Loading...
HomeMy WebLinkAboutPre-LegislationsCity of Miami Legislation Resolution: R-12-0166 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-00422 Final Action Date:4/12/2012 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING MIAMI-DADE COUNTY'S RECAPTURE OF $470,416 FROM THE COMMUNITY DEVELOPMENT BLOCK GRANT ("CDBG") DISASTER RELIEF INITIATIVE ("DRI") ROUND 11 CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI AWARD OF $2,776,264, PROVIDING FOR AN AMENDED AWARD AMOUNT OF $2,305,848; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE A SEPARATE CDBG DRI ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR THE PURPOSE OF PROVIDING ADDITIONAL CDBG DRI FUNDS RECEIVED UNDER THE MILITARY CONSTRUCTION APPROPRIATIONS AND EMERGENCY HURRICANE SUPPLEMENTAL APPROPRIATIONS ACT, ALSO KNOWN AS DISASTER RECOVERY PROGRAM, FROM THE UNITED STATES DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT, IN THE AMOUNT OF $315,309, FOR THE REHABILITATION OF THE TOWN PARK VILLAGE I PROJECT THAT SUFFERED HURRICANE DAMAGE. WHEREAS, pursuant to the Military Construction Appropriations and Emergency Hurricane Supplemental Appropriations Act, Community Development Block Grant ("CDBG") disaster relief funding was made available to the State of Florida by the United States Department of Housing and Urban Development; and WHEREAS, in 2006,. Miami -Dade County ("County") was allocated the amount of $16,000,000, to be shared by all municipalities in the County based on need and the project of which the City of Miami ("City") was awarded the amount of $2,000,000; and WHEREAS, in August of 2007, the County received an amount of additional $22 million under the same appropriation for projects in the County; and WHEREAS, the City and the County executed a CDBG Disaster Relief Initiative ("DRI") Round II contract in the amount of $2,776,264 for projects which have been pre -approved by the County; and WHEREAS, the County has recaptured $470,416 of the $2,776,264 award under the CDBG DRI Round II contract; and WHEREAS, the County is awarding $315,309 of CDBG DRI funds to the City under a separate contract for the rehabilitation of the Town Park Village I project that suffered hurricane damage; and WHEREAS, the City Administration recommends the acceptance of the recapture of $470,416 in connection with the CDBG DRI Round 2 contract and the authorization of the City Manager to execute a separate CDBG DRI Round 2 contract accepting accept $315,309 in CDBG DRI funds for the rehabilitation of the Town Park Village I Project; City of Miami Page I of 2 File Id: 12-00422 (Version: 1) Printed On: 8/1/2012 File Number. 12-00422 Enactment Number: R-12-0166 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The acceptance of the County's recapture of $470,416 from the CDBG DRI Round II contract between the County and the City award of $2,776,264, providing for an amended award amount of $2,305,848, is authorized. Section 3. The City Manager is authorized {1} to execute a separate CDBG DRI Round II contract between the County and the City for the purpose of providing additional CDBG DRI funds received under the Military Construction Appropriations and Emergency Hurricane Supplemental Appropriations Act, a/k/a Disaster Recovery Program, from the United States Department of Housing And Urban Development, in the amount of $315,309, for the rehabilitation of the Town Park Village I project that suffered hurricane damage. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} Footnotes: {1} The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 2 of 2 File Id: 12-00422 (Version: 1) Printed On: 8/1/2012 City of Miami Certified Copy City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 10-00982 Enactment Number: R-10-0357 A RESOLUTION OF THE MIAMI CITY COMMISSION AUTHORIZING THE CITY MANAGER TO ACCEPT COMMUNITY DEVELOPMENT BLOCK GRANT ("CDBG") FUNDS, FROM MIAM1-DADE COUNTY, IN THE AMOUNT OF $2,776,264, FOR DISASTER RECOVERY IN THE AREAS OF HOUSING AND INFRASTRUCTURE REPAIR OR IMPROVEMENT UNDER THE MILITARY CONSTRUCTION APPROPRIATIONS AND EMERGENCY HURRICANE SUPPLEMENTAL APPROPRIATIONS ACT( AKA DISASTER RECOVERY PROGRAM), FROM THE UNITED STATES DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT; AUTHORIZING THE CITY MANAGER TO EXECUTE THE NECESSARY DOCUMENTS FOR SAID PURPOSE. WHEREAS, pursuant to the Military Construction Appropriations and Emergency Hurricane Supplemental Appropriations Act, Community Development Block Grant ("CDBG") disaster relief funding was made available to the State of Florida by the United States Department of Housing and Urban Development; and WHEREAS, in 2006, Miami -Dade County ("County") was allocated the amount of $16,000,000, to be shared by all municipalities in the County based on need and the project of which the City of Miami was awarded the amount of $2,000,000; and WHEREAS, in August of 2007, the County received an amount of additional $22 million under the same appropriation for projects in the County; and WHEREAS, the City of Miami ("City") has been allocated the amount of $2,776,264 for projects which has already been pre -approved by the County; and WHEREAS this additional funding will allow the City to assist additional applicants with disaster recovery; and WHEREAS, the City Administration recommends the acceptance of CDBG from the County in the amount of $2,776,264 in connection with the Disaster Relief Program, for disaster recovery and infrastructure repair or improvement for eligible multifamily projects that suffered damages during the 2005 hurricane season; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The acceptance of CDBG funds, from the County, in the amount of $2,776,264, for disaster recovery in the areas of housing and infrastructure repair or improvement under the Military Construction Appropriations and Emergency Hurricane Supplemental Appropriations Act (aka Disaster City of Miami Page 1 of 2 R-10-0357 File Number: 10-00982 Enactment Number. R-10-0357 Recovery Program), from the United States Department of Housing and Urban Development, is authorized. Section 3. The City Manager is authorized{1} to execute the necessary documents for said purpose. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} Date: SEPTEMBER 16.2010 Mover: COMMISSIONER GORT Seconder: VICE CHAIRMAN CAROLLO Vote: AYES: 5 - COMMISSIONER(S) GORT, SARNOFF, CAROLLO, SUAREZ AND DUNN II Action: ADOPTED Date: Action: OCTOBER 4, 2010 SIGNED BY THE MAYOR I, Priscilla A. Thompson, City Clerk of the City of Miami, Florida, and keeper of the records thereof, do hereby certify that this constitutes a true and correct copy of Resolution No. R-10-0357, passed by the City Commission on 9/16/2010. .7"740kor,e.X./ ?°/ -^ftdif411.v City Clerk, Deputy Clerk (for P. A. ThompsonY Date Certified City Clerk) October 04, 2010 {1} The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 2 of 2 R-10-0357 CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT COST ALLOCATION BUDGET CDBG-SDR II CODE CITY 4020 4010 HARD COSTS D&K Island (Phase II) Habitat for Humanity Miami Jewish Health Systems Total Amount: 0 0 0 ATTACHMENT D FINANCING SOURCES COUNTY CDBG DR2005 861,175.00 785,725.00 990,550.00 2,637,450.00 TOTAL COSTS 861,175.00 • 785,725.00 990,550.00 2,637,450.00 Administration Salaries FICA Retirement Insurance Other Expenses Total Amount: TOTAL PROJECT COST 1 0 109,173.00 109,173.00 0 8,352.00 8,352.00 0 8,734.00 8,734.00 0 7,096.00 7,096.00 0 5,459.00 5,459.00 138,814.00 $ 2,776,264.00 138,814.00 $ 2,776,264.00 ' CDBG 2005 DRI Municipality AMENDMENT ONE TO THE FY 2005 COMMUNITY DEVELOPMENT BLOCK GRANT Disaster Recovery Initiative # 08-DB-D3-11-23-01-A-01 GOVERNMENTAL CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI This amendment amends the FY 2005 Community Development Block Grant Disaster Recovery Initiative #08-DB-D3-11-23-01-A-01 Contract between Miami -Dade County and the City of Miami, (the "Contract") entered into between Miami -Dade County, a political subdivision of the State of Florida, hereinafter referred to as the "County" and the City of Miami, a municipal govemment, organized under the laws of the State of Florida hereinafter referred to asAhe "Awardee", executed on February 22, 2011, is amended as follows: Section IV. The Awardee and The County Agree: A. Effective Date: 1. This agreement shall begin on January 1, 2008. Any costs incurred by the Awardee prior to this date will not be reimbursed by the County. 2. This agreement shall now expire on June 30, 2012. Any cost incurred by the Awardee beyond this date will not be reimbursed by the County. The term of this agreement and the provisions herein may be extended by the County to cover any additional time period during which the Awardee remains in control of the CDBG funds or other assets, including Program Income to support CDBG eligible activities. Any extension made pursuant to this paragraph shall be accomplished by writing by the County to the Awardee. Such notice shall automatically become a part of this Agreement. _ Attachment A is amended as indicated in Attachment Al. The remainder of Section IV remains unchanged. The effective date for this amendment is December 31, 2011. This Amendment is intended to extend the Contract, until June 30, 2012. The Parties ratify and adopt all the provisions, duties and obligations of the Contract as if fully set forth herein. This Amendment and all its attachments are hereby made a part of the Contract. Page 1 of 2 CDBG 2005 DRI Municipality IN WITNESS THEREOF, the parties hereto have cau ed this two r;�) page contract to be executed by their undersigned officials as duly authorized, this 2b day of r: \ 2012. AWARDEE: City of Miami MIAMI-DADE COUNTY BY: !. BY: NAME: So n TyreZ /Litz er NAME: , Carlos A. Gimenez DATE: 3 —cg" (Z_ TITLE: WITNESSETH: ATTEST: BY: DATE: (Signature) Type or Print Name' BY: NAME: � Calvin Ellis, Riskianagement Administrator BY: Mayor TITLE: Clerk, Board of County Commissioners j'„Approved•�s 4 Form and Correctness: BY: NAME: Julie O. Bru,City Attorney 17_ DATE: ATTEST: YAfrILP6,.--- dLr- BY: NAME: Priscilla A. Thompson, City Clerk DATE: 3-? I1 CORPORATE SEAL: Federal ID Number: 59-6000375 Resolution #: R-1260-07 Index Code: CDSR2006HS Contractor's Fiscal Year Ending Date: September 30 Appr. .I• s t • form and L=,�'-.�� Assistant n Date AMENDMENT IS NOT VALID UNTIL SIGNED AND DATED BY BOTH PARTIES Page 2 of 2 AGENCY NAME: ACTIVITY: - FUNDING SOURCE: TOTAL ACTMTY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES): PROPOSED ACCOMPLSHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: APPROVED CITY OF MAN DAK ISLAND, MULTI -UNIT RESIDENTIAL C080 OR 2003 • ,175 --�-A 18011M 1881 173 24 24 HOUSING UNITS ATTACHMENT 'AP QUARTER ' 1ST QUARTER ACTION STEP CATEGORY CUMULATIVE PERCENTAGE OF COMPLETION' APPROVED CUMULATIVE ,. CUMULATIVE OUARTERLY <.• PROJECTED SERVICE UNITS PAYMENT LEVEL " - APPROVED APPROVED ACTUAL QUARTERLY ACCOMPUSHMEMB • CUMULATIVE CUMULATIVE • CUMULATIVE PERCENTAGE OF COMPLETION SERVICE 'LAN 2012 NEGOTIATE TERMS OF STIPULATION AGREEMENT LETTER WITH SENIOR LENDER AND OWNER MONITOR SITE SUBMITTAL OF QUARTERLY PROGRESS REPORTS 135.311 UNITS R]MIBURSEMENTS- 0. 1p .. ...;. 2ND QUARTER APR 2012 CONTINUE REHABILITATION WORK SECTION 3 AND DAVIS BACON COMPLIANCE OBTAIN CERTIFICATE OF COMPLETION TENANT CERTIFICATION AND LEASE UP OF UNTIS REHABILITATION COMPLETION SUBMIT PAYMENT REQUEST FOR WORK COMPLETED SUBMITTAL OF QUARTERLY PROGRESS REPORTS 70,0 - 12 8425,831 3RD QUARTER DUNE 2012 CLOSE OUT OF PROJECT SUBMITTAL OF QUARTERLY PROGRESS REPORTS - .. . 100.0 24 PAGE 1 OF 2 AGENCY NAME ACTIVITY: FUNDING SOURCE: AMOUNT: • TOTAL ACTIVITY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES)'. PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: APPROVED CITY OF MIAMI DUN ISLAND, MULTI -UNIT RESIDENTIAL CD80 DR 2005 ii="tgr 1+i. J (�R 7� 88B81 175 I7D 8881,1T5 5881,175 24 24 - HOUSING UNITS ATTACHMENT'A1' QUARTER ACTION STEP CATEGORY CUMULATVE PERCENTAGE OF COMPLETION APPROVED • CUMULATIVE QUARTERLY SERVICE UNITS APPROVED CUMULATIVE PROJECTED PAYMENT LEVEL APPROVED ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATIVE CUMULATIVE - PERCENTAGE OF COMPLETION • SERVICE UNITS REIMBURSEMENTS unt•c THE PROJECT'6 • 0.0- 0 • ' 5881,175 . CONSTRUCTION SCHEDULE dR• GANf CHART MUST BE 8UBMiTED 70 OCED BY PROJECTED COMPLETION DATE MAY 00 BEYOND JUNE 2010. 1ST OUARTER 2ND QUARTER 3RD QUARTER 4TH QUARTER STH QUARTER BTH QUARTER TTH QUARTER STH OUARTER TOTAL PROJECT COST PRE -DEVELOPMENT (PRE CONSTRUCTION) 12%0F TOTAL PROJECT COST (MAXIMUM ALLOWED) CONSTRUCTION COSTS - 88% OF TOTAL PROJECT COST OCED FUNDING PRE -DEVELOPMENT IPRECONSTRUCTION) 12%OF OCED FUNDING (MAXIMUM ALLOWED) CONSTRUCTION COSTS - 88%OF OCED FUNDING 1435,341 S425,834 S0 S0 00 • S0 SO 50 5881,175 $881,175 S881,175 '5881,175 PLEASE 00 NOT ALTER 1HE CELAA SHAM N 00EEN (Naomi. EACH CONTAINS A FCAYUTA PAGE 2 OF 2 AGENCY NAME: ACTIVITY: FUNDING SOURCE: AMOUNT: TOTAL ACTIVITY COSTS: TOTAL AVAILABLE FUNDING )ALL SOURCES): PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: APPROVED - CITY OF WAIN IMAM JEWISH HEALTH SYSTEMS 6080 0R 2005 ATTACHMENT 'AI' iuw 6c'1 •' IRMS1PRWM $990,330 f880 550 62 HOUSING UNITS QUARTER 1ST QUARTER ACTION STEP CATEGORY CUMULATIVE PERCENTAGE OF COMPLETION APPROVED CUMULATIVE CUMULATIVE QUARTERLY PROJECTED SERVICE UNITS PAYMENT LEVEL APPROVED APPROVED ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF COMPLETION JAN 2012 DESIGN PLANS FOR GENERATOR SUBMIT SPECS OF GENERATOR TO MANUFACTURER SUBMIT PAYMENT REQUEST SUBMITTAL OF QUARTERLY PROGRESS REPORTS SERVICE UNITS REIMBURSEMENTS 30,0 - 0.. S200,000 . . 2ND QUARTER APRIL 2012 PERMITTING AND ACHA APPROVALS COMMENCEMENT OF REHASIUTATION SUBMIT PAYMENT REQUEST SECTION 3 AND OAVIS BACON COMPLIANCE OBTAIN TENANT INFORMATION FOR INCOME CERTIFICATION MONITORING PROGRESS SUBMITTAL OF QUARTERLY PROGRESS REPORTS .. - 60.0 - 62 . $240,006 3RD QUARTER DULY 2012 INSTALLATION OF GENERATOR SECTION 3 AND DAVIS BACON COMPUANCE MONITORING PROGRESS SUBMIT PAYMENT REQUEST CLOSE OUT PROJECT SUBMITTAL OF QUARTERLY PROGRESS REPORTS 100.0 0 5550,000 , PAGE 1 Of 2 AGENCY NAME: ACTIVITY: FUNDING SOURCE: AMOUNT:t�.. TOTAL ACTIVITY COSTS: TOTAL AVMLABIE FUNDING (ALL SOURCES): PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: • TYPE: APPROVED CITY OF MIAM MAM JEWISH HEALTH SYSTEMS CDSO DR 2005 ATTACHMENT 'AI' .'. ., 3990 550 1990 550 82 HOUSING UNITS QUARTER ACTION STEP CATEGORY CUMULATIVE PERCENTAGE OF COMPLETION APPROVE() CUMULATIVE QUARTERLY SERVICE UNITS APPROVED CUMULATIVE PROJECTED PAYMENT LEVEL APPROVED • ACTUAL QUARTERLY ACCOMPLISHMENTS • CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF COMPLETION' SERVICE UNITS REIMBURSEMENTS wn• .ue een per.�er..��.�,,,..,..�....,...,,... .... _..__... __._._____._ ____ 0.0 0 S990,550 .. . .. PROJECTED COMPLETION DATE MAY 00 BEYOND JUNE 2010. 1ST QUARTER 2N0 QUARTER 390 QUARTER /TH QUARTER 5TH QUARTER 6TH QUARTER 7TH QUARTER 8TH QUARTER TOTAL PROJECT COST PRE -DEVELOPMENT (PRE -CONSTRUCTION) 12%OF TOTAL PROJECT COST (MAXIMUM ALLOWED( CONSTRUCTION COSTS - 88% OF TOTAL PROJECT COST OCED FUNDING PRE -DEVELOPMENT (PRE -CONSTRUCTION) 12%OF OCED FUNDING (MAXIMUM ALLOWED) • CONSTRUCTION COSTS -88%0F OCED FUNDING 3'i01,000 0240.000 $550.000 S0 SO SO SO SO S990,550 S990,550 $990,550 S990,550 REALE CO NOT ALTER TIE CELLS WADED N O8EHI LA80VE). EACN CONTAINS A FORYIAA PAGE 2OF 2 Contract Records Federal Award Awardee Subcontractor Subcontract Department Subgrant Agreement CDBG 2005 DRI Municipality FY 2005 COMMUNITY DEVELOPMENT BLOCK GRANT Disaster Recovery Inititiave #08-DB-D3-11-23-01-A01 GOVERNMENTAL CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE THE CITY OF MIAMI This contract is entered into between Miami -Dade County, hereinafter referred to as the "County" and the City of Miami, A municipal government organized under the laws of the State of Florida hereinafter referred to as the "Awardee". The parties agree: I. Definitions PHCD Public Housing and Community Development or its successor Department 24 CFR Part 570 - CDBG Community Development Corporation Federal regulations implementing Title I of the Housing and Community Development Act of 1974, as amended - Community Development Block Grant A local agency that is organized to meet community development needs with particular emphasis on the economic development, housing and revitalization needs of low -and moderate -income area residents and which is receptive to the needs expressed by the community. Low- and Moderate- Income Person A member of low -and moderate -income family i.e., a family whose income is within specified income limits set forth by U.S. HUD. Any and all books, records, documents, information, data, papers, letters, materials, electronic storage data and media whether written, printed, electronic or electrical, however collected, preserved, produced, developed, maintained, completed, received or, compiled by or at the direction of the Awardee or any subcontractor in carrying out the duties and obligations required by the terms of this contract, including but not limited to financial books and records, ledgers, drawings, maps, pamphlets, designs, electronic tapes, computer drives and diskettes or surveys. Any federal funds received by the Awardee from any source during the period of time in which the Awardee is performing the obligations set forth in this contract. Recipient of CDBG funds from Miami Dade County. Any individual or firm hired on a contractual basis by the Awardee for the purpose of performing work or functions cited on the Action Step Format (Attachment "A) of this contract. Any contractual agreement between a Subcontractor and the Awardee. State of Florida, Department of Community Affairs Federally -funded Disaster Recovery Inititative Subgrant Agreement entered into between the County and the Department for 2005 Community Development Block Grant Supplemental Disaster Recovery Inititative funds -Attachment G 1 11. The Awardee Agrees: A. Type of Activity The Awardee shall carry out the activities specified in Attachment A, "Scope of Services," in the County or the focus area(s) of Miami -Dade. B. Insurance To comply with Miami -Dade County's insurance requirements as well as any relevant state of Florida insurance requirements. C. Indemnification The Awardee shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Awardee or its employees, agents, servants, partners, principals or subcontractors. The Awardee shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provided, however, this indemnification shall only be to the extent and within the limitations of Section 768.28 Fla Stat., subject to the provisions of that Statute whereby the Awardee shall not he held liable to pay a personal injury or property damage claim or judgment by any one person which exceeds the sum of $100,000, or any claim or judgment or portions thereof, which, when totaled with all other claims or judgment paid by the Awardee arising out of the same incident or occurrence, exceed the sum of $200,000 from any and all personal injury or property damage claims, liabilities, losses or causes of action which may arise as a result of the negligence of the Awardee. The provisions of this section survive the termination or expiration of this agreement. D. Documents The Awardee shall submit documents to PHCD as described below or any other document in whatever form, manner, or frequency as prescribed by PHCD. These will be used for monitoring progress, performance, and compliance with this contract and for compliance with applicable County and Federal requirements. 1. Progress Reports a. The Awardee shall submit a status report using the form attached hereto as Attachment C, "Progress Report," as it may be revised by PHCD, which shall describe the progress made by the Awardee in achieving each of the objectives and action steps identified in Attachment A, "Scope of Services." The Awardee shall ensure that PHCD receives each report in triplicate (or as indicated) no later than April 10, 2012, July 10, 2012, and October 10, 2012 b. Quarterly Reporting when Subcontractors are Utilized 2 Awardees are advised that when subcontractors or sub -consultants are utilized to fulfill the terms and conditions of this contract, Miami - Dade County Resolution No. 1634-93 will apply to this contract. This resolution requires the selected Awardees to file quarterly reports as to the amount of contract monies received from the County and the amounts thereof that have been paid by the Awardee directly to Black, Hispanic and Women -Owned businesses performing part of the contract work. Additionally, the listed businesses are required to sign the reports, verifying their participation in the contract work and their receipt of such monies. For purposes of applicability, the requirements of this resolution shall be in addition to any other reporting requirements required by law, ordinance or administrative order. The Awardee shall submit to PHCD a cumulative account of its activities under this agreement by completing the following portions of the Progress Report Form: Section I - Status of Contracted Activities: The Awardee must report specific information regarding the status of the contracted activities, including accomplishments and/or delays encountered during the implementation of the project and an unduplicated count of clients served during the reporting period (if applicable) for each federally defined ethnic category. Awardees engaged in construction and/or housing rehabilitation projects shall report on the progress of their activities including the number of housing units completed and occupied by low -moderate and low income -residents. The Awardee shall also report emographic information on each head of household. Each goal and corresponding objective(s), as indicated in the approved Scope of Services, must be addressed as part of this report. Section II - Fiscal Information: The Awardee must report expenditure information based on approved budgeted line items to reflect all costs incurred during the reporting period. In addition, the Awardee shall report on Program Income Usage for each contracted activity. Section III - Minority Business Enterprise: Contract and Subcontract Activity Report (First and Third Quarter Progress Report)- The Awardee shall report to PHCD the number of business activities involving minority vendors, including subcontractors performing work under this Agreement. The "Contract and Subcontract Activity Report" Section in Attachment C, and when applicable Section 3 in the same Attachment shall be completed semiannually by the Awardee and submitted to PHCD no later than April 8, 2012 and October 7, 2012. Section IV - Neighborhood Employment Opportunities:. Neighborhood Employment Opportunities Report (First and Third Quarter Progress Report) - The Awardee shall report to PHCD the number of focus . and service area residents who have received employment opportunities from federally financed and assisted projects and activities. The Neighborhood Employment Opportunities Report shall be submitted using the Progress Report Form attached hereto as a Section in Attachment C, as it may be revised. This section of the fonn shall be completed semiannually by the Awardee and submitted to PHCD no later than April 8, 2010 and October 7, 2010. The Awardee shall submit to the County, in a timely manner, any other information deemed necessary by the County, and its presentation shall comply with the format specified at the time of the request. Failure to submit the Progress Reports or other information in a manner satisfactory to the County by the due date shall render the Awardee in noncompliance with this Article. The County may require the Awardee to forfeit its claim to payment requests or the County may invoke the termination provision in this Agreement by giving five days written notice of such action to be taken. c. Unspecified Site(s) Objective - If the Awardee has not yet identified a location to carryout any of the activities described in Attachment A, the Awardee shall submit, in triplicate, Progress Reports, using the form attached hereto as part of Attachment C, on a monthly basis until such time as the Awardee complies with the provisions contained within Section II, Paragraph D.4. of this contract. Copies of the above described Progress Report shall be received by PHCD no later than the tenth (10th) business day of each month and shall address the progress undertaken by the Awardee during the previous month. This Progress Report shall not be required if the Awardee is submitting the Progress Reports required by Section II, Paragraph D.1.a and Paragraph D.3. 2. Annual Report (Fourth Quarter Progress Report)- The Awardee shall submit a cumulative status report (hereinafter referred to as "Annual Report") using the "Progress Report" specified in Section II, Paragraph D.1.a. above, which shall describe the progress made by the Awardee in achieving each of the objectives identified in Attachment A during the previous year_ The "Annual Report" must cover the CDBG fiscal year of January 1, 2012 through July 31, 2012 and shall be received by PHCD no later than October 10, 2012. 3. Environmental Review - The Awardee immediately upon locating or determining a site for each of the "Unspecified Site" activities to be carried out pursuant to this contract, shall submit information detailing the location of each site for which a Site Environmental Clearance Statement, will be prepared as described in Article II, Section E.5. of this contract set forth below. The Environmental Review is to be prepared on information contained in Attachment E, "Information for Environmental Review." Notwithstanding any provision of this Agreement, the parties hereto agree and acknowledge that this Agreement does not constitute a commitment of funds or site approval, and that such commitment of funds or approval may occur only upon satisfactory completion of environmental review and receipt by the County of a release of funds from the U.S. Department of Housingand Urban Development under 24 CFR Part 58. The parties further agree that the provision of any funds to the project is conditioned on the County's determination to proceed with, modify or cancel the project based on the results of a subsequent environmental review. 4. Audit Report - The Awardee shall submit to PHCD an annual audit report in triplicate as required by Section II, Paragraph I of this contract as set forth below. The Awardee shall submit a written statement from its auditing firm to confirm that it has cleared any non-compliance issues stated in the audit, and a written statement from the Auditor that the audit complies with all applicable provisions of 24 CFR Part 84.26, Part 85.26 and OMB A-133. 5. Inventory Report - The Awardee shall report annually all nonexpendable personal and real property purchased with CDBG funds from this and previous agreements with the County as specified in Section II, Paragraph Q of this contract. 6. Affirmative Action Plan - The Awardee shall report to PHCD information relative to the equality of employment opportunities whenever so requested by PHCD. E. Participation in the CDBG Program 1. The Awardee shall maintain current documentation that its activities meet one of the three (3) CDBG national objectives: a. To benefit low- and moderate -income persons; b. To aid in the prevention or elimination of slums or blight; c. To meet community development needs having a particular urgency. 2. For activities designed to meet the national objective of benefit to low- and moderate -income persons, the Awardee shall ensure and maintain documentation that conclusively demonstrates that each activity assisted in whole or in part with CDBG funds is an activity which provides benefit to no less than 51% of low- and moderate -income persons. 3. The Awardee shall comply with all applicable provisions of 24 CFR Part 570 and shall carry out each activity in compliance with all applicable federal laws and regulations described therein. 4. The Awardee agrees to comply with (a) the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (URA), and implementing regulations at 49 CFR Part 24 and 24 CFR 57 0.606(b): (b) the requirements of 24 CFR 670.606 (c) governing the Residental Antidisplacement and Relocation Assistance plan under section 104(d) of the HCD Act; and (c) the requirements in 570.606 (d) governing optional relocation policies. (The County may preemept the optional policies). The Awardee shall provide relocation assistance to persons (families, individuals, businesses, non-profit organizations and farms) that are displaced as a direct result of acquisition, rehabilitaion, demolition or conversion for a CDBG assisted project. The Awardee also agrees to comply with applicable County ordinances, resolutions and policies concerning the displacement of persons from their residences. 5. For each activity or portion of activity described in Attachment A hereto for which a location has not yet been identified, the Awardee shall obtain, immediately after a site is identified by the Awardee, PHCD's written environmental clearance statement and shall agree in writing to comply with any and all requirements as may be set forth in the Site Environmental Clearance Statement. 6. The Awardee shall make a good faith effort to address the concerns of the residents of the affected area. The Awardee shall cooperate with PHCD in informing the appropriate CDBG citizen participation structures, including the appropriate area committees, of the activities of the Awardee in adhering 5 to the provisions of this contract. Representatives of the. Awardee shall attend meetings of the appropriate committees and citizen participation structures, upon the request of the citizen participation officers, PHCD, or the County. 7. The Awardee shall, to the greatest extent possible, give low- and moderate - income residents of the service areas opportunities for training and employment. 8. For activities involving acquisition, rehabilitation and/or demolition of property and which require the relocation of families, individuals, businesses and/or industries, the Awardee shall submit a written notification to the Urban Development Unit of PHCD prior to relocating, evacuating, and/or dispersing any and all legal occupants who reside at this property on the basis of a long or short term lease. When the legality of an occupant (individual, family, business, and/or industry) is in question, the Awardee shall contact the above mentioned unit prior to making a determination. Awardees receiving CDBG funds shall adhere to 24 CFR part 50 and/or part 58 and to the rules and regulations of the Uniform Relocation Assistance and Real Property Acquisition Act of 1970, as amended. 9. The Awardee shall adopt Affirmative Marketing PrPHCDures and requirements for CDBG assisted projects. These prPHCDures must consist of actions to provide information and attract eligible persons from all racial, ethnic and gender groups to the available services. The Awardee shall annually assess its affirmative marketing program to determine if the prPHCDures used to comply with the requirements specified in Public Law 88-352 and Public Law 90-284 successfully meet these requirements. The Awardee shall submit to PHCD its Affirmative Marketing Plan no later than 60 days from the date this Agreement is executed. 10. For any Housing activities, the Awardee shall successfully complete the Community Development coursework conducted by the Local Initiatives Support Corporation, which will be held at Florida International University throughout the current contract period. The Awardee shall provide written notification to PHCD, no later than 30 days after the completion of the coursework. This requirement may be waived in the sole discretion of PHCD for Awardees who demonstrate knowledge of real estate development and organizational management theory. PHCD shall consider such waiver upon receipt of the written request by the Awardee: 11. For Housing, Rehabilitation, and Construction activities all conditions in this section will apply throughout the regulatory period identified in the national objective. Throughout that period, the Awardee will be required to submit an annual report regarding his compliance with the national objective, and PHCD will have the right to monitor the activity. 12. The Awardee shall comply with all applicable uniform administrative requirements as described in 24 CFR 570.502 F. Federal, State, and County Laws and Regulations 1. RULES, REGULATIONS AND LICENSING REQUIREMENTS The Awardee shall comply with all laws, ordinances and regulations applicable to the services contemplated herein, especially those applicable to conflict of interest and collusion. Awardees are presumed to be familiar with all Federal, State and local laws, ordinances, codes, rules and regulations that may in any way affect the goods or services offered, especially Executive 6 Order No. 11246 entitled "Equal Employment Opportunity" and as amended by Executive Order No. 11375, as supplemented by the Department of Labor Regulations (41 CFR, Part 60), the Americans with Disabilities Act of 1990 and implementing regulations, the Rehabilitation Act of 1973, as amended, Chapter 553 of Florida Statutes and any and all other local, State and Federal directives, ordinances, rules, orders, and laws relating to . people with disabilities. The Awardee will also comply with 24 CFR Part 85, OMB A-128, OMB A-87, and with the applicable prPHCDures specified in PHCD's Contract Compliance Manual, which are incorporated herein by reference, receipt of which is hereby acknowledged, and as they may be revised. 2. The Awardee shall comply with Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination on the basis of handicap; Title VI of the Civil Rights Act of 1964, as amended, which prohibits discrimination on the basis of race, color, or national origin; the Age Discrimination Act of 1975, as amended, which prohibits discrimination on the basis of age; Title VIII of the Civil RightsAct of 1968; as amended, and Executive Order 11063 which prohibits discrimination in housing on the basis of race, color, religion, sex, or national origin; Executive Order 11246, as amended which requires equal employment opportunity; and with the Energy Policy and Conservation Act (Pub.L 94-163) which requires mandatory standards and policies relating to energy efficiency. The Provider also agrees to comply with the Domestic Violence Leave codified as 11A-60 et seq. of the Miami -Dade County Code, which requires an employer, who in the regular course of business has fifty (50) or more employees working in Miami -Dade County for each working day during each of twenty (20) or more calendar work weeks to provide domestic violence leave to its employees. Failure to comply with this local law may be grounds for voiding or terminating this Agreement or for commencement of debarment proceedings against the Provider. 3. If the amount payable to the Awardee pursuant to the terms of this contract is in excess of $100,000, the Awardee shall comply with all applicable standards, orders, or regulations, issued pursuant to Section 306 of the Clean Air Act of 1970 (42 U.S.C. 1857 h), as amended; the Federal Water Pollution Control Act (33 U.S.C. 1251), as amended; Section 508 of the Clean Water Act (33 U.S.C. 1368); Environmental Protection Agency regulations (40 CFR Part 15); and Executive Order 11738. 