Loading...
HomeMy WebLinkAboutR-84-1459J-84-1196 0 RESOLUTION NO. 84-1459 A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT WITH THE TACOLCY ECONOMIC DEVELOPMENT CORPORATION, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR THE PURPOSE OF IMPLEMENTING A $309000 COMMERCIAL FACADE REHABILITATION PAINT PROGRAM, WITH FUNDS ALLOCATED FROM THE NINTH YEAR COMMUNITY DEVELOPMENT BLOCK GRANT. WHEREAS, the Commercial Facade Rehabilitation Paint Program is a component of a comprehensive City-wide Commercial g' Rehabilitation Assistance Facade Treatment Program; and WHEREAS, this program was approved in the ninth year Community Block Grant Application by Resolution No. 83-334; and �z: = WHEREAS, the City Commission passed Resolution No. 83-0134, authorizing the City Manager to execute contractual agreements t with neighborhood economic development organizations; and X WHEREAS, the Martin Luther King Economic Development Corporation, (MLKEDCO) was identified and approved as one of the neighborhood organizations to implement the program, within the specified target area; and WHEREAS, the Tacolcy Economic Development Corporation (TEDC) has received a $50,000 grant from Health and Human Services (HHS) for the purpose of improving the facade on properties surrounding the Edison, Plaza Shopping Center; and CITN DEC 8 14 iON No. WHEREAS, the Commercial Facade Rehabilitation Paint Program will be better coordinated by having only one organization in the target area to implement the program; and WHEREAS, the eligibility for assistance will be for those businesses located within the specified target area boundaries; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The City Manager is hereby authorized to enter into an agreement, in a form acceptable to the City Attorney, for 3 a period of one year with the Tacolcy Economic Development F Corporation, with the cost thereof, $30,000, hereby allocated from 9th Year Community Development Block Grant funds, for the purpose of having said agency assist in the coordination and implementation of a comprehensive Commercial Facade Rehabilitation Paint Program in the Edison Center business district. r PASSED AND ADOPTED this 13th day of DECEMBER 1984. MAURICE A. FERRE MAURICE A. FERRE, MAYOR ATTEST: 4:2-1 C_►�✓ I%kLPH G. ONGIE, CITY CLE PREPARED AND APPROVED BY: o:::p 6a 00f A* )C #4 • LZMA&Z ROBERT F. CLARK, DEPUTY CITY ATTORNEY APPROVED "O.,ROMAND CORRECTNESS: LUCIA A. , CITY ATTORNEY 84-1459 0 11 This Agreement entered into this day of , 1984, by and between the City of Miami, a municipal corporation of Dade County, Florida, hereinafter referred to as "CITY", and TACOLCY ECONOMIC DEVELOPMENT CORPORATION (TEDC), a not for profit corporation of the State of Florida, hereinafter referred to as "CONTRACTOR". WITNESSETH: WHEREAS, the Commercial Facade Rehabilitation Paint Program is a component of a comprehensive city-wide Commercial Rehabilitation Assistance Facade Treatment Project; and WHEREAS, this program was approved in the ninth year Community Development Block Grant Application by Resolution No. 83-334; and WHEREAS, the City Commission passed Resolution No. 83-0134, authorizing the City Manager to execute contractual agreements with neighborhood economic development organizations; and WHEREAS, thi Martin Luther King Economic Development Corporation ((MLKEDCO) was identified and approved as one of the neighborhood organizations to implement the commercial facade program, within the specified target area; and WHEREAS, -the ML[EDCO is unable to enter into a legally binding long-term contractual agreement with the City; and WHEREAS, the Tacoley Economic Development Corporation has Deep idestified as ar a:teroate ecosar_e development corporation within the approved target area tz Implement the commercial facade program; and WHEREAS, the Tacoley Economic Sovelopment Corporation ban received a $50,000 grant from Nealtb mad Human Services for the purpose of improving the facade or: properties surrounding the Edison Plaza Shopping Center; and 84-1459 WHEREAS, thirty thousand dollars ($309000) has been allocated to the Edison Center/Model City Target area; and WHEREAS, the eligibility for assistance will be for those businesses located within the specified target area boundaries; and WHEREAS, the area boundaries which have been selected for implementation of this project are N.W. 7th Avenue between 54th and 67th Street and N.M. 62nd Street between N.W. 6th and 17th Avenue. NOW, THEREFORE, in consideration of the promises and the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto understand and agree as follows: TERM: The term of this Agreement shall commence on the day of execution by the City Manager and terminate one year later. Upon termination of this Agreement, the CONTRACTOR agrees and understands that the CITY has no obligation to renew this Agreement. SCOPE OF SERVICES: CONSULTANT'S scope of services will include: 1) The CONTRACTOR agrees to cam out the project in a lawful, satisfactory aed proper manner, in accordance rite tae written policies and procedures, and requ:remects as prese-:bed in this Agreement, as set forth by the City of Miami's Department of Economic Development (DED). 