Loading...
HomeMy WebLinkAboutR-84-1287J-84-1107 RESOLUTION N0. 84-12W A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE Ali AMENDED AGREEMENT WITH THE HAITIAN TASK FORCE, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WHICH AMENDS ARTICLE III OF THE AGREEMENT APPROVED BY RESOLUTION NO. 83-1034 TO WAIVE THE 30% CASH MATCH REQUIREMENT AS SPECIFIED UNDER THE TERMS OF THE CITY'S COMMERCIAL FACADE REHABILITATION PAINT PROGRAM AND TO ACCEPT THE VALUE OF DONATED PAINT AS A COMPARABLE MATCH. 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 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, the Haitian Task Force (HTF) was identified and approved as one of the organizations to implement the commercial facade program, within the specified target area; and WHEREAS, the American Institute of Architects (AIA) sponsored a design competition for the Little Haiti/Lemon City Commercial District; and WHEREAS, the purpose of the competition was to generate designs that could be implemented to enhance trade and sales of the districts merchants; and WHEREAS, the City Commission is committed to economic development and the expansion of trade and commerce; and WHEREAS, in order to begin implementation of this project, the resources of the City's Commercial Facade Rehabilitation Paint Program must be utilized; and WHEREAS, through the City's Commercial Facade CITY COMMISSION MEETING OF NovQ8 19844 RESULUtIU'I _ JL287 REMARKS. 1014 Rehabilitation Paint Program, $30,OOO has been allocated to the Edison/Little River, which includes the Little Haiti commercial area; and WHEREAS, the $30,000 budget is to be matcnea oy participating merchants (70% City, 30% merchants); and WHEREAS, the economic climate of the Little Haiti business community has declined; and WHEREAS, the Commercial Coatings Corporation has agreed to donate approximately 250 gallons of paint to assist in the rehabilitation, of the Little Haiti Commercial District; and WHEREAS, the cash value of the paint donated will be accepted as the property owner's required 30% match to participate in the City's commercial facade program. 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 a period of one year with the Haitian Task Force. Section 2. That the 30% cash match be waived for property owners and/or merchants participating in the City's commercial facade program. Section 3. That the value of the paint donated by Commercial Coatings Corporation be assessed and be accepted in lieu of the cash match by approved property owners and/or merchants. PASSED AND ADOPTED this 8th day of November , 1984. J ATTEST: `a ALPH G. ONGIE, CITY C L E R J PREPARED AND APPROVED BY: e,4� /. &4k ROBERT F. CLARK, DEPUTY CITY ATTORNEY APPROVED AS T F RM AND CORRECTNESS: Maurice A. Ferre MAURICE A. FERRE Mayor I 84-128'7 0 62 CITY OF MIAMI. FLORIDA 55 INTER -OFFICE MEMORANDUM� jg, vvi 25 Q. i 1i 14* 1 U Howard V. Gary October 23, 1984 TO. City Manager FROM: Charlotte Gallogl Director ( I Department of Economic Development DATE: FILE: Approval of the Commercial SUBJECT: Facade Rehabilitation Paint Program Contract with the Haitian Task Force for REFERENCES: the Little Haiti Area November 8th Commission ENCLOSURES: Agenda "It is recommended that the City Commission approve the attached resolution authorizing the City Manager to enter into an amended contractual agreement with the Haitian Task Force for the implementation of a Commercial Facade Rehabilitation Paint Program in the Little Haiti target area." On November 16, 1983, the City Commission passed Resolution No. 83- 1034 allocating $200,000 and authorizing the City Manager to execute contractual agreements with the Community Based Organizations (CBOs) in the approved target areas to implement the 9th year City-wide Commercial Facade Rehabilitation Paint Program. The Commercial Facade Rehabilitation Paint Program is a modified approach to commercial rehabilitation where only the facade is treated in a concentrated impact area of commercial use. In each of the approved target areas, each CBO is required to enter into a building/painting agreement with property owners and/or merchants to implement the facade rehabilitation program. !>'< A budgetary amount of $30,000 has been allocated to each of the target areas. The $30,000 budget is then matched by the participating property owners and/or merchants, using the following ratio, 70% City and 30% property owner/merchant. The maximum amount allowed to rehabilitate any one building is $2,000. No funds allocated for this project are used for administrative costs. l /I. E i` i 84-128'7 id Howard V. Gary Page 2 The Edison/Little River area was one of the areas approved for implementation of this program. The authorized target coordinates of this area are: N.E. 2nd Avenue between N.E. 54th and 62nd Street N.W. 54th Street between N.W. 6th Avenue and N.E. 2nd Avenue The above coordinates are inclusive of the Little Haiti community where the Haitian Task Force (HTF) is the designated CBO for the Little Haiti Commercial District. In looking at the growing Haitian business community within the City of Miami, and trying to identify a strategy to develop and revitalize the area, the DED deferred implementation of the City's facade program in Little Haiti. Approximately one year ago, the Department of Economic Development (DED) approached the South Florida Chapter of the American Institute of Architects (AIA) to solicit its interest in sponsoring a design competition for the commercial business district in Little