4. Assurance of Compliance with Section 504 of the Rehabilitation Act - The Awardee shall report its compliance with Section 504 of the Rehabilitation Act whenever so requested by PHCD. 5. Americans with Disabilities Act (ADA) of 1990 - The Awardee shall attest to; and submit the required Disability Non-discrimination Affidavit assuring compliance with all applicable requirements of the laws listed below including but not limited to, those provisions pertaining to employment, provisions and program services, transportation, communications, access to facilities, renovations, and new construction. 6. Affirmative Action/Non-Discrimination of Employment, Promotion, and Procurement Practices (Ordinance #98-30) - All firms with annual gross - revenues in excess of $5 million, seeking to contract with Miami -Dade County shall, as a condition of award, have a written Affirmative Action Plan and Procurement Policy on file with the County's Department of Business Development. Said firms must also submit, as a part of their proposals/bids to be filed with the Clerk of the Board, an appropriately completed and signed Affirmative Action Plan/Procurement Policy Affidavit. Firms whose Boards of Directors are representative of the population make-up of the nation are exempt from this requirement and must submit, in writing, a detailed listing of their Boards of Directors, showing the race or ethnicity of each board member, to the County's Department of Business Development. Firms claiming exemption must submit, as a part of their proposals/bids to be filed with the Clerk of the Board, an appropriately completed and signed Exemption Affidavit in accordance with Ordinance 98-30. These submittals shall be subject to periodic reviews to assure that the entities do not discriminate in their employment and procurement practices against minorities and women -owned businesses. It will be the responsibility of each firm to provide verification of their gross annual revenues to determine the requirement for compliance with the Ordinance. Those firms that do not exceed $5 million annual gross revenues must clearly state so in their bid/proposal. Any bidder/respondent which does not provide an affirmative action plan and procurement policy may not be recommended by the County Manager for award by the Board of County Commissioners. 7. Domestic Violence Leave Affidavit : Prior to entering into any contract with the Couty, a firm desiring to do business with the County shall, as a condition of award, certify that it is in compliance with the Domestic Leave Ordinance, 99-5 and Section 11A-60 of the Miami -Dade County Code. This Ordinance applies to employers that have, in the regular course of business, fifty (50) or more employees working in Miami Dade County for each working day during each of twenty (20) or more calendar work weeks in the current or preceding calendar year. In accordance with Resolution R-185-00, the obligation to provide domestic violence leave to employees shall be a contractual obligation. The County shall not enter into a contract with any firm that has not certified its compliance with the Domestic Leave Ordinance. Failure to comply with the requirements of Resolution R-185-00, as well as the Domestic Leave Ordinance may result in the contract being declared void, the contract being terminated and/or the firm being debarred. 8. Code of Business Ethics: In accordance with Section 2-8.1(1) of the Code of Miami -Dade County each person or entitiy that seeks to do business with Miami -Dade County shall adopt a Code of Business Ethics ("Code") and shall submit an affidavit stating that the Awardee has adopted a Code that complies with the requirements of Section 2-8.1(i) of the Miami -Dade County Code (Form A-12). 9. PUBLIC ENTITY CRIMES Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal for a contract to provide any goods or services to a public entity; may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals on leases of real property to a public entity; may not be awarded or perform work as a Awardee, supplier, subcontractor, or consultant under a contract with any public entity; and, may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category TWO ($10,000) for a period of thirty- six (36) months from the date of being placed on the convicted vendor list. The Awardee warrants and represents that it has not been placed on the convicted vendor list The Awardee agrees that should Miami -Dade County discover that the Awardee's representations regarding the list are false, this contract shall be terminated on the discretion of Miami -Dade County. Further, should the Awardee be placed on the list at any time during this contract Miami -Dade County shall have the right to terminate this agreement 10. CRIMINAL CONVICTION Pursuant to Miami -Dade County Ordinance No. 94-34, "Any individual who has been convicted of a felony during the past ten years and any corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten years shall disclose this information prior to entering into a contract with or receiving funding from the County." Failure of the Awardee to disclose this information as required may lead to the termination of this agreement by Miami -Dade County. If any attesting firm, or any owner, subsidiary, or other firm affiliated with or related to the attesting firm, is found by the responsible enforcement agency, the Courts or the County to be in violation of the Acts, the County will conduct no further business with such attesting firm. Any contract entered into based upon a false affidavit, as listed below, and submitted pursuant to this resolution shall be voidable by the County: 1. Miami -Dade County Ownership Disclosure Affidavit 2. Miami -Dade Employment Family Leave Affidavit 3. Miami -Dade Employment Drug -Free Workplace Affidavit 4. Miami -Dade Employment Disclosure Affidavit 5. Disability Nondiscrimination Affidavit 6. Criminal Record Affidavit 7. Public Entity Crime Affidavit 8. Related -Party Disclosure Information 9. Miami -Dade County Affidavit Regarding Delinquent and Currently Due Fees or Taxes 10. Affirmative Action Affidavits 11. Current on all County Contracts, Loans, and Other Obligations Affidavit 12. Project Fresh Start Affidavit 13. Domestic Violence Leave Affidavit 14. Code of Business Ethics Affidavit 15. Financial and Conflicts of Interest Affidavit If any attesting firm violates any of the Acts below during the term of any contract such firm has with the County, such contract shall be voidable by the County, even if the attesting firm was not in violation at the time it submitted its affidavit. The applicable Acts are as follows: 1. The Americans. with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. 12101-12213 and 47 U.S.C. Sections 225 and 611 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private Entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. 2. The Rehabilitation Act of 1973, 29 U.S.C. Section 794; 3. The Federal Transit Act, as amended 49 U.S.C. Section 1612; 4. The Fair Housing Act as amended, 42 U.S.G. Section 3601-3631. G. Conflicts with Applicable Laws If any provision of this contract conflicts with any applicable law or regulation including but not limited to, 24 CFR 570, only the conflicting provision shall be 9 deemed by the parties hereto to be modified to be consistent with the law or regulation or to be deleted if modification is impossible. However, the obligations under this contract, as modified, shall continue and all other provisions of this contract shall remain in full force and effect. The County's determination on whether a provision conflicts shall be final and binding. H. Construction If the Awardee engages in, procures, or makes loans for construction work, the Awardee shall: 1. Contact the PHCD representative noted in Section IV, Paragraph K of this contract, prior to taking any action, to schedule a meeting to receive compliance information. 2. Comply with the Awardee's procurement and pre -award requirements and prPHCDures which, at a minimum, shall adhere to all applicable federal standards. 3. Comply with the Davis -Bacon Act; Copeland Anti -Kick Back Act; Contract Work Hours and Safety Standards Act; and Lead -Based Paint Poisoning Prevention Act as amended on September 15, 1999; and other related acts, as applicable. 4. Submit to PHCD for written prior approval all proposed Solicitation Notices, Invitations for Bids, and Requests for Proposals prior to publication. 5. Submit to PHCD all construction plans and specifications and receive PHCD's approval prior to implementation. 6. Contact the PHCD representative noted in Section IV, Paragraph K prior to scheduling a pre -construction conference. In accordance with industry standards, PHCD will hold 10% of the total grant award as a retainer until the completion of the construction work is verified by PHCD through a Certificate of Occupancy. 7. The County shall have the right to assign the Community Builders Division of the Public Housing and Community Development to assist the project if the county's staff determines that the Awardee has been unable to consistently achieve the work and units described within the time frames of the action step format of this agreement. Such involvement will result in a reduction of a maximum of 5% of the agreement's award to cover the cost of the technical assistance. The Awardee shall cooperate and comply with all requests made by the Community Builders Division of the Public Housing and Community Development. 8. Execute a restrictive covenant with Miami -Dade County for the grant award and the use of the land to ensure its use as a CDBG project site as defined and described in Attachment "A" of this agreement. I. Audits and Records 1. The Awardee expending $500,000 or more annually in federal awards shall have a single or program specific audit conducted in accordance with OMB A-133. The Awardee expending federal awards of $500,000 or more under only one federal program may elect to have a program -specific audit performed, in accordance with OMB A-133. Awardees who will be receiving, or who have received, federal awards for loans or loan guaranteed programs 10 may be required to conduct audits of those programs in accordance with regulations of the federal agencies providing those guarantees or loans. 2. The Awardee expending Tess than $500,000 annually in federal awards shall be exempt from an audit conducted in accordance with OMB A-133, although their records must be available for review (e.g., inspections, evaluations). Such Awardees that receive less than $500,000 in combined Federal awards must submit to the County annual compilation reports that describe their performance. To achieve uniformity regarding the reporting format, such documents must comply with the accounting industry standards by communicating an independent accountant's (1) expression of limited assurance on FINANCIAL STATEMENTS as a result of performing inquiry and analytic prPHCDures (Review Report); (2) results of Procedures performed (Agreed -Upon Procedures Report); (3) non -expression of opinion or any form of assurance on a presentation in the form of financial statements information that is the representation of management (Compilation Report); or (4) an opinion on an assertion made by management in accordance with the Statements on Standards for Attestation Engagements (Attestation Report). 3. When the requirements of OMB A-133 apply, or when the Awardee elects to comply with OMB A-133, an audit shall be conducted for each fiscal year for which federal awards attributable to this contract have been received by the Awardee. Each audit shall include a fiscal review, which includes a validation of all program generated income and its disposition, especially attributable to CDBG -funds, an internal control review, and a compliance review as described in OMB A-133. A copy of the audit report in triplicate must be received by PHCD no later than six (6) months following the end of the Awardee's fiscal year. 4. The Awardee shall maintain all Contract Records in accordance with generally accepted accounting principles, procedure, and practices which shall sufficiently and properly reflect all revenues and expenditures of funds provided directly or indirectly by the County pursuant to the terms of this contract. 5. The Awardee shall maintain all Contract Records that document all actions undertaken to accomplish the "Scope of Services" outlined in Attachment A in this contract. 6. The Awardee shall ensure that the Contract Records shall be at all times subject to and available for full access and review, inspection, or audit by County and federal personnel and any other personnel duly authorized by the County. 7. The Awardee shall include in all PHCD approved subcontracts used to engage subcontractors to carry out any eligible substantive programmatic services, as such services are described in this contract and defined by PHCD, each of the record -keeping and audit requirements detailed in this contract. PHCD shall, in its sole discretion, determine when services are eligible substantive programmatic services and subject to the audit and record -keeping requirements described above. 8. The County reserves the right to require. the Awardee to submit to an audit by Audit and management Services or other auditor of the County's choosing at the Awardee's expense. The Awardee shall provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. The Awardee shall retain all records pertaining to the Agreement and upon request make them available to the County for three years following expiration of the Agreement. The Awardee 11 agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. 9. The Awardee shall ensure that its auditors share their audit results with PHCD. The auditors must submit the completed monitoring instrument and the audit report to PHCD within six months after the conclusion of the audit period. J. Retention of Records 1. The Awardee shall retain all Contract Records for a period of at least five (5) years (hereinafter referred to as "Retention Period") subject to the limitations set forth below: a. For all non-CDBG assisted activities the Retention Period shall begin upon the expiration or termination of this contract. b. For CDBG assisted public service activities the Retention Period shall begin upon the date of U.S. HUD's acceptance of PHCD's annual Grantee Performance Report for the year in which the activity is reported as completed. For each public service activity the Awardee must retain all contract records except those relating to real and nonexpendable personal property. c. For all other CDBG assisted activities the Retention Period shall begin upon U.S. HUD's acceptance of PHCD's annual Grantee Performance Report in which each assisted activity is reported on for the final time. For all the CDBG assisted activities covered by this Section II, Paragraph J.1.c., the Awardee must retain all contract records except those relating to real and nonexpendable personal property. d. For all CDBG assisted activities, the Retention Period for all contract records relating to real and nonexpendable personal property shall begin upon the date of the final disposition of the property. 2. If the County or the Awardee have received or given notice of any kind indicating any threatened or pending litigation, claim or audit arising out of the services provided pursuant to the terms of this contract, the Retention Period shall be extended until such time as the threatened or pending litigation, claim or audit is, in the sole and absolute discretion of PHCD, fully, completely and finally resolved. 3. The Awardee shall allow the County, federal personnel, or any person authorized by the County full access to and the right to examine any of the contract records during the required Retention Period. 4. The Awardee shall notify PHCD in writing, both during the pendency of this contract and after its expirations part of the final close-out procedures, of the address where all contract records will be retained. 5. The Awardee shall obtain written approval of PHCD prior to disposing of any contract records within one year after expiration of the Retention Period. K. Provision of Records 1. The Awardee shall provide to PHCD, upon request, all contract records. These records shall become the property of PHCD without restriction, reservation, or limitation of their use. PHCD shall have unlimited rights to all 12 books, articles, or other copyrightable materials developed for the purpose of this contract. These unlimited rights shall include the rights to royalty -fees; nonexclusive, and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, the information for public purposes. 2 If the Awardee receives funds from, or is regulated by other governmental agencies, and those agencies issue monitoring reports, regulatory examinations, or other similar reports, the Awardee shall provide a copy of each report and any follow-up communications and reports to PHCD immediately upon such issuance unless such disclosure is a violation of the regulatory agencies issuing the reports. 3. MIAMI-DADE COUNTY INSPECTOR GENERAL REVIEW According to Section 2-1076 of the Code of Miami -Dade County, as amended by Ordinance No. 99-63, Miami -Dade County has established the Office of the Inspector General which may, on a random basis, perform audits on all County contracts, throughout the duration of said contracts, except as otherwise provided below. The cost of the audit of any Contract shall be one quarter (1/4) of one (1) percent of the total contract amount which cost shall be included in the total proposed amount. The audit cost will be deducted by the County from progress payments to the selected Awardee. The audit cost shall also be included in all change orders and all contract renewals and extensions. a. Exception: The above application of one quarter (1/4) of one percent fee assessment shall not apply to the following contracts: (a) IPSIG contracts; (b) contracts for legal services; (c) contracts for financial advisory services; (d) auditing contracts; (e) facility rentals and lease agreements; (f) concessions and other rental agreements; (g) insurance contracts; (h) revenue -generating contracts; (I) contracts where an IPSIG is assigned at the time the contract is approved by the Commission; (j) professional service agreements under $1,000; (k) management agreements; (1) small purchase orders as defined in Miami -Dade County Administrative Order 3-2; (m) federal, state and local government -funded grants; and (n) interlocal agreements. Notwithstanding the foregoing, the Miami -Dade County Board of County Commissioners may authorize the inclusion of the fee assessment of one quarter (1/4) of one percent in any exempted contract at the time of award. Nothing contained above shall in any way limit the powers of the Inspector General to perform audits on this contract. COMMISSION AUDITOR ACCESS TO RECORDS Pursuant to Ordinance No. 03-2, Awardee shall grant access to the Commission Auditor to all financial and performance related records, property, and equipment purchased in whole or in part with government funds, including funds awarded tp Awardee pursuant to this contract. L. Prior Approval The Awardee shall obtain prior written approval from PHCD prior to undertaking any of the following: 1. The engagement or execution of any subcontracts or contract assignments, wherein CDBG funds will be used to pay for goods or services. The Awardee must submit all proposed agreement documents to PHCD at least thirty (30) days prior to the start date of the agreement. PHCD shall have no obligation to approve payment of any expenditure (resulting from an agreement or 13 subcontract) which was incurred prior to the approval by PHCD of such agreement or subcontract. 2. The addition of any positions not specifically listed in the approved budget. 3. The modification or addition of all job descriptions. 4. The purchase of all nonexpendable personal property not specifically listed in the approved budget. 5. The disposition of all real, expendable personal, and nonexpendable personal property as defined in Section II, Paragraph Q.1. of this contract. 6. All out-of-town travel not specifically listed in the approved budget. 7. The disposition of program income not specifically listed in the approved program income budget. 8. The publication of proposed Solicitation Notices, Invitations for Bids and Requests for Proposals as provided for in Section II, Paragraph H of this contract. 9. The disposal of all contract records as provided for in Section II, Paragraph J of this contract. M. Monitoring The Awardee shall permit PHCD and other persons duly authorized by PHCD to inspect all contract records, facilities, equipment, materials, and services of the Awardee which are in any way connected to the activities undertaken pursuant to the terms of this contract, and/or to interview any clients employees, subcontractors, or assignees of the Awardee. Following such inspection or interviews, PHCD will deliver to the Awardee a report of its findings, and the Awardee will rectify all deficiencies cited by PHCD within the specified period of time set forth in the report, or provide PHCD with a reasonable justification for not correcting the deficiencies. PHCD will determine, in its sole and absolute discretion whether or not the Awardee's justification is acceptable or if the Awardee must, despite the justification, rectify the deficiencies cited by PHCD in its report. N. Conflict of Interest The Awardee agrees to abide by the provisions of 24 CFR 84.42 (24 CFR Part 85.36 for Public Agencies) and 24 CFR 570.611 with respect to conflicts of interest, and covenants that it presently has no financial interest and shall not acquire any financial interest, direct or indirect, which would conflict in any manner or degree with the performance of services requried under this Agreement. The Awardee further covenants that in the performance of this Agreement no person having such a financial interest shall be employed or retained by the Awardee hereunder. These conflict of interest provisions apply to any person who is an employee, agent, consultant, officer, or elected official or appointed official of the County, or of any designated public agencies or subrecipients which are receiving funds under the CDBG Entitlement program. The Awardee shall submit to PHCD within five days of execution of this contract all updated Conflict of Interest affidavits, Related Party Disclosure statements, list of current Board members, and list of all business associations with the following documents: ➢ Original contract or its subsequent amendments. ➢ Requests for budget revisions. 14 > Requests for approval of subcontracts. Non-compliance with the above requirements will be considered a breach of contract, which will result in the immediate termination of the agreement, the recovery of the entire funding award, and the disqualification of funding through PHCD for a period of three years. The Awardee shall disclose any possible conflicts of interest or apparent improprieties of any party that are covered by the above standards. The Awardee shall make such disclosure in writing to PHCD immediately upon the Awardee's discovery of such possible conflict. PHCD will then render an opinion which shall be binding on all parties. O. Publicity, Advertisements and Signage 1. The Awardee shall ensure that all publicity, public relations and advertisements and signs, recognize the Miami -Dade Public Housing and Community Development (PHCD) and Community Development Block Grant (CDBG) for the support of all contracted activities. This is to include, but is not limited to, all posted signs, pamphlets, wall plaques, cornerstones, dedications, notices, flyers, brochures, news releases, media packages, promotions, and stationery. All signs used to publicize PHCD contracted activities must be approved by PHCD prior to being posted and must also meet the standard specifications as established by PHCD. The use of the official Miami -Dade PHCD logo is permissible 2. The Awardee shall furnish, erect and maintain construction signs in accordance with sketch included in these contract documents. The signs shall be made of % inch thick marine plywood, newly painted and lettered according to the accompanying sketch. The signs shall be painted and lettered in accordance with professional outdoor sign painting standards as to layout, symmetry, proportion, clarity and neatness and use of weather - resistant colors and materials. The Awardee shall place the signs, securely braced and mounted, as shown on the typical project sign placement diagram or as directed by the engineer. All materials shall be provided by the Awardee and the signs shall remain in the property of the Owner at the completion of the contract. NO WORK SHALL COMMENCE UNTIL THE PROJECT SIGNS ARE SECURED IN PLACE. THE SIGNS SHALL BE IN ACCORDANCE WITH THE DETAIL SHOWN IN ATTACHMENT F. For this project signs will be required. Payment for furnishing, installing and maintaining the sign shall be under the bid amount for mobilization. P. Procurement The Awardee must take affirmative steps to procure supplies, equipment, construction, or services to fulfill this contract from minority and women's businesses, and to provide these sources the maximum feasible opportunity to compete for subcontracts to be procured pursuant to this contract. To the maximum extent feasible, these businesses shall be located in or owned by residents of the Community Development areas designated by PHCD in the CDBG application approved by the supervising federal agency. The Awardee shall assure that all subcontracts or third party agreements contain provisions with stated goals, that low-income residents from Community Development focus and service areas be provided with opportunities for employment and training in contracted activities. In conformance with Section 3 of the Housing and Community Development Act of 1968, the Awardee must direct federal financial assistance toward Target Area residents and ensure that employment and economic opportunities be given to low 15 and very low -Income persons, particularly those who are recipients of govemment assistance for housing according to the guidelines mentioned below: 1. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 170Iu (section. 3).. The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD- assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. 3. The Awardee agrees to send to each labor organization or representative of workers with which the Awardee has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the Awardee's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The Awardee agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The Awardee will not subcontract with any subcontractor where the Awardee has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. 5. The Awardee will certify that any vacant employment positions, including training positions, that are filled (1) after the Awardee is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the Awardee's obligations under 24 CFR part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 7. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 8. Fair Subcontracting Policies (Ordinance 97-35) All Awardees on County contracts in which subcontractors may be used shall be subject to and comply with Ordinance 97-35 as amended, requiring Awardees to 16 provide a detailed statement of their policies and procedures for awarding subcontracts which: a) notifies the broadest number of local subcontractors of the opportunity to be awarded a subcontract; b) invites local subcontractors to submit bids!proposals in a practical, expedient way; c) provides Local subcontractors access to information necessary to prepare and formulate a subcontracting bid/proposal; d) allows local subcontractors to meet with appropriate personnel of the Awardee to discuss the Awardee's requirements; and e) awards subcontracts based on full and complete consideration of all submitted proposals and in accordance with the Awardee's stated objectives. All Awardees seeking to contract with the County shall, as a condition of award, provide a statement of their subcontracting policies and procedures (see attached Form A-7.2). - Awardees who fail to provide a statement of their policies and procedures may not be recommended by the County Manager for award by the Board of County Commissioners. The term "local" means having headquarters located in Miami -Dade County or having a place of business located in Miami -Dade County from which the contract or subcontract will be performed. The term "subcontractor" means a business independent of a Awardee that may agree with the Awardee to perform a portion of a contract. The term "subcontract" means an agreement between a Awardee and a subcontractor to perform a portion of a contract between the Awardee and the County. Q. Property 1. Definitions a. Real Property: Land, land improvements, structures, fixtures and appurtenances thereto, excluding movable machinery and equipment. b. Personal Property: Personal property of any kind except real property. 1) Tangible: All personal property having physical existence. 2) Intangible: All personal property having no physical existence such as patents, inventions, and copyrights c. Nonexpendable Personal Property: Tangible personal property of a nonconsumable nature, with a value of $500 or more per item, with a normal expected life of one or more years, not fixed in place, and not an integral part of a structure, facility or another piece of equipment. d. Expendable Personal Property: All tangible personal property other than nonexpendable property. 2. The Awardee . shall comply . with the real property requirements as stated below: a. Any real property under the Awardee's control that was acquired or improved in whole or in part with CDBG funds received from PHCD in excess of $25,000 shall be either: 17 1) Used to meet one of the three (3) CDBG national objectives until five years after the expiration or termination of this contract, or for such longer period of time as determined by PHCD in its sole and absolute discretion; or 2) Not used to meet one of the three (3) CDBG National Objectives. In the event the property is not used to meet one of the national objectives for five (5) years following the expiration or termination of this Awardee such longer period as determined by PHCD then the Contract or shall pay to PHCD an amount equal to the market value of the property as may be determined by PHCD in its sole and absolute discretion, less any proportionate portion of the value attributable to expenditures of non-CDBG funds for acquisition of, or improvement to, the property. Reimbursement . is not . required after the period of time specified in Paragraph Q.2.a.1., above. b. Any real property under the Awardee's control that was acquired or improved in whole or in part with CDBG funds from PHCD for $25,000 or less shall be disposed of, at the expiration or termination of this contract, in accordance with instructions from PHCD. c. All real property purchased or improved in whole or in part with funds from this and previous contracts with PHCD, or transferred to the Awardee after being purchased in whole or in part with funds from PHCD, shallbe listed in the property records of the Awardee and shall include a legal description; size; date of acquisition; value at time of acquisition; present market value; present condition; address or location; owner's name if different from the Awardee; information on the transfer or disposition of the property; and map indicating whether property is in parcels, Tots, or blocks and showing adjacent streets and roads. The property records shall describe the programmatic purpose for which the property was acquired and identify the CDBG national objective that will be met. If the property was improved, the records shall describe the programmatic purpose for which the improvements were made and identify the CDBG national objective that will be met. d. For awards involving the purchase or improvement of real property, the Awardee agrees to execute a mortgage, loan document, or restrictive covenant for the CDBG award with PHCD within 180 days after the execution of this agreement. Failure to comply with this requirement may result in the retraction of the CDBG award for the project and termination of this agreement. e. All real property shall be inventoried annually by the Awardee and an inventory report shall be submitted to PHCD. This report shall include the elements listed in Paragraph T.2.c., above. 3. The Awardee shall comply with the nonexpendable personal property requirements as stated below. a. All nonexpendable personal property purchased or improved in whole or in part with funds from this and previous contracts with PHCD shall be listed in the property records of the Awardee and shall include a description of the property; location; model number; manufacturer's serial number; date of acquisition; funding source; 18 unit cost at the time of acquisition; present market value; property inventory number; Information on its condition; and information on transfer, replacement, or disposition of the property. b. All nonexpendable personal property purchased or improved in whole or in part with funds from this and previous contracts with PHCD shall be inventoried annually by the Awardee and an inventory report shall be submitted to PHCD. The inventory report shall include the elements listed in Paragraph Q.3.a., above. c. Title (ownership) to all nonexpendable personal property purchased in whole or in part with funds given to the Awardee pursuant to the terms of this contract shall vest in the County and PHCD. 4. The Awardee shall obtain prior written approval from PHCD for the disposition of real property, expendable personal property, and nonexpendable personal property purchased or improved in whole or in part with funds given to the Awardee or subcontractor pursuant to the terms of this contract. The Awardee shall dispose of all such property in accordance with instructions from PHCD. Those instructions may require the return of all such property to PHCD. R. Program Income 1. Program income as defined in 24 CFR Part 570.500 means gross income received by the Awardee directly generated from activities supported by CDBG funds. When program income is generated by an activity that is only partially assisted with CDBG funds, the income shall be prorated to reflect the percentage of CDBG funds used. 2. The Awardee shall not, under any circumstances, use program income to pay for charges or expenses that are specifically not allowed pursuant to the terms of this contract and applicable federal regulations or rules or any County rules or ordinance. a. The Awardee shall comply with the program income provisions in PHCD's Contract Compliance Manual. If any program income provisions of the Contract Compliance Manual conflict with any program income provisions of this contract, the provisions of this contract shall rule. b. The County may in its sole discretion allow Awardee to Use Program Income to carry out eligible activities. The Awardee may request to use Program Income for eligible activities. If the Awardee requests to use Program Income, the Awardee shall report to PHCD all cumulative Program Income generated from activities financed in whole or in part by funds from this contract. This information, along with a check payable to Miami -Dade County for the generated Program Income, must be submitted quarterly as part of the Fiscal Section of the Awardee's Progress Report as outlined in Section II, Paragraph D.2.a. c. The Awardee shall report Program Income for as long as it receives and/or has control over Program Income generated from this and any previous contracts with PHCD. d. The Awardee shall provide to PHCD a written explanation of the activities to be assisted with Program Income and shall obtain PHCD's written approval prior to implementing those activities. All 19 provisions of this contract shall apply to any activity performed using Program Income. e. Subject to the limitations set forth in this paragraph, the Awardee may use program income to fund any CDBG eligible activity as provided for and defined by 24 CFR Part 570 et seq. f. Program income from a revolving loan activity must be used only for the same revolving loan activity. g. Program income from a revolving loan activity, such as loan repayments, interest earned, late fees, and investment income, shall be substantially disbursed to eligible loans, loan -related programmatic costs, and operational costs for the same revolving loan activity before the Awardee may request additional CDBG funds for that activity. h. All program income from nonrevolving loan activities shall be substantially disbursed to carry out other PHCD approved CDBG eligible activities, and to cover operational costs before requesting additional CDBG funds. i. Any proceeds from the sale of property as detailed in Section II, Paragraph Q.4., above, shall be considered program income. The Awardee shall obtain, as part of the required audit report, validation by a certified auditor of all program generated income and its disposition. 