2) The CONTRACTOR will notify target area property owners aid/or merchants of the commercial rehabilitation program, develop a priority list of buildings to be painted, identify local paint contractors and advertise invitations to bid. 84-1459 'A_ 0 0 3) The CONTRACTOR will enter into a commercial facade rehabilitation agreement with the property owner and/or merchant to provide commercial rehabilitation assistance within the identified target area and boundaries. 3) The CONTRACTOR will approve all invoices submitted by the general paint contractor and submit a request for payment from the DED. 4) The CONTRACTOR, in conjunction with the DED, Community Development, Planning Department and the property owner and/or merchant will review and approve the design, color, scheme, signage and other programmatic details in the implementation of the program. 5) The CONTRACTOR will submit a report to DED by the 15th working day of each month detailing the following items: a) List of property owners and/or merchants (include name, address, and telephone number) notified of program. b) Copies of contractor and property owner and/or merchant's contract agreement. c) Monthly completion schedule for each project. d) Monthly progress report on all projects. e) Copies of all contract bids submitted by general a=. R; t: paint contractors. I! COMPENSATION: w A. CITY shall pay COISULTANT, as maximum compensation for rt the services requl!r d pursuant to Paragraph II hereof, cae amount of $32.900. B. Such compensstioc shall be paid on the following basis: For the services provided under Section II, the total budget amount for the CONTRACTOR is $30v000- Unless prior approval is obtained in writing Prow DED, in no evert shall the CONTRACTOR expend wre than $30,000 in the approved target area. It is understood that the CONTRACTOR will enter into a commercial rehabilitation 84-1458 -3- 0 agreement with the property owners and/or merchants to provide services within the constraints of the budget. The $300000 budget will be matched by participating property owners which will be paid by cashier's check only (70% city, 303 property owner and/or merchant). The maximum amount to be expended per building is $20000. No funds allocated under this Agreement shall go toward administrative costs. Upon execution of the Agreement between the CONTRACTOR and the property owner and/or merchant, the 30% matching requirement will be due. Once the property owner and/or merchant and CONTRACTOR approve the completed work, the CONTRACTOR will release payment to the general paint contractor within five (5) working days. C. The CITY shall have the right to review and audit the time records and related records of the CONTRACTOR pertaining to any payments by the CITY. IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Both parties shall comply with all applicable laws, ordinances and codes of Federal, State and local governments. V. GENERAL CONDITIONS: A. All notices or other communications which shall or way be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered sail addressed to the party at the address Indicated be - *in or " the same say be ehseged from time to time. 3ocla notice shall be deemed given on the day on which pe-**nally served; or, if by mail, on the fifth day after br:og posted or the date of actual receipt, whichever is earlier. CITT OF MIAA: CONTRACTOR 174 E. Flagler Street 6140 N.Y. 7th Avenue Miami, Florida 33131 Miami, FL 33127 84-1459 -4- 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 t Agreement and any terms or conditions contained in any a. attached documents, the terms of, this Agreement shall l; rule. r D. No waiver or breach of any provision of this Agreement k. 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. VI. r. ..S .. 