Loading...
HomeMy WebLinkAboutR-91-0108J--90-976 11/19/90 RESOLUTION NO. 9 w 108 A RESOLUTION, WITH ATTACHMENT, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACTUAL AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, WITH THE HAITIAN TASK FORCE, INC., IN AN AMOUNT NOT TO EXCEED $30,000, FOR THE PURPOSE OF PURCHASING ADDITIONAL PROPERTY FOR PARKING AND THE EXPANSION OF THE CARIBBEAN MARKETPLACE; ALLOCATING FUNDS THEREFOR FROM THE COMMUNITY DEVELOPMENT BLOCK GRANT FUND (MINI-UDAG PROGRAM). 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 Haitian Task Force, Inc. developed, implemented, and now manages the Caribbean Marketplace; and WHEREAS, the Caribbean Marketplace represents a $1.2 million investment of private and public funds in a low-income commercial district of the City of Miami; and WHEREAS, the City invested $150,000 of Community Development Block Grant Fund (Mini-UDAG Program) in the development of the Caribbean Marketplace; and WHEREAS, the Haitian Task Force, Inc. has been awarded a' $472,000 grant from the Department of Health and Human Services; is and + WHEREAS, the proposed grant will be used to acquire property for additional parking facilities and the expansion of the Caribbean Marketplace; and WHEREAS, the allocation of $30,000 from the City's Community Development Block Grant Fund (Mini-UDAG Program) will be used in { z: conjunction with the objectives of the health and human services grant in the continued development of the Caribbean Marketplace; ATTACHMENTS CONTAINED NOW, THEREFORE, RR IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Sedtioft 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 agreementi/, in substantially the attached form, with the Haitian Task Force, Inc., in a form acceptable to the City Attorney, for the purpose of acquiring additional property for parking and the expansion of the Caribbean Marketplace, with funds therefor hereby allocated in an amount not to exceed $30,000 from the Community Development Block Grant Fund (Mini - UDAG Program). Section 3. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 14th day of February , 199L. COMMUNITY DEVE PMENT REVIEW AND APPROVAL: F GAS EDA, DIRECTOR DEPARTMENT OF COMMUNITY DEVELOPMENT The herein authorisation is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to these prescribed by applicable City Charter and Code provisions. 4— "MOVED AS TO FORM AND CORRECTNESS: ,4o'-R= 1 ERMANDEZ E LE CITY AT NEY -3- CITY OF MIAMI, FLORIDA 11 1.4 Certificate of Insurance which reflects CONTRACTOR'S current liability insurance, naming the CITY as primary or additional insured as determined by the Law Department of the CITY; current Workers' Compensation insurance; current Fidelity Bond (applicable for all persons who are E authorized to receive and disburse funds under this Agreement); 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 Articles of Incorporation, Charter and Bylaws. 1.7 List of Present Principal Governing Board Officers and Members of the Board (names, addresses and telephone numbers). 1.8 List of Key Staff Persons, with their titles, who will carryout this program. 1.9 Completion of Authorized Representative Statement. 1.10 Completion of Statement of Accounting System. 1.11 A letter from an independent Certified Public Accountant; which expresses the opinion that the CONTRACTOR's internal ;i -controls are adequate to safeguard the organization's assets. 1.12 Corporate Personnel Policies and Procedures. t 1.13 Job Description and Resumes for all positions funded in whole or in part under this Agreement. 1.14 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 ' f Performance), N" (Property Management Standards), and "A" (Procurement Standards). I � I � Ar r • 1.15 Acceptance of HUD Regulations 24 CPR Part 85 entitled "Uniform Administrative Requirements for Grants and } Cooperative Agreements to State, Local and Federally f Recognized Indian Tribal Governments". '. 1.16 Acceptance of Policies and Procedures Manual for Community } k Based Organizations. ? 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. Certified Independent Audit to be submitted sixty (60) days after contract expiration. CONTRACTORS receiving monies from the Department of Community Development must allocate in their budgets 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 i letter stating whether the CONTRACTOR is in conformity with federal grant regulations (Office of Management i and Budget Circular A-110). Said audit must be l �f submitted no. later than sixty (60) days after the expiration of the Community Based Organization ?1, agreement with the Department of Community Development. The City of Miami's Department of Internal Audits and Reviews shall have the authority to review CONTRACTOR`. ... records, includingprogrammaticrecords and books of .A 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 z the Contractor at least three (3) years for audit p4�z'p'9ses• F t ARTICLE II TIME OF PERFORMANCE The term of this Agreement shall be for one year from date of execution by the City Manager. 2.2 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 Agreement, except as otherwise provided by this Agreement. 