3. Upon expiration or termination of this contract or at the end of any program year, the Awardee shall transfer to the County any program income funds on hand, and any program income accounts receivable attributable to any CDBG funded activities. PHCD may require remittance of all or part of any program income balances (including investments thereof) held•by the Awardee (except those needed for immediate cash needs, cash balances of a revolving loan fund, cash balances from a lump sum drawdown, or cash or investments held for Section 108 Security needs). 4. PHCD, in its sole and absolute discretion, reserves the right to pursue other courses of action in the retention and use of program income generated by the Awardee, and such action shall not require an amendment to this contracts. S. Travel The Awardee shall comply with the County's travel policies. Documentation of travel expenses shall conform to the requirements of PHCD's Contract Compliance Manual. T. Subcontracts and Assignments 1. Unless otherwise specified in this contract, the Awardee shall not subcontract any portion of the work without the prior written consent of the County. Subcontracting without the prior consent of the County may result in termination of the contract for breach. When Subcontracting is allowed, the Awardee shall comply with County Resolution No. 1634-93, Section 10-34 of the County Code and Section 2-8.8 of the County Code. The Awardee shall ensure that all subcontracts and assignments: 20 a. Comply with all requirements and regulations specified in PHCD's Contract Compliance Manual; b. Identify the full, correct, and legal name of the party; c. Describe the activities to be performed; d. Present a complete and accurate breakdown of its price component; e. Incorporate a provision requiring compliance with all applicable a regulatory and other requirements of this contract and with any conditions of approval that the County or PHCD deem necessary. This applies only to subcontracts and assignments -in which parties are engaged to 'carry out any eligible substantive programmatic service, as may be defined by PHCD, set forth in this contract. PHCD shall in its sole discretion determine when services are eligible substantive programmatic services and subject to the audit and record -keeping requirements described above, and; f. Incorporate the language of Attachment E, "Certification Regarding Lobbying." 2. The Awardee shall incorporate in all consultant subcontracts this additional provision: The Awardee is not responsible for any insurance or other fringe benefits, e.g., social security, income tax withholdings, retirement or leave benefits, for the Consultant or employees of the Consultant normally available to direct employees of the Awardee. The Consultant assumes full responsibility for the provision of all insurance and fringe benefits for himself or herself and employees retained by the Consultant in carrying out the Scope of Services provided in this subcontract. 3. The Awardee shall be responsible for monitoring the contractual performance of all subcontracts and their progress toward meeting the approved goals and objectives indicated in the attached Scope of Services 4. The Awardee shall receive from PHCD written prior approval for any subcontract prior to engaging any party who agrees to carry out any substantive programmatic activities as may be determined by PHCD as described in this contract. PHCD's approval shall be obtained prior to the release of any funds for the subcontractor. 5. The Awardee shall receive written approval from PHCD prior to either assigning or transferring any obligations or responsibility set forth in this contract or the right to receive benefits or payments resulting from this contract. 6. Approval by PHCD of any subcontract or assignment shall not under any circumstance be deemed to provide for the incurrence of any obligation by PHCD in excess of the total dollar amount agreed upon this contract. 7. If the subcontract involves $100,000 or more to provide services listed in the Scope of Services or suppliers to supply the materials, the Awardee shall provide the names of the subcontractors and suppliers to PHCD. The Awardee agrees that it will not change or substitute subcontractors or suppliers from the list without prior written approval from PHCD. U. Additional Funding 21 The Awardee shall notify PHCD of any additional funding received for any activity described in this contract. Such notification shall be in writing and received by PHCD within thirty (30) days of the Awardee's notification by the funding source. V. Method of Payment The Awardee shall be paid as described below: 1. The Awardee shall be paid for those expenses allowed pursuant to the provisions provided below only when the Awardee submits to PHCD adequate proof, as determined by PHCD in its sole discretion, that the Awardee has incurred the expenditures. It shall be presumed that the Awardee has provided adequate proof of having incurred expenses if the Awardee submits to PHCD canceled checks or original invoices approved by the Awardee's authorized representative. When original documents cannot be presented, the Awardee must adequately justify their absence in writing and furnish copies of those documents to PHCD. The Awardee must adequately justify their absence in writing and furnish copies of those documents to PHCD. The Awardee shall be paid only for those expenditures contained within Attachment B, "Budget," to this contract as it may be revised with the prior written approval by PHCD. 2. Requests for payment shall be assembled by calendar month and submitted to PHCD no less frequently than monthly. Expenditures incurred by the Awardee must be submitted to PHCD for payment within 30 days after the month in which the expenditures were incurred, Failure to comply mayresult in rejection of invoices. 3. In no event shall the County provide advance CDBG funding to the Awardee or to any subcontractor hereunder nor shall the Awardee advance CDBG funds to any party. 4. Any payment due under the terms of this contract may be withheld pending the receipt and approval by PHCD of all reports and documents which the Awardee is required to submit to PHCD pursuant to the terms of this contract or any amendments thereto. 5. All payments will be limited to the quarterly payment schedule that accompanies the action step chart in the scope of services and payment is contingent on the achievement by the Awardee of the quarterly accomplishment levels identified in the scope of services portion of this agreement — Attachment "A," which shall be submitted with all payment requests and shall clearly identify the completed level of accomplishments met. This shall also apply to soft costs associated with project delivery. 6. No payments will be made without evidence of appropriate insurance required by this contract. Such evidence must be on file with PHCD and the County's Risk Management Division. PHCD must receive the final request for payment from the Awardee no more than thirty (30) calendar days after the expiration or termination of this contract. If the Awardee fails to comply with this requirement, the Awardee will forfeit all rights to payments if PHCD, in its sole discretion, so chooses. 7. Within thirty (30) calendar days after this contract expires or is terminated, the Awardee shall provide to PHCD a list of all invoices and costs that relate to this contract's approved Budget and that have not been submitted to PHCD. Any invoice received by PHCD, subsequent to receipt of this list by PHCD which reflects a cost not included on this list will not be paid. 22 8. All monies paid to the Awardee which have not been usedto retire outstanding obligations of this contract must be refunded to PHCD in accordance with PHCD's Contract Compliance Manual. 9. Any unexpended funds remaining after the completion of the services under this contract, or after termination of this contract for any reason, shall be recaptured in full by the County. 10. In the event the County determines that the Awardee has breached the terms of this agreement and that the County is entitled to return of any or all of the funds awarded under this contract, Awardee agrees to and shall assign any proceeds to the County from any contract between the County, its agencies or instrumentalities and the Awardee or any firm, corporation, partnership or joint venture in which the Awardee has a controlling financial interest in order to secure repayment of this award. "Controlling financial interest" shall mean ownership, directly or indirectly to ten percent or more of the outstanding capital stock. in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership or other business entity. W. Reversion of Assets The Awardee shall return to PHCD, upon the expiration or termination of this contract all assets, owned or held by Awardee as a result of this contract, including, but not limited to any CDBG funds on hand, any accounts receivable, any overpayments due to unearned funds or costs disallowed pursuant to the terms of this contract that were disbursed to the Awardee by the County, other than reasonable operating and deficit reserves established by Awardee and which are connected with the real property. In the case of activities involving real property, such reserves shall not be distributed to any partner or subcontractor prior to repayment to PHCD of the CDBG Loan. The Awardee shall at the request of the County execute any and all documents, including but not limited to mortgages securing the property and UCC financing statements, as required by the County to effectuate the reversion of assets. Ill. The County Agrees: Subject to the. availability of funds, to pay for contracted activities according to the terms and conditions contained within this contract in an amount not to exceed $315,309.00 IV. The Awardee and PHCD Agree: A. Effective Date 1. This contract shall begin on January 1, 2012. Any costs incurred by the Awardee prior to this date will not be reimbursed by the County. 2. This contract shall expire on July 31, 2012. Any costs incurred by the Awardee beyond this date will not be reimbursed by the County. The term of this agreement and the provisions herein may be extended by the County to cover any additonal time period during which the Awardee remains in control of the CDBG funds or other assests, including Program Income to support CDBG eligible activites. Any extension made pursuant to this paragraph shall be accomplished by a writing by the County to the Awardee. Such notice shall automatically become a part of this contract. 3. This contract may, at the sole and absolute discretion of the County and PHCD, remain in effect during any period that the Awardee has control over contract funds, including program income. However, the County shall have no obligation or responsibility to make any payment, except those described 23 within Section II, Paragraph V, or provide any type of assistance or support to the Awardee if this contract has expired or been terminated. B. Suspension 1. PHCD may, for reasonable causes . as determined in PHCD's sole and absolute discretion, temporarily suspend the Awardee's operations and authority to obligate funds under this contract or withhold payments to the Awardee pending necessary corrective action by .the Awardee or both. Reasonable cause shall be determined by PHCD, in its sole and absolute discretion, and may include, but is not limited to: a. Ineffective or improper use of these contract funds by the Awardee or any of its subcontractors; b. Failure by the Awardee to comply with any term or provision of this contract; c. Failure by the Awardee to submit any documents required by this contract; or d. The Awardee's submittal of incorrect or incomplete reports or other required documents. 2. In the event of a default by the Awardee, PHCD may at any time suspend the Awardee's authority to obligate funds, withhold payments or both. These actions may apply to only part or all of the activities funded by this contract. 3. PHCD will notify the Awardee of the type of action to be taken in writing by certified mail, return receipt requested, or in person with proof of delivery. The notification will include the reason(s) for such action, the conditions of the action, and the necessary corrective action(s). PHCD will give the Awardee reasonable opportunity to rectify any action or inaction referenced above. C. Termination 1. Termination at Will This contract, in whole or in part, may be terminated by PHCD upon no less than ten (10) working days notice when PHCD determines that it would be in the best interest of PHCD and the County. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. 2. Termination for Convenience PHCD may terminate this contract, in whole part, when both parties agree that the continuation of the activities would not produce beneficial results commensurate with the further expenditure of funds. Both parties shall agree upon the termination conditions. PHCD, at its sole discretion, reserves the right to terminate this contract without cause upon thirty (30) days written notice. Upon receipt of such notice, the Awardee shall not incur any additional cost under this contract. PHCD shall be liable only for reasonable costs incurred by the Awardee prior to notice of termination. PHCD shall be the sole judge of "reasonable costs." 3. Termination Because of Lack of Funds In the event of a funding short -fall, or a reduction in federal appropriations, or should funds to finance this contract become unavailable, PHCD may terminate this contract upon no less than twenty-four. (24) hours written notification to the Awardee. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. PHCD shall be the final authority in determining whether or not funds are available. PHCD may at its discretion terminate, renegotiate and/or adjust the contract award, whichever is in the best interest of the County. 4. Termination for Substantial Funding Reduction In the event of a substantial funding reduction of the allocation to the Awardee through Board of County Commissioners action, the Awardee may, at its discretion, request in writing from the Director of PHCD a release from its contractual obligations to the County. The Director of PHCD will review the effect of the request on the community and the County prior to making a final determination. 5. Termination for Breach PHCD may terminate this contract, in whole or in part, when PHCD determines, in its sole and absolute discretion, that the Awardee is not making sufficient progress thereby endangering the ultimate contract performance, or is not materially complying with any term or provision of this contract. Unless the Awardee's breach is waived by PHCD in writing, PHCD may, by written notice to the Awardee, terminate this contract upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver of breach of any provision of this contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this contract. The provisions herein do not limit PHCD's right to legal or equitable remedies. 6. Penalties for Fraud, Misrepresentation or Material Misstatement In accordance with the Code of Miami -Dade County, Section 2-8.1.4, any individual or corporation or other entity that attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement, shall be terminated, whenever practicable, as determined by the County. The County may terminate or cancel any other contracts with such individual or subcontracted entity it has with the County. Such individual or entity shall be responsible for all direct and indirect costs associated with such termination or cancellation, including attorney's fees. The foregoing notwithstanding, any individual or entity who attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement may be disbarred from County contracting for up to five (5) years. 7. Payment Settlement If termination occurs, the Awardee will be paid for allowable costs incurred in carrying out activities required by this contract up to the date and time of termination. D. Renegotiation or Modification 1. Modifications of provisions of this contract shall be valid only when in writing and signed by duly authorized representatives of each party. The parties agree to renegotiate this contract if PHCD, in its sole and absolute discretion determines that federal, state, and/or County revisions of any applicable laws or regulations, or increases or decreases in budget allocations make changes in this contract necessary. PHCD shall be the final authority in determining whether or not funds for this contract are available due to Federal, state and/or County revisions of any applicable laws or regulations, or increases or decreases in budget allocations. 2. CONTRACT EXTENSION The County shall have the right to exercise an option to extend this contract for up to one year beyond the current Contract period and will notify the Awardee(s) in writing of the extension. This contract may be extended beyond the initial year extension period upon mutual agreement between the County and the Awardee(s), upon approval by the Director of the Public Housing and Community Development. E. Right to Waive PHCD may, for good and sufficient cause, as determined by PHCD in its sole and absolute discretion, waive provisions in this contract or seek to obtain such waiver from the appropriate authority. Waiver requests from the Awardee shall be in writing. Any waiver shall not be construed to be a modification of this contract. - PHCD's failure to exercise any of its rights under this contract or PHCD's waiver of a provision on any one occasion shall not constitute a waiver of such rights or provision on any other occasion. No failure or delay by PHCD in the exercise of any right shall operate as a waiver. F. Budget Revisions and Changes to the CDBG Eligibility Activity Title 1. Revisions to the Budget (Attachment B) shall be requested in writing and must comply with PHCD's Contract Compliance Manual. These revisions shall not require a contract amendment unless the amount of this contract is changed or unless otherwise required by PHCD. All budget revisions shall require the written approval of PHCD. PHCD shall have no obligation to approve payment of expenditures incurred prior to the approval of the budget revision related to such expenditures. Budget Revisions Through County Resolution Should a portion of the funding allocation to the Awardee be rescinded by action from the Board of County Commissioners, written notification via certified mail to the Awardee advising of the funding reduction shall be sent by PHCD no later than 5 working days of the action; written notification will constitute a contract amendment. The Awardee will have five working days upon receipt of certified return receipt notification to submit a revised budget reflecting funding adjustments. Should the modified budget not be received within the specified time, PHCD will revise the budget at its discretion. PHCD in its sole and absolute discretion will determine whether substantial reductions will necessitate revision and resubmittal of the Scope of Service (Attachment A). Revisions to the Scope of Service, when required, will be negotiated to the mutual satisfaction of both parties. 26 3. Revisions to the CDBG eligibility activity titles under which this contract's objectives are classified as noted in the Scope of Services shall not require a contract amendment. G. Disputes In the event an unresolved dispute exists between the Awardee and PHCD, PHCD shall refer the questions, including the views of all interested parties and the recommendation of PHCD, to the County Manager for determination. The County Manager, or an authorized representative, will issue a determination within thirty (30) calendar days of receipt and so advise PHCD and the Awardee or in the event additional time is necessary, PHCD will notify the Awardee within the thirty (30) day period that additional time is necessary. The Awardee agrees that the County Manager's determination shall be final and binding on all parties. H. Headings The section and paragraph headings in this contract are inserted for convenience only and shall not affect in any way the meaning or interpretation of this contract. I. Minority Participation In order to gain greater Black business participation, the Awardee may submit its contracts to the County Manager for bidding and award in accordance with County policies and procedures. J. Proceedings This contract shall be construed in any manner pertaining or relating to this contract shall, to the extent permitted by law, be held in Miami -Dade County, Florida. K. Independent Private Sector Inspector General Reviews 1. Miami -Dade County has established the Office of the Office of Inspector General which is empowered to perform random audits on all County contracts throughout the duration of each contract. Grant recipients are exempt from paying the cost of the audit which is normally 1/4 of 1% of the total contract amount. The Miami -Dade County Inspector General is authorized and empowered to review past, present and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and programs. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. Monitoring of an existing project or program may include a report concerning whether the project is on time, within budget and in compliance with plans, specifications and applicable law. The Inspector General is empowered to analyze the necessity of and reasonableness of proposed change orders to the Contract. The Inspector General is empowered to retain the services of independent private sector inspectors general (IPSIG) to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, proposal submittals, activities of the Provider, its officers, agents and employees, lobbyists, County staff and elected officials to ensure compliance with contract specifications and to detect fraud and corruption. Upon ten (10) days prior written notice to the Provider from the Inspector General or IPSIG retained by the Inspector General, the Provider shall make 27 all requested records and documents available to the Inspector General or IPSIG for inspection and copying. The Inspector General and IPSIG shall have the right to inspect and copy all documents and records in the Provider's possession, custody or control which, in the Inspector General or IPSIG's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, worksheets, proposals and agreements from and with successful and unsuccessful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, proposal and contract documents, back -charge documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records, and supporting documentation for the aforesaid documents and records. The provisions in this section shall apply to the Provider, its officers, agents, employees, subcontractors and suppliers. The Provider shall incorporate the provisions in this section in all subcontractors andall other agreements executed by the Provider in connection with the performance of the contract. Nothing in this contract shall impair any independent right of the County to conduct audit or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the County by the Provider or third parties. The Awardee is aware that Miami - Dade County Office of the Inspector General has the right to perform ramdom audits on all county contracts throughout the duration of each contract. Grant Recipients are exempt from paying the costs of the audit, which is normally'/, of 1% of the total contract amount. L. Notice and Contact PHCD's representative for this contract is Ronald Jones. The Awardee's representative for this contract is Maria T. Ason. The Awardee's principal office is at 444 S.W. 2nd Avenue, Miami, Florida 33130. The Awardee's telephone number is (305)416-1971. In the event that different representatives are designated by either party after this contract is executed, or the Awardee changes its address, notice of the name of the new representative or new address will be rendered in writing to the other party and said notification attached to originals of this contract. M. Name and Address of Payee When payment is made to the Awardee's assignee,, the name and address of the official payee is: N/A N. Waiver of Trial Neither the Awardee, subcontractor, nor any other person liable for the responsibilities, obligations, services and representations herein, nor any assignee, successor, heir or personal representative of the Awardee, subcontractor or any such other person or entity shall seek a jury trial in any lawsuit, proceeding, counterclaim or any other litigation procedure based upon or arising out of this Contract, or the dealings or the relationship between or among such persons or entities, or any of them. Neither Awardee, subcontractor, nor any such person or entity will seek to consolidate any such action in which a jury trial has been waived. The provisions of this paragraph have been fully discussed by the parties hereto, and the provisions hereof shall be subject to no exceptions. No party has in any way agreed with or represented to any other party that the provisions of this paragraph will not be fully enforced in all instances. 28 O. Assignment The Awardee shall not assign, transfer, hypothecate or otherwise dispose of this contract, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. P. Third Parties This agreement is intended for the sole and exclusive benefit of the parties and is not intended to benefit any third party nor shall it be deemed to give rise to any rights in any third party P. Survival The parties acknowledge that any of the obligations in this agreement, including but not limited to Awardee's obligation to indemnify the County, will survive the term, termination, and cancellation hereof. Accordingly, the respective obligations of the Awardee and the County under this agreement, which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration hereof. Q. All Terms and Conditions Included: This contract and its attachments as referenced (Attachment A - Scope of Services; Attachment Al — Action Steps; Attachment B - Budget; Attachment C - Progress Report; Attachment D - Information for Environmental Review; Attachment E - Certification Regarding Lobbying; and Attachment F - Publicity, Advertisements and Signage) contain all the terms and conditions agreed upon by the parties. 29 CDBG 2005 DRI Municipality IN WITNESS THEREOF, the parties hereto have caused this thirty page (30) page contract to be executed by their undersigned officials as duly authorized, this day of 2012. AWARDEE: City of Miami BY: NAME: DATE: 1Y111 r�(Cf_t.�iY► >Z WITNESSETH: MIAMI-DADE COUNTY BY: NAME: Carlos A. Gimenez TITLE: Mayor ATTEST: BY: ' BY: (Signature) Type or Print Name DATE: BY: TITLE: Clerk, Board of County Commissioners NAME: ` Calvin Ellis, Risk Man a t' t Adinistrator DATE: +I , BY: NAME: Julie O. Bru, City Attorney DATE: ATTES� BY: °. Correctness: NAME: Priscilla A. Thompson, -City Clerk At DATE: CORPORATE SEAL: Federal ID Number: 59-6000375 Resolution #: Index Code: Contractor's Fiscal Year Ending Date: September 30 AMENDMENT IS NOT VALID UNTIL SIGNED AND DATED BY BOTH PARTIES 30 AGENCY NAME: ACTIVITY: FUNDING SOURCE: AMOUNT: TOTAL ACTIVITY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES): PROPOSED A�OMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: APPROVED CITY OF MIAMI TOWN PARK VILLAGE I, MULTIUNIT RESIDENTIAL CDBO DR 2005 ',WISE. .ef< n S315,309 S315,309 S 75 HOUSING UNITS ATTACHMENT 'A' QUARTER ACTION STEP CATEGORY CUMULATIVE CUMULATIVE PERCENTAGE OF QUARTERLY COMPLETION SERVICE UNITS APPROVED APPROVED CUMULATIVE PROJECTED PAYMENT LEVEL APPROVED ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATNE CUMULATNE PERCENTAGE OF COMPLETION SERVICE UNITS RETAISURSEMENTS INT QUARTER JAN 2012 PREPARE LEGISLATION TO AMEND CONTRACT BETWEEN CITY AND COUNTY AMEND CONTRACT BETWEEN OWNER AND CONTRACTOR SUBMITTAL OF QUARTERLY PROGRESS REPORTS 10.0 0 S0 2ND QUARTER A.Pr112010 AMEND ROUND 1 CONTRACT BETWEEN CITY AND COUNTY ORDER WINDOWS AND DOORS TO MANUFATURER DAVIS- BACON AND SECTION 3 ISSUANCE OF PERMITS RELEASE NOTICE TO PROCEED INSTALLATION OF WINDOWS AND DOORS PAYMENT REQUEST SUBMITTAL SUBMITTAL OF QUARTERLY PROGRESS REPORTS - 90.0 88 5315 309 3RD QUARTER JULY 2012 COMPLETION OF PROJECT (NO LATER THAN JUNE 2012) CLOSE OUT OF PROJECT MONITORING SUBMITTAL OF QUARTERLY PROGRESS REPORTS 0.0 0 SO PAGE 1 OF 2 APPROVED AGENCY NAME: CITY OF MIAMI ACTIVITY: TOWN PARK VILLAGE I, MULTI -UNIT RESIDENTIAL FUNDING SOURCE: 6DBODR 2005 AMOUNT TOTAL ACTIVITY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES); PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: $315,309 $315,309 75 HOUSING UNITS AT TACHMENT'A' CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF QUARTERLY PROJECTED COMPLETION SERVICE UNITS PAYMENT LEVEL QUARTER ACTION STEP CATEGORY APPROVED APPROVED APPROVED ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF COMPLETION SERVICE UNITS REIMBURSEMENTS NOTE: THE PROJECTS CONSTRUCTION SCHEOULE .0R- GANT CHART MUST BE SUBMITTED TO OCED BY PROJECTED COMPLETION DATE IS BEFORE JUNE 2012. 1ST QUARTER 2ND QUARTER 3RD QUARTER 4TH QUARTER 5TH QUARTER 8TH QUARTER 7TH QUARTER 8TH QUARTER TOTAL PROJECT COST PRE -DEVELOPMENT IPRE-CONSTRUCTION) 12% OF TOTAL PROJECT COST (MAXIMUM ALLOWED) CONSTRUCTION COSTS - 88% OF TOTAL PROJECT COST OCED FUNDING PRE -DEVELOPMENT (PRE -CONSTRUCTION) 12%0F OCED FUNDING (MAXIMUM ALLOWED( CONSTRUCTION COSTS - 88% OF OCED FUNDING 0.0 50 $315,309 50 00 i0 TO 50 50 5315,309 50 8315,309 $315,309 ID $315,309 RIME 00 NOT ALTER t1LE CELLS SHADED IN GREEN {ABOVE). EACH CONTAINS A FORMULA 0 50 PAGE 2 OP 2 CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT COST ALLOCATION BUDGET CDBG-SDR II CODE 4020 HARD COSTS Town Park Village I Total Amount: CITY 0 ATTACHMENT B FINANCING SOURCES COUNTY CDBG DR2005 315,309.00 315,309.00 TOTAL COSTS 315,309.00 315,309.00 TOTAL PROJECT COST $ 315,309.00 $ 315, 309.00 City of Miami Legislation Resolution: R-12-0166 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-00422 Final Action Date:4/12/2012 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING MIAMI-DADE COUNTY'S RECAPTURE OF $470,416 FROM THE COMMUNITY DEVELOPMENT BLOCK GRANT ("CDBG") DISASTER RELIEF INITIATIVE ("DRI") ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI AWARD OF $2,776,264, PROVIDING FOR AN AMENDED AWARD AMOUNT OF $2,305,848; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE A SEPARATE CDBG DRI ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR THE PURPOSE OF PROVIDING ADDITIONAL CDBG DRI FUNDS RECEIVED UNDER THE MILITARY CONSTRUCTION APPROPRIATIONS AND EMERGENCY HURRICANE SUPPLEMENTAL APPROPRIATIONS ACT, ALSO KNOWN AS DISASTER RECOVERY PROGRAM, FROM THE UNITED STATES DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT, IN THE AMOUNT OF $315,309, FOR THE REHABILITATION OF THE TOWN PARK VILLAGE 1 PROJECT THAT SUFFERED HURRICANE DAMAGE. WHEREAS, pursuant to the Military Construction Appropriations and Emergency Hurricane Supplemental Appropriations Act, Community Development Block Grant ("CDBG") disaster relief funding was made available to the State of Florida by the United States Department of Housing and Urban Development; and WHEREAS, in 2006, Miami -Dade County ("County") was allocated the amount of $16,000,000, to be shared by all municipalities in the County based on need and the project of which the City of Miami ("City") was awarded the amount of $2,000,000; and WHEREAS, in August of 2007, the County received an amount of additional $22 million under the same appropriation for projects in the County; and WHEREAS, the City and the County executed a CDBG Disaster Relief Initiative ("DRI") Round II contract in the amount of $2,776,264 for projects which have been pre -approved by the County; and WHEREAS, the County has recaptured $470,416 of the $2,776,264 award under the CDBG DRI Round II contract; and WHEREAS, the County is awarding $315,309 of CDBG DRI funds to the City under a separate contract for the rehabilitation of the Town Park Village I project that suffered hurricane damage; and WHEREAS, the City Administration recommends the acceptance of the recapture of $470,416 in connection with the CDBG DRI Round 2 contract and the authorization of the City Manager to execute a separate CDBG DRI Round 2 contract accepting accept $315,309 in CDBG DRI funds for the rehabilitation of the Town Park Village I Project; City of Miami Page 1 of 2 File Id: 12-00422 (Version: 1) Printed On: 4/20/2012 File Number. 12-00422 Enactment Number: R-12-0166 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORI DA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The acceptance of the County's recapture of $470,416 from the CDBG DRI Round II contract between the County and the City award of $2,776,264, providing for an amended award amount of $2,305,848, is authorized. Section 3. The City Manager is authorized {1} to execute a separate CDBG DRI Round II contract between the County and the City for the purpose of providing additional CDBG DRI funds received under the Military Construction Appropriations and Emergency Hurricane Supplemental Appropriations Act, a/k/a Disaster Recovery Program, from the United States Department of Housing And Urban Development, in the amount of $315,309, for the rehabilitation of the Town Park Village I project that suffered hurricane damage. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} Footnotes: {1} The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 1 of File Id: 12-00422 (Version: 1) Printed On: 4/20/2012 City of Miami Master Report Enactment Number: R-12-0166 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-00422 File Type: Resolution Status: Mayor's Office for Signature Version: 1 Reference: Controlling Body: City Commission File Name: Accepting County's recapture of funds from CDBG DRI Round Introduced: 4/11/2012 II Contract Requester: Department of Community Cost: Final Action: 4/12/2012 Development Title: A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING MIAMI-DADE COUNTY'S RECAPTURE OF $470,416 FROM THE COMMUNITY DEVELOPMENT BLOCK GRANT ("CDBG") DISASTER RELIEF INITIATIVE ("DRI") ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI AWARD OF $2,776,264, PROVIDING FOR AN AMENDED AWARD AMOUNT OF $2,305,848; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE A SEPARATE CDBG DRI ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR THE PURPOSE OF PROVIDING ADDITIONAL CDBG DRI FUNDS RECEIVED UNDER THE MILITARY CONSTRUCTION APPROPRIATIONS AND EMERGENCY HURRICANE SUPPLEMENTAL APPROPRIATIONS ACT, ALSO KNOWN AS DISASTER RECOVERY 'PROGRAM, FROM THE UNITED STATES DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT, IN THE AMOUNT OF $315,309, FOR THE REHABILITATION OF THE TOWN PARK VILLAGE I PROJECT THAT SUFFERED HURRICANE DAMAGE. Sponsors: Notes: Indexes: Attachments: 12-00422-Agenda Item Summary Forrn.pdf,12-00422-Legislation.pdf, History of Legislative File Version: Acting Body: Date: Action: Sent To: Due Date: Retum Date: Result: 1 Office of the City 4/12/2012 Reviewed and Attorney Approved 1 City Commission 4/12/2012 ADOPTED Pass City of Miami Page 1 Printed on 4/20/1012 City of Miami Certified Copy City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-00422 Enactment Number R-12-0166 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING MIAMI-DADE COUNTY'S RECAPTURE OF $470,416 FROM THE COMMUNITY DEVELOPMENT BLOCK GRANT ("CDBG") DISASTER RELIEF INITIATIVE ("DRI") ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTYAND THE CITY OF MIAMI AWARD OF $2,776,264, PROVIDING FOR AN AMENDED AWARD AMOUNT OF $2,305,848; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE A SEPARATE CDBG DRI ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR THE PURPOSE OF PROVIDING ADDITIONAL CDBG DRI FUNDS RECEIVED UNDER THE MILITARY CONSTRUCTION APPROPRIATIONS AND EMERGENCY HURRICANE SUPPLEMENTAL APPROPRIATIONS ACT, ALSO KNOWN AS DISASTER RECOVERY PROGRAM, FROM THE UNITED STATES DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT, IN THE AMOUNT OF $315,309, FOR THE REHABILITATION OF THE TOWN PARK VILLAGE I PROJECT THAT SUFFERED HURRICANE DAMAGE. WHEREAS, pursuant to the Military Construction Appropriations and Emergency Hurricane Supplemental Appropriations Act, Community Development Block Grant ("CDBG") disaster relief funding was made available to the State of Florida by the United States Department of Housing and Urban Development; and WHEREAS, in 2006, Miami -Dade County ("County") was allocated the amount of $16,000,000, to be shared by all municipalities in the County based on need and the project of which the City of Miami ("City") was awarded the amount of $2,000,000; and WHEREAS, in August of 2007, the County received an amount of additional $22 million under the same appropriation for projects in the County; and WHEREAS, the City and the County executed a CDBG Disaster Relief Initiative ("DRI") Round II contract in the amount of $2,776,264 for projects which have been pre -approved by the County; and WHEREAS, the County has recaptured $470,416 of the $2,776,264 award under the CDBG DRI Round 11 contract; and WHEREAS, the County is awarding $315,309 of CDBG DRI funds to the City under a separate contract for the rehabilitation of the Town Park Village I project that,suffered hurricane damage; and WHEREAS, the City Administration recommends the acceptance of the recapture of $470,416 in connection with the CDBG DRI Round 2 contract and the authorization of the City Manager to execute a separate CDBG DRI Round 2 contract accepting accept $315,309 in CDBG DRI funds for the rehabilitation of the Town Park Village I Project; City of Miami Page 1 of 3 R-12-0166 File Number. 12-00422 Enactment Number. R-12-0166 NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The acceptance of the County's recapture of $470,416 from the CDBG DRI Round II contract between the County and the City award of $2,776,264, providing for an amended award amount of $2,305,848, is authorized. Section 3. The City Manager is authorized {1} to execute a separate CDBG DRI Round II contract between the County and the City for the purpose of providing additional CDBG DRI funds received under the Military Construction Appropriations and Emergency Hurricane Supplemental Appropriations Act, a/k/a Disaster Recovery Program, from the United States Department of Housing And Urban Development, in the amount of $315,309, for the rehabilitation of the Town Park Village I project that suffered hurricane damage. Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.{2} Date: APRIL 12. 2012 Mover: COMMISSIONER GORT Seconder: COMMISSIONER SPENCE-JONES Vote: AYES: 4 - COMMISSIONER(S) GORT, SARNOFF, SUAREZ AND SPENCE-JONES ABSENT: 1 - COMMISSIONER(S) CAROLLO Action: ADOPTED Date: APRIL 20.2012 Action: SIGNED BY THE MAYOR City of Miami Page 2 of 3 R-12-0166 File Number. 12-00422 Enactment Number. R-12-0166 1, Priscilla A. Thompson, City Clerk of the City of Miami, Florida, and keeper of the records thereof, do hereby certify that this constitutes a true and correct copy of Resolution No. R-12-0166 passed by the City Commission on 4/12/2012. May 01, 2012 ity Clerk, Deputy Clerk (for P. A. Thompson, Date Certified City Clerk) 1} The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. {2} If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. City of Miami Page 3 of 3 R-12-0166 City of Miami Master Report Enactment Number: R-12-0166 City Hall 3500 Pan American Drive Miami, FL 33133 www.miamigov.com File Number: 12-00422 Version: 1 File Type: Resolution Status: Passed Reference: Controlling Body: Office of the City Clerk File Name: Accepting County's recapture of funds from CDBG DRI Round Introduced: 4/11/2012 II Contract Requester: Department of Community Cost: Final Action: 4/12/2012 Development Title: A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING MIAMI-DADE COUNTY'S RECAPTURE OF $470,416 FROM THE COMMUNITY DEVELOPMENT BLOCK GRANT ("CDBG") DISASTER RELIEF INITIATIVE ("DRI") ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI AWARD OF $2,776,264, PROVIDING FOR AN AMENDED AWARD AMOUNT OF $2,305,848; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE A SEPARATE CDBG DRI ROUND II CONTRACT BETWEEN MIAMI-DADE COUNTYAND THE CITY OF MIAMI, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, FOR THE PURPOSE OF PROVIDING ADDITIONAL CDBG DRI FUNDS RECEIVED UNDER THE MILITARY CONSTRUCTION APPROPRIATIONS AND EMERGENCY HURRICANE SUPPLEMENTALAPPROPRIATIONS ACT, ALSO KNOWN AS DISASTER RECOVERY PROGRAM, FROM THE UNITED STATES DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT, IN THE AMOUNT OF $315,309, FOR THE REHABILITATION OF THE TOWN PARK VILLAGE I PROJECT THAT SUFFERED HURRICANE DAMAGE. Sponsors: Notes: Indexes: Attachments: 12-00422-Agenda Item Summary Form.pdf,12-00422-Legislation.pdf, History of Legislative File Version: Acting Body: Date: Action: Sent To: Due Date: Return Date: Result: Office of the City Attorney City Commission City Commission Office of the Mayor 4/12/2012 Reviewed and Approved 4/12/2012 4/12/2012 4/20/2012 Office of the City Clerk 4/23/2012 ADOPTED ADOPTED Signed by the Mayor Office of the City Clerk Signed and Attested by City Clerk Pass Pass City of Miami Page 1 Printed on 5/1/2012 CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Department of Community Development DEPT. CONTACT PERSON: Maria T. Ason EXT.1971 NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Miami -Dade County Matter# 12-321 Sacha IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? 0 YES ❑ NO TOTAL CONTRACT AMOUNT: $315,309 FUNDING INVOLVED? ® YES 0 NO TYPE OF AGREEMENT: 0 MANAGEMENT AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT 0 GRANT AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LICENSE AGREEMENT 0 PUBLIC WORKS AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ LEASE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY Contract for Town Park Village I for Disaster Relief Round 2 PURPOSE OF ITEM (BRIEF SUMMARY) Disaster Relief Round I Contract between the City of Miami and Miami -Dade County in the amount of $315,309 in CDBG for Town Park Village I protect. COMMISSION APPROVAL DATE: 4 / 12 / 2012 FILE ID: 12-00422 ENACTMENT NO.: R-12-0166 IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: 1� Gts'f�q �, ROUTING INFORMATION'S ate ignature/Print APPROVAL BY DEPARTMENTAL DIRECTOR 411" 1/4/ SUBMITTED TO RISK MANAGEMENT ` t� 3 /� )?-4-> 4 IN SUBMITTED TO CITY ATTORNEY f( J,a- Ste- APPROVAL BY CHIEF RECEIVED BY CITY MANAGER SUBMITTED TO AND ATTESTED BY CITY CLERK j j-1;c Pa. 0,„1,,, ONE ORIGINAL TO CITY CLERK, ONE COPY TO CITY ATTORNEY"S OFFICE, REMAINING ORIGINAL(S) TO DEPARTMENT �ING FORMTO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER CDBG 2005 DRI Municipality FY 2005 COMMUNITY DEVELOPMENT BLOCK GRANT Disaster Recovery Inititiave #08-DB-D3-11-23-01-A01 GOVERNMENTAL CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE THE CITY OF MIAMI This contract is entered into between Miami -Dade County, hereinafter referred to as the "County" and the City of Miami A municipal government organized under the laws of the State of Florida hereinafter referred to as the "Awardee". The parties agree: I• Definitions DHCD 24 CFR Part 570 - CDBG Community Development Corporation Department of Housing and Community Development or its successor Department Federal regulations implementing Title I of the Housing and Community Development Act of 1974, as amended - Community Development Block Grant A local agency that is organized to meet community development needs with particular emphasis on the economic development, housing and revitalization needs of low -and moderate -income area residents and which is receptive to the needs expressed by the community. Low- and Moderate- Income Person A member of low -and moderate -income family i.e., a family whose income is within specified income limits set forth by U.S. HUD. Contract Records Any and all books, records, documents, information, data, papers, letters, materials, electronic storage data and media whether written, printed, electronic or electrical, however collected, preserved, produced, developed, maintained, completed, received or compiled by or at the direction of the Awardee or any subcontractor in carrying out the duties and obligations required by the terms of this contract, including but not limited to financial books and records, ledgers, drawings, maps, pamphlets, designs, electronic tapes, computer drives and diskettes or surveys. Federal Award Awardee Subcontractor Subcontract Department Subgrant Agreement Any federal funds received by the Awardee from any source during the period of time in which the Awardee is performing the obligations set forth in this contract. Recipient of CDBG funds from Miami Dade County. Any individual or firm hired on a contractual basis by the Awardee for the purpose of performing work or functions cited on the Action Step Format (Attachment "A) of this contract. Any contractual agreement between a Subcontractor and the Awardee. State of Florida, Department of Community Affairs Federally -funded Disaster Recovery Inititative Subgrant Agreement entered into between the County and the Department for 2005 Community Development Block Grant Supplemental Disaster Recovery Inititative funds -Attachment G 1 I!. The Awardee Agrees: A. Type of Activity The Awardee shall carry out the activities specified in Attachment A, "Scope of Services," in the County or the focus area(s) of Miami -Dade. B. Insurance To comply with Miami -Dade County's insurance requirements as well as any relevant state of Florida insurance requirements. C. Indemnification The Awardee shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Awardee or its employees, agents, servants, partners, principals or subcontractors. The Awardee shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Provided, however, this indemnification shall only be to the extent and within the limitations of Section 768.28 Fla Stat., subject to the provisions of that Statute whereby the Awardee shall not he held liable to pay a personal injury or property damage claim or judgment by any one person which exceeds the sum of $100,000, or any claim or judgment or portions thereof, which, when totaled with all other claims or judgment paid by the Awardee arising out of the same incident or occurrence, exceed the sum of $200,000 from any and all personal injury or property damage claims, liabilities, losses or causes of action which may arise as a result of the negligence of the Awardee. The provisions of this section survive the termination or expiration of this agreement. D. Documents The Awardee shall submit documents to DHCD as described below or any other document in whatever form, manner, or frequency as prescribed by DHCD. These will be used for monitoring progress, performance, and compliance with this contract and for compliance with applicable County and Federal requirements. 1. Progress Reports a. The Awardee shall submit a status report using the form attached hereto as Attachment C, "Progress Report," as it may be revised by DHCD, which shall describe the progress made by the Awardee in achieving each of the objectives and action steps identified in Attachment A, "Scope of Services." The Awardee shall ensure that DHCD receives each report in triplicate (or as indicated) no later than October 10, 2008, January 10, 2009, April 10, 2009, and July 10, 2009, October 10, 2009, January 10, 2010, April 10, 2010, and July 10, 2010. October 10, 2008, January 10, 2011, April 10, 2011, and July 10, 2011. b. Quarterly Reporting when Subcontractors are Utilized 2 Awardees are advised that when subcontractors or sub -consultants are utilized to fulfill the terms and conditions of this contract, Miami - Dade County Resolution No. 1634-93 will apply to this contract. This resolution requires the selected Awardees to file quarterly reports as to the amount of contract monies received from the County and the amounts thereof that have been paid by the Awardee directly to Black, Hispanic and Women -Owned businesses performing part of the contract work. Additionally, the listed businesses are required to sign the reports, verifying their participation in the contract work and their receipt of such monies. For purposes of applicability, the requirements of this resolution shall be in addition to any other reporting requirements required by law, ordinance or administrative order. The Awardee shall submit to DHCD a cumulative account of its activities under this agreement by completing the following portions of the Progress Report Form: Section I - Status of Contracted Activities: The Awardee must report specific information regarding the status of the contracted activities, including accomplishments and/or delays encountered during the implementation of the project and an unduplicated count of clients served during the reporting period (if applicable) for each federally defined ethnic category. Awardees engaged in construction and/or housing rehabilitation projects shall report on the progress of their activities including the number of housing units completed and occupied by low -moderate and low income -residents. The Awardee shall also report emographic information on each head of household. Each goal and corresponding objective(s), as indicated in the approved Scope of Services, must be addressed as part of this report. Section II - Fiscal Information: The Awardee must report expenditure information based on approved budgeted line items to reflect all costs incurred during the reporting period. In addition, the Awardee shall report on Program Income Usage for each contracted activity. Section 111 - Minority Business Enterprise: Contract and Subcontract Activity Report (First and Third Quarter Progress Report)- The Awardee shall report to DHCD the number of business activities involving minority vendors, including subcontractors performing work under this Agreement. The "Contract and Subcontract Activity Report" Section in Attachment C, and when applicable Section 3 in the same Attachment shall be completed semiannually by the Awardee and submitted to DHCD no later than April 8, 2009 and October 7, 2009. April 8, 2009 and October 7, 2009. Section IV - Neighborhood Employment Opportunities: Neighborhood Employment Opportunities Report (First and Third Quarter Progress Report) - The Awardee shall report to DHCD the number of focus and service area residents who have received employment opportunities from federally financed and assisted projects and activities. The Neighborhood Employment Opportunities Report shall be submitted using the Progress Report Form attached hereto as a Section in Attachment C, as it may be revised. This section of the form shall be completed semiannually by the Awardee and submitted to DHCD no later than April 8, 2008 and October 7, 2008 The Awardee shall submit to the County, in a timely manner, any other information deemed necessary by the County, and its presentation shall comply with the format specified at the time of the request. Failure to submit the Progress Reports or other information in a manner satisfactory to the County by the due date shall render the Awardee in .noncompliance with this Article. The County may require the Awardee to forfeit its claim to payment requests or the. County may invoke the termination provision in this Agreement by giving five days written notice of such action to be taken. c. Unspecified Site(s) Objective - If the Awardee has not yet identified a location to carry out any of the activities described in Attachment A, the Awardee shall submit, in triplicate, Progress Reports, using the form attached hereto as part of Attachment C, on a monthly basis until such time as the Awardee complies with the provisions contained within Section II, Paragraph D.4. of this contract. Copies of the above described Progress Report shall be received by DHCD no later than the tenth (10th) business day of each month and shall address the progress undertaken by the Awardee during the previous month. This Progress Report shall not be required if the Awardee is submitting the Progress Reports required by Section II, Paragraph D.1.a and Paragraph D.3. 2. Annual Report (Fourth Quarter Progress Report)- The Awardee shall submit a cumulative status report (hereinafter referred to as "Annual Report") using the "Progress Report" specified in Section II, Paragraph D.1.a. above, which shall describe the progress made by the Awardee in achieving each of the objectives identified in Attachment A during the previous year. The "Annual Report" must cover the CDBG fiscal year of January 1, 2008 through December 31, 2008 and shall be received by DHCD no later than January 10, 2009. 3. Environmental Review - The Awardee immediately upon locating or determining a site for each of the "Unspecified Site" activities to be carried out pursuant to this contract, shall submit information detailing the location of each site for which a Site Environmental Clearance Statement, will be prepared as described in Article II, Section E.5. of this contract set forth below. The Environmental Review is to be prepared on information contained in Attachment E, "Information for Environmental Review." Notwithstanding any provision of this Agreement, the parties hereto agree and acknowledge that this Agreement does not constitute a commitment of funds or site approval, and that such commitment of funds or approval may occur only upon satisfactory completion of environmental review and receipt by the County of a release of funds from the U.S. Department of Housingand Urban Development under 24 CFR Part 58. The parties further agree that the provision of any funds to the project is conditioned on the County's determination to proceed with, modify or cancel the project based ,on the results of a subsequent environmental review. 4. Audit Report - The Awardee shall submit to DHCD an annual audit report in triplicate as required by Section II, Paragraph I of this contract as set forth below. The Awardee shall submit a written statement from its auditing firm to confirm that it has cleared any non-compliance issues stated in the audit, and a written statement from the Auditor that the audit complies with all applicable provisions of 24 CFR Part 84.26, Part 85.26 and OMB A-133. 5. Inventory Report - The Awardee shall report annually all nonexpendable personal and real property purchased with CDBG funds from this and previous agreements with the County as specified in Section II, Paragraph (1 of this contract. 6. Affirmative Action Plan - The Awardee shall report to DHCD information relative to the equality of employment opportunities whenever so requested by DHCD. E. . Participation in the CDBG Program 1. The Awardee shall maintain current documentation that its activities meet one of the three (3) CDBG national objectives: a. To benefit low- and moderate -income persons; b. To aid in the prevention or elimination of slums or blight; c. To meet community development needs having a particular urgency. 2. For activities designed to meet the national objective of benefit to low- and moderate -income persons, the Awardee shall ensure and maintain documentation that conclusively demonstrates that each activity assisted in whole or in part with CDBG funds is an activity which provides benefit to no Tess than 51% of low- and moderate -income persons. 3. The Awardee shall comply with all applicable provisions of 24 CFR Part 570 and shall carry out each activity in compliance with all applicable federal laws and regulations described therein. 4. The Awardee agrees to comply with (a) the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, as amended (URA), and implementing regulations at 49 CFR Part 24 and 24 CFR 57 0.606(b): (b) the requirements of 24 CFR 670.606 (c) governing the Residental Antidisplacement and Relocation Assistance plan under section 104(d) of the HCD Act; and (c) the requirements in 570.606 (d) governing optional relocation policies. (The County may preemept the optional policies). The Awardee shall provide relocation assistance to persons (families, individuals, businesses, non-profit organizations and farms) that are displaced as a direct result of acquisition, rehabilitaion, demolition or conversion for a CDBG assisted project. The Awardee also agrees to comply with applicable County ordinances, resolutions and policies concerning the displacement of persons from their residences. 5. For each activity or portion of activity described in Attachment A hereto for which a location has not yet been identified, the Awardee shall obtain, immediately after a site is identified by the Awardee, DHCD's written environmental clearance statement and shall agree in writing to comply with any and all requirements as may be set forth in the Site Environmental Clearance Statement. 5 6. The Awardee shall make a good faith effort to address the concerns of the residents of the affected area. The Awardee shall cooperate with DHCD in informing the appropriate CDBG citizen participation structures, including the appropriate area committees, of the activities of the Awardee in adhering to the provisions of this contract. Representatives of the Awardee shall attend meetings of the appropriate committees and citizen participation structures, upon the request of the citizen participation officers, DHCD, or the County. 7. The Awardee shall, to the greatest extent possible, give low- and moderate - income residents of the service areas opportunities for training and employment. 8. For activities involving acquisition, rehabilitation and/or demolition of property and which require the relocation of families, individuals, businesses and/or industries, the Awardee shall submit a written notification to the Urban Development Unit of DHCD prior to relocating, evacuating, and/or dispersing any and all legal occupants who reside at this property on the basis of a long or short term lease. When the legality of an occupant (individual, family, business, and/or industry) is in question, the Awardee shall contact the above mentioned unit prior to making a determination. Awardees receiving CDBG funds shall adhere to 24 CFR part 50 and/or part 58 and to the rules and regulations of the Uniform Relocation Assistance and Real Property Acquisition Act of 1970, as amended. 9. The Awardee shall adopt Affirmative Marketing PrDHCDures and requirements for CDBG assisted projects. These prDHCDures must consist of actions to provide information and attract eligible persons from all racial, ethnic and gender groups to the available services. The Awardee shall annually assess its affirmative marketing program to determine if the prDHCDures used to comply with the requirements specified in Public Law 88-352 and Public Law 90-284 successfully meet these requirements. The Awardee shall submit to DHCD its Affirmative Marketing Plan no later than 60 days from the date this Agreement is executed. 10. For any Housing activities, the Awardee shall successfully complete the Community Development coursework conducted by the Local Initiatives Support Corporation, which will be held at Florida International University throughout the current contract period. The Awardee shall provide written notification to DHCD, no later than30 days after the completion of the coursework. This requirement may be waived in the sole discretion of DHCD for Awardees who demonstrate knowledge of real estate development and organizational management theory. DHCD shall consider such waiver upon receipt of the written request by the Awardee. 11. For Housing, Rehabilitation, and Construction activities all conditions in this section will apply throughout the regulatory period identified in the national objective. Throughout that period, the Awardee will be required to submit an annual report regarding his compliance with the national objective, and DHCD will have the right to monitor the activity. 12. The Awardee shall comply with all applicable uniform administrative requirements as described in 24 CFR 570.502 F. Federal, State, and County Laws and Regulations 1. RULES, REGULATIONS AND LICENSING REQUIREMENTS 6 The Awardee shall comply with all laws, ordinances and regulations applicable to the services contemplated herein, especially those applicable to conflict of interest and collusion. Awardees are presumed to be familiar with all Federal, State and local laws, ordinances, codes, rules and regulations that may in any way affect the goods or services offered, especially Executive Order No. 11246 entitled "Equal Employment Opportunity" and as amended by Executive Order No. 11375, as supplemented by the Department of Labor Regulations (41 CFR, Part 60), the Americans with Disabilities Act of 1990 and implementing regulations, the Rehabilitation Act of 1973, as amended, Chapter 553 of Florida Statutes and any and all other local, State and Federal directives, ordinances, rules, orders, and laws relating to people with disabilities. The Awardee will also comply with 24 CFR Part 85, OMB A-128, OMB A-87, and with the applicable prDHCDures specified in DHCD's Contract Compliance Manual, which are incorporated herein by reference, receipt of which is hereby acknowledged, and as they may be revised. The Awardee shall comply with Section 504 of the Rehabilitation Act of 1973, as amended, which prohibits discrimination on the basis of handicap; Title VI of the Civil Rights Act of 1964, as amended, which prohibits discrimination on the basis of race, color, or national origin; the Age Discrimination Act of 1975, as amended, which prohibits discrimination on the basis of age; Title VIII of the Civil Rights Act of 1968, as amended, and Executive Order 11063 which prohibits discrimination in housing on the basis of race, color, religion, sex, or national origin; Executive Order 11246, as amended which requires equal employment opportunity; and with the Energy Policy and Conservation Act (Pub.L 94-163) which requires mandatory standards and policies relating to energy efficiency. The Provider also agrees to comply with the Domestic Violence Leave codified as 11A-60 et seq. of the Miami -Dade County Code, which requires an employer, who in the regular course of business has fifty (50) or more employees working in Miami -Dade County for each working day during each of twenty (20) or more calendar work weeks to provide domestic violence leave to its employees. Failure to comply with this local law may be grounds for voiding or terminating this Agreement or for commencement of debarment proceedings against the Provider. 3. If the amount payable to the Awardee pursuant to the terms of this contract is in excess of $100,000, the Awardee shall comply with all applicable standards, orders, or regulations, issued pursuant to Section 306 of the Clean Air Act of 1970 (42 U.S.C. 1857 h), as amended; the Federal Water Pollution Control Act (33 U.S.C. 1251), as amended; Section 508 of the Clean Water Act (33 U.S.C. 1368); Environmental Protection Agency regulations (40 CFR Part 15); and Executive Order 11738. 4. Assurance of Compliance with Section 504 of the Rehabilitation Act - The Awardee shall report its compliance with Section 504 of the Rehabilitation Act whenever so requested by DHCD. 5. Americans with Disabilities Act (ADA) of 1990 - The Awardee shall attest to; and submit the required Disability Non-discrimination Affidavit assuring compliance with all applicable requirements of the laws listed below including but not limited to, those provisions pertaining to employment, provisions and program services, transportation, communications, access to facilities, renovations, and new construction. 6. Affirmative Action/Non-Discrimination of Employment, Promotion, and Procurement Practices (Ordinance #98-30) - All firms with annual gross revenues in excess of $5 million, seeking to contract with Miami -Dade County shall, as a condition of award, have a written Affirmative Action Plan and Procurement Policy on file with the County's Department of Business Development. Said firms must also submit, as a part of their proposals/bids to be filed with the Clerk of the Board, an appropriately completed and signed Affirmative Action Plan/Procurement Policy Affidavit. Firms whose Boards of Directors are representative of the population make-up of the nation are exempt from this requirement and must submit, in writing, a detailed listing of their Boards of Directors, showing the race or ethnicity of each board member, to the County's Department of Business Development. Firms claiming exemption must submit, as a part of their proposals/bids to be filed with the Clerk of the Board, an appropriately completed and signed Exemption Affidavit in accordance with Ordinance 98-30. These submittals shall be subject to periodic reviews to assure that the entities do not discriminate in their employment and procurement practices against minorities and women -owned businesses. It will be the responsibility of each firm to provide verification of their gross annual revenues to determine the requirement for compliance with the Ordinance. Those firms that do not exceed $5 million annual gross revenues must clearly state so in their bid/proposal. Any bidder/respondent which does not provide an affirmative action plan and procurement policy may not be recommended by the County Manager for award by the Board of County Commissioners. 7. Domestic Violence Leave Affidavit : Prior to entering into any contract with the Gouty, a firm desiring to do business with the County shall, as a condition of award, certify that it is in compliance with the Domestic Leave Ordinance, 99-5 and Section 11A-60 of the Miami -Dade County Code. This Ordinance applies to employers that have, in the regular course of business, fifty (50) or more employees working in Miami Dade County for each working day during each of twenty (20) or more calendar work weeks in the current or preceding calendar year. In accordance with Resolution R-185-00, the obligation to provide domestic violence leave to employees shall be a contractual obligation. The County shall not enter into a contract with any firm that has not certified its compliance with the Domestic Leave Ordinance. Failure to comply with the requirements of Resolution R-185-00, as well as the Domestic Leave Ordinance may result in the contract being declared void, the contract being terminated and/or the firm being debarred. 8. Code of Business Ethics: In accordance with Section 2-8.1(1) of the Code of Miami -Dade County each person or entitiy that seeks to do business with Miami -Dade County shall adopt a Code of Business Ethics ("Code") and shall submit an affidavit stating that the Awardee has adopted a Code that complies with the requirements of Section 2-8.1(i) of the Miami -Dade County Code (Form A-12). 9. PUBLIC ENTITY CRIMES Pursuant to Paragraph 2(a) of Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal for a contract to provide any goods or services to a public entity; may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals on leases of real property to a public entity; may not be awarded or perform work as a Awardee, supplier, subcontractor, or consultant under a contract with any public entity; and, may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category TWO ($10,000) for a period of thirty- six (36) months from the date of being placed on the convicted vendor list. The Awardee warrants and represents that it has not been placed on the convicted vendor list The Awardee agrees that should Miami -Dade County discover that the Awardee's representations regarding the list are false, this contract shall be terminated on the discretion of Miami -Dade County. Further, should the Awardee be placed on the list at any time during this contract Miami -Dade County shall have the right to terminate this agreement 10. CRIMINAL CONVICTION Pursuant to Miami -Dade County Ordinance No. 94-34, "Any individual who has been convicted of a felony during the past ten years and any corporation, partnership, joint venture or other legal entity having an officer, director, or executive who has been convicted of a felony during the past ten years shall disclose this information prior to entering into a contract with or receiving funding from the County." Failure of the Awardee to disclose this information as required may lead to the termination of this agreement by Miami -Dade County. If any attesting firm, or any owner, subsidiary, or other firm affiliated with or related to the attesting firm, is found by the responsible enforcement agency, the Courts or the County to be in violation of the Acts, the County will conduct no further business with such attesting firm. Any contract entered into based upon a false affidavit, as listed below, and submitted pursuant to this resolution shall be voidable by the County: 1. Miami -Dade County Ownership Disclosure Affidavit 2. Miami -Dade Employment Family Leave Affidavit 3. Miami -Dade Employment Drug -Free Workplace Affidavit 4. Miami -Dade Employment Disclosure Affidavit 5. Disability Nondiscrimination Affidavit 6. Criminal Record Affidavit 7. Public Entity Crime Affidavit 8. Related -Party Disclosure Information 9. Miami -Dade County Affidavit Regarding Delinquent and Currently Due Fees or Taxes 10. Affirmative Action Affidavits 11. Current on all County Contracts; Loans, and Other Obligations Affidavit 12. Project Fresh Start Affidavit 13. Domestic Violence Leave Affidavit 14. Code of Business Ethics Affidavit 15. Financial and Conflicts of Interest Affidavit If any attesting firm violates any of the Acts below during the term of any contract such firm has with the County, such contract shall be voidable by the County, even if the attesting firm was not in violation at the time it submitted its affidavit. The applicable Acts are as follows: 1. The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 U.S.C. 12101-12213 and 47 U.S.C. Sections 225 and 611 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private Entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. 