Loading...
HomeMy WebLinkAboutR-82-0596l RESOLUTION NO. 8 2 6_ 5 0a6 A RESOLUTION AUTHOR121NO THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREE- MENT, IN SUBSTANTIALLY THE PORM ATTACREb HERETO, WITH MIAMI CAPITAL bEVELOPM.ENT, INC., FOR THE PURPOSE OF CONTINUING A FINAN-CIAL ASSISTANCE PROGRAM-V) FACILITATE BUSK NESS bEVELOPMENT IN THE CITY OF MIAMI WITH FUNDS ALLOCATED THEREFOR IN THE AMOUNT Off' $210,866 FROM THE EIGHTH YEAR COMMUNITY DEVELOPMENT BLOCX GRANT AND $91,134 CON- TRIBUTEb TO THE CITY TOWARD THIS PROJECT _ BY METROPOLITAN DADE COUNTY. WHEREAS, the City Commission is committed to economic development'`and the expansion of trade and commerce; and WHEREAS, the City Commission has and continues to endorse the need for a financial services and assistance program to facilitate business development and economic growth in the City of Miami; and WHEREAS, the City Commission adopted Resolution No. 80-400 and Resolution No. 81-228 allocating Sixth Year Community Development Block Grant funds to Miami Capital Development, Inc. to carry out'a financial assistance program on behalf of the City; and WHEREAS, the City Commission adopted Resolution No. 81-563 allocating Seventh Year Community Development Block Grant funds to�-Miami Capital Development, Inc., to continue a financial assistance program on behalf of the City of Miami; and WHEREAS, the City has secured Metropolitan Dade County's commitment to this project by obtaining $91,134 from Dade County to partially fund this project; and WHEREAS, the City Commission is desirous of continuing to provide for such a program and funds are available in the r Eighth Year Community Development Block Grant for such purposes} CITY COMMISSION MEFING OF J IN N Z 41982 1 NOW, THERmliE, DE IT RESOLVED by THE CCMMtSgION 8p M CITY CE MIAMI, pIORIDA Seetion 1. The City Manager is hereby authorized to execute a professional services agreement# in substantially the forth attached hereto, with Miami Capital Development, Inc., for the purpose of continuing a financial assistance program to fa- cilitate business development and economic growth in the City _ of Miami with funds hereby allocated therefor in the amount of $219,866 from the Eighth Year Community Development Bloc Grant and $91#134 contributed to the city -toward this project by Metropolitan Dade County. PASSED AND ADOPTED this 2/ t7h_ day of June , 1982. Maurice A. Jerre M A Y 0 R A RALM G. ONGIE, CITY CLERK PREPARED AND APPROVED BY: / . &244. ROBERT F. CLERK, DEPUTY CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: tGEORGE F. K X, JR., C TY ATTORNEY .34 CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM TO Howard V . Vary PATE City Manager SUB_E- WHOM Charlotte Gallogly� Director Department of Trade and ommerce June 16, 1982 FILE Agreement with Miami Capital Development, Inc. "It is recommended that the attached Resolution be presented to the City Commission for the purpose of entering into an agreement with the Miami Capital Development, Inc. to continue a financial assistance program on behalf of the City of Miami." Miami Capital Development, Inc. will be entering its third year of operation this July. During the last two years, this organi- zation has secured $4.8 MM from the U.S. Department of Commerce (EDA) for a Revolving Loan Fund, $960,000 from HUD as part of said organization's $1.16 MM Discretionary Grant, and has pro- cessed numerous SBA 502 and 503 loans. As a result, a large number of businesses that were experiencing operational and financial problems were able to continue operating and to expand their operations, thereby preserving numerous jobs and creating new jobs. In the past, Miami Capital Development, Inc. received all their funding from the City of Miami's Community Development Block Grant, however this year Metropolitan Dade County has agree to commit $91,134 of their Community Development funds. This commitment from Dade County will cover part of the administrative costs required to manage the Revolving Loan Fund which is a County -wide project. The balance of Miami Capital Development, Inc.'s funding, or $219,866, will come from the City of Miami's Community Development Block Grant (8th year). CG:es Encs. { 82.596 CITY OF MIAMI ECONOMIC DEVELOPMENT CONTRACT AATICL8 t 1.1 Contract Provisions . . . . . . . . . . . . ART!= It General Obligations 2.1 City Authorization . . . . . . . . . . . . a C. . . a . . . . 