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 Paragraph II hereof and shall become the property of -the CITY, without restriction or limitation an its use. CONTRACTOR agrees that all documents maintained and generated pursuant to this contractual relationship between the 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 Information, writings, maps, contract documents, reports or any other matter Whatsoever which is given by the CITY to the CONTRACTOR purswnt to this Agreement shall at all times remain the property of the CITY and shall riot be used by CONTRACTOt far any other powvae" whatsoever ritbout the written eor.9ect of CITY. VII. r ■ONDELEGABILITT: That the oB:igatior.s undertaken by CONTRACTOR pursuant to this Ag*eemert shall not be delegated or assigned to any other 84-1459 -5_ person or tire unless CITY shall first consent in writing to the performance or assignment of such service or any part thereof by another person or firm. YI� AUDIT RIGHTS CITY reserves the right to audit the records of CONTRACTOR at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. Prior to the release of any funds to the CONTRACTOR, the CONTRACTOR shall provide the CITY a letter from an independent Certified Public Accountant (CPA) which establishes that the CONTRACTOR's internal controls are adequate to safeguard its assets and properly reconcile accounting transactions. The CITY will not release any funds to the CONTRACTOR prior to receipt of this letter. All CONTRACTORS receiving $25,000 or more agree to submit to the City's Department of Community Development an independent audit, by a certified public accountant, which must include the expression of an opinion on the !inane;.al statements and accounts of funds. Said audit shall be submitted to the City's Department of Community Development no later than ninety (90) days after the termination of this Agreement or final receipt of CITY funds, whichever is applicable. IY. AWARD OF AGREEMENT: The CONTRACTOR warrants that it has not employed or retained any persae employed by the CITY to solielt of seers tsis Agreemer : sad that it has not offered to pay, paid, or agreed to pay any person employed by the CITY any fee, comIsslon percentaa . brokerage fee, or gift of any kind contletent upon or resulting irrom the award of this Agreement. Z. CONSTRUCTIO. OF AGREEMENT: -6- 84 -1459 x?. This Agreement shall be construed and enforced according to lc' the laws of the State of Florida. 'J SUCCESSORS. AND ASSIGNS% x 3') This Agreement shall be binding upon, the parties herein, .st v3 their heirs, executors, legal representatives, successors, and assigns. XII. INDEMNIFICATION: The CONTRACTOR shall indemnify and save CITY harmless from and against any and all claims, liabilities, losses and causes of action which way arise out of CONTRACTOR'S activities under this Agreement, including all other acts or omissions to act on the part of CONTRACTOR'S, including any person acting for or on its ti. behalf, and from and against any orders , , , judgments, or decrees which may be entered and from and against all costs, attorney s fees, expenses and liabilities incurred in the defense of any such claims, or in the investigation thereof. `4 XIII. ,. CONFLICT OF INTEREST: The CONTRACTOR is aware of the conflict of interest laws of s� the City of Miami (City of Miami Code Chapter 2, Article Y), Dade ,. County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that it will fully comply in all respects Rr_.. `- with the terms of said laws. The CONTRACTOR covenants that no person under its employ rbo presrtly exercises acy functions or reapse—:htlities is cov*a--:ion with this Agreement has any personal or financial irate-ost, direct or indirect, in this Agreement. The CONTRACTOR furtter covenants that, in the performance of sale Agreement, so parse@ having such conflicting interest shall be employed. Any sueb interests or. the Part of the CONTRACTOR or its employees, must be disclosed in writing to the CITY. The CONTRACTOR, in the performance of this Agreement, shall be subject to the more 84c•-1459 -7- f�1 Y JL restrictive laws and/or guidelines regarding conflict of interest i 'iuFx promulgated by federal$ state or local government. XIV. r A t INDEPENDENT CONTRACTOR: The CONTRACTOR and its employees and agents shall be deemed ,. aw 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 the CITY, or any rights generally afforded classified or unclassified employees; further he/she shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of the CITY. i XV. TERMINATION OF CONTRACT: CITY retains the right to terminate this