2. The Rehabilitation Act of 1973, 29 U.S.C. Section 794; 3. The Federal Transit Act, as amended 49 U.S.C. Section 1612; 4. The Fair Housing Act as amended, 42 U.S.C. Section 3601-3631. G. Conflicts with Applicable Laws If any provision of this contract conflicts with any applicable law or regulation including but not limited to, 24 CFR 570, only the conflicting provision shall be deemed by the parties hereto to be modified to be consistent with the law or regulation or to be deleted if modification is impossible. However, the obligations under this contract, as modified, shall continue and all other provisions of this contract shall remain in full force and effect. The County's determination on whether a provision conflicts shall be final and binding. H. Construction If the Awardee engages in, procures, or makes loans for construction work, the Awardee shall: 1. Contact the DHCD representative noted in Section IV, Paragraph K of this contract, prior to taking any action, to schedule a meeting to receive compliance information. 2. Comply with the Awardee's procurement and pre -award requirements and prDHCDures which, at a minimum, shall adhere to all applicable federal standards. 3. Comply with the Davis -Bacon Act; Copeland Anti -Kick Back Act; Contract Work Hours and Safety Standards Act; and Lead -Based Paint Poisoning Prevention Act as amended on September 15, 1999; and other related acts, as applicable. 4. Submit to DHCD for written prior approval all proposed Solicitation Notices, Invitations for Bids, and Requests for Proposals prior to publication. 5. Submit to DHCD all construction plans and specifications and receive DHCD's approval prior to implementation. 6. Contact the DHCD representative noted in Section IV, Paragraph K prior to scheduling a pre -construction conference. In accordance with industry standards, DHCD will hold 10% of the total grant award as a retainer until the completion of the construction work is verified by DHCD through a Certificate of Occupancy. 7. The County shall have the right to assign the Community Builders Division of the Department of Housing and Community Development to assist the project if the County's staff determines that the Awardee has been unable to consistently achieve the work and units described within the time frames of the action step format of this agreement. Such involvement will result in a reduction of a maximum of 5% of the agreement's award to cover the cost of the technical assistance. The Awardee shall cooperate and comply with all requests made by the Community Builders Division of the Department of Housing and Community Development. 8. Execute a restrictive covenant with Miami -Dade County for the grant award and the use of the land to ensure its use as a CDBG project site as defined and described in Attachment "A" of this agreement. I. Audits and Records 1. The Awardee expending $500,000 or more annually in federal awards shall have a single or program specific audit conducted in accordance with OMB 10 A-133. The Awardee expending federal awards of $500,000 or more under only one federal program may elect to have a program -specific audit performed, in accordance with OMB A-133. Awardees who will be receiving, or who have received, federal awards for loans or loan guaranteed programs may be required to conduct .audits of those programs in accordance with regulations of the federal agencies providing those guarantees or loans. 2. The Awardee expending less than $500,000 annually in federal awards shall be exempt from an audit conducted in accordance with OMB A-133, although their records must be available for review (e.g., inspections, evaluations). Such Awardees that receive less than $500,000 in combined Federal awards must submit to the County annual compilation reports that describe their performance. To achieve uniformity regarding the reporting format, such documents must comply with the accounting industry standards by communicating an independent accountant's (1) expression of limited assurance on FINANCIAL STATEMENTS as a result of performing inquiry and analytic prDHCDures (Review Report); (2) results of Procedures performed (Agreed -Upon Procedures Report); (3) non -expression of opinion or any form of assurance on a presentation in the form of financial statements information that is the representation of management (Compilation Report); or (4) an opinion on an assertion made by management in accordance with the Statements on Standards for Attestation Engagements (Attestation Report). 3. When the requirements of OMB A-133 apply, or when the Awardee elects to comply with OMB A-133, an audit shall be conducted for each fiscal year for which federal awards attributable to this contract have been received by the Awardee. Each audit shall include a fiscal review, which includes a validation of all program generated income and its disposition, especially attributable to CDBG funds, an internal control review, and a compliance review as described in OMB A-133. A copy of the audit report in triplicate must be received by DHCD no later than six (6) months following the end of the Awardee's fiscal year. 4. The Awardee shall maintain all Contract Records in accordance with generally accepted accounting principles, -procedure, and practices which shall sufficiently and properly reflect all revenues and expenditures of funds provided directly or indirectly by the County pursuant to the terms of this contract. 5. The Awardee shall maintain all Contract Records that document all actions undertaken to accomplish the "Scope of Services" outlined in Attachment A in this contract. 6. The Awardee shall ensure that the Contract Records shall be at all times subject to and available for full access and review, inspection, or audit by County and federal personnel and any other personnel duly authorized by the County. 7. The Awardee shall include in all DHCD approved subcontracts used to engage subcontractors to carry out any eligible substantive programmatic services, as such services are described in this contract and defined by DHCD, each of the record -keeping and audit requirements detailed in this contract. DHCD shall, in its sole discretion, determine when services are eligible substantive programmatic services and subject to the audit and record -keeping requirements described above. 8. The County reserves the right to require the Awardee to submit to an audit by Audit and management Services or other auditor of the County's choosing at the Awardee's expense. The Awardee shall provide access to all of its 11 records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. The Awardee shall retain all records pertaining to the Agreement and upon request make them available to the County for three years following expiration of the Agreement. The Awardee agrees to provide such assistance as may be necessary to facilitate the review or audit by the. County to ensure compliance with applicable accounting and financial standards. 9. The Awardee shall ensure that its auditors share their audit results with DHCD. The auditors must submit the completed monitoring instrument and the audit report to DHCD within six months after the conclusion of the audit period. J. Retention of Records 1. The Awardee shall retain all Contract Records for a period of at least five (5) years (hereinafter referredto. as "Retention Period") subject to the limitations set forth below: a. For all non-CDBG assisted activities the Retention Period shall begin upon the expiration or termination of this contract. b. For CDBG assisted public service activities the Retention Period shall begin upon the date of U.S. HUD's acceptance of DHCD's annual Grantee Performance Report for the year in which the activity is reported as completed. For each public service activity the Awardee must retain all contract records except those relating to real and nonexpendable personal property. c. For all other CDBG assisted activities the Retention Period shall begin upon U.S. HUD's acceptance of DHCD's annual Grantee Performance Report in which each assisted activity is reported on for the final time. For all the CDBG assisted activities covered by this Section II, Paragraph J.1.c., the Awardee must retain all contract records except those relating to real and nonexpendable personal property. d. For all CDBG assisted activities, the Retention Period for all contract records relating to real and nonexpendable personal property shall begin upon the date of the final disposition of the property. 2. If the County or the Awardee have received or given notice of any kind indicating any threatened or pending litigation, claim or audit arising out of the services provided pursuant to the terms of this contract, the Retention Period shall be extended until such time as the threatened or pending litigation, claim or audit is, in the sole and absolute discretion of DHCD, fully, completely and finally resolved. 3. The Awardee shall allow the County, federal personnel, or any person authorized by the County full access to and the right to examine any of the contract records during the required Retention Period. 4. The Awardee shall notify DHCD in writing, both during the pendency of this contract and after its expirations part of the final close-out procedures, of the address where all contract records will be retained. 5. The Awardee shall obtain written approval of DHCD prior to disposing of any contract records within one year after expiration of the Retention Period. K. Provision of Records 12 1. The Awardee shall provide to DHCD, upon request, all contract records. These records shall become the property of DHCD without restriction, reservation, or limitation of their use. DHCD shall have unlimited rights to all books, articles, or other copyrightable materials developed for the purpose of this contract. These unlimited rights shall include the rights to royalty -fees; nonexclusive, and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, the information for public purposes. 2. If the Awardee receives funds from, or is regulated by other governmental agencies, and those agencies issue monitoring reports, regulatory examinations, or other similar reports, the Awardee shall provide a copy of each report and any follow-up communications and reports to DHCD immediately upon such issuance unless such disclosure is a violation of the regulatory agencies issuing the reports. 3. MIAMI-DADE COUNTY INSPECTOR GENERAL REVIEW According to Section 2-1076 of the Code of Miami -Dade County, as amended by Ordinance No. 99-63, Miami -Dade County has established the Office of the Inspector General which may, on a random basis, perform audits on all County contracts, throughout the duration of said contracts, except as otherwise provided below. The cost of the audit of any Contract shall be one quarter (1/4) of one (1) percent of the total contract amount which cost shall be included in the total proposed amount. The audit cost will be deducted by the County from progress payments to the selected Awardee. The audit cost shall also be included in all change orders and all contract renewals and extensions. a. Exception: The above application of one quarter (1/4) of one percent fee assessment shall not apply to the following contracts: (a) IPSIG contracts; (b) contracts for legal services; (c) contracts for financial advisory services; (d) auditing contracts; (e) facility rentals and lease agreements; (f) concessions and other rental agreements; (g) insurance contracts; (h) revenue -generating contracts; (I) contracts where an IPSIG is assigned at the time the contract is approved by the Commission; (j) professional service agreements under $1,000; (k) management agreements; (I) small purchase orders as defined in Miami -Dade County Administrative Order 3-2; (m) federal, state and local government -funded grants; and (n) interlocal agreements. Notwithstanding the foregoing, the Miami -Dade County Board of County Commissioners may authorize the inclusion of the fee assessment of one quarter (1/4) of one percent in any exempted contract at the time of award. Nothing contained above shall in any way limit the powers of the Inspector General to perform audits on this contract. COMMISSION AUDITOR ACCESS TO RECORDS Pursuant to Ordinance No. 03-2, .Awardee shall grant access to the Commission Auditor to .all financial and performance related records, property, and equipment purchased in whole or in part with government funds, including funds awarded tp Awardee pursuant to this contract. L. Prior Approval The Awardee shall obtain prior written approval from DHCD prior to undertaking any of the following: 13 1. The engagement or execution of any subcontracts or contract assignments, wherein CDBG funds will be used to pay for goods or services. The Awardee must submit all proposed agreement documents to DHCD at least thirty (30) days prior to the start date of the agreement. DHCD shall have no obligation to approve payment of any expenditure (resulting from an agreement or subcontract). which was incurred prior to the approval by DHCD of such agreement or subcontract. 2. The addition of any positions not specifically listed in the approved budget. 3. The modification or addition of all job descriptions. 4. The purchase of all nonexpendable personal property not specifically listed in the approved budget. 5. The disposition of all real, expendable personal, and nonexpendable personal property as defined in Section II, Paragraph Q.1. of this contract. 6. All out-of-town travel not specifically listed in the approved budget. 7. The disposition of program income not specifically listed in the approved program income budget. 8. The publication of proposed Solicitation Notices, Invitations for Bids and Requests for Proposals as provided for in Section I1, Paragraph H of this contract. 9. The disposal of all contract records as provided for in Section II, Paragraph J of this contract. M. Monitoring The Awardee shall permit DHCD and other persons duly authorized by DHCD to inspect all contract records, facilities, equipment, materials, and services of the Awardee which are in any way connected to the activities undertaken pursuant to the terms of this contract, and/or to interviewany clients employees, subcontractors, or assignees of the Awardee. Following such inspection or interviews, DHCD will deliver to the Awardee a report of its findings, and the Awardee will rectify all deficiencies cited by DHCD within the specified period of time set forth in the report, or provide DHCD with a reasonable justification for not correcting the deficiencies. DHCD will determine, in its sole and absolute discretion whether or not the Awardee's justification is acceptable or if the Awardee must, despite the justification, rectify the deficiencies cited by DHCD in its report. N. Conflict of Interest The Awardee agrees to abide by the provisions of 24 CFR 84.42 (24 CFR Part 85.36 for Public Agencies) and 24 CFR 570.611 with respect to conflicts of interest, and covenants that it presently has no financial interest and shall not acquire any financial interest, direct or indirect, which would conflict in any manner or degree with the performance of services requried under this Agreement. The Awardee further covenants that in the performance of this Agreement no person having such a financial interest shall be employed or retained by the Awardee hereunder. These conflict of interest provisions apply to any person who is an employee, agent, consultant, officer, or elected official or appointed official of the County, or of any designated public agencies or subrecipients which are receiving funds under the CDBG Entitlement program. 14 The Awardee shall submit to DHCD within five days of execution of this contract all updated Conflict of Interest affidavits, Related Party Disclosure statements, list of current Board members, and list of all business associations with the following documents: ➢ Original contract or its subsequent amendments. • Requests for budget revisions. > Requests for approval of subcontracts. Non-compliance with the above requirements will be considered a breach of contract, which will result in the immediate termination of the agreement, the recovery of the entire funding award, and the disqualification of funding through DHCD for a period of three years. The Awardee shall disclose any possible conflicts of interest or apparent improprieties of any party that are covered by the above standards. The Awardee shall make such disclosure in writing to DHCD immediately upon the Awardee's discovery of such possible conflict. DHCD will then render an opinion which shall be binding on all parties. O. Publicity, Advertisements and Signage 1. The Awardee shall ensure that all publicity, public relations and advertisements and signs, recognize the Miami -Dade Department of Housing and Community Development (DHCD) and Community Development Block Grant (CDBG) for the support of all contracted activities. This is to include, but is not limited to, all posted signs, pamphlets, wall plaques, cornerstones, dedications, notices, flyers, brochures, news releases, media packages, promotions, and stationery. All signs used to publicize DHCD contracted activities must be approved by DHCD prior to being posted and must also meet the standard specifications as established by DHCD. The use of the official Miami -Dade DHCD logo is permissible 2. The Awardee shall furnish, erect and maintain construction signs in accordance with sketch included in these contract documents. The signs shall be made of 3/ inch thick marine plywood, newly painted and lettered according to the accompanying sketch. The signs shall be painted and lettered in accordance with professional outdoor sign painting standards as to layout, symmetry, proportion, clarity and neatness and use of weather - resistant colors and materials. The Awardee shall place the signs, securely braced and mounted, as shown on the typical project sign placement diagram or as directed by the engineer. All materials shall be provided by the Awardee and the signs shall remain in the property of the Owner at the completion of the contract. NO WORK SHALL COMMENCE UNTIL THE PROJECT SIGNS ARE SECURED IN PLACE. THE SIGNS SHALL BE IN ACCORDANCE WITH THE DETAIL SHOWN iN ATTACHMENT F. For this project signs will be required. Payment for furnishing, installing and maintaining the sign shall be under the bid amount for mobilization. P. Procurement The Awardee must take affirmative steps to procure supplies, equipment, construction, or services to fulfill this contract from minority and women's businesses, and to provide these sources the maximum feasible opportunity to compete for subcontracts to be procured pursuant to this contract. To the maximum extent feasible, these businesses shall be located in or owned by residents of the Community Development areas designated by DHCD in the CDBG application approved by the supervising federal agency. The Awardee shall assure that all subcontracts or third party agreements contain provisions with stated goals, that 15 low-income residents from Community Development focus and service areas be provided with opportunities for employment and training in contracted activities. In conformance with Section 3 of the Housing and Community Development Act of 1968, the Awardee must direct federal financial assistance toward Target Area residents and ensure that employment and economic opportunities be given to low and very low-income persons, particularly those who are recipients of government assistance for housing according to the guidelines mentioned below: 1. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 170Iu (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD- assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. 2. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. 3. The Awardee agrees to send to each labor organization or representative of workers with which the Awardee has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the Awardee's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. 4. The Awardee agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The Awardee will not subcontract with any subcontractor where the Awardee has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. 5. The Awardee will certify that any vacant employment positions, including training positions, that are filled (1) after the Awardee is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the Awardee's obligations under 24 CFR part 135. 6. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 7. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of section 3 and section 7(b) agree to comply with 16 section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). 8. Fair Subcontracting Policies (Ordinance 97-35) All Awardees on County contracts in which subcontractors may be used shall be . subject to and comply with Ordinance 97-35 as amended, requiring Awardees to provide a detailed statement of their policies and procedures for awarding subcontracts which: a) notifies the broadest number of local subcontractors of the opportunity to be awarded a subcontract; b) invites local subcontractors to submit bids/proposals in a practical, expedient way; c) provides local subcontractors access to information necessary to prepare and formulate a subcontracting bid/proposal; d) allows local subcontractors to meet with appropriate personnel of the Awardee to discuss the Awardee's requirements; and e) awards subcontracts based on full and complete consideration of all submitted proposals and in accordance with the Awardee's stated objectives. All Awardees seeking to contract with the County shall, as a condition of award, provide a statement of their subcontracting policies and procedures (see attached Form A-7.2). Awardees who fail to provide a statement of their policies and procedures may not be recommended by the County Manager for award by the Board of County Commissioners. The term "local" means having headquarters located in Miami -Dade County or having a place of business located in Miami -Dade County from which the contract or subcontract will be performed. The term "subcontractor" means a business independent of a Awardee that may agree with the Awardee to perform a portion of a contract. The term "subcontract" means an agreement between a Awardee and a subcontractor to perform a portion of a contract between the Awardee and the County. Q. Property 1. Definitions a. Real Property: Land, land improvements, structures, fixtures and appurtenances thereto, excluding movable machinery and equipment. b. Personal Property: Personal property of any kind except real property. 1) Tangible: All personal property having physical existence. 2) Intangible: All personal property having no physical existence such as patents, inventions, and copyrights c. Nonexpendable Personal Property: Tangible personal property of a nonconsumable nature, with a value of $500 or more per item, with a normal expected life of one or more years, not fixed in place, and not an integral part of a structure, facility or another piece of equipment. d. Expendable Personal Property: All tangible personal property other than nonexpendable property. 17 2. The Awardee shall comply with the real property requirements as stated • below: a. Any real property under the Awardee's control that was acquired or improved in whole or in part with CDBG funds received from DHCD in excess of $25,000 shall be either: 1) Used to meet one of the three (3) CDBG national objectives until five years after the expiration or termination of this contract, or for such longer period of time as determined by DHCD in its sole and absolute discretion; or 2) Not used to meet one of the three (3) CDBG National Objectives. In the event the property is not used to meet one of the national objectives for five (5) years following the expiration or termination of this Awardee such longer period as determined by - DHCD-then the Contract or shall pay to DHCD an amount equal to the market value of the property as may be determined by DHCD in its sole and absolute discretion, Tess any proportionate portion of the value attributable to expenditures of non-CDBG funds for acquisition of, or improvement to, the property. Reimbursement is not required after the period of time specified in Paragraph Q.2.a.1., above. b. Any real property under the Awardee's control that was acquired or improved in whole or in part with CDBG funds from DHCD for $25,000 or Tess shall be disposed of, at the expiration or termination of this contract, in accordance with instructions from DHCD. c. All real property purchased or improved in whole or in part with funds from this and previous contracts with DHCD, or transferred to the Awardee after being purchased in whole or in part with funds from DHCD, shall be listed in the property records of the Awardee and shall include a legal description; size; date of acquisition; value at time of acquisition; present market value; present condition; address or location; owner's name if different from the Awardee; information on the transfer or disposition of the property; and map indicating whether property is in parcels, lots, or blocks and showing adjacent streets and roads. The property records shall describe the programmatic purpose for which the property was acquired and identify the CDBG national objective that will be met. If the property was improved, the records shall describe the programmatic purpose for which the improvements were made and identify the CDBG national objective that will be met. d. For awards involving the purchase or improvement of real property, the Awardee agrees to execute a mortgage, loan document, or restrictive covenant for the CDBG award with DHCD within 180 days after the execution of this agreement. Failure to comply with this requirement may result in the retraction of the CDBG award for the project and termination of this agreement. e. All real property shall be inventoried annually by the Awardee and an inventory report shall be submitted to DHCD. This report shall include the elements listed in Paragraph T.2.c., above. 3. The Awardee shall comply with the nonexpendable personal property requirements as stated below. 18 a. All nonexpendable personal property purchased or improved in whole or in part with funds from this and previous contracts with DHCD shall be listed in the property records of the Awardee and shall include a description of the property; location; model number; manufacturer's serial number; date of acquisition; funding source; unit cost at the time of acquisition; present market value; property inventory number; information on its condition; and information on transfer, replacement, or disposition of the property. b. All nonexpendable personal property purchased or improved in whole or in part with funds from this and previous contracts with DHCD shall be inventoried annually by the Awardee and an inventory report shall be submitted to DHCD. The inventory report shall include the elements listed in Paragraph Q.3.a., above. c. Title (ownership) to all nonexpendable personal property purchased in whole or in part with funds given to the Awardee pursuant to the terms of this contract shall vest in the County and DHCD. 4. The Awardee shall obtain prior written approval from DHCD for the disposition of real property, expendable personal property, and nonexpendable personal property purchased or improved in whole or in part with funds given to the Awardee or subcontractor pursuant to the terms of this contract. The Awardee shall dispose of all such property in accordance with instructions from DHCD. Those instructions may require the return of all such property to DHCD. R. Program Income 1. Program income as defined in 24 CFR Part 570.500 means gross income received by the Awardee directly generated from activities supported by CDBG funds. When program income is generated by an activity that is only partially assisted with CDBG funds, the income shall be prorated to reflect the percentage of CDBG funds used. 2. The Awardee shall not, under any circumstances, use program income to pay for charges or expenses that are specifically not allowed pursuant to the terms of this contract and applicable federal regulations or rules or any County rules or ordinance. a. The Awardee shall comply with the program income provisions in DHCD's Contract Compliance Manual. If any program income provisions of the Contract Compliance Manual conflict with any program income provisions of this contract, the provisions of this contract shall rule. b. The County may in its sole discretion allow Awardee to Use Program Income to carry out eligible activities. The Awardee may request to use Program Income for eligible activities. If the Awardee requests to use Program Income, the Awardee shall report to DHCD all cumulative Program Income generated from activities financed in whole or in part by funds from this contract. This information, along with a check payable to Miami -Dade County for the generated Program Income, must be submitted quarterly as part of the Fiscal Section of the Awardee's Progress Report as outlined in Section II, Paragraph D.2.a. 19 c. The Awardee shall report Program Income for as long as it receives and/or has control over Program Income generated from this and any previous contracts with DHCD. d. The Awardee shall provide to DHCD a written explanation of the activities to be assisted with Program Income and shall obtain DHCD's written approval prior to implementing those activities. All provisions of this contract shall apply to any activity performed using Program Income. e. Subject to the limitations set forth in this paragraph, the Awardee may use program income to fund any CDBG eligible activity as provided for and defined by 24 CFR Part 570 et seq. f. Program income from a revolving loan activity must be used only for the same revolving loan activity. g- Program income from a revolving loan activity, such as loan repayments, interest earned, late fees, and investment income, shall be substantially disbursed to eligible loans, loan -related programmatic costs, and operational costs for the same revolving loan activity before the Awardee may request additional CDBG funds for that activity. h. All program income from nonrevolving loan activities shall be substantially disbursed to carry out other DHCD approved CDBG eligible activities, and to cover operational costs before requesting additional CDBG funds. Any proceeds from the sale of property as detailed in Section II, Paragraph Q.4., above, shall be considered program income. The Awardee shall obtain, as part of the required audit report, validation by a certified auditor of all program generated income and its disposition. 3. Upon expiration or termination of this contract or at the end of any program year, the Awardee shall transfer to the County any program income funds on hand, and any program income accounts receivable attributable to any CDBG funded activities. DHCD may require remittance of all or part of any program income balances (including investments thereof) held by the Awardee (except those needed for immediate cash needs, cash balances of a revolving loan fund, cash balances from a lump sum drawdown, or cash or investments held for Section 108 Security needs). 4. DHCD, in its sole and absolute discretion, reserves the right to pursue other courses of action in the retention and use of program income generated by the Awardee, and such action shall not require an amendment to this contracts. S. Travel The Awardee shall comply with the County's travel policies. Documentation of travel expenses shall conform to the requirements of DHCD's Contract Compliance Manual. T. Subcontracts and Assignments 1. Unless otherwise specified in this contract, the Awardee shall not subcontract any portion of the work without the prior written consent of the 20 County. Subcontracting without the prior consent of the County may result in termination of the contract for breach. When Subcontracting is allowed, the Awardee shall comply with County Resolution No. 1634-93, Section 10-34 of the County Code and Section 2-8.8 of the County Code. The Awardee shall ensure that all subcontracts and assignments: a. Comply with all requirements and regulations specified in DHCD's Contract Compliance Manual; b. Identify the full, correct, and legal name of the party; c. Describe the activities to be performed; d. Present a complete and accurate breakdown of its price component; e. Incorporate a provision requiring compliance with all applicable a regulatory .and other requirements of this contract and with any conditions of approval that the County or DHCD deem necessary. This applies only to subcontracts and assignments in which parties are engaged to carry out any eligible substantive programmatic service, as may be defined by DHCD, set forth in this contract. DHCD shall in its sole discretion determine when services are eligible. substantive programmatic services and subject to the audit and record -keeping requirements described above, and; f. Incorporate the language of Attachment E, "Certification Regarding Lobbying." 2. The Awardee shall incorporate in all consultant subcontracts this additional provision: The Awardee is not responsible for any insurance or other fringe benefits, e.g., social security, income tax withholdings, retirement or leave benefits, for the Consultant or employees of the Consultant normally available to direct employees of the Awardee. The Consultant assumes full responsibility for the provision of all insurance and fringe benefits for himself or herself and employees retained by the Consultant in carrying out the Scope of Services provided in this subcontract. 3. The Awardee shall be responsible for monitoring the contractual performance of all subcontracts and their progress toward meeting the approved goals and objectives indicated in the attached Scope of Services 4. The Awardee shall receive from DHCD written prior approval for any subcontract prior to engaging any party who agrees to carry out any substantive programmatic activities as may be determined by DHCD as described in this contract. DHCD's approval shall be obtained prior to the release of any funds for the subcontractor. 5. The Awardee shall receive written approval from DHCD prior to either assigning or transferring any obligations or responsibility set forth in this contract or the right to receive benefits or payments resulting from this contract. 