Haiti/Lemon City. The purpose of the competition was to generate a design that could be implemented to enhance trade and sales of the district's merchants and to provide ideas for the transition of Little Haiti's commercial district of shops, galleries, and restaurants into a tourist attraction. A Little Haiti Design Competition Committee, assisted by the City's Departments of Economic Development and Planning, developed specifications for the competition and the AIA let the design Request for Proposals (RFPs) in September, 1983. A total of 43 entries were submitted. On October 3, 1983, the winning designs were selected. The members of the Design Competition Committee, along with City and County representatives, have developed a plan of action to begin implementing the winning entries. In order to begin implementation, the resources of the City's commercial facade rehabilitation program must be utilized. As indicated earlier, the program is designed to have the property owners and/or merchants match the City's 70% portion with a 30% cash match. As you are aware, the Little Haiti businesspersons are experiencing a decline in business and are having difficulty in meeting their financial obligations. 84-128'7 ki Howard V. Gary Page 3 Therefore, the Commercial Coatings Corporation has agreed to donate approximately 250 gallons of paint to the committee for the implementation of this project. Upon obtaining the paint, the committee will have the cash value of the paint determined and each property owner and/or merchant participating in this project would receive paint in an amount equal to the required 30% match. The City's portion (70%) would still be used for activities approved under the original contract agreement. It is recommended that the City Commission adopt the attached resolution authorizing the City Manager to enter into an amended contract agreement, in a form acceptable to the City Attorney, waiving the 30% cash match required by property owners and/or merchants participating in the Commercial Facade Rehabilitation Paint Program in the Little Haiti target area which is administered by the Haitian Task Force. The value of the paint donated by the Commercial Coatings Corporation will be accepted in lieu of the previously required 30% cash match from the property owners and/or merchants. CG/MYA/ju Attachments 84-128'7 1 CITY OF MIAMI. FLORIDA COMMERCIAL FACADE REHABILITATION PAINT PROGRAM AGREEME 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 HAITIAN TASK FORCE, INC. , 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, the Haitian Task Force, Inc. (HTF) was identified and approved as one of the neighborhood organizations to implement the commercial facade program, within the specified target area; and WHEREAS, thirty -thousand dollars ($30,000) has been allocated to the Edison Center/Little Haiti 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.E. 2nd Avenue between N.E. 54th and 62nd Street and N.W. 54th Street between N.W. 6th Avenue .and N.E. 2nd Avenue. NOW, THEREFORs, ir consideratior of toje p-3mises and the mutual covenants at: :bligatiors herein coeta:-er, srd subject to 84-JL287 the terms and conditions hereinafter stated, the parties hereto understand and agree as follows: TERM: The term of this Agreement shall commence on November 12, 1984 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: CONTRACTOR'S scope of services will include: 1) The CONTRACTOR agrees to carry out the project in a lawful, satisfactory and proper manner, in accordance with the written policies and procedures, and requirements as prescribed 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 and/or merchants of the commercial rehabilitation program, develop a priority list of buildings to be painted, obtain release of liens and/or hold harmless agreement from propoerty owners participating in the program, and identify local residents to be employed as part of the crews for the project. 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 to the DED. 4 ) The -"VT1ACT0S , in con jurc:: > with :.ate Little Haiti Des:=- Committee and the property owner and/or •erchatt, -2- 84-1287 '"h will review and approve the design, color, scheme, signage and other programmatic details in the implementation of this 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) Monthly completion schedule for each project. c) Monthly progress report on all projects. III. COMPENSATION: A. CITY shall pay CONTRACTOR, as maximum compensation for the services required pursuant to Paragraph II hereof, the amount of $30,000. B. Such compensation shall be paid on the following basis: For the services provided under Section II, the total budget amount for the CONTRACTOR is $30,000. Unless prior approval is obtained in writing from DED, in no event shall the CONTRACTOR expend more than $30,000 in the approved target area. It is understood that the CONTRACTOR will enter into a commercial rehabilitation agreement with the property owners and/or merchants to provide services within the constraints of the budget. The $30,000 budget will be matched by participating property owners in the form of paint at a value equal to the required 30% match. The City's 70% requirement would still be in the form of cash and used for activities previously approved. The maximum amount to be expended per building is $2,000. No funds allocated under this Agreement shall go toward administrative costs. Upon execution of the 16-e:sc: urt-weer. the CONTRACTOR. :ne C0X71A=-- , :r. can junction with tme fes.eri =or.tractor, will determine the amount of paint due from -3- 84-1287 W". the property owner equal to the 30% cash match. 