2.3 OBLIGATION OF CONTRACTOR The CONTRACTOR shall carry out the services as prescribed in its Work Program (Attachment I), 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 a. requirements as prescribed in this Agreement, as set forth ! r by; the United- States Secretary of Treasury and the City of ; Miami Department .of Community Development. 1. r zy �} Contractor is aware and accepts the Policies and Procedures Manual' for Community Based Organizations as the official document which outlines the fiscal, administrative and �. 7Y . =- s Federal,,guidelines and which shall regulate the day-to—day r operations of the CONTRACTOR. 2.4` BONDING AND INSURANCE CONTRACTOR shall maintain insurance and bonding coverages s acceptable to the CITY's Insurance Management Division of the Law Department. Prior to commencing any activity under this Agreement, the CONTRACTOR shall furnish to the "CI-TY". — . i certi,fiCates of insurance and bonding indicating that the 1. CQNTKA�CTOR is in compliance with the provisions ipf thus,� /tom 'may L —. CONTRACTOR shall provide the following coverages: a) Insurance coverage that reflects sound business practices acceptable to the CtTY's Insurance Management Division of the Law Department. b) Fidelity bonding for all persons handling funds received or disbursed under this Agreement in an amount equal to or greater than the maximum amount of cash held at any one time. CITY shall be a primary additional insured on all insurance policies and there shall be no exclusions in such policies to override the CITY coverage. c) Current liability insurance shall be rated by A.M. Bests as to "A" Classification and "V" as to financial size. 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. 2.5 LEVEL OF SERVICE s. 't Should start-up time for a program be required or any �k delays in service occur, the Department of Community Development is to be notified in writing immediately, t giving all pertinent details and indicating when service F shall begin and/or continue. It is understood and agreed a, x that the level of services, activities, and expenditure s'by the CONTRACTOR, in existence prior to the initiation of f" 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 ofemployed workers, impair existing contracts for services, or result in the substitutionof funds : allocated under this Agreement f.or other funds in. connection with work which would have been performed in thn absence of this Agreement. F N1 b y 1 J 4 <3%f 49 ■■�/�y�� 2.6 RRPORTS, 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 to moderate income persons. In accordance with the Code of Federal Regulations 24 CVR 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. CITY may carry out monitoring and evaluation activities, including visits and observations by CITY staff; CONTRACTOR shall ensure the cooperation of its employees and Board members in such efforts. Any inconsistent, incomplete, or inadequate information either received by the CITY or obtained through monitoring and evaluation by the CITY, shall constitute good cause for the CITY to terminate this Agreement at any time thereafter. - ARTICLE III St COMPENSATION A. CITY shall pay CONTRACTOR, as maximum compensation, for the services required pursuant to Article II hereof, $30 000$-00. ,E B. CITY -shall have the right to review and audit the time records and related records of CONTRACTOR pertaining ,to �. any payments by CITY. A. All payments shall be reimbursements for expenditures incurred only during the term of this Agreement, and in compliance with the previously approved Vine -Item Budget. Such written request shall contain a stateme declaring and affirming that all expenditures were made ., in accordance with the approved budget, All 41 av- g, 3.3 FINANCIAL ACCOUN_TABILtTY 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 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 theretofore 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. 3.4 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. 3.5 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 <. -s funds or authorization, reduction of funds, and/or change in regulations. ARTICLE IV 4.1 INDEMNIFICATION CONTRACTOR, shall pay on behalf of, and save CITY harmless ' from and against any and all claims, liabilities, losse,'s, 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 relevant orders, judgments, or decrees which may be entered t i N t { } +44 against the CITYt and from and against all costs, sttorney"s fees, expenses, and liabilities incurred by the CITY in the defense of any such claims or in the investigation thereof. 4.2 AMENDMENTS No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. 4.3 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 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. } It is further understood by and between the parties that any t documents or thing which is given by CITY to CONTRACTOR pursuant to this Agreement shall at all times remain the ' .:, is property - of CITY" and shall not be used by CONTRACTOR ,for any other purposes whatsoever without the written consent of CITY. 4.4 AWARD OF AGREEMENT f CONTRACTOR warrants that it has not employed or retained any personemployed by the CITY to solicit or secure this Agreement and that ithas not offered to pay, paid,' or agreed to pay; any person employed by the CITY .any fee, i commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement, 1 1 #x t , Aft. 7V is 4.5 NON-DELEGABILITY The obligations undertaken by the CONTRACTOR pursuant to this Agreement shall not be delegated or assigned to any other a� �4 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. 