6. Approval by DHCD of any subcontract or assignment shall not under any circumstance be deemed to provide for the incurrence of any obligation by DHCD in excess of the total dollar amount agreed upon this contract. • 7. If the subcontract involves $100,000 or more to provide services listed in the Scope of Services or suppliers to supply the materials, the Awardee shall provide the names of the subcontractors and suppliers to DHCD. The Awardee agrees that it will not change or substitute subcontractors or suppliers from the list without prior written approval from DHCD. U. Additional Funding The Awardee shall notify DHCD of any additional funding received for any activity described in this contract. Such notification shall be in writing and received by DHCD within thirty (30) days of the Awardee's notification by the funding source. V. Method of Payment The Awardee shall be paid as described below: 1. The Awardee shall be paid for those expenses allowed pursuant to the provisions provided below only when the Awardee submits to DHCD adequate proof, as determined by DHCD in its sole discretion, that the Awardee has incurred the expenditures. It shall be presumed that the Awardee has provided adequate proof of having incurred expenses if the Awardee submits to DHCD canceled checks or original invoices approved by the Awardee's authorized representative. When original documents cannot be presented, the Awardee must adequately justify their absence in writing and furnish copies of those documents to DHCD. The Awardee must adequately justify their absence in writing and furnish copies of those documents to DHCD. The Awardee shall be paid only for those expenditures contained within Attachment B, "Budget," to this contract as it may be revised with the prior written approval by DHCD. 2. Requests for payment shall be assembled by calendar month and submitted to DHCD no less frequently than monthly. Expenditures incurred by the Awardee must be submitted to DHCD for payment within 30 days after the month in which the expenditures were incurred, Failure to comply may result in rejection of invoices. 3. In no event shall the County provide advance CDBG funding to the Awardee or to any subcontractor hereunder nor shall the Awardee advance CDBG funds to any party. 4. Any payment due under the terms of this contract may be withheld pending the receipt and approval by DHCD of all reports and documents which the Awardee is required to submit to DHCD pursuant to the terms of this contract or any amendments thereto. 5. All payments will be limited to the quarterly payment schedule that accompanies the action step chart in the scope of services and payment is contingent on the achievement by the Awardee of the quarterly accomplishment levels identified in the scope of services portion of this agreement — Attachment "A," which shall be submitted with all payment requests and shall clearly identify the completed level of accomplishments met. This shall also apply to soft costs associated with project delivery. 6. No payments will be made without evidence of appropriate insurance required by this contract. Such evidence must be on file with DHCD and the County's Risk Management Division. DHCD must receive the final request for payment from the Awardee no more than thirty (30) calendar days after the expiration or termination of this contract. If the Awardee fails to comply with this requirement, the Awardee will forfeit all rights to payments if DHCD, in its sole discretion, so chooses. 22 7. Within thirty (30) calendar days after this contract expires or is terminated, the Awardee shall provide to DHCD a list of all invoices and costs that relate to this contract's approved Budget and that have not been submitted to DHCD. Any Invoice received by DHCD, subsequent to receipt of this list by DHCD which reflects a cost not included on this list will not be paid. 8. All monies paid to the Awardee which have not been used to retire outstanding obligations of this contract must be refunded to DHCD in accordance with DHCD's Contract Compliance Manual. 9. Any unexpended funds remaining after the completion of the services under this contract, or after termination of this contract for any reason, shall be recaptured in full by the County. 10. In the event the County determines that the Awardee has breached the terms of this agreement and that the County is entitled to return of any or all of the funds awarded under this contract, Awardee agrees to and shall assign any proceeds to the County from any contract between the County, its agencies or instrumentalities and the Awardee or any firm, corporation, partnership or joint venture in which the Awardee has a controlling financial interest in order to secure repayment of this award. "Controlling financial interest" shall mean ownership, directly or indirectly to ten percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten percent or more in a firm, partnership or other business entity. W. Reversion of Assets The Awardee shall return to DHCD, upon the expiration or termination of this contract all assets, owned or held by Awardee as a result of this contract, including, but not limited to any CDBG funds on hand, any accounts receivable, any overpayments due to unearned funds or costs disallowed pursuant to the terms of this contract that were disbursed to the Awardee by the County, other than reasonable operating and deficit reserves established by Awardee and which are connected with the real property. In the case of activities involving real property, such reserves shall not be distributed to any partner or subcontractor prior to repayment to DHCD of the CDBG Loan. The Awardee shall at the request of the County execute any and all documents, including but not limited to mortgages securing the property and UCC financing statements, as required by the County to effectuate the reversion of assets. III. The County. Agrees: Subject to the availability of funds, to pay for contracted activities according to the terms and conditions contained within this contract in an amount not to exceed $2,776,264.00. IV. The Awardee and DHCD Agree: A. Effective Date 1. This contract shall begin on January 1, 2008. Any costs incurred by the Awardee prior to this date will not be reimbursed by the County. 2. This contract shall expire on December 31, 2011. Any costs incurred by the Awardee beyond this date will not be reimbursed by the County. The term of this agreement and the provisions herein may be extended by the County to cover any additonal time period during which the Awardee remains in control of the CDBG funds or other assests, including Program Income to support CDBG eligible activites. Any extension made pursuant to this paragraph shall 23 be accomplished by a writing by the County to the Awardee. Such notice shall automatically become a part of this contract. 3. This contract may, at the sole and absolute discretion of the County and DHCD, remain in effect during any period that the Awardee has control over contract funds, including program income. However, the County shall have no obligation or responsibility to make any payment, except those described within Section II, Paragraph V, or provide any type of assistance or support to the Awardee if this contract has expired or been terminated. B. Suspension 1. DHCD may, for reasonable causes as determined in DHCD's sole and absolute discretion, temporarily suspend the Awardee's operations and authority to obligate funds under this contract or withhold payments to the Awardee pending necessary corrective action by the Awardee or both. Reasonable cause shall be determined by DHCD, in its sole and absolute discretion, and may include, but is not limited to: a. Ineffective or improper use of these contract funds by the Awardee or any of its subcontractors; b_ Failure by the Awardee to comply with any term or provision of this contract; c. Failure by the Awardee to submit any documents required by this contract; or d. The Awardee's submittal of incorrect or incomplete reports or other required documents. 2. In the event of a default by the Awardee, DHCD may at any time suspend the Awardee's authority to obligate funds, withhold payments or both. These actions may apply to only part or all of the activities funded by this contract. 3. DHCD will notify the Awardee of the type of action to be taken in writing by certified mail, return receipt requested, or in person with proof of delivery. The notification will include the reason(s) for such action, the conditions of the action, and the necessary corrective action(s). DHCD will give the Awardee reasonable opportunity to rectify any action or inaction referenced above. C. Termination 1. Termination at Will This contract, in whole or in part, may be terminated by DHCD upon no less than ten (10) working days notice when DHCD determines that it would be in the best interest of DHCD and the County. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. 2. Termination for Convenience DHCD may terminate this contract, in whole part, when both parties agree that the continuation of the activities would not produce beneficial results commensurate with the further expenditure of funds. Both parties shall agree upon the termination conditions. DHCD, at its sole discretion, reserves the right to terminate this contract without cause upon thirty (30) days written notice. Upon receipt of such notice, the Awardee shalt not . incur any 24 additional cost under this contract. DHCD shall be liable only for reasonable costs incurred by the Awardee prior to notice of termination. DHCD shall be the sole judge of "reasonable costs." 3. • Termination Because of Lack of Funds In the event of a funding short -fall, or a reduction in federal appropriations, or should funds to finance this contract become unavailable, DHCD may terminate this contract upon no Tess than twenty-four (24) hours written notification to the Awardee. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. DHCD shall be the final authority in determining whether or not funds are available. DHCD may at its discretion terminate, renegotiate and/or adjust the contract award, whichever is in the best interest of the County. 4. Termination for Substantial Funding Reduction In the event of a substantial funding reduction of the allocation to the Awardee through Board of County Commissioners action, the Awardee may, at its discretion, request in writing from the Director of DHCD a release from its contractual obligations to the County. The Director of DHCD will review the effect of the request on the community and the County prior to making a final determination. 5. Termination for Breach DHCD may terminate this contract, in whole or in part, when DHCD determines, in its sole and absolute discretion, that the Awardee is not making sufficient progress thereby endangering the ultimate contract performance, or is not materially complying with any term or provision of this contract. Unless the Awardee's breach is waived by DHCD in writing, DHCD may, by written notice to the Awardee, terminate this contract upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. Waiver of breach of any provision of this contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this contract. The provisions herein do not limit DHCD's right to legal or equitable remedies. 6. Penalties for Fraud, Misrepresentation or Material Misstatement In accordance with the Code of. Miami -Dade County, Section 2-8.1.4, any individual or corporation or other entity that attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement, shall be terminated, whenever practicable, as determined by the County. The County may terminate or cancel any other contracts with such individual or subcontracted entity it has with the County. Such individual or entity shall be responsible for all direct and indirect costs associated with such termination or cancellation, including attorney's fees. The foregoing notwithstanding, any individual or entity who attempts to meet its contractual obligations with the County through fraud, misrepresentation or material misstatement may be disbarred from County contracting for up to five (5) years. 7. Payment Settlement If termination occurs, the Awardee will be paid for allowable costs incurred in carrying out activities required by this contract up to the date and time of termination. D. Renegotiation or Modification 1. Modifications of provisions of this contract shall be valid only when in writing and signed by duly authorized representatives of each party. The parties agree to renegotiate this contract if DHCD, in its sole and absolute discretion determines that federal, state, and/or County revisions of any applicable laws or regulations, or increases or decreases in budget allocations make changes in this contract necessary. DHCD shall be the final authority in determining whether or not funds for this contract are available due .to Federal, state and/or County revisions of any applicable laws or regulations, or increases or decreases in budget allocations. 2. CONTRACT EXTENSION The County shall have the right to exercise an option to extend this contract for up to one year beyond the current Contract period and will notify the Awardee(s) in writing of the extension. This contract may be extended beyond the initial year extension period upon mutual agreement between the County and the Awardee(s), upon approval by the Director of the Department of Housing and Community Development. E. Right to Waive DHCD may, for good and sufficient cause, as determined by DHCD in its sole and absolute discretion, waive provisions in this contract or seek to obtain such waiver from the appropriate authority. Waiver requests from the Awardee shall be in writing. Any waiver shall not be construed to be a modification of this contract. DHCD's failure to exercise any of its rights under this contract or DHCD's waiver of a provision on anyone occasion shall not constitute a waiver of such rights or provision on any other occasion. No failure or delay by DHCD in the exercise of any right shall operate as a waiver. F. Budget Revisions and Changes to the CDBG Eligibility Activity Title 1. Revisions to the Budget (Attachment B) shall be requested in writing and must comply with DHCD's Contract Compliance Manual. These revisions shall not require a contract amendment unless the amount of this contract is changed or unless otherwise required by DHCD. All budget revisions shall require the written approval of DHCD. DHCD shall have no obligation to approve payment of expenditures incurred prior to the approval of the budget revision related to such expenditures. Budget Revisions Through County Resolution Should a portion of the funding allocation to the Awardee be rescinded by action from the Board of County Commissioners, written notification via certified mail to the Awardee advising of the funding reduction shall be sent by DHCD no later than 5 working days of the action; written notification will constitute a contract amendment. The Awardee will have five working days upon receipt of certified return receipt notification to submit a revised budget reflecting funding adjustments. Should the modified budget not be received within the specified time, DHCD will revise the budget at its discretion. 26 DHCD in its sole and absolute discretion will determine whether substantial reductions will necessitate revision and resubmittal of the Scope of Service (Attachment A). Revisions to the Scope of Service, when required, will be negotiated to the mutual satisfaction of both parties. 3. Revisions to the CDBG eligibility activity titles under which this contract's objectives are classified as noted in the Scope of Services shall not require a contract amendment. G. Disputes In the event an unresolved dispute exists between the Awardee and DHCD, DHCD shall refer the questions, including the views of all interested parties and the recommendation of DHCD, to the County Manager for determination. The County Manager, or an authorized representative, will issue a determination within thirty (30) calendar days of receipt and so advise DHCD and the Awardee or in the event additional time is necessary, DHCD will notify the Awardee within the thirty (30) day period that additional time is necessary. The Awardee agrees that the County Manager's determination shall be final and binding on all parties. H. Headings The section and paragraph headings in this contract are inserted for convenience only and shall not affect in any way the meaning or interpretation of this contract. I. Minority Participation In order to gain greater Black business participation, the Awardee may submit its contracts to the County Manager for bidding and award in accordance with County policies and procedures. J. Proceedings This contract shall be construed in any manner pertaining or relating to this contract shall, to the extent permitted by law, be held _in.Miami-Dade County, Florida. K. Independent Private Sector Inspector General Reviews 1. Miami -Dade County has established the Office of the Office of Inspector General which is empowered to perform random audits on all County contracts throughout the duration of each contract. Grant recipients are exempt from paying the cost of the audit which is normally 1/4 of 1% of the total contract amount. The Miami -Dade County Inspector General is authorized and empowered to review past, present and proposed County and Public Health Trust programs, contracts, transactions, accounts, records and programs. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of records and monitor existing projects and programs. Monitoring of an existing project or program may include a report concerning whether the project is on time, within budget and in compliance with plans, specifications and applicable law. The Inspector General is empowered to analyze the necessity of and reasonableness of proposed change orders to the Contract. The Inspector General is empowered to retain the services of independent private sector inspectors general (IPSIG) to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, proposal 27 submittals, activities of the Provider, its officers, agents and employees, lobbyists, County staff and elected officials to ensure compliance with contract specifications and to detect fraud and corruption. Upon ten (10) days prior written notice to the Provider from the Inspector . General or IPSIG retained by the Inspector General, the Provider shall make all requested records and documents available to the Inspector General or IPSIG for inspection and copying. The Inspector General and IPSIG shall have the right to inspect and copy all documents and records in the Provider's possession, custody or control which, in the Inspector General or IPSIG's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, worksheets, proposals and agreements from and with successful and unsuccessful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, proposal and contract documents, back -charge documents, all documents and records which involve cash, trade or volume discounts,, insurance proceeds, rebates, or dividends received, payroll and personnel records, and supporting documentation for the aforesaid documents and records. The provisions in this section shall apply to the Provider, its officers, agents, employees, subcontractors and suppliers. The Provider shall incorporate the provisions in this section in all subcontractors and all other agreements executed by the Provider in connection with the performance of the contract. Nothing in this contract shall impair any independent right of the County to conduct audit or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the County by the Provider or third parties. The Awardee is aware that Miami - Dade County Office of the Inspector General has the right to perform ramdom audits on all county contracts throughout the duration of each contract. Grant Recipients are exempt from paying the costs of the audit, which is normally Y4 of 1 % of the total contract amount. L. Notice and Contact DHCD's representative for this contract is Ronald Jones. The Awardee's representative for this contract is Maria T. Ason The Awardee's principal office is at 444 S.W. 2nd Avenue, Miami, Florida 33130. The Awardee's telephone number is 305- 416-1971. In the event that different representatives are designated by either party after this contract is executed, or the Awardee changes its address, notice of the name of the new representative or new address will be rendered in writing to the other party and said notification attached to originals of this contract. M. Name and Address of Payee When payment is made to the Awardee's assignee, the name and address of the official payee is: N/A N. Waiver of Trial Neither the Awardee, subcontractor, nor any other person liable for the responsibilities, obligations, services and representations herein, nor any assignee, successor, heir or personal representative of the Awardee, subcontractor or any such other person or entity shall seek a jury trial in any lawsuit, proceeding, counterclaim or any other litigation procedure based upon or arising out of this Contract, or the dealings or the relationship between or among such persons or 28 entities, or any of them. Neither Awardee, subcontractor, nor any such person or entity will seek to consolidate any such action in which a jury trial has been waived. The provisions of this paragraph have been fully discussed by the parties hereto, and the provisions hereof shall be subject to no exceptions. No party has in any way agreed with or represented to any other party that the provisions of this paragraph will not be fully enforced in all instances. O. Assignment The Awardee shall not assign, transfer, hypothecate or otherwise dispose of this contract, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. P. Third Parties This agreement is intended for the sole and exclusive benefit of the parties and is not intended to benefit any third party nor shall it be deemed to give rise to any rights in any third party P. Survival The parties acknowledge that any of the obligations in this agreement, including but not limited to Awardee's obligation to indemnify the County, will survive the term, termination, and cancellation hereof. Accordingly, the respective obligations of the Awardee and the County under this agreement, which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration hereof. Q. All Terms and Conditions included: This contract and its attachments as referenced (Attachment A - Scope of Services; Attachment Al — Action Steps; Attachment B - Budget; Attachment C - Progress Report; Attachment D - Information for Environmental Review; Attachment E - Certification Regarding Lobbying; and Attachment F - Publicity, Advertisements and Signage) contain all the terms and conditions agreed upon by the parties. 29 IN WITNESS THEREOF, the parties hereto have caused this twenty-six (26) page contract to be executed by their undersigned officials as duly authorized, this , day of Fcb 2011 AWARDEE: THE CITY OF MIAMI • BY: - NAME: Carlos A. Migoya MIAMI-DADE COUNTY BY: NAME: TITLE: City Manager TITLE: County Manager DATE: BY: NAME Priscilla A. Thompson TITLE: City Clerk DATE Witnesses: BY: BY: (Signature) Type or Print Name (Signature) Type or Print Name 59-6000375 Federal ID Number: Resolution #: R-1260-07 Awardee's Fiscal Year Ending Date: 9/30 CORPORATE SEAL: ATTEST BY. TITLE: Clerk, Board of Coun Commissioners rn 0 co CONTRACT IS NOT VALID UNTIL SIGNED AND DATED BY BOTH PARTIES 30 ATTEST: Priscilla A. Thompson City Clerk Date: / ( -16 Approved as to Insurance 1. ail ��L' piCL Gary Reshefsky, Interim Director Risk Management Administrator 7-NJ City of Miami' a municipal corporation of the State of Florida By: Carlos A. Migoya, City Manager Approved as to Form and Correctness: Julie 0. Bru, City Attorney 1 ' AGENCY NAME: ACTIVITY: FUNDING SOURCE: AMOUNT: TOTAL ACTIVITY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES): PROPOSED ACCOMPLISHMENT:UNITS: ACCOMPLISHMENT UNITS: TYPE: APPROVED CITY OF MAW 06R ISLAND PHASE II, MILTRINIT RESIDENTIAL . CDBO DR 2605 TT. LITIVIMMEIMMEEM $661,175 $661,175 24 24 HOUSING UNITE ATTACHMENT*A' QUARTER 1ST QUARTER ACTtON STEP CATEGORY CUMULATIVE CUMULATIVE PERCENTAGE OF QUARTERLY COMPLETION SERVICE UNITS APPROVED APPROVED .. CUMULATIVE PROJECTED PAYUENT•LEVEL APPROVED ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF COMPLETION SERVICE UNITS REIMBURSEMENTS JAN 2011 FINAL PHASE OF ENVIRONMENTAL REVIEW:OBTAIN ENVIRONMENTAL CLEARANCE LOAN CLOSING BETWEEN CITY AND OWNER ROUTING OF LOAN DOCUMENTS PRE -CONSTRUCTION MEETING NOTICE OF COMMENCEMENT SUBMITTAL OF QUARTERLY PROGRESS REPORTS " •: 10.0 .. 0 .. 4150,000 - . 2ND QUARTER APRIL2011 REHABILITATION UNDERWAY SECTION 3 AND DAVIS BACON COMPLIANCE DRAW SUBMITTAL AND PROCESSING MONITOR CONSTRUCTION ACTIVITY SUBMITTAL OF QUARTERLY PROGRESS REPORTS ... . ... .. • 0.0.'. - .. . _ . • 62 . . . ' S250,000 - - 3RD QUARTER DULY 2011 REHABILITATION UNDERWAY SECTION 3 AND OAVIS BACON COMPLIANCE DRAW SUBMITTAL AND PROCESSING MONITOR CONSTRUCTION ACTIVITY AFFIRMATIVE MARKETING OF UNITS SUBMITTAL OF QUARTERLY PROGRESS REPORTS . V PAGE 1 OF 2 AGENCY NAME, ACTIVITY: FUNDING SOURCE: AMOUNT: TOTAL ACTIVITY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES): PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: APPROVED CITY OF MIAM I D6K ISLAND PHASE II, MULTI -UNIT RESIDENTIAL C080 DR 2005 ATTACHMENT 'A' ( iv'.1� i {�tt84175 S881,175 $681 175 24 24 HOUSING UNITS QUARTER ACTION STEP CATEGORY CUMULATIVE • CUMULATIVE - PERCENTAGE OF OUARTERLY COMPLETION SERVICE UNITS APPROVED APPROVED CUMULATIVE PROJECTED PAYMENT LEVEL APPROVED - - • ACTUAL QUARTERLY ACCOMPUSHMENTS CUMULATIVE - CUMULATIVE CUMULATIVE PERCENTAGE OF COMPLETION SERVICE UNITS REIMBURSEMENTS 4TH QUARTER HFCFURFR M01 SUBSTANTIAL COMPLETION OF WORK SCOPE SECTION 3 AND DAVIS•BACON COMPLIANCE LEASE UP OF 24 UNITS CLOSE OUT PROJECT SUBMITTAL OF OUARTERLY PROGRESS REPORTS • . .... 70.0 . . • 0 • S161,175.. .. - ... ... THE PROJECt`S CONSTRUCTION SCHEW LE OR- OA11T CHART MUST BE SUBMITTED TO OCED BY PROJECTED COMPLETION DATE MAY GO BEYOND JUNE 2010. 1ST QUARTER• 2ND QUARTER 3RD QUARTER 4TH QUARTER 5TH QUARTER BTH QUARTER 7TH QUARTER 8TH QUARTER TOTAL PROJECT COSI PRE -DEVELOPMENT (PRE -CONSTRUCTION) 12%OF TOTAL PROJECT COST (MAXIMUM ALLOWED) CONSTRUCTION COSTS - 88% OF TOTAL PROJECT COST OCED FUNOIHS PRE -DEVELOPMENT (PRE -CONSTRUCTION) 12% OF OCED FUNDING (MAXIMUM ALLOWED) CONSTRUCTION COSTS • BB% OF OCED FUNDING 8150,000 S250,000 $300,000 $161,175 S0 SO SD S881,175 S881,175 S861,175 £881,175 PLEALE co IRT AMR THE CELLS DUOED IN GREEN (A8CYq. EACH CONTAINS A FORMULA PAGE 2 OF 2 APPROVED AGENCY NAME: CITY OF MIAM ACTIVITY: DRI Habitat FUNDING SOURCE: COBO DR 2005 AMOUNT: TOTAL ACTIVITY COSTS: �1 ,72S nro ? .'!'', ., TOTAL AVAILABLE FUNDING (ALL SOURCES): 5705,725 PROPOSED ACCOMPLISHMENT UNITS: 8765,75 ACCOMPLISHMENT UNITS: TYPE: HOUSING UNITS ATTACHMENT 'A' QUARTER ACTION STEP CATEGORY . APPROVED APPROVED APPROVED 1ST QUARTER JAN 2011 DRAFTING OF LOAN AGREEMENT OBTAIN INCOME CERTIFICATION FOR HOMEOWNER 05 IDENTIFY HOMEOWNER 06 AND OBTAIN INCOME CERTIFICATION CLOSING LOAN BETWEEN CITY, HABITAT AND INDIVIDUAL HOMEOWNERS SUBMITTAL OF QUARTERLY PROGRESS REPORTS CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF QUARTERLY PROJECTED COMPLETION SERVICE UNITS PAYMENT LEVEL ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATIVE CUMULATNE PERCENTAGE OF COMPLETION SERVICE UNITS REIMBURSEMENTS 2NO QUARTER APRIL 2010 PRECONSTRUCTION MEETING WITH SELECTEDCONTRACTOR(S) NOTICE OF COMMENCEMENT SECTION 3 COMPLIANCE SUBMITTAL OF QUARTERLY PROGRESS REPORTS 0.0 ` 50 10.0 3RD QUARTER JULY 2010 REHABILITATION UNDERWAY DRAW SUBMITTAL AND PROCESSING SECTION 3 COMPLIANCE SUBMITTAL OF QUARTERLY PROGRESS REPORTS D S300,060 PAGE 1 OF 2 APPROVED AGENCY NAME: CITY OF MIAMI ACTIVITY: DRI HEbNal FUNDING SOURCE: CDBO DR 2005 AMOUNT: TOTAL ACTMTY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES): PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: EVEMATREIM 5785,725 1785,725 5 HOUSING UNITS • »:,A-1414I:t' ATTACHMENT 'A' QUARTER ACTION STEP CATEGORY APPROVED . APPROVED APPROVED 4TH QUARTER ncT NH% COMPLETION OF REHABILITATION SECTION 3 COMPLIANCE CLOSE OUT OF PROJECT SUBMITTAL OF QUARTERLY PROGRESS REPORTS CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF QUARTERLY PROJECTED COMPLETION SERVICE, UNITS PAYMENT LEVEL ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE . CUMULATIVE . CUMULATIVE PERCENTAGE OF • COMPLETION . SERVICE UNITS REIMBURSEMENTS NOTE: THE PROJECTS CONSTRUCTION SCHEDULE -OR- GANT CHART MIST BE SUBMITTED TO OCED BY PROJECTED COMPLETION DATE IS BEFORE JUNE 2010. 1ST QUARTER 2ND QUARTER 3110 QUARTER 4TH QUARTER 5TH QUARTER 6TH QUARTER 7TH QUARTER 8TH QUARTER TOTALPROJECT COST PRE DEVELOPMENT (PRE -CONSTRUCTION) 12%0F TOTAL PROJECT COST (MAXIMUM ALLOWED) CONSTRUCTION COSTS • 88%0F TOTAL PROJECT COST EDIUNINI PRE -DEVELOPMENT (PRE -CONSTRUCTION) 12%OF OCED FUNDING (MAXIMUM ALLOWED) CONSTRUCTION COSTS • 88% OF OCED FUNDING 100.0 . SO 8300,000 8300,000 8185,725 80 SO 8785,725 • 8785,725 $785,725 80 $785,725 PLEASE CO NOPALTER THE CELLS %LADED N OREEN µ0DV6). EACH COMM A FORM ULA $185,226, PAGE 2 OF 2 APPROVED AGENCY NAME: CITY OF MAN ACTIVITY: MIAMI JEWISH HEALTH SYSTEMS FUNDING SOURCE. CDBD DR 2005 AMOUNT: TOTAL ACTIVITY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES): PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: IMISMZA.L"WEVYl!iMRMIDI 1990,550 S990,550 • 10 HOUSING UNITS ATTACHMENT 'A' CUMULATIVE CUMULATIVE • CUMULATIVE PERCENTAGE OF QUARTERLY . . PROJECTED COMPLETION SERVICE UNITS PAYMENT LEVEL QUARTER ACTION STEP CATEGORY APPROVED APPROVED • APPROVED 1ST QUARTER JAN 2011 OBTAIN FINAL APPROVAL OF PROCUREMENT DRAFTING OF LOAN DOCUMENTS BY CITY ATTORNEYS OFFICE CLOSING LOAN BETWEEN CITY AND OWNER PRE -CONSTRUCTION MEETING NOTICE OF COMMENCEMENT SUBMITTAL OF QUARTERLY PROGRESS REPORTS ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF • COMPLETION SERVICE UNITS REIMBURSEMENTS 2ND QUARTER APRIL 2011 3RD QUARTER JULY 2011 WORN UNDERWAY DRAW REQUEST AND PROCESSING SECTION 3 AND DAVIS BACON COMPLIANCE MONITOR WORN COMPLETED SUBMITTAL OF QUARTERLY PROGRESS REPORTS WORK UNDERWAY SECTION 3 AND DAVIS BACON COMPLIANCE DRAW REQUEST AND PROCESSING MONITOR WORK COMPLETED SUBMITTAL OF QUARTERLY PROGRESS REPORTS 0. 0 0..: ,.• fd00,000 • PAGE 1 OF 2 AGENCY NAME: ACTIVITY: FUNDING SOURCE: AMOUNT: TOTAL ACTIVITY COSTS: TOTAL AVAILABLE FUNDING (ALL SOURCES): PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: APPROVED CITY OF MIAMI NAM JEWISH HEALTH SYSTEMS C080 DR 200S $990,550 $890550 60 'HOUSING UNITS ATTACHMENT 'A' QUARTER 4TH QUARTER OCTOBER2011 ACTION STEP CATEGORY WORN COMPLETED SECTION 3 AND DAVIS•BACON COMPLIANCE CLOSE OUT CONTRACT SUBMITTAL OF QUARTERLY PROGRESS REPORTS CUMULATIVE CUMULATIVE CUMULATIVE . PERCENTAGE OF QUARTERLY PROJECTED COMPLETION SERVICE UNITS PAYMENT LEVEL' APPROVED , APPROVED APPROVED ACTUAL QUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF COMPLETION SERVICE UNITS REIMBURSEMENTS NOTE: THE PROJECT'S CONSTRUCTION SCHEDULE OR. GANT CHART MUST BE SUBMITTED TO OCED BY PROJECTED COMPLETION DATE MAY GO BEYOND JUNE 2010. 1ST OUARTER 2ND QUARTER 3RD QUARTER NTH QUARTER 5TH QUARTER 6TH QUARTER 7TH QUARTER 8TH QUARTER COST PRE -DEVELOPMENT (PRE -CONSTRUCTION) 12%OF TOTAL PROJECT COST (MAXIMUMJECT AL OWED) CONSTRUCTION COSTS .88%OF TOTAL PROJECT COST FUNDING PRE -DEVELOPMENT (PRE -CONSTRUCTION) 12%OF OCED FUNDING (MAXIMUMDALLOWED) CONSTRUCTION COSTS • 88% OF OCED FUNDING 50 50 ,ua $590,650 SD So 50 4990,550 $990,550 f990,650 $800,000 PLEASE DONOT ALMA THECE1LYS11ADED IN GREEN UBOVQ. EAU1 CONTAINS A FORMULA S600,550 PAGE 2 OF 2 CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT COST ALLOCATION BUDGET CDBG-SDR II ATTACHMENT B FINANCING SOURCES CODE CITY 4020 4010 HARD COSTS D&K Island (Phase II) Habitat for Humanity Miami Jewish Health Systems Total Amount: 0 0 0 COUNTY CDBG_DR 2005 TOTAL COSTS 861,175.00 785,725.00 990,550.00 2,637,450.00 861,175.00 785,725.00 990,550.00 2,637,450.00 Administration Salaries FICA Retirement Insurance Other Expenses Total Amount: 0 109,173.00 109,173.00 0 8,352.00 8,352.00 0 8,734.00 8,734.00 0 7,096.00 7,096.00 0 5,459.00 5,459.00 138,814.00 138,814.00 TOTAL PROJECT COST $ 2,776,264.00 $ 2,776,264.00 M1AMMADE ATTACHMENT B-1 INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR CONSTRUCTION AND MAJOR REHABILITATION ACTIVITIES Contractor shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Contractor or its employees, agents, servants, partners principals or subcontractors. Contractor shall pay all claims and losses in connection therewith and shall investigates and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. The Contractor shall furnish to Miami -Dade County, c/o Office of Community and Economic Development, 701 NW 1 S` Court, 14th Floor, Miami, FL 33136, Certificate (s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the Contractor as required by Florida Statute 440. B. Public Liability Insurance on a comprehensive basis in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non -owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. D. Completed Valued Builder's Risk Insurance on an "All Risk" basis in an amount not less than one hundred (100%) percent of the insurable value of the building(s) or structure(s). The policy shall be in the name of Miami -Dade and the Contractor. E. Professional Liability Insurance in the name of design professional for this project, in an amount not less than $250,000 with the deductible per claim, if any, not to exceed 10% of the limit. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida", issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates of will indicate that no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. Recipient Name: Activity Name: Activity ID # : Performance & Benefit Data: Housing Supplement to Quarterly Expenditure and Progress Report • FY 2010 HUD Activity Matrix Code: Activity Category: HUD Matrix Code Description: Accomplishment Type: Reporting Period .._ 1st Quarter [Jan -Marl ■ 2nd Quarter [Apr -Jun] ■ 3rd Quarter [Jul -Sept] ■ 401 Quarter [Oct -Dec] / Annual Report ■ HOME FUNDED; PROJECTS ONLY °'DIristi ictions:Check the box thit rwnesponds io the HOME tenure type, complete.the 'appropriate Form, &attach it to this report.] ❑ Rental - 8 Rental Set Up & Completion Form ❑ Homebuyer - t Homebuyer Set Up & Completion Form ❑ Tenant -Based Rental Assistance - 8 Tenant Based Rental Assistance Set Up Form ❑ Homeowner Rehab - kg Homeowner Rehab Set Up & Completion Form PROJECT TYPE �! pnstructions:Check the boxytiatcoriesponds:totheactivityprojecttype) r NUMBER'OF_UNITS.COMPLETED FOR PROGRAM YEAR ❑ Construction of Rental Units ❑ Rehabilitation of Rental Units ❑ Acquisition / Construction New Homeowner ❑ Homeowner Rehab Units ❑ Direct Financial Assistance to Homebuyers Total number of Rental Units: Total number of Owner Units: Total number Homebuyer Households: 1rCRO MULTI -`UNIT ACTIVITY Activity St't=up & Completion Information' (Nlulti-unit housing isdefined as twoor more units nerstructure] Units Total Occupied Occupied Low / Mod Number of Units at Start Number of Units Expected at Completion Number of Units Actually Completed Instructions: Indicate if this activity is limited to one of more of the items listed below by placing an °x° for each that applies. CDBG Housing Rehabilitation Installing Security Devices Installing Smoke Detectors Performing Emergency Housing Repairs Providing Supplies and Equipment for Painting Houses Operating a Tool Lending Library DISPLACEMENT INFORMATION:' • Type Census Tract or City White Black Hispanic Asian 1 Pacific American Indian 1 Alaskan Displaced From Remaining In Relocated To REPLACEMENT: INFORMATION: <<. Type Demolished / Converted Address Replacement Address Number of Bedrooms Agreement Execution Date Available Date P RFQRMANCE MEASUREMENT $r ACCOMPLIHMENT-INFORMATION ;(Applicability 77ifs section mest be completed forau 'Rental and Homeowner acemtiesj 1. Number of Affordable Units: c) Number of Bedrooms: a) Units occupied by elderly: b) Years of Affordability: d) Number of units subsidized with project -based rental assistance by another Federal, state or local program: e) Number of units designated for persons with HIV/AIDS, including units receiving assistance for operations: / Number of units for the chronically homeless: f) Permanent housing units designated for homeless persons & families, including units receiving assistance for operations: / Number of units for the chronically homeless: 2. Number of Section 504 Accessible Units: 3. Number of Units qualified as Energy Star: Performance & Benefit Data: Housing Supplement to Quarterly Expenditure and Progress Report • FY 2010 The following questions are.for Rehabilitation Activities only 4. Number of units brought from substandard condition (HQS or local code): 5. Number of units brought into compliance with lead safety rules (24 CFR Part 35): w The following question is for Rental Rehabilitation Activities only 6. Number of units created through conversion of non-residential to residential buildings: Tti"e.followingquestion+8s for Acgtiisltion / Constructtori New Homeowner Activities. only 7. Number of households previously living in subsidized housing: IRECT FINANCIAL ASSISTANCE TO_HOMEBUYERS 1. Number of first-time homebuyers: a) Of those, number receiving housing counseling: 2. Number receiving Down Payment Assistance / Closing Costs: DIRECT BENEFICIARY :INFORMATION ;• NUMBER OFHOUSEHOLDS ASSISTED Instructions: Indicate the total number of households or persons served in each Racial Category for this reporting period and the cumulative total. From the total number depicted in each Racial Category, indicate the numbers that are of Hispanic Ethnicity for this reporting period and the cumulative total. --: RACIAL CATEGORIES `'ETHNIC'CATEGORY~ Total Number This Quarter Cumulative Racial Categories [Households or Persons] White [11] Black / African American [12] Asian [13] American Indian I Alaskan Native [14] Native Hawaiian / Other Pacific Islander [15] American Indian /Alaskan Native & White [16] Asian & White [17] Black / African American & White [18] American Indian or Alaskan Native & Black / African [19] Other Multi Racial [20] 4 Totals Total Number Hispanic This Quarter Cumulative Total # F. rHbiisehold•Income. ....Category?..: . t, Extremely Low (30% or less) Low (31 % - 50%) Moderate (51% - 80%) Non Low/Mod (81% or greater) Total Other Beneficiary,Data Total Number of Households Benefiting from the Activity Number of Female Headed Households • Total # ;UNDING:'SOURCES °•.'I_everaging'of funds'(otherFunding 5ources]''< CDBG Funds 1. $ HOME Funds 2. $ ESG Funds 3. $ Section 108 Loan Guarantee Funds 4. $ Other Federal Funds 5. $ State / Local Funds 6. $ Private Funds 7. $ Other 8. $ Total Funds $ Description of Other Funds (#8 ) COMMENT? As.a .applicable b �! REQUIREDATTACHMEN.TS[ PP Y . a ptivitYlYPe): '1) Certificate. of Occupancy or Completion; 2) Declaration. of Restrictive Covenants; 3) Special Warranty :.Deed(s);:4) HOME Completion Report (by activiity;type) :5) Documentation ofEtigiblej I (Occupancy (income household -size data); 6) Rent Charged (rental housing only) 7) Property Standards & Long Terri Use Restrictions; 8) Written Agreement with'.landbnil developer depicting' total number of units &number to be -occupied by LMI persons; 9) Final Sources '& Uses Statement; & 10) any other required documentation as depicted in the Contractor Scope of Services. Report Prepared by: Print Name Signature of Certifying Official: Title: Title: Date: Date: Performance & Benefit Data: Housing Supplement to Quarterly Expenditure and Progress Report • FY 2010 Reporting. Period: ❑ 1s' Quarter [Jan -Mar] ❑ 2nd Quarter [Apr -Jun] QUARTERLY EXPENDITURE AND PROGRESS REPORT. FY 2010 ❑ 3rd Quarter [Jul -Sept] ❑ 4th Quarter [Oct -Dec] / Annual Report Section I: General Information Recipient Name (Organization): Contact Person (Name & Title): Activity Name (Project Title): Activity Address: Activity Description: Telephone Number: Activity ID # : Index Code: Funding Source: Funded Amount: $ Activity Category: ❑ Administration ❑ Capital Improvement ❑ Economic Development ❑ Historic Preservation ❑ Housing ❑ Public Service Objective: ❑ Create suitable living environments ❑ Provide decent affordable housing ❑ Create economic opportunities Outcome: ❑ Availability/Accessibility ❑ Affordability El Sustainability Section 'I l: Financial Information A B C D E F G H CATEGORY APPROVED BUDGET TOTAL EXPENDED [This Quarter) ACTUAL EXPENDITURES CUMULATIVE [Through end of this quarter) REIMBURSED CUMULATIVE [Through end of this quarter] CUMULATIVE PERCENTAGE IB & DI PROJECTED EXPENDITURES [Next Qua'terj PROJECTED CUMULATIVE EXPENDITURE [By end of Contract Period] Personnel $ $ $ $ % $ $ Contractual $ $ $ $ % $ $ Operating Costs $ $ $ $ % $ $ Commodities $ $ $ $ % $ $ Capital Outlay $ $ $ $ % $ $ TOTAL $ $ $ $ % $ $ Program Income • The disposition of Program Income not specifically listed in the approved Program Income budget requires prior written approval from DHCD. 1. Does this activity generate Program Income? El Yes ❑ No 2. If yes, indicate the amount generated this quarter. $ 3. If yes, was written approval granted by DHCD to use the Program Income generated from this activity? ❑ Yes ❑ No ❑ N/A It yes, to attach copy of approval letter and related documents. If no, a written request for approval to use the Program Income must be submitted to DHCD —or— a check payable to Miami - Dade County for the generated Program Income must be submitted quarterly in accordance with the terms of the contract. • Check Attached? ❑ Yes ❑ No ❑ N/A ACTIVITY STATUS AND ACCOMPLISHMENT INFORMATION 1. Activity Status: El Cancelled ❑ Underway El Completed 2. Environmental Status: ❑ A=Exempt ❑ C=Completed El D=Underway 3. Is this activity still in compliance with the original project schedule? El Yes ❑ No Section III: ❑ Work in Progress ton -going Activities ] • ❑ Accomplishment Narrative .[Activity Completed j I Check appropriate box and reference the Scope of Services, included inpur contract, as the basis for reportin jhe work in progress or accomplished in a brief narrative format. [ ig Attach Scope of Services] Section IV: Other Supporting EffortS • Provide a descriptiori, using quantifiable data, of all other supporting efforts that have begun, partially implemented, or completed during this period. 7 QUARTERLY EXPENDITURE AND PROGRESS REPORT. FY 2010 {Section V: Problems Encountered • Provide a brief description of any problems or delays encountered during this period or anticipated. Section VI: Technical Assistance • If your organization has a need or anticipate a need for technical assistance during this period, please describe the. nature of the assistance required. Section VII: Performance Measurement Accomplishment Type: ❑ People [01] ❑ Households [041 ❑ Businesses [081 ❑ Organizations [og] ❑ Housing Units [10[ D Public Facilities [11] ❑ Jobs [13] National Objective: ❑ Area Wide Benefit [e.g. LMA, LMAFI, LMASA, SBA] -or- ❑ Direct Benefit [e.g. LMC, LMH, LMJ] Achievements: ❑ Yes ❑ No • Type: ❑ Housing . j Housing Units Owner r Rental r Buyer Total Projected Goal I ' I r r- ! Actual This Quarter* Actual Cumulative r i P j *Supplemental Form 8 Required - Attached Y / N : (1) Performance & Benefit Data Housing Note: HOME funded projects must submit applicable activity set-up form. Achievements: ❑ Yes No • Type: ❑ People or ❑ Households IPeople Pi Households t Total People j Low! Mod Total Households I Female Low! Mod j Headed Projected Goal I I Actual This Quarter* t [ I 1 . Actual Cumulative r i 1 *Supplemental Form a Required - Attached Y / N : (1) Performance & Benefit Data: Public Service & Administration ■ -or- (2) Performance & Benefit Data: Capital Improvement & Public Facilities ■ -or- (3) Performance & Benefit Data: Housing ■ Achievements:.❑ Yes ❑ No • Type: ❑ Jobs or ❑ Businesses Jobs Created FT JobsJ Low! Mod j PT Jobs I Lowl ModJ Total Projected Goal J J J Actual This Quarter* + Actual Cumulative J Jobs Retained FT Jobs J Low / Mod ; PT Jobs Low / Mod I. Total � *Supplemental Form [ Required - Performance & Benefit Data: Economic Development - Attached Y / N :1_ PERFORMANCE CERTIFICATION: ❑ This certifies that No Accomplishments occurred during this Quarter. Initials NOTE: Submittal of Supplemental Form — Performance & Benefit Data is not required at this time based on the certification that no accomplishments occurred during this quarter. CERTIFICATION This is to certify that the data and other information provided in this Report is correct, based on official accounting system and records, and that expenditures and obligations shown have been made for the purpose of and in accordance with applicable Terms and Conditions of the Contract and Funding Requirements. Report Prepared by: Title: Date: Print Name Signature of Certifying Official: Title: Date: FOR DHCD USE ONLY Report ❑ is / ❑ is not complete • Report ❑ is / ❑ is not accurate • Initial review for completeness and accuracy completed by: Name: Date: Name: Date: Team Leader / Supervisor Contracts Officer Activity IDIS Number: QUARTERLY EXPENDITURE AND PROGRESS REPORT INSTRUCTIONS, DEFINITIONS & ACRONYMS QUARTERLY EXPENDITURE & PROGRESS REPORT -Page One - Instructions Reporting Period: Enter "X" in the box that corresponds with the appropriate reporting period for this report. Section I: General Information 1. Recipient Name: Fill in the appropriate Agency / Organization Name. 2. Contact Person: Fill in the Contact Person's Name and Title. 3. Telephone Number: Fill in the Telephone Number of the Contact Person. 4. Activity Name (Project Title): Enter the name of the activity. 5. Activity Address: Enter the complete address of the location where the activity is taking place. 6. Activity Description: Enter brief description of the activity (120 characters maximum). 7. Activity ID #: Enter Activity ID No. of the activity. 8. Index Code: Enter the Index Code from FAMIS. 9. Funding Source: Enter the funding source (e.g. CDBG 06, CDBG DR 07, ESG 07, HOME 98, HOME CHDO 08, etc.). 10. Funded Amount: Enter the total funded amount of the activity, include additional awards (same funding source) if applicable. 11. Activity Category: Enter "X" in the box that corresponds with the appropriate Category of the activity (e.g. Housing, Economic Development, etc.). 12. Objective: Enter "X" in all that apply for the primary objective the activity is designed to provide. 13. Outcome Enter "X" in all that apply for the primary outcome the activity is designed to provide. Section II: Financial Information 1. Column B: Enter amount budgeted for the activity in each category of the approved budget (or most recent approved budget amendment). 2. Column C: Enter amount expended for the activity in each category during this reporting period. 3. Column D: Enter the actual cumulative expenditures from beginning of the contract through the end of this reporting period for each category. 4. Column E: Enter the cumulative amount reimbursed from beginning of the contract through the end of this reporting period for each category. 5. Column F: Enter the cumulative percent of expenditures for each category by dividing each amount in column D (Actual Cumulative Expenditures) by the corresponding amounts as shown in column B (Approved Budget). Example — If Column D shows $5,000 expended to date in the Personnel Category and Column B shows $20,000 in the Approved Budget for this category, then the percentage in Column F would be 25%. 6. Column G: Enter amount of projected expenditures in each category for the next quarter (reporting period). 7. Column H: Enter amount of projected cumulative expenditures in each category from beginning of the contract through the end of the contract period. 8. Total: Please include totals at the bottom of each column B through H. 9. Generate Program Income?: Enter "X" in the "Yes" box if this activity is expected to generate Program Income; otherwise enter "X" in the "No" box. 10. if the response is "Yes" to Program Income: Indicate the amount of program income generated during this reporting period; if the answer was "No" enter N/A. 11. If Program Income is generated: Enter "X" in the "Yes" if DHCD approved use of the Program Income & provide copy of written approval letter along with all related documents. Otherwise, enter 'X" in the "No" box and submit a written request for approval —or— a check payable to Miami -Dade County for the generated Program Income. ACTIVITYSTATUSAND ACCOMPLISNMENTiNFORMATION 1. Activity Status: Enter "X" in box that corresponds with the appropriate status of the activity [Cancelled, Underway, or Completed]. Please note that an activity is considered complete once it meets its national objective, all accomplishments have been reported, and ail the funds are drawn from IDIS. 2. Environmental Status: Enter "X" in the box that corresponds with the appropriate status of the activity [A=Exempt, C=Completed, or D=Underway] 3. Compliance with Original Project Schedule: Enter "X" in the "Yes" box if the activity complies with the original project schedule; if not enter "X" in the "No" box. Section III: Work in Progress Provide a brief narrative description of work in progress during this reporting period. For example - • Housing - During this period architectural drawings were completed, building department approved drawings, environmental approval received, plat filed with the County, and construction is expected to begin next quarter. • Economic Development • Fifteen jobs were created during the reporting period, five additional jobs are expected to be created by next quarter. • Capital Improvement - 75% of construction of the childcare center completed this reporting period. Project on schedule and is expected to be completed by next quarter. Section IV: Other Supporting Efforts Provide a brief narrative description of all other supporting efforts that have begun, partially implemented, or completed during this reporting period. Include quantifiable data whenever appropriate. In addition, other expenditures of funds, including local match and leverage contributions, should be depicted here. QUARTERLY EXPENDITURE & PROGRESS REPORT — Page Two - Instructions, Section V: Problems Encountered Provide a brief narrative description of any problems or delays that may have been encountered during this reporting period or that are anticipated in the next quarter. Report any problems that may impact the project as originally proposed, including but not limited to changes in Scope of Services, beneficiaries, target area, or other proposed outcomes. Recipients are encouraged to notify the Contracts Officer to report/discuss any problems encountered in order to resolve them as quickly as possible. Section VI: Technical Assistance This section is reserved for recipients to request Technical Assistance of any nature related to the funded activity. QUARTERLY EXPENDITURE AND PROGRESS REPORT INSTRUCTIONS, DEFINITIONS & ACRONYMS Section VII: Ferformance Measurement •1. Accomplishment Type: Enter "X" in the box that corresponds to with the actual accomplishment type of this activity [People, Households, Businesses, Organizations, Housing Units, Public Facilities, or Jobs]. 2. National Objective: Enter "X" in the box that corresponds with the National objective of this activity. Refer to Attachment A in the Contract to locate the National Objective for the activity —or= contact the Contracts Officer to obtain this information. Code Beneficiary Type ATIONA013JECTNE CODE$ & DESCRIPTIONS Description 24 CFR Citation LMA Area Basis Benefit Low/Mod Area Benefit 570.208(a)(1) LMAFI Area Basis Benefit Low/Mod Area Benefit, Community Development Financial Institution (CDFI) 570.208(d)(6)(i) LMASA Area Basis Benefit 7 Low/Mod Area Benefit, Neighborhood Revitalization Strategy Area 570.208(d)(5)(i) LMC Direct Benefit Low/Mod Limited Clientele Benefit 570.208(a)(2) LMCMC Direct Benefit Low/Mod Limited Clientele, Microenterprise 570.208(a)(2)(iii) LMCSV Direct Benefit Low/Mod Limited Clientele, Job Service Benefit 570.208(a)(2)(iv) LMH Direct Benefit Low/Mod Housing Benefit 570.208(a)(3) LMHSP Direct Benefit Low/Mod Housing Benefit, CDFI or Neighborhood Revitalization Strategy Area 570.208(d)(5)(ii) 570.208(d)(6)(ii) LMJ Direct Benefit Low/Mod Job Creation/Retention 570.208(a)(4) LMJFI Direct Benefit Low/Mod Job Creation/Retention, Public Facility/Improvement Benefit 570.208(a)(4)(iv)(F) LMJP Direct Benefit Low/Mod Job Creation, Location Based 570.208(a)(4)(iv) SBA Designated Area Basis Slum/Blight Area Benefit 570.208(b)(1) SBR Urban Renewal Area Slum/Blight in an Urban Renewal Area 570.208(b)(3) SBS Spot Basis Slum/Blight Spot Basis 570.208(b)(2) URG Urgent Need Urgent Need 570.208(c) The data in this section is required on a quarterly basis for the reporting period and cumulative (from the beginning of the contact period through the quarter being reported). If there are no accomplishments during the reporting period, the data for this Quarter and Cumulative may be left blank, and the Recipient must complete the Performance Certification check box for No Accomplishments" 3. Total Housing: Housing activities that Construct or Rehabilitate Rental Units, Acquire and/or Construct New Homeowner Units, Rehabilitate Homeowner Units, or provide Homeowner Counseling and Direct Financial Assistance to Homebuyers must complete this section if any accomplishments are achieved in the reporting period and complete the Supplemental Form, "Performance and Benefit Data: Housing". 4. Total People or Households: Activities that provide Public Services or Administrative (e.g., Fair Housing Activities) must complete this section if any accomplishments are achieved in the reporting period and complete the Supplemental Form, "Performance and Benefit Data: Public Services —or- Administration". Capital Improvement and Public Facilities Activities must complete this section if any accomplishments are achieved in the reporting period and complete the Supplemental Form, "Performance and Benefit Data: Capital Improvement & Public Facilities". 5. Total Jobs: Activities that create or retain jobs, and/or provide assistance to businesses, must complete this section if any accomplishments are achieved in the reporting period and complete the Supplemental Form, 'Performance and Benefit Data: Economic Development". 6. Performance Certification: The Performance Certification check box for "No Accomplishments" must be checked and initialed by the Certifying Official if there have been no accomplishments during the reporting period. This item certifies that there have been no accomplishments during the reporting period and the Recipient is excused from providing any further accomplishment information on the activity status as required by HUD. Reference HUD "Notice of Outcome Performance Measurement System for Community Planning and Development Formula Grant Programs." A copy of the Notice and additional information about performance measurements is available at the following Zink: http:llwww.hud.govlofficeslcpolaboutlperformance/ . 7. Report Prepared By: The name and title of the report preparer, along with the date, must be completed. 8. Signature of Certifying Official: The Certifying Official of the Recipient must sign the report, his or her title must be entered, and the certification must be dated. SUPPLEMENTAL FORM: PERFORMANCCE:& BENEFIT DATA INSTRUCTIONS' This Performance and Benefit Data Report must be completed and provided to DHCD for any quarter when actual accomplishments are achieved, the activity is completed, and the national objective is met. In addition, direct benefit or area benefit data must be provided as well. Please fill out the requested information completely and accurately as applicable for the funded activity. The following general information is available on Attachment A in the contract: Activity ID, Activity Category, HUD Activity Matrix Code and Description (HUD Activity Type), Accomplishment Type, and National Objective. All reports must include the name of the person preparing the report and the Certifying Official of the Recipient must sign the report, his or her title must be enter, and the reportmust be dated. QUARTERLY EXPENDITURE AND PROGRESS REPORT INSTRUCTIONS, DEFINITIONS & ACRONYMS UBLICSERVICES or,ADMINISTRATION ITAL IMPROVEMENT&'PUBLIC FACILT Project Category [required]: Enter "X' in the box that corresponds with the funded project type. Accomplishment Type / Measures [required]: Enter "X' in the box that corresponds with the funded project type. Accomplishment Units Completed [required]: Indicate the number of persons or households served and number that are low/mod income. Performance Measurement & Accomplishment Information [required] (1) Indicate the total number benefiting from the activity. (2) Indicate method used to count the number benefiting from the activity — by Households served or Persons served. (3) Of those assisted, responds to each inquiry — a through c — by providing the number that benefited, and provide the total for all. Direct Benefit Information [required]: Beneficiary information must be provided in this section for activities having a national objective of LMC, LMCMC, LMCSV, LMH, LMHSP, LMJ, LMJFI, or LMJP. Otherwise, complete the Area Benefit Information section. Provide information for actual number of households or persons assisted, for this reporting period and the cumulative total. Also, provide requested information in the Income Category and Other Beneficiary Data Sections. Area Benefit Information [required]: If applicable for funded activity. Funding Sources 1 Leveraging of Funds [required] HOME Funded Projects Only [required]: Enter'X' in the box that corresponds with the funded HOME tenure type, complete the corresponding Form, & attach it to the report. Project Type [required]: Enter'X' in the box that corresponds with the funded project type. Number of Units Completed [required]: Indicate total number of Rental Units, Owner Units, or Homebuyer Households completed for the funded activity. CDBG Multi -Unit Activity, if applicable: Provide all requested information for both charts in this section. Displacement Information, if applicable: Provide all requested information in the chart. Replacement Information, if applicable: Provide all requested information in the chart. Performance Measurement & Accomplishment Information [required], all applicable sections must be completed (1) Provide number of Affordable Units and respond to each inquiry — a through f — by providing the requested information (2) Provide number of Section 504 Accessible Units (3) Provide number of units qualified as Energy Star (4) Provide number of units brought up to HQS/Local Code (Rehab only) (5) Provide number of units brought in compliance with lead safety (Rehab only) (6) Provide number of units created through conversion of non-residential to residential buildings (Rental Rehab only) (7) Provide number of households previously living in subsidized housing (Acquisition/Construction New Homeowner only) Direct Financial Assistance to Homebuyers, if applicable (1) Provide number of first-time homebuyers and of those, indicate number that received housing counseling (2) Provide number receiving Down Payment Assistance/Closing Costs Direct Beneficiary Information [required] — must be completed for the actual number of households assisted, for this reporting period and the cumulative total. Also, provide requested information in the Household Income Category and Other Beneficiary Data Sections. Funding Sources 1 Leveraging of Funds [required] Required Attachments must be provided, if applicable. Project Type [required]: Enter "X° in the box that corresponds with the funded project type. Measures: Acquisition/Disposition and Clearance/Demolition activities only — Enter "X' in the box that corresponds with the funded activity. Accomplishment Units Completed [required]: Indicate the number of units completed [Structures, Parcels, or Facilities] , number of persons served, and number that are low/mod income Performance Measurement & Accomplishment Information [required] (1) Enter total number benefiting from the activity for the program year. (2) Indicate if the count is by Household or Persons. (3) Of those assisted, respond to each inquiry — a through h — by providing the number that benefited, and provide the total for each section. Direct Benefit Information [required]: Beneficiary information must be provided in this section for activities having a national objective of LMC, LMCMC, LMCSV, LMH, LMHSP, LMJ, LMJFI, or LMJP. Otherwise, complete the Area Benefit Information section. Provide information for actual number of households or persons assisted, for this reporting period and the cumulative total. Also, provide requested information in the Income Category and Other Beneficiary Data Sections. Area Benefit Information [required]: If applicable for funded activity. Funding Sources I Leveraging of Funds [required] Required Attachments must be provided, if applicable ONQMiC DEVELOPMENT=. Note: Jobs data should be prepared as accomplishments take place (as jobs are created) or on a quarterly basis, at a minimum. Job Creation and/or Job Retention Information [responses required for this Accomplishment Type] (1) Complete the Job Creation area if the activity is expected to create jobs; otherwise, complete the Job Retention area if the activity is expected to retain jobs. (2) Indicate the number of jobs created or retained, as applicable, by job type for this reporting period and the cumulative total. (3) Direct Benefit Information — must be completed for the actual jobs created or retained, as applicable, for this reporting period and the cumulative total. Also, provide requested information in the Income Category and Other Beneficiary Data Sections. (4) Number of jobs created with employer sponsored health care benefits (5) Number unemployed prior to taking job created (6) Number of jobs retained with employer sponsored health care benefits (7) Provide explanation if proposed goals are not met Assistance to Businesses [responses required for this Accomplishment Type] (1) Indicate total number of business assisted, of that amount indicate how many are new businesses and the number of existing businesses (2) Of the existing businesses, indicate how many were expanding businesses and the number that were relocating (3) Indicate the number of businesses assisted with facade treatment or business building rehab (4) Indicate the number of businesses that provide goods or services to meet the needs of a service area, etc. (5) Provide the DUNS number for each business assisted [a requirement for any business that receives Federal assistance] Area Benefit Information [required] Funding Sources I Leveraging of Funds [required] Required Attachments must be provided, if applicable. QUARTERLY EXPENDITURE AND PROGRESS REPORT INSTRUCTIONS, DEFINITIONS & ACRONYMS DEFINITIONS & ACRONYMS Area Benefit: Those activities having a national objective of LMA, LMAJI, and LMASA. Beneficiary data is reported by Survey or Census data for the percentage of low- and moderate -income persons in the service area. CDBG regulations specify that 51 percent of the residents of the service area must be LMI. Examples of area benefit activities include street/sidewalk improvements, water/sewer lines, neighborhood facilities, and facade improvements in neighborhood commercial districts. Census Block: A geographic area bounded by visible and/or invisible features shown on a map prepared by the U.S. Census Bureau. A block is the smallest geographic entity for which the Census Bureau tabulates decennial census data. Census Tract: A small, relatively permanent statistical subdivision of a county or statistically equivalent entity, delineated for data presentation purposes by a local group of census data users or the geographic staff of a regional census center in accordance with Census Bureau guidelines. CDBG National Objectives: The authorizing statute of the CDBG program requires that each activity funded except for program administration and planning activities must meet one of three national objectives. All CDBG activities must achieve one or more of these national objectives. • Benefit to low and moderate -income (LMI) persons, • Aid in the prevention or elimination of slums or blight, and • Meet a need having a particular urgency (referred to as urgent need), e.g., existing conditions pose a serious and immediate threat to the health or welfare of the community. In addition, a minimum of 70% of the CDBG program expenditures must meet the LMI benefit national objective. Direct Benefit: Those activities having a national objective of LMC, LMCMC, LMCSV, LMH, LMHSP, LMJ, LMJFI, or LMJP. Beneficiary data is reported by the total number of persons or households benefitting from an activity. DUNS Number: Data Universal Numbering System (DUNS) number is a requirement for any business that receives Federal assistance. If a business does not have one, it should call the DUNS number request line at 1-866-705-5711 to obtain a number. The process is free and takes about ten minutes. ENERGY STAR: ENERGY STAR is a joint program of EPA and DOE to help us all save money and protect the environment through energy efficient products and practices. HUD encourages incorporation of ENERGY STAR qualified products and practices when conducting rehabilitation or constructing new housing. Likewise, ENERGY STAR is a data element for energy conservation activities for the housing indicator categories in the performance measurement system. Extremely Low -Income: Households with annual income less than 30% of the area median income, as established by HUD. The number of household members is used in the determination. Ethnic Categories: HUD and grantees are required to treat ethnicity as a separate category. "Hispanic or Latino" and "Not Hispanic or Not Latino" are designated as separate ethnicity categories. • Hispanic or Latino: A person of Cuban, Mexican, Puerto Rican, South or Central American, or other Spanish culture or origin, regardless of race. The term, "Spanish origin," can be used in addition to "Hispanic or Latino." • Not Hispanic or Not Latino: A person not of Cuban, Mexican, Puerto Rican, South or Central American, or other Spanish culture or origin, regardless of race. Family: All persons living in the same household who are related by birth, marriage, or adoption. Household: All persons occupying the same housing unit. The occupants may be a single family, one person living alone, two or more families living together, or any group of related or unrelated persons who share living arrangements. Housing Quality Standards (HQS): HOS are set acceptable conditions for interior living.space, building exterior, heating and plumbing systems, and general health and safety. The purpose of HQS is to determine whether a housing unit is decent, safe and sanitary. Income: (1) Annual income as defined under Section 8; (2) Annual income as reported under the Census long form; or (3) Adjusted gross income as defined by the IRS Form 1040. Low Mod Job Creation or Retention (LMJ): An activity designed to meet the National Objective of creating or retaining permanent jobs, at least 70 percent of which (computed on a full-time equivalent basis) will be made available to or held by LMI persons. Low Mod Limited Clientele (LMC): An activity carried out to meet the National Objective of benefit to LMI persons. Activities under the LMC category must meet one of the following criteria: • Benefit clientele that is generally presumed to be principally LMI (abused children, battered spouses, elderly persons, severely disabled adults, homeless persons, illiterate adults, persons living with AIDS and migrant farm workers); or • Require documentation on family size and income in order to show that at least 70 percent of the clientele are LMI; or • Have income eligibility requirements limiting the activity to LMI persons only; or • Be of such a nature and in such a location that it can be concluded that clients are primarily LMI. Low Mod Income Area Benefit (LMA): An activity carried out to meet the National Objective of benefit to LMI persons that benefits all residents in a particular target area, where at least 51 percent of the residents are LMI persons. ' Low and Moderate Income (LMI): Low and moderate income means family or household annual income less than the Section 8 Low Income Limit, generally 80 percent of the area median income, as established by HUD. Low -Income Household/Family: A household/family having an income equal to or less than the Section 8 Very Low Income limit (50% of the area median income) as established by HUD. Low Income: Households with annual income less than 50% of the area median income, as established by HUD. Low Mod Housing (LMH): An activity carried out to meet the National Objective of benefit to LMI persons/households, e.g., acquisition, construction, or improvement of permanent, residential structures which, upon completion, will be occupied by LMI households. Matrix Codes: The matrix code indicates how the activity is eligible under CDBG regulations, it generally identifies the purpose for which assistance was provided, and determines the type of accomplishment units that should be reported. Microenterprise: A business that has five or fewer employees, one or more of whom owns the enterprise. Moderate -Income Household/Family: A household/family having an income equalto or less than the Section 8 Low Income limit (80% of area median income) established by HUD, but greater than the Section 8 Very Low Income limit (50% of area median income) established by HUD. QUARTERLY EXPENDITURE AND PROGRESS REPORT INSTRUCTIONS, DEFINITIONS & ACRONYMS Objectives: The objectives capture the range of community impacts that are expected to occur as a result of program activities. There 'are three possible objectives for each activity: 1) Creating Suitable Living Environments, 2) Providing Decent Housing, and 3) Creating Economic Opportunities. Outcomes: The program outcome helps further refine the activity's objective and captures the nature of the type of change sought or the expected result of the activity. There are three possible outcomes: 1) Availability/Accessibility, 2) Affordability, and 3) Sustainability. Period of Affordability: The number of years a homeowner or homebuyer must reside in and retain ownership of an assisted housing unit before the unit may be sold without penalty to the homeowner. Program Income: Any gross income received by the sub recipient that was directly generated from the use of CDBG funds (24 CFR 570.500(a)). Racial Categories: HUD data requests for racial information provides the option of selecting one or more of nine racial categories to identify the racial demographics of the individuals and/or the communities they serve, or are proposing to serve. 1. American Indian or Alaska Native. A person having origins in any of the original peoples of North and South America (including Central America), and who maintains tribal affiliation or community attachment. 2. Asian. A person having origins in any of the original peoples of the Far East, Southeast Asia, or the Indian subcontinent including, for example, Cambodia, China, India, Japan, Korea, Malaysia, Pakistan, the Philippine Islands, Thailand, and Vietnam. 