Agreement at any ''•: time prior to the coal-letion of the services required pursuant to Paragraph II hereof without penalty to the CITY. In that event, a sixty (60) day notice of termination of this Agreement shall be In writing to the CONTRACTOR, who shall be paid for those services performed prior to the 60th day after its receipt of the notice of termination. In no case, however. will CITY pay the 5 CONTRACTOR an amount in excess of the total sum provided by this Agreement. It is hereby understood by and between the CITY and the r y4 CONTRACTOR that any payments made in accordance with this Section r:. to the CONTRACTOR shall be made only if said CONTRACTOR is not in default under the terms of this Agreement. If the CONTRACTOR is In default, then the CITY shall in no way be obligated and shall not pay to the CMILACTOR soy sum rhatsawwwr ZVI NONDISCRIMINATION: The CONTRACTOR agrees that it shall nos discriminate as to race, sea, color, creed or national origin !s eoesection with its performance under this Agreement.. XVII. 84-1459 • {¢' MINORITY PROCUREMENT COMPLIANCE: The CONTRACTOR acknowledges that it has been furnished a et� copy of Ordinance No. 9775, the Minority Procurement Ordinance of the City of Miami, and agrees to coaply with all applicable substantive and procedural provisions therein, including any amendments thereto. XVI II . CONTINGENCY FUND: 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. XIX. DEFAULT PROVISION: In the event that the CONTRACTOR shall fail to comply with r each and every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then — CITY, at its sole option, upon written notice to the CONTRACTOR may cancel and terminate this Agreement, and all payments, ' advances, or other compensation paid to the CONTRACTOR by CITY while the CONTRACTOR was in default of the provisions herein contained, shall be forthwith returned to CITY. x XX BONDING AND INSURANCE: a) During the term of this Agreement, the CONTRACTOR shall maintain bonding and insurance coverages in amounts as determined by the Risk Management Divisio• Of tae CM - Vhenevef applicable, the CITY shall be named as at additional insured. b) The CONTRACTOR shall furcish certificates of insurance and bonding, as required, to the CITI prior to Commencing acy activities under this Agreement. ASSURANCES AND CERTIFICATIONS: ZXI. -9- 84-1459 0 0 The CONTRACTOR assures and certifies that: a) All expenditures of funds will be made in accordance with the proposal and budget approved by the City Commission. b) CITY funds will not be co -mingled with any other funds and that separate bank accounts and accounting records will be maintained. c) The expenditures of CITY funds will be properly documented and such documentation will be maintained. d) Periodic progress reports as requested by the CITY will be provided. e) The CONTRACTOR will be personally liable for any CITY funds expended that were not consistent with the program approved by the City Commission or any funds expended not in accordance with proper accounting standards as determined by competent auditing authority. f) No activity under this Agreement shall involve political activities. g) The CONTRACTOR possesses legal authority to enter into this Agreement; a resolution, motion or similar action has been duly adopted or passed as an official act of the CONTRACTOR'S governing body, authorizing the execution of this 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 CONTRACTOR and to provide such additional information as say be required. IZ: AMENDMENTS: No amendments to this Agreement shall be binding on either party unless in writing and suet tp ►oth parties. IN WITNESS WHEREOF, the Wties hereto have caused this Agreement to be executed in their names by their duly authorized officers and the corporate seals to be affixed hereto, all as of the day and year first above written. 