. 93- 462 STATUS REPORT FISCAL YEAR 1992-93 NEW WASHINGTON HEIGHTS COMMUNITY DEVELOPMENT CONFERENCE PROJECTS REPORTED PENDING COMPLETED ACTIVITY Technical Assistance 3 4 Facade 2 6 CONTRACT COMPLIANCE: Performance needs improvement. Agency has cleared monitoring findings. Complied with generated revenues required by their contract. OTHER PROJECTS: Attracted First Union Bank to open office at their location to better serve residents of the area. 16 93- 462 STATUS REPORT FISCAL YEAR 1992-93 SMALL BUSINESS OPPORTUNITY CENTER a PROJECTS REPORTED PENDING COMPLETED ACTIVITY Technical Assistance 15 19 Facade 17 0 CONTRACT COMPLIANCE: Agency has cleared monitoring findings. Under reporting its CDBG eligible activities. Under documenting time spent on CDBG activities. Complied with generated revenues required by their contract. OTHER PROJECTS: Trade Center of the Americas - $117,000 loan granted 4/13/88 in nonperformance status since 5/l/92. - $33,000 loan granted 5/24/88 is current. Requesting moratorium on $117,000 loan. 93- 462 17 M STATUS REPORT FISCAL YEAR 1992-93 WYNWOOD COMMUNITY ECONOMIC DEVELOPMENT CORPORATION PROJECTS REPORTED PENDING COMPLETED ACTIVITY Technical Assistance 2 0 Facade 10 4 CONTRACT COMPLIANCE: Performance needs improvement. *Agency still experiencing administrative problems. Agency has cleared most monitoring findings. Complied with generated revenues required by their contract. OTHER PROJECTS: N.W. 2nd Avenue Beautification Project. *Wynwood Foreign Trade Zone *Safe Neighborhood Improvement District (SNID) NOTE: CONTRACT WAS NOT EXTENEDED BY THE CITY COMMISSION AS OF MARCH 30, 1993 �� 93- 462 SEP 17 199Z i .` U. S . DEPARTV -IT'OF HOUSING AND URBAN DEVELOPMENT JACXSOITVILLE OFFICE, REGION IV •325 West Adams street Jacksonville, Florida 32202-430 -. 4.6CMA Frank Casteneda, Director Department of Community Development City of Miami 1145 NW 11 St. Miami, FL 33136 Dear Mr. Casteneda: SUBJECT: Community Development Block Grant Grant No. B-92-MC-12-0013 Technical Assistance on Community (CBOs) for Economic Development (CDBG) Program Based Organizations This responds to your correspondence dated July 21, 1992, which requests guidance in using CBOs for economic development activities. This Office has not recommended "disregarding" CBOs. An important issue pointed out in the monitoring letter was the City is not maintaining evidence to show compliance with a National Objective. Even if the activity carried out by the CBO is eligible, if a National Objective is not met, expenditures for the activity are subject to repayment. Another important issue in our, monitoring letter was the spending of CDBG funds for CBO staff and administrative costs and receiving little in return. This is the basis for cautioning the City that it is at risk if funding for these activities is continued. Several of the CBOs funded by Miami have been funded for a number of years, and have not produced tangible results showing benefit to low and moderate. income residents. There has apparently not been a system in place to evaluate results on an annual* basis and make funding decisions based on the evaluation. Our monitoring has indicated the CB05 have not had a measurable impact on the low and moderate income neighborhoods. This is partially due to the way in which these activities are structured. Each subrecipient is given $50,000 per year for special economic development activities. The scope of service in the subrecipient agreement is not sufficiently detailed to ensure eligible -activities are undertaken and adequate records. are maintained to document compliance with a National Objective.. Some of the CEOs funded are not qualified to provide technical assistance to businesses. Because of the lack of a detailed work program and ineffective monitoring, the CBOs continue to be funded whether they, can show accomplishments or not. As a consequence, ineligible activities and activities which do not meet.a National Objective are carried out by the CBOs. This puts the City at risk of repaying amounts expended for these activities. 93- 462 2 Other programs and methods for encouraging empowerment of low income residents without use of CDBG funds or CBOs exist and should be pursued. 'these would include programs to, encourage affordable housing and job training and placement programs. CDBG funds should be used only for eligible activities which will meet a National Objective. other ' sources of funding, including banks, foundations, volunteer resources, or general fund revenues should be pursued to assist in accomplishing the neighborhood benefits the City wants. The specific goal to be achieved should be identified for each neighborhood to be assisted. The resources appropriate to g addressinthat goal should then be assembled. Activities undertaken should be monitored closely to ensure the desired result is achieved in a reasonable time. If you have any further questions on this matter, please contact Duane Gilliland, Community Planning and 'Development Representative, at (904) 232-1202. Very sincerely yours, Ji�ichol Director Community Planning and Development Division, 4.6C opq 93- 462 .. .Pt. Of W1. SEp 1,7 19 ' U.S. DtPARTML• . . of hoUS..,, d )W D bnoAIi bEVE*LOFfdE JACKSOIIVILLE orrice, i1LOIOtt IV 325 West Adams street Jacksonville, Florida 32202-4303 4.6CMA Frank Castaneda, Director Department of Community Development City of Miami 300 Biscayne Boulevard Way, Suite 420 Miami, Florida 33131 Dear Mr. Castaneda: SUBJECT: Community Development Block Grant (CDBG) Program Grant No. B-92-MC-12-0013 Request for Technical Assistance City of Miami, Florida This is in response to your July 29, 1992, letter requesting technical assistance and professional guidance concerning the creation and funding of Community Based Organizations (CBOs) and other subrecipients. It is likely a HUD technical assistance contractor will provide the technical assistance you requested. Arrangements for ' the technical assistance are underway. You should be contacted 'by a contractor representative in the next couple of weeks. If you have any questions on this flatter, please contact Duane Gilliland, at (904) 232-1202. ' very sincerely your ; Ji Nicho1 Director Community Pianning and Development Division, 4.6C 93- 462 '