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. Y. GENERAL CONDITIONS: A. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the 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 174 E. Flagler Street 7488 N.E. 2nd Avenue Miami, Florida 33131 Miami, Florida 33138 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 document3v the terms of this Agreement shall rule. D. to waiver o* Sres-- s.• ary Vzvisiar. of t.!.s 1g-remen: shall corstitute a waiver of any subsequent breach of -4- - 'W'0- w 84-1287 -11 the same or any other provision hereof, and no waiver shall be effective unless made in writing. VI. 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 on 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 pursuant to this Agreement shall at all times remain the property of the CITY and shall not be used by CONTRACTOR for any other purposes whatsoever without the written consent of CITY. VII. NONDELEGABILITY: That the obligations undertaken by 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 service or any part thereof by another person or firm. VI_ AUDIT RIGHTS CITY reserves the right :: audit the records of C3971ICTOR at any time during tam Pe-!-►sar ze of this Agreeme c: !Var a period of x e year after final payment i3 sare under tars Agreement. -5- 84-IL287 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 financial 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. AWARD OF AGREEMENT: The 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. X. CONSTRUCTION OF AGREEMENT: This Agreement shall be construed and enforced according to the laws of the State of Florida. XI. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties herein, 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 may arise out of CONTRACTOR'S activities under this Agreement, inclu:irg al: suer acts or omissions t: a.: or, the part of C3VTA RA~i'S, irc!='.tg any persoc a=- .-g f2 ar x ::s behalf, and, frog or. against. any orders, JuMgser.tS, r de=reel which tat be r:ered ar.d from and against a:: Costs, a::ortel•s -6- 54-1287 w t fees, expenses and liabilities incurred in the defense of any such claims, or in the investigation thereof. CONFLICT OF INTEREST: The CONTRACTOR is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that it will fully comply in all respects with the terms of said laws. The CONTRACTOR covenants that no person under its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial interests, 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 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 restrictive laws and/or guidelines regarding conflict of interest promulgated by federal, state or local government. XIV. i5 INDEPENDENT CONTRACTOR: The CONTRACTOR and its employees and agents shall be deemed to be an independent contractor, 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. XV. TERMINATION OF '3MI:7: CZT? -etaies :=e right to termicare tors W"ser.t at any time pricer to the coap:etioc of the scrt::ts regz:-ed pursuant to Paragraph :I hereof without penalty to tte C:•!. that event, _�_ 84-1287 r 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 CONTRACTOR an amount in excess of the total sum provided by this Agreement. It is hereby understood by and between the CITY and the CONTRACTOR that any payments made in accordance with this Section 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, they: the CITY shall in no way be obligated and shall not pay to the CONTRACTOR any sus whatsoever. XVI. NONDISCRIMINATION: The CONTRACTOR agrees that it shall not discriminate as to race, sex, color, creed or national origin in connection with its performance under this Agreement. YVII. MINORITY PROCUREMENT COMPLIANCE: The CONTRACTOR acknowledges that it has been furnished a copy of Ordinance No. 9775, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. XV_ 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 autho-izatiot, reduction of funds, azd/ r change in regulations. YIZ. PROVISION: -8- 84-1287 In the event that the CONTRACTOR shall fail to comply with 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. XX . BONDINS 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 Division of the CITY. Whenever applicable, the CITY shall be named as an additional insured. b) The CONTRACTOR shall furnish certificates of insurance and bonding, as required, to the CITY prior to commencing any activities under this Agreement. XXI. ASSURANCES AND CERTIFICATIONS: The CONTRACTOR assures and certifies that: a) All expenditures of funds will be made in accordance with the proposal and Line Item 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` '--e CONTRACTOR will zoe persocally liable for any CITY finds es;e- Zed that were trr =h the program approved 7y the City Commissior. or ary funds viper_ded not in accordance rith proper accounting s:a-zards as determined by competent auditing authority. ��- 84-1287 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 may be required. XXII . AMENDMENTS: No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this a 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. CITY OF MIAMI, a municipal Corporation of the State of Florida ATTEST: By RAL H G. ON IE, CITY CLERK HOWARD V. GARY, CITY MAMA ER CONTRACTOR: HAITIAN TASK FORCE, INC. ATTEST: By Corporate Secretary President (Corporate Seal) -lo- 84--IL287 -11- 84-1287