4.6 CONSTRUCTION OF AGREEMENT This Agreement shall be construed and enforced according to the laws of the State of Florida. 4.7 OBLIGATION TO RENEW Upon expiration of the term of this Agreement, CONTRACTOR agrees and understands that CITY has no obligation to renew this Agreement. 4.8"TERMINATION OF CONTRACT CITY retains the right to terminate this Agreement at any j 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 of the notice .of - termination. In no case, however, shall CITY pay CONTRACTOR r .r an amount in excess of the total sum- provided by. this f Agreement. ; It is hereby understood by and between CITY and CONTRACTOR i I that any payment made in accordance with this Section -to i CONTRACTOR shall be made only if said CONTRACTOR is not, in a 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. ti 7 i A toA 1 0 i [1 k a a 4 i i 4.9 GENERAL CONDITIONS A. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing R 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 3500 Pan American Drive Haitian Task Force, Inc. (HTF) j Miami, Florida 33133 5925-27 N.E. Second Avenue, i Mezzanine j Miami, Florida 33137 l� -_ B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C . In the event of conf lict 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 r phrases contained in this Agreement be determined by.a ,.r 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 s 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 ; Fh effect! { T 1 V t . 4.10 INDEPENDENT CONTRACTOR CONTRACTOR and its employees and agents shall be deemed to be independent contractors and not agents or employees of CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of CITY or any rights generally afforded classified or unclassified employees; further, they shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of CITY. 4.11 SUCCESSORS AND ASSIGNS This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. ARTICLE V 5.1 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 CONTRACTOR's governing body, authorizing the execution of the Agreement, including all understandings and assurances contained herein, and directing and authorizing the person identified as the official representative of the 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 p instrument to be executed by the respective officials thereunto A` duly authorized on the first date above written. z CITY OF MIAMI, a municipal . Corporation of the State of Florida ,y u ATTEST: i By _. MATT MIIAAI OUI CE$AR H. Ci CITY CLERK CITY MANAGER L 91 (SEAL) APPROVED AS TO FORM AND CORRECTNESS: JORGE L. FERNANDEZ CITY ATTORNEY APPROVED AS TO INSURANCE REQUIREMENTS: SEGUNDO PEREZ INSURANCE MANAGER At 1; -10/26/90/gjd C of ` 5 T w 1� y �k 13 €; .-.iss€,�' �,Ei,i'{"tY^ gY—.--_".-.-'.�r:. .. ,... _ ... ...: .... .. _ . _ .�i?,1'� si�'E•�3R.c�I3�� � _ CITY OF* MIAMI, FLORIDA INTER -OFFICE MEMORANDUM CA­W to: Honorable Mayor and Members bAte �r of the City Commission Ja�(,/4:. 1991 . FILE . SUBJECT ; Haitian 'Task Force, Inc. - Mint-UDAG Allocation FRom : Cesar H. 0 d i o REFERENCES City Manager ENCLOSURES; RECOMMENDATION: It is respectfully recommended that the City Commission Adopt the attached Resolution authorizing the City Manager to execute the attached contract with the Haitian Task Force, Inc. in the amount of $30,000 from the Mini-UDAG Program, for the acquisition of property and expansion of the Caribbean Marketplace. BACKGROUND: The Department of Community Development (DCD) has analyzed the need to enter into contract with the Haitian Task Force, Inc. for a one (1) year period and allocate funds not to exceed $30,000 to assist in the expansion of the Caribbean Marketplace. The Haitian Task Force, Inc. a community based organization (CBO) has been the City's primary economic force in the Edison/Little River target area in developing and implementing its objectives as it relates to community development and neighborhood. - The Haitian Task Force, Inc. has been awarded a grant from the Department of Health and Human Services in the amount of $472,000. This grant will enable the Haitian Task Force "to acquire property which is located directly across the street from the Caribbean Marketplace to be utilized as additional parking` for the market. In addition, said funds will be utilized to expand the Marketplace, thereby providing additional consumer and/or entrepreneurial opportunities. There are approximately pp tel y twenty-eight (28) businesses presently operating in the Caribbean Marketplace. More than ninety-five percent (95%) of those businesses are owned by Haitian » Entrepreneurs. Also, all of the aforementioned businesses employ low and moderate income persons from the target area. 11, tall