3. Black or African American. A person having origins in any of the black racial groups of Africa. Terms such as 'Haitian" or Negro" can be used in addition to "Black or African American." 4. Native Hawaiian or Other Pacific Islander. A person having origins in any of the original peoples of Hawaii, Guam, Samoa, or other Pacific Islands. 5. White. A person having origins in any of the original peoples of Europe, the Middle East, or North Africa. 6. American Indian or Alaska Native & White. A person having these multiple race heritages as defined above. 7. Asian & White. A person having these multiple race heritages as defined above. 8. Black or African American & White. A person having these multiple race heritages as defined above. 9. American Indian or Alaska Native & Black or African American. A person having these multiple race heritages as defined above. 10. Other Multi -Racial. A person reporting multi -race heritages not included in any of the other nine categories listed above, and that have a total count that exceeds one percent of the population served. Section 504: Section 504 of the Rehabilitation Act of 1973 prohibits discrimination in Federally assisted programs on the basis of handicap. It imposes requirements to ensure that "qualified individuals with handicaps" have access to programs and activities that receive Federal funds. Minimum requirements include, but are not limited to: 1) Removal of Physical Barriers, 2) Provide Program Accessibility, 3) Make Employment Accessible, and 4) Administrative Requirements. Sub recipient: An entity that assists the recipient to implement and administer its program. Sub recipients are generally nonprofit organizations that assist the recipient to undertake one or more activities on behalf of the grantee, such as administer a home rehabilitation loan pool or manage a job -training program. Sub recipients are also referred to as sub grantees. Survey: The survey instrument and methodology must be approved by HUD for the purpose of establishing the percentage of LMI persons in a service area. A survey must meet standards of statistical reliability that are comparable to that of the Decennial Census data for areas of similar size. Additional guidance is available in CPD Notice 05-06. ra a a ['a t.illVilil\ 1 V MIAMI-DADE OFFICE OF COMMUNITY & ECONOMIC DEVELOPMENT (OCED) INFORMATION FOR ENVIRONMENTAL REVIEW FORM INSTRUCTIONS: Per 24 CFR Part 58, the purpose of the environmental review procedures is to foster the implementation of environmentally compatible activities. As a grant or loan recipient, Miami -Dade County will not fund projects that will negatively impact clients, communities, or the environment. Part I. AGENCY AND PROJECT DETAIL 1. Indicate Funding Source: II I CDBG HOMELESS (SRO/SHP) 2. Indicate Fiscal Year. FY 20 3. Name of Subrecipient/Agency: ❑ HOME n EDI f l HOPE VI n BEDI 4. Name of Proposed Activity: 5. Location Address with City, ST and Zip). of Activity or Project: 6. Site Folio Number(s): 7. Commission District(s): 8. Direct Contact information of loan/orant recipient: Name: Address: City: State: Zip: Phone: Fax: Form Revised 10/12/07 9. Detailed description of activity or project: 10. What is the purpose of the activity or project? For example, Public Service, Economic Development, Historic Preservation, Capital Improvement, Housing, etc. 11. What is the status of activity or project? For example, Pre -Development Phase, Rehab/Construction Underway, Rehab/Construction .Completed, etc. Part II. PROJECT OUTCOME Will the activity or r roiect result in the following? YES NO' 1. Change in use 2. Sub -surface alteration (i.e. excavations) 3. New construction 4. Renovation or demolition 5. Site improvements (utilities, sidewalk, landscaping, storm drainage, parking areas, drives, etc.) 6. Building improvements (windows, doors, etc.) 7. Displacement of persons, households or business 8. Increase in population working or living on site 9. Land acquisition 10. Activity in 100-year floodplain 11. A new nonresidential use generating at (east 1,375,000 gallons of water or 687,500 gallons of sewage per day. 12. Use requiring operating permit (i.e. for hazardous waste, pretreatment of sewage, etc.) 13. A sanitary landfill or hazardous waste disposal site 14. Tree removal or relocation 15. Street. improvements 16. The impounding of more than 10 acre feet of water (e.g. digging a lake or diverting or deepening of a body of water). 2 • Part III. SITE SPECIFIC INFORMATION 1. Land Use: Describe the existing and proposed land use: • Existing? • Proposed? 2. Site Plan: Does the proposed activity include a new structure(s) or site improvements on a site of one t11 acre or more? • LI YES ri NO If yes, a site plan must be provided. Project(s) will not be environmentally reviewed without a site plan. 3. Photographs: Does the activity include new construction, renovation or rehabilitation? fl YES (l N0 If yes, photographs must be provided of each side (front, rear and sides) of the structure(s) proposed for assistance and the buildings on the adjacent lots. The photographs shall be identified by address. in addition, provide for each existing structure on the site, the following information: • Existing structure(s) on site? YES I ) NO • Estimated age of structure(s)? 4. Value of Improvements: Does the proposed activity include rehabilitation or renovation of structure(s)? ❑ YES n NO If yes, what is the estimated cost of rehabilitation or renovation? What is the amount sought for funding? In addition, indicate if the estimated value of the improvement represents: n n n 11 0 to 39.9 percent of the market value of the structure(s) 40 to 49.9 percent of the market value of the structure(s) 50 to 74.9 percent of the market value of the structure(s) 75 percent or more of the market value of the structure(s) 5. Phase l Environmental Audits: Does the proposed activity involve the transfer of any property, new construction, major renovations of 75% or more of the structures' market value, or a securing of a loan for nonresidential parcel? I YES U NO If yes, a copy of Phase I Environmental Audit certified to Miami -Dade County must be submitted to determine the likely presence of either a release or threatened release of hazardous substance. An audit is a review of a site and adjacent properties and involves preparing a history of ownership, land use and zoning for the last 50 years; researching environmental records for information on hazardous waste sites, hazardous facilities, solid wastellandfill facilities and underground storage tanks (available through the Department of Environmental Regulations and Management (DERM), Florida Department of Environmental Protection (FDEP) and U.S. Environmental. Protection Agency (EPA)); and site inspection for physical evidence of contamination such as damaged vegetation or stains in the soil. Has a Phase I been performed? YES ❑ NO 6. Environmental Health Information: • If a residential site, and the activity includes or involves rehabilitation, has it been inspected for defective paint surfaces? YES n NO If yes, please submit the results. • Have any child under the age of seven at the site been tested for elevated levels of lead in the body? fl YES ❑ NO If yes, please submit the results. 4 7. Other Site Information: • YES NO 1. Flood insurance required? 2. Public water available on site? 3. Public sewer available on site? 4. Children under 7 years of age residing on site or relocating to site (including day care facility)? 5. Hazardous waste disposal facility? 6. Storage of hazardous materials on site? 7. Abandoned structure(s) on site? Part IV. SUPPLEMENTAL REQUIRED DOCUMENTS Required Submittal Documents: 1. For all projects: Submit street/plat maps that depict location of property in the County and/or City with the location or lot clearly pointed out. 2. For new construction projects: Submit a scope of service, an itemized budget, and a site plan. 3. For housing/building rehabilitation projects only: Submit a scope of service, an itemized budget describing the major components of the rehabilitation program planned, and a photograph of the property. 4. For historic proprieties, include: Submit photographs of the property, and a description of any adjacent historic properties that may be affected by your activity. Part V. CERTIFICATION I certify to the accuracy of the information provided. I understand that all funded activities must have an approved environmental review clearance prior to the commencement of projects. I clearly understand that any omitted andfor incorrect information will delay the initiation of the environmental review process by the OCED staff. As such, l am aware that omitted information could delay the commencement of my organization's project. 1 understand all approved environmental reviews are valid for one (1) year maximum. Print Name Signature Title Name of Organization or Corporation Date Unless otherwise indicated, return completed form and attachments to: Community and Economic Development Division Director Office of Community and Economic Development 701 NW lst Court - 14th Floor Miami, Florida 33136 5 . TYPES OF ACTIVITIES AND ENVIRONMENTAL GUIDELINES TRIGGERED: Type of Activity EXEMPT* CENST** CEST*** EA**** Economic Development New Construction Rehab Non-Construction/Expansion X X' X X2 Housing Single Family Rehab Multi -Family Rehab New Construction Homeownership Assistance Affordable Housing Pre-Dev. X X X X' X2 X Capital Improvement Handicapped Access Public Facilities Infrastructure X X' X' X2 X2 Public Services Employment Crime Prevention Child Care Youth or Senior Services Supportive Services X X X X X Type of Publication No Public No Public No Public Notice/No Publish Notice/No Notice/No RROF (No Statutory FONSI and RROF RROF Requirement Triggered) NOI/RROF Or Publish N0l/RROF (Statutory Requirement Triggered) Estimated Time Frame (Excluding 30-45 Days 30-45 Days 45-90 Days 90 Days Triggered Statutes) Minimum X' If for continued use and change in density (or size) of less than 20% X2 Change in density (or size) of more than 20% ** Exempt Exempt Activities CENST Categorically Excluded and Not Subject to 58.5 CEST Categorically Excluded Subject to 58.5 EA Environmental Assessment (Format II) 6 A t 1 ACHMENT E CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any of the funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreement in excess of $100,000) and that all subrecipients shall certify and disclose accordingly. 4.. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a ivil penalty of not less than $10,000 and not more than $100,000 for each such f tlure. By: Print: Title: Date: (Signature or Authorized Representative) 1 (ci_r (OS 4, 1 g oy ct. (Print Name of Pirm and Authorized Representative) C.1 frta Y1 5 �Y /(/ /d ATTACHMENT F • County Construction Sign , (Only areas circled are subject to change) Carlos Alvarez A Mayor Dennis C. 1,,..1cs. "Pepe^ Da CN.,;14.ierson BarisiavA ..1, Jordan Distira Doran D. Rolle bfrict Audrey M. Edrtinnson Disfric't 3 Salty A. Hyman District 4-• B4freiCtl beca Sos..Y Disfriet Carlos A. qitnen. Disteiat7 Kay sorensrjp MtrietV Yenis .106-s• k„ riistrici s Sen. Javier 0. Soulo DiStria joe A. Martinez: 04r.:( 1.1 Jos 'Pete' Distlicx Seij.4.as District la/ Harvey Genrge . • Ciwhiy AiTbaley MIAMIDADE 7 3, • ^ iS 44. .1, vve.vw.rniarnidade„%ov o call 3.1-1 r-,-.AMPLE PLACEMENT 1-08 This Form to be Faxed to: 305-375-1125 Attention: Michael O. Smart Quantity required I Gps.Request D Yes 0 No 1 Perenanent signs Replacernent New sign -1 A-Frralne. pa N-Feanie- 1 Sided 0 A- Frame 2 Sided Dow-mem Project Man4ger Tefie.t4,hOnieRt,itn.ber ItifteX code •Prpiect N rne \ Project kurnber Di$trict Commissioner Other FundiAg logos (Max 3) Sign location address Ptvs. Specific location of sign placement STATE OF FLORIDA DEPARTMENT OF COMMUNITY AFFAIRS "Dedicated to making Florida a better place to call home" CHARLIE GRIST THOMAS.G. PELHAM Governor Secretary JUN 3 0 2008 The Honorable Carlos Alvarez Mayor, City of Miami 1 1 I NW First Street, 29th Floor Miami, Florida 33128 Re: Disaster Recovery Community Development Block Grant (CDBG) Program Contract # 08DB-D3-1 1-23-01-A01 Dear Mayor Alvarez: We are pleased to return your executed Disaster Recovery CDBG Award Agreement with the Department of Community Affairs (DCA). The Agreement must be retained in your official CDBG files and made available for public review upon request. Please note the following instructions before beginning your project: • Do not incur or obligate more than $15,000 in expenses until you complete an environmental review of the project and receive a release of funds notice from the Department. You may incur up to 115,000 in administrative costs to cover theenvironmental review and other start-up activities. • Your contract contains performance related Program Conditions (Attachment C, Section 11) .that must be met before funds for construction may be drawn. Special Conditions, if applicable, are reflected in Attachment J. Review your contract immediately and begin the process of meeting applicable program or special conditions- • Enclosed are copies of the Projection of. Contract Payments Form, Quarterly Report Form and Minority Business Enterprise Report (with instructions). Use these formsto project quarterly payment needs, to report accomplishment data and to report contractual activities. The Department cannot process an electronic payment request for an amount less than $5,000 (unless it is the final payment). We look forward to working with you and will providetechnical assistance upon request. If you have questions, please contact Terri Chasteen, Community Assistance Consultant, by phone at (850) 410-0587.or by e- mail at to ri.chasteenGi'dca.state.fl.us. it D. Stafford, Interim Administrator . Florida Small'Cities & Disaster Recovery Programs 0DS/tjc Enclosures cc: Jose Cintron, Director, Miami -Dade County Office of Community & Economic Development Tangie White Jackson, Director, Miami -Dade County Community and Economic Development Division 2555 SHUMARD OAK BOULEVARD • TALLAHASSEE, FL 32399-2100 850-488-8466 (p) • 850-921-0781 (f) • Website: www.dca.state.fl.us . COMMUNITY PLANNING 850-46e-2356 (p) 850-488.3309 VI • • HOUSING AND COMMUNITY DEVELOPMENT 8SO-488-1956(p) 850.912-5623 in • Agreement Number: 08DB-D3-11-23-01-A01 20O8 JUN 27 PM 2: 20 CFDA Number: 14.228 Applicable Rule: 9BER07-1, Florida Administrative Code FEDERALLY -FUNDED 2005 SUPPLEMENTAL DISASTER RECOVERY SUBGRANT AGREEMENT THIS AGREEMENT is entered into by and between the State of Florida, Department of Community Affairs, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Department"), and Miami -Dade County, (hereinafter referred to as the "Recipient'). THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A WHEREAS, the Recipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein: and B. WHEREAS, the Department has received these grant funds from the U. S. Department of Housing and Urban Development, and has the authority to subgrant these funds to the Recipient upon the terms and conditions hereinafter set forth: and C. -WHEREAS, the Department has authority pursuant to Florida law to disburse the funds under this Agreement. NOW, THEREFORE, the Department and the Recipient do mutually agree as follows: (1) 'SCOPE OF WORK The Recipient shall fuliy .perform the obligations in accordance with the Budget and Scope of Work, Attachment A, the Activity Work Plan(s) by service area, Attachment B of this Agreement, and.the Subgrant Application including subsequent revisions that are mutually agreed to by both parties, which are incorporated herein by reference ('the Subgrant Application"). (2) INCORPORATION OF LAWS, RULES, REGULATIONS AND POLICIES Both the Recipient and the Department shall be governed by applicable State and Federal laws, rules and regulations; including but not limited to those -identified in Attachment C. (3) PERIOD OF AGREEMENT 1 begin upon execution by both parties, and shall end twenty-four (24) months after the last date signed, unless terminated earlier in accordance with the provisions of Paragraph (10) of this Agreement. CONTRACT EXTENSIONS WILL NOT BE GRANTED UNLESS RECIPIENT IS ABLE TO PROVIDE SUBSTANTIAL JUSTIFICATION AND THE DIVISION DIRECTOR APPROVES SUCH EXTENSION. (4) MODIFICATION OF CONTRACT Either party may request modification of the provisions of this Agreement. Changes,. which are mutually agreed upon, shall be valid only when reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Agreement. (5) RECORDKEEPING (a) As applicable, Recipient's performance under this Agreement shall be subject to the federal "Common Rule: Uniform Administrative Requirements for State and Local Governments" (53 Federal Register 8034) or OMB Circular No. A-110, "Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Nonprofit Organizations," and either OMB Circular No. A-87, "Cost Principles for State and Local Governments," OMB Circular No. A-21, "Cost Principles for Educational institutions," or OMB Circular No. A-122, "Cost Principles for Nonprofit Organizations." If this Agreement ismade with a commercial (for -profit) organization on a cost -reimbursement basis, the Recipient shall be subject to Federal Acquisition Regulations 31.2 and 931.2_ (b) The Recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement, and the compliance of all subcontractors or consultants to be paid from funds provided under this Agreement, for a period of six (6) years from the date of final closeout of this Agreement, and shall allow the Department or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The Recipient shall ensure that audit working papers are made available to the Department or its designee, Chief Financial Officer, or Auditor General upon request for.a period of six (6) years from the date of final closeout of this Agreement, unless extended in writing by the Department, with the following exceptions: 2 1. If any litigation, claim or audit is started before the expiration of the six -year period and extends beyond the six -year period, the records will be maintained until all litigation, claims or • audit findings involving the records have been resolved. . 2. Records for the disposition of non -expendable personal property valued at $5,000 or more at the time of acquisition shall be retained for six (6) years after final disposition. 3. Records relating to real property acquisition shall be retained for six (6) years after closing of title. (c) The Recipient shall maintain all records for the Recipient and for all subcontractors or consultants to be paid from funds provided under this Agreement, including supporting documentation of all program costs, in a form sufficient to determine compliance with the requirements and objectives of the Budget and Scope of Work; Attachment A. Attachment B. Activity Work Plan(s), the Subgrant Application and subsequent revisions that are mutually agreed to by both parties, and all other applicable laws and regulations. " (d) . The Recipient, its employees or agents, including all subcontractors or consultants to be paid From funds provided under this Agreement, shall allow access to its records at , but not be limited to, auditors retained by the Department_ (6) AUDIT REQUIREMENTS (a) The Recipient agrees to maintain financial procedures and support documents, in accordance .with generally accepted accounting principles, to account for the receipt and expenditure of funds under this Agreement. (b) These records shall be available at all reasonable times for inspection, review, or audit by state personnel and other personnel duly authorized by the Department. "Reasonable" shall be construed according to circumstances, but ordinarily shall mean normal business hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. (c) The Recipient shall also provide the Department with the records, reports or financial statements upon request for the purposes of auditing and monitoringthe funds awarded under this Agreement. 3 to) If the Recipient is a State or local government or anon -profit organization as defined in OMB Circular A-133, as revised, and in the event that the Recipient expends $500,000 or more in Federal awards in its -fiscal year, the Recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal resources awarded through the Department by this Agreement. In determining the Federal awards expended in its fiscal year, the Recipient shall consider all sources of. Federal awards, including Federal resources received from the Department_ The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised_ An audit of the Recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this paragraph. In connection with the. audit requirements addressed in Paragraph 6(d) above, the Recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised.. If the Recipient expends Tess than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the Recipient expendsless than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of .the audit must be paid from non -Federal resources (i.e., the cost of such audit must be paid from Recipient resources obtained from other than Federal entities). .(e)_ Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by subparagraph (d).above shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the Recipient directly to each of the following: 4 Department of Community Affairs Office of the Inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 [An electronic copy shall also be submitted to aurillaparrishRdca.state.fl.us1 and Department of Community Affairs Small Cities Community Development Block Grant Program 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies -required by Sections .320(d)(1) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse • Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Other Federal agencies and pass -through entities in accordance with Sections .320 (e) and. (f). OMB Circular A-133. as revised_ (f) Pursuant to Section .320 (f), OMB Circular A-133, as revised, the Recipient shall submit a copy of the reporting package described in.Section .320 (c), OMB Circular A-133, as revised, and any management letter issued by the auditor, to the Department at each of the following addresses: Department of Community Affairs Office of the inspector General 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 [An electronic copy shall also be submitted to aurilla-parrish@dca.state_fl_us1 (g) and Department of Community Affairs Small Cities Community Development Block Grant Program 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 Any reports., management letter, -or other information required to be submitted to the Department pursuant to this Agreement shall be submitted timely in accordance with OMB Circular 5 rlonda Statutes, and Chapters 10.550 (local govemmental entities) or 10.650 (nonprofit and for - profit organizations), Rules of the Auditor General, as applicable_ (h) Recipients, when submitting financial reporting packages to the Department for audits done in accordance with OMB Circular A-133 or Chapters 10.550 (local governmental entities) or 10_650 (nonprofit and for -profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the Recipient in correspondence accompanying the reporting package_ (i) In the event the audit shows that the entire funds disbursed hereunder, or any portion thereof, were not spent in accordance with the conditions of this Agreement, the Recipient shall be held liable for reimbursement to the Department of all funds not spent in accordance with these applicable regulations and Agreement provisions within thirty (30) days after the Department has notified the Recipient of such non-compliance. t1} The Recipient shall have all audits completed by an independent certified public accountant (IPA) who shall either be a certified public accountant or a public accountant licensed under Chapter 473, Fla_ Stat. The IPA shall state that the audit complied with the applicable provisions noted above. The audit must be submitted to the Department no later than nine (9) months from the end of the Recipient's fiscal year. (7) REPORTS (a) The Recipient shall provide to the Department reports and information as identified in Attachment D. (b) If all required reports and copies, prescribed above, are not sent to the department or are not completed in a manner "acceptable to the Department', the Department may withhold further payments until they are completed or may take such other action as set forth in Paragraph .(11) REMEDIES. "Acceptable to the Department' means that the work product was Completed in accordance with the Budget and Scope of Work and the Activity Work Plan, Attachments A and B of the Agreement, and the Subgrant Application and subsequent revisions thatare mutually agreed to by both parties_ 6 (c) The Recipient shall provide such additional program updates or information as may be required by the Department.: (d) The Recipient shall comply with the Environmental Assessment and Request for •Release of Funds process as set forth in 24 C.F.R. Part 58 within ninety (90) days from the date of execution of this Agreement. (e) The Recipient shall provide such additional program updates or information as may be required by the Department (f) The Recipient shall comply with the Environmental Assessment and Request for Release of Fundsprocess as set forth in 24 C.F.R. Part 58 within ninety (90) days from the date of execution of this Agreement. (8) MONITORING The Recipient shall monitor its performance under this Agreement, as well as that of its subcontractors, subrecipients, and consultants who are paid with funds under this Agreement, to ensure that time schedules are met, the Budget, Scope of Work and Subgrant Application activities are accomplished within the specified time periods, and other performance goals stated in this Agreement are • achieved. Suchreview shall be made for each function or activity set forth in Attachments A and B of this: Agreement and the Subgrant Application including subsequent revisions that are mutually agreed to by both parties. In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised and Section 215.97, Fla. Stat. (see Paragraph (6) AUDIT REQUIREMENTS, above), ronitoring procedures may include, but not be limited to, on -site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the Recipient agrees to comply. and cooperate with all monitoring procedures/processes deemed appropriate by the Department. In the event that the Department determines that a limited scope audit of the Recipient is appropriate, the Recipient agrees to comply with any additional instructions provided by the Department to the Recipient regarding such audit. The Recipient further agrees to comply and cooperate with any inspections, reviews, investigations or audits deemed necessary by the Chief Financial Officer or Auditor 7 use uepartment will monitor the performance and financial management by the Recipient throughout the contract term to ensure timely completion of all tasks. (9) LIABILITY (a) Unless Recipient is a State agency or subdivision, as defined in Section 768.28. Fla. Stat., the Recipient shall be solely responsible to parties with whom it shall deal in carrying out the terms of this agreement, and shall hold the Department harmless against all claims of whatever nature by third parties arising out of the performance of work under this agreement For purposes of this agreement, Recipient agrees that it is not an employee or agent. of. the Department, but is an independent contractor. (b) Any Recipient who is a state agency or subdivision, as defined in Section 768.28, Fla. Stat., agrees to be fully responsible to the extent provided by Section 768.28 Fla. Stat. for its negligent acts or omissions or tortious acts which result in claims or suits against the Department, and agrees to be liable for any damages proximately caused by said acts or omissions: Nothing herein is intended to serve as a waiver of sovereign immunity by any Recipient to which sovereign immunity applies: Nothing herein stiall.be construed as consent by a state agency or subdivision of the State of • Florida lobe sued by third parties in.an.y matter arising out of any contract. (10) DEFAULT If any. of the following events occur ("Events of. Default"), all obligations on the part of the Department to make any further payment of funds hereunder shall: if the Department so elects, terminate and the Department may, at its option, exercise any of its remedies set forth in Paragraph 11, but the Department may make any payments or parts of payments after the 'happening of any Events of Default without thereby waiving the right to exercise such remedies, and without becoming liable to make any further payment: .(a) If any warranty or representation made by the Recipient in this Agreement or any previous Agreernent with the Department shall at any time be false or misleading in any respect, or if the Recipient shall fail to keep, observe or perform any of the obligations, terms or covenants contained in 8 romanalIMIEMIIIMO r%yi Bement or any previous agreement with the Department and has not cured such in timely fashion, or is unable or unwilling to meet its obligations thereunder; (b) If any material adverse.change shall occur in the financial condition of the Recipient at any time during the term of this Agreement, and the Recipient fails to cure said material adverse change within thirty (30) days from the time the date written notice is sent by the Department. (c) If any reports required by this Agreement have not been submitted to the Department or have been submitted with incorrect, incomplete or insufficient information; • (d) If the Recipient has failed to perform and complete in timely fashion any of its obligations under this Agreement. (11) REMEDIES Upon the happening of an Event of Default, then the Department may, at its option, upon thirty (30) calendar clays prior written notice to the Recipient and upon the Recipient's failure to cure within said thirty (30) day period, exercise any oneor more of .the following remedies, either concurrently or .consecutively: (a) Terminate this Agreement, provided that the Recipient is given at least thirty (30) days prior written notice of such termination.The notice shall be effective when placed in the United States mail, first class mail, postage prepaid, by registered or certified mail -return receipt requested, to the address set forth in Paragraph (13) herein; (b) Commence an appropriate legal or equitable action to enforce performance of this Agreement; (c) Withhold or suspend payment of all or any part of a request for payment; (d) Exercise any corrective or remedial actions, to include but not be limited to:. 1. requesting additional information from the Recipient to determine the reasons for or the extent of non-compliance or lack of performance; 2. issuing a written notice of noncompliance to advise that more serious measures may be taken if the situation is not corrected; 9 3. • advising the Recipient to suspend, discontinue orrefrain from incurring costs for any activities in question; or 4. requiring the Recipient to reimburse the Department for the amount of costs incurred for any items determined to be ineligible; (e) Require that the Recipient return to the Department any funds which were used for ineligible purposes under the program laws, rules and regulations governing the use of funds under this program. (f) under law_ Exercise any other rights or remedies which may be otherwise available (g) The pursuit of any one of the above remedies shall not preclude the Department from pursuing any other remedies contained herein or otherwise provided at law or in equity. No waiver by the Department of any right or remedy granted hereunder or failure to insist on strict performance by the Recipient shall affect or extendor act as a waiver of any other right or remedy of the Department hereunder, or affect the subsequent exercise of the same right or remedy by the Department for any further or subsequent default by the Recipient. (12) TERMINATION (a) The Department may terminate this Agreement for cause upon such written notice as is reasonable under the circumstances. Cause shall include, but not be limited to, misuse of funds; fraud; lack of compliance with applicable rules, laws and regulations; failure to perform in a timely -manner, and refusal by the Recipient to permit public access to any document, paper, letter, or other material subject to disclosure under Chapter119, Fla. Stat., as amended. (b) The Department may terminate this Agreement for its convenience or when it determines, in its sole discretion, that the continuation of the Agreement would not produce beneficial results commensurate with the further expenditure of funds, by providing the Recipient with thirty (30) calendar days prior written notice. 10 (c) The parties may agree to terminate this Agreement for their mutual convenience as evidenced by written amendment of this Agreement. The amendment shall establish the effective date of the termination and the procedures for proper closeout of the Agreement. (d) When this Agreement is terminated, the Recipient will not incur new obligations for the terininated.portion of the Agreement after the Recipient has received the notification of termination. The Recipient will cancel as many.outstanding obligations as possible. Costs incurred after the date of receipt of notice of the termination will be disallowed_ Notwithstanding the above, the Recipient shall not be relieved of liability to the Department by•virtue of any breach of Agreement by the Recipient. The Department may, to the extent authorized by law, withhold any payments to the Recipient for purpose of set-off until such time as the exact amount of damages due the Department from the Recipient is determined. (13) . NOTICE AND CONTACT (a) All notices provided under or pursuant to this Agreement shall be in writing, either by hand delivery, or first class, certified rriail, return receipt requested, to the representative . identified below at the address•set forth below and said notification attached to the original of this Agreement. is: (b) The name .and address of We Department contract manager for this Agreement Terri Chasteen, Community Assistance Consultant Florida Disaster Recovery CDBG Program 2555 Shumard Oak Boulevard Tallahassee, Florida 32399-2100 Telephone: (850) 413-9217 Fax:. (850) 413-9358 Email: Terri.Chasteen@dca.state.fl.us (c) The name and address of the Representative of the Recipient responsible for the administration of this Agreement is: • Tangie White Jackson, Director Miami -Dade County Community and Economic Development Division 701 NW 1" Court, 14th Floor Miami, Florida 33136 Telephone: (786) 469-2165 Fax: (786) 469-2226 Email: whitan@miamidade.gov 11 (d) In the event that different representatives or addresses are designated by either • party after execution of this Agreement, notice of the name, title and address of the new representative will be rendered as provided in (13)(a) above. (14) SUBCONTRACTS If the Recipient subcontracts any or all of the work required under this Agreement, a copy of the signed subcontract must be forwarded to the Department within ninety (90) days after execution of the subcontract. The Recipient agrees to include in the subcontract that (i) the subcontractor is bound by the terms of this Agreement to the extent applicable to the subcontract; (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. Each subcontractor's progress in performing its work under this Agreement shall be documented in the quarterly report