2 2.2 Obligation of Contractor . . . . . . . . . . . . . . . . . . 2 2.3 Compliance with Federal, State and Local Laws 6 4. . . . . . . . . . . . . . . 2.4 Contract Modification. . . . . . . . . . . . . . 2 ARTICLE III 3.1 Work Program . . . . . . . . . . . . 2 ARTICLE IV 4.1 Budget Surunary . . . . . . 2 4.2 rlethod of Payment. . . . . . 3 4.3 Salaries, Fringe Benefits, Job Descriptions. . 3 4.4 Financial Accountability . . 3 4.5 Retention of Records . . . . . 4 4.6 Bonding and Insurance. . . . . . . . . . . . . . . . . . . 4 4.7 Subcontracts . . . . . . . . . . . . . . . . . . . . . . . . 4 4.5 Reports, Audits, and Evaluations . . . . . . . . . . . . . . 4 ARTICLE V General Conditions 5.1 Project Publicity . . . . . . . . . . . . . . . . . . . - 5 5.2 Equal Opportunity. . . . . . . . . . . . . . . . . 5 5.3 Conflict of Interests. 5 5. 4 Indemnification. . . . . . . . . . . . . ft 6 5.5 Level of Service . . . . . . . . . . 6 5.6 Purchasing and Inventory . . . . . . . . . . . . . . . . 6 5.7 Final Expenditure Report . . . . . . . . . . . 7 RETICLE VI Compensation Method 6.1 Maximum Compensation . . . . . . . . . . . . . . . . . . . _ 7 6.2 Time of Performance . . . . . . . . . . . . . . . . . . . . . 7 6.3 Obligation to Re -new . . . . . . . . . . . . . . . . . . . 7 6.4 Title to Assets and Final Disposition of Assets. . . . . . . 7 ARTICLE VII General Assurances and Certifications 7.1 Contractor Assurances and Certifications . . . . . . . . . . g 7.2 Anti --Kickback Provision. . . . . . . . . ! ! . ! I. . . . . . � Ai?TICLE VIII , 1 Tc3rmLiati.on Clause 82 # 5 9 6 CITY OF VLORIM ECONOMIC bEV8tOPM8NT CONTRACT T:iIS AG :E1iENT, entered into by and between the City of N111 ami, a political SU;)diVision of the State of Plorida, hereinafter referred to as the "City and Miami Capital Development Inc., hereinafter referred to as "MCbI" of "Contractor", a corporate body fully organized and existing and by virtue of the lawg of the State of Florida as a non --profit cotpo ation, having its principal office at 100 N. Biscayne toulevard, 9th door, Miami# Florida 33132, this lst day of July, 1982 for the period beginning .Truly 1, 1982, and ending June 30, 19R 3. rending Source: Community Development Block Grant Metropolitan Dade County In consideration of the covenants and agreements hereinafter set forth, the parties hereto agree: ARTICLE I As a necessary part of this Agreement, the Contractor agrees to provide the City with the following standard requirements. 1.1 COIZTRACT PROVISIONS 1. Copy of. Contractor's Articles of Incorporation, Charter and By-laws. 2. List of Present Principal Governing }Board officers and Members of the Board (names, addresses and telephone numbers). 3. List of Key Staff Persons, with their titles, rho' will carry out this program. 4.. Copy of Contractor's Current Fidelity Bond (applicable for all persons who are authorized to receive and disburse funds under this Contract).. 5. Completion of Authorized Representative Statement (.on form supplied by the City), . 6. Completion of Statement of Accounting System (on form supplied by the City). 7. CPA letter verifying the Contractor's Accounting System or current Audit Report (which verifies the Contractor's internal controls as adequate to safeguard the organizations' assets). 8. Final Expenditures Report (to be submitted 30 days after contract expires). 9. Work Program and Line -Item Budget (approved by the City) . 10, Proof of Workmen's Compensation Insurance. 11, Contractor's Corporate Seal (to be affixed to Signatory Page) } 2• 0% 0 CtMtMt 08LIGATTONS 2.1. CITY AUTHORIZATION ZATION 2.2 2.3 2.4 3.1 Pot the purpose of this contract the City of Miami Department of Trade and Commerce Development (OTCO) will act in behalf of the City in the fiscal Control ,programatic monitoring, and Modification of this contract, OBLIGATION OF CONTRACTOR The Contractor agrees to carry out the project as prescribed in its attached Work Program 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 United States Secretary of Treasury, and the City of Miami Department of Community Development, and all other state and local laws. The Contractor shall not perform in a way inconsistent with the terms of the Work Program except as authorized in writing by the City. Such Authorization by the City shall be subject to and in accordance with prescribed guidelines. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS Both parties shall comply with all applicable laws, ordinance and codes of Federal, State, and local governments. Specifically, the Contractor agrees to comply with the Housing and Community Development Acts of 1974 and 1977, Section 109 with Executive Order 1.1246 and 11063; and with Secti`on'3 of the FIousing and Urban Development Act of 1968 (Sections 570, 303). CONTRACT MODIFICATION The City or Contractor may, from time to time, request changes in the Work Program to be performed hereunder. Such'changes, including an increase or decrease in the amount of Contractor compensation, which are mutually agreed upon by and between the City and the Contractor, must be incorporated in written amendments to this Agreement executed by the City (DTCD) and the Contractor. ARTICLE III WORK PROGRAM A description of the Contractor's Work Program Specifications is attached and hereby incorporated and made part of this Agreement. ARTICLE IV COkDIT.IONS OF PAYMENT 4.1 BUDGET SUM14ARY The total Contractor budget summary attached hereto, is hereby_ incorporated and made part of this Agreement. -- 2 8 ' 5 9 6 4.2 MDTHOO OF PAYMENT Adminis_tratiyg Costs: The City agrees to rdimburse MCM for aamj- nistrative casts incurred in the execution of this Agreetatht up to $M# 000. VICDI Will provide the City with invoices, cance led! check!. - or any other proof of administrative expense. Such re;ibursemettt requests shall contain a statement declaring and affirming that all disbursements were made in accordance with the approvecd budret. All docuumentation in support of such request shall be submitted to the City at the time request is made and all invoices shall have been paid by the Contractor prior to submission. All reim- bursements must be in line -item form and be in accord with the contract. All expenditures must be verified by original invoice with a copy of the cancelled check which was used to pay the specific invoice. In case that an invoice is paid by various funding sources, a copy of the invoice may be subbitted but must indicate.the exact amount paid by various funding sources equalling the total of the invoice. All petty cash accounts must be justified with proper documentation. Request for budget line -changes are allowable, with prior review and approval by the City_ Requests .for advance payments shall be submitted, including the amount ,requested and a justification, in writing to DTCD for review and approval. 4.3 SALARIES, FRINGE BENEFITS, JOB DESCRIPTIONS To be eligible for reimbursement for personnel costs, the Contrzcto= shall submit to the City for approval, in accordance with Departzien. of Labor guidelines, a detailed statement of the personnel policies of the Contractor. Such a statement shall include pay schedules, work hours, fringe benefits, job descriptions, as well as worlz his.0--1, and qualifications for those employees who will discharge duties in connection with this Contract. The personnel policies to be followed under this Contract shall be those used by the Contractor in the ordinary course of its business, providing, however, such policies conform to the provisions of the Intergovernmental Personnel Act of 1970 *(Public Law 91--648 effective January 5, 10071) . 4.4 FINANCIAL ACCOUNTABILITY At any time or times prior to final payment under this contract, the City may have the Contractor's financial records audited. Each payment theretofore made shall be subject to reduction for mov.-its included in the related invoice or voucher which are found by the City Manager, on the basis of such audit, not to constitute allowrabl cost. Any payment may be reduced for payments, or increased fo- underpayments, on preceding invoices or vouchers or to repay- any amounts advanced. 8 2• 5 96 d . 9 R8 TINT C7N...,OV V CxOVbg Cohttaetor agrees to retalri all financia). records, supportithq i doct-i ments, statistical. records, and all other redordg # pettinetit to this C:onttact, for a Veriod of three years. The retention period starts front the date of the submission of the final pkpen difure report (See Paragraph 5.7) . kecords for noneYtpendable ptopetty acquired with funds under the Contract, shall be tetained for a period of three years after its final. disposition. Said records shall be retained beyond the three years period if the audit findings have not been resolved until such time as they have been resolved. 