84-14559 I CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: L N By , CITY C ERK ONWARD V. GART9CITY MA A ER CONTRACTOR: TACOLCY ECONOMIC DEVELOPMENT CORPORATION (TEDC), INC. ATTEST: By Corporate Secretary Pre31dent (Corporate Seal) APPROVED AS TO INSURANCE REQUIREMENTS DIVISION OF RISK MANAGEMENT APPROVED AS TO FORM AND CORRECTNESS: UC A A. DOUGHER Y, CITY ATTORNEY 84 -1459 "I1- „r. CITY OF MIAMI, FLORIDA 1 INTER -OFFICE MEMORANDUM To: Howard V. Gary City Manager FROM: Charlotte GalloglyC Director Department of Economic D velopment DATE: November 28, 1984 nee: SUBJECT: Recommendation To Execute Contract Agreement With Ta cy Economic Development Co REFERENCES: poration To Implement A Co- mercial Facade Rehabilitat Paint Program ENCLOSURES: December 13, 1984 Commis- ; s___ - - - - - -- "It is recommended that the City Commission authorize the City Manager to execute a contractual agreement with the TACOLCY ECONOMIC DEVELOPMENT CORPORATION for the purpose of coordinating and implementing a Commercial Facade Rehabilitation Paint Program with funds allocated from ninth year Community Development Block Grant Funds." In the ninth year Community Development program, there is a city- wide allocation of two hundred thousand dollars ($200,000) for the Commercial Facade Rehabilitation Paint Program. The program is a modified approach to commercial rehabilitation where only the facade is treated in a concentrated impact area of commercial use. On April 6, 1983, the City Commission passed Resolution No. 83-334 authorizing and approving the city-wide Commercial Facade Rehabilitation Paint Program as submitted to the United States Department of Housing and Urban Development for ninth year Community Development Block Grant funding. On November 16, 1983, the City Commission passed Resolution No. 83-0134 authorizing the City Manager to execute individual contractual agreements with neighborhood economic development organizations for the purpose of coordinating and implementing a commercial facade treatment program. One of the areas selected and approved for this project was the Model City/Edison Center Target Area, within the following boundaries: 1. N.W. 7th Avenue between N.W. 54th and 67th Street 2. N.W. 62nd Street between N.W. 6th and 17th Avenue 84-1459 Howard V. Gary Page 2 It should be noted that Resolution No. 83-0134 approved the selection of the Martin Luther King Economic Development Corporation (MLKEDCO) as the agency to implement the commercial facade program in this area. However, due to organizational and Board of Director problems with MLKEDCO during the 1983-84 contract year, a contract was never executed. At this time, the City Commission has adopted Motion No. 84-775 which authorizes MLKEDCO to receive funds on a month -to -month basis until the aforementioned problems are adquately resolved. During this timeframe, the Tacolcy Economic Development Corporation (TEDC) received a $50,000 grant from Health and Human Services (HHS) for the purpose of improving the facade on properties surrounding the Edison Plaza Shopping Center. As of September 30, 1984, TEDC had expended and/or committed the entire $50,000 awarded by HHS. Utilizing the $50,000 grant, TEDC was able to improve the facade and signage on four (4) commercial buildings which house twenty-eight (28) offices and retail store fronts. The contracts for rehabilitation of the building was awarded to Jasper Painting Services, a local Black painting company. In terms of employment opportunities, fifteen (15) temporary jobs were created as a result of this grant, eleven (11) painters and four (4) laborers. On September 30, 1984, the Department of HHS again awarded TEDC a grant in the amount of $90,000 for the 1984-85 fiscal year to implement a commercial facade program in the Edison Busine.�s District. The $30,000 allocated to the Edison Center/Model Cities area by the City of Miami should be awarded to TEDC to be used in conjunction with the $90,000 HHS grant. TEDC would then serve as the administrator of an $120,000 commercial facade program. A contract with TEDC would also provide the following additional benefits to the area: 1. Increase the resources to expand the number of businesses participating in the project. 2. Provide a grant to the business owner's 30% matching amount required by the City through the use of the HHS funds. 84-1459 t Howard V. Gary Page 3 3. Provide additional funds to those buildings rehabilitation work is above the City's $2,000 limit. . . /I'. r, " i.. . i1'0 whose 4. Assure continuity in the management of the program, since at this time the MLKEDCO is only being funded on a month -to - month basis. Therefore, I am recommending that the City enter into a contractual agreement with the Tacolcy Economic Development Corporation (TEDC) for the purpose of coordinating and implementing the Commercial Facade Rehabilitation Paint Program in the Edison Center Business District. This agreement shall be deemed effective on the date of execution and will terminate one year from the date of execution. Therefore, it is recommended that the City Commission authorize the execution of this contractual agreement. CG/MYA/ju Attachments 84l-1459