4.6 30NDItVG AND !NSDfiANCE The Contractor shall maintain during the term of this Contract, the insurance and bonds specified below: a) insurance coverages should reflect sound business practices as determined by the City of Miami. i b) Prior to the disbursement of funds to the Contractor, the City shall receive assurance that all persons handling funds received or disbursed under this Contract are covered by Fidelity Insurance in an amount consistent with sound fiscal practice. c) The Contractor shall furnish certificates of insurance and bonding to the City prior to commencing any activity under the Contract. Said certificates shall clearly indicate that the Contractor is an strict compliance with all provisions of this Article: relating to insurance. 4.7 SUBCONTRACTS Contractor agrees to give advance notification, in writing to the City of any subcontract for work or services covered by this Contract. None of the work or services, including, but not limited to, consultant work or services, covered by this contract shall be subcontracted without prior written approval of the City. Any work or services subcontracted hereunder shall be subject to each provision of this Contract. Proper documentation in accordance with the Department of Community Development and City guidelines must be submitted to and approved by the City prior to the execution of any subcontract hereunder. The City reserves the right to review all bid documents both with the Private Non -Profit Contractor, and other entities and with successful bid award recipient. Private Non --Profits shall notify all vendors submitting bids of the rights of the City and other entities, hereunder, to review and audit books and records related to the bidding process. The advance notification shall include: a) Idenfication of the subcontractor. b) The proposed subcontract price, together with a complete and accurate breakdown of that price by component, and a detailed descriptions of the sub -contractor's services to be performed. 0 Identification of the type of subcontract to be used. di Summary of actions taken to select the subcontractor. 4,2 REPORTS, AUDITS, ; ND EVALUATIONS The C.sty ,hall cooperate with the Contractor in the conduct of activities delegated under this Contract as reasonably requested. Tho Conttadtor agtC09 to submit to the City such reports as may be required al.oti with 1 pquarterly teport to the City tompatih9 -3 g ' o� enditutes to the approved budget, The Contractor also agrees to ptepare and retain and permit the City to inspect as it deems necessary for grant purl3oses records that may be relevant to Vedotal# State of local directives. Cotltr,icto: "%;#ill transmit to the City, in writincI# monthly reports regardi bq current activity and the: progress of the Contractor's activities in the format presented by the City. At the request of the City# Contractor will transmit to the City written statements of contractor's official policy on specified issues relating to Contractor's activities. The Contractor further agrees that the City may carry out monitoring and evaluation activities to include at a minimum, visits and observations by the City staff and will effectively ensure the cooperation of the Contractor's er;ployees and board members in such efforts. Whenever reports, forms# etc., are required of the Contractor herein, 15 days prior notice in writing of such shall be provided wherever possible. All reports, audits, and evaluations either submitted to the City on quarterly basis, or acquired through on -going monitoring and evaluation will be thoroughly reviewed by the City. Any knowing material discrepancies or intentional discrepancies, incomplete, or inadequate information either received on a quarterly basis or through monitoring and evaluation, will give the City just and legal cause to terminate this Agreement at any time thereafter. ARTICLE V G ttiE PoIL CONDITIONS 5.1 PROJECT PUBLICITY The Contractor must inform affirmative action regulations to the residents of the geographical area to be served hereunder:, of the f services to be offered by utilizing any available means for l advertisement; as necessary for recruitment and outreach. All literature, advertising, publicity or promotion regarding the Contractor's activities will be submitted to the City for review and approval prior to the release or distribution. No press con- ference will be scheduled without prior written notice to the 1 City. 5.2 EQUAL OPPORTUNITY The contractor agrees that there will be no'di.scrimination against any employee or person served on account of race, color, sex, religious creed, ancestry, or national origin in its performance of this Contract; and it is expressly understood that upon the .receipt of evidence of such discrimination, the City shall have the right to terminate this 'Contract. 5.3 CJI:FLICT OF INTERESTS No official or employee of the Contractor may be admitted directly or indirectly to any share of part of this Contract or to any benefits to arise from the same nor own or acquire any personal interest in any property, contract or proposed contract which would conflict with or relate to the performance, their duties or responsibilities under this Contract. If any such person presently or in the future acquires, owns or controls any such share, benefit, or personal interest, he shall immediately disclose auc}i interest to the City and (other appropriate 3cjencies) . Upon r such disclosure, such Pierson shall d.isCont .nue his/her participation if such participation is contrary to the public interest. The Contractor will comply with all Vederal, Rate and local Conflict of ntotes-I.: laws and requirements. 5.4 IMMMNIPfCATION The Contractor understands and agrees that it is an independent contractor that agrees to indemnify and hold harmless the City from liability of any kind, including costs and expenses for or on account of any or all suits actual or threatened or damages arising out of the contract. The Contractor will present proof of coverage of liability which is acceptable to the City. in addition, the Contractor will hold the City harmless and will indemnify the City for funds which the City is obligated to refund the Federal government arising out of the conduct of activities and administration of the Contractor. 5.5 LEVEL OF SERVICE It is expected that funds are provided to insure quality service to City residents. Should start-up time for a program be required or any delays in service occur, the Department of Trade & Commerce Development is to be notified in writing immediately giving all pertinent details and indicating when service will 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 not be reduced in any away as a result of this Contract except for reductions unrelated to the provisions or purposes herein stated. It is further understood and agreed that the program funded through this Contract will not result in the displacement of employed workers impair existing contracts for services or result in the substitution of funds allocated under this Contract for other funds in connection with work which would have performed even in the absence of this Contract. 5.6 PURCHASING AND INVENTORY The Contractor agrees to use its best efforts to obtain all supplies and equipment for use under this Contract at the lowest practicable cost. Three (3) bids for the purchase of Capital Equipment shall accompany all requests for funds for such equipment. All non -expend- able property acquired for the program with funds provided under 'hi.s Contract will revert to the City at the end of the City's funding of the Program. Non -expendable property being properties which will not be consumed or lose identity. The Contractor shall be responsible to the City for any damage or destruction to said property and shall reimburse the City for such damage unless the City or its employees shall have caused the damage. The Contractor shall establish and maintain a property control system and shall be responsible for maintaining a current inventory on all capital items purchased with City Funds. All Capital Expenditures over $50.00 must be approved by the City prior to purchase. All items purchased remain the property of the City and should be inventoried as such. This will include listing on a property record by description, model,serial. number, date of acquisition and cost. Such property shall be inventoried annually, and an inventory report submitted to the City. The Contractor shall permit designate City staff access to the premises where property is kept for the purpose of performing inventory monitoring functions. The Contractc shall not dispose of real or personal property purchased with City funds through sale, use, loan or relocation without the written permission of the City, The Contractor, in tile procurement of supplies, equipment, construe. t.i-on or service to implement this project, shall make a positive effort to utilize small business and minority owned business source, of supplies and services, and provide these source the maximum feasible opportunity to compete for contracts to be performed pursuant to tK5 memorandum of Agreement, To the maxilnum extent 4 ' � fonsiblet those Small busihess and Minority 010hed business sources hall be locAt.ed in or awhod by residents of the Community beve op- Ment: Tatget Area (s) dosiynated by the City of Miami in the Community Development Grantapplication approved by the U,S. Department of housing and Urban t?c vClopmedt, 5.7 VI At tXPRN0tTUP%R REPORT" A fihAl budgetary 2:eport including audited financial statements shall be submitted to the City within thirty (30) days after the e:,�piration of the Contract period, This report should reflect actual expenditures versus proposed expenditures submitted at the beginning cf the Contract year: All persons employed and paid pursuant to this Contract should be listed by name, title, Social Security lumber, date hired or terminated# ethnics back- ground, and total salary reflecting both City and other funding sources. ARTICLE V CO.'4PENSATION METHOD ►_ AX7ritl."•'► COMPENSATION 6.1 The Contractor agrees to accept as full payment for professional services rendered in a manner satisfactory to the City, the actual amount of budgeted, eligible and City approved expenditures and enctuTbraces ,Wade by the Contractor for the purpose of carrying out the services hereunder during the period of this Agreement. It is expressly understood and agreed that in no event, shall the total compensation and/or reimbursement to be paid hereunder exceed the maximum sum of $311,000. Part of the maximum compensation of this agreement is contingent upon the City obtaining partial funding for this project in the amount of $91,134 from Metropolitan Dade County. in the event these funds, or any others, become unavailable, Section 8.2 of this agreement shall be the determining factor. 211NIE OF PE:2FORMLANCE 6.2 This Contract shall become effective upon execution, and the services of the Contractor are to commence as soon as practicable after exe- cution and shall be undertaken and completed in light of the purpose of this Contract; but in any event, all services required hereunder shall be completed by June 30, 1983. OBL.T.CAi ION TO RE --NEW 6_3 Upon termination of this Agreement, the Contractor agrees and under -- stands that the City has no obligation to re -new this Contract. 6_4 TITLE TO ASSETS AND FINAL DISPOSITION Funds paid under this Agreement by the CITY to MCDI and not expended or encumbered, shall be returned to the CITY. Funds paid under this Contract are paid to MCD1 in trust for the purposes set forth in this Agreement and shall be used solely therefore. The following covenants and conditions apply thereto: (1) Whenever money intended to be loaned or disbursed pursuant to a loan/grant program approved under this Agreement is not so loaned or disbursed or, is repaid by the borrower, it may be regained by T9CD1 as an interest bearing bank deposit and may be used for new loan agreements providing such facts are first reported to the CITY. (2) Any and all progr.aia income and interest on loans mace by 1111%CQI send acrt)ixlg to I7CI]I siia1.1 Lp deemed to be part of the funds al ocat:ed t.o NClii by the CITY, (1) WheneVet MCDI becomes inactive, the temainde>` of uhused or unencumbered finds deposited with any lending instit-Utioi shall be returned to the City of Miami (4) Upon dissolution of MCDI or its inability to make the loan or grant provided for hereunder, all of its rightst title grid interest in said monies and their proceeds and all assets of MCDI Shall iimncdiately accrue to the City of Miami and shall be transferred by MCOI to the City of Miami'. (5) Funds may be withheld by the CITY for any of the following reasons: (a) If MCOI makes any willful substantial misrepresentation of any material fact in any of its periodic reports. (b) If there is litigation pending with respect to the performance of MCDI which adversely affects the { operation of MCDI. (c) If MCDI is in substantial default of any of the provisions of its Contract with the City. j (d) If reports as required by the CITY have not been submitted within the time required or reasonable cause shown for such delay. ARTICLE VII GENERAL ASSURANCE AND CERTIFICATIONS 7.1 THE CONTRACTOR ASSURES AND CERTIFIES THAT: (1) It possesses legal authority to enter into this Contract; a resolution, motion, or similar action has been duly adopted or parsed as an official act of the Contractor's governing body, authorizing the executor of the Contract, 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 Contract and to provide such additional information as may be required. (2) it will comply with the provision of the Hatch Act which j limits the political activity of employees. (3) It will comply with the requirement that no program under this Contract shall involve political activities (Section 710). (4) It will establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by desire for private gain for themselves or others, particularly those with whom they have family, business or other ties (Section 702(s)). (5) Participants or employees in the program funded pursuant to this Agreement, will not be employed on the construction, operation or maintenance of that part of any facility which is used for religious instruction or workship (Section 703)(s))., (6) Appropriate standards for health and safety in work and training situations will be maintained (Section 703 (5)) (7) Per: otts employed in public set:vice jobs under this Contract shall be paid wacjes which shall not he .).owe:r than whichever is the highest of (a) the minimum wage which would he applicable to the employer under the Fait: Labor Standard Act of 1918, if Section 6 (a) (1) of such title applies to the participant and if he were not exempt under Section 13 thereof: (b) the State or local minima-m wage for the most nearly comparable covered employment, or (c) the provailing rates of pay for Persons employed in similar public occupations by the same employer (Section 208 (a) (2)) . (8) It will comply with Title VI of the Civil Rights Act of 19740 Title VIII of the Civil Rights Act of 1968, and Executive Orders 11246 and 11063, and Section 3 of the Rousing and Urban Development Act of 1978, as amended and incorporated herein by reference. (9) It will comply with the regulations and requirements of the Office of Management and Budget Circular A-102, '''Uniform Administration Requirements for Grants--in-Aid to State and Local Governments" and Federal Management Circular 74-4, "Principles for Determining Costs Applicable to Grants and Contracts with State and Local Governments." 7.2. ANTI -KICKBACK PROVISION The Contractor will comply with the Anti -Kickback Act, Title 18, USC Section 874, and provisions of the Federal Labor Standards, Title 29. ARTICLE VIII TE'R14 14ATION CLAUSE 8.1 The City, by giving. -written notice specifying the effective date, may terminate this Contract in whole or in part for cause which shall include: (1) Failure, for any reason, of the Contractor to fulfill in a timely and proper manner its obligations under this Contract, including compliance with the approved Work Program and attached conditions and such directives as may become generally applicable at any time, (2) Submission by the Contractor to the City, of reports that are incorrect or incomplete in any material respect; and (3) Ineffective or improper use of funds provided under this Contract. Further, it is mutually agreed that 19CDI shall immediately, upon demand by the City, cease and terminate any and all activities including but not limited to divesting itself and any subsidiary(s) of specific assets and/or projects and that upon demand of the City any and all accumulations thereon, shall be delivered to City and become the sole property of the City. 8.2 All the obligations under this agreement shall be contingent upon r.he availability of funds and in the event that those funds are withdrawn or reduced, this agreement shall be modified so as to reflect the changes in the availability of the funds, In the event that the agreement must be terminated due to the unavailability of funds, the Contractor shall be entitled only to raccver the actual amount of administrative costs ,incurred up to the date of termina- tion, which in no event shall exceed $311,000, the amount allocated for administrative costs under this agreement, -- 9 - WiMtt out hand§ and seals oft this clay of r i882► ATTESTS CITY OF MIAMI# a municipal Corpotatioft of the State of Florida BY RALPH G. ONGIEo CITY CLERK 8011ARD V. GARY, CITY MANAGER ATTEST: CONTRACTOR SECRETARY PRESIDENT APPROVED AS TO FORM AND CORRECTNESS: (Seal) GEORGE F. KNOX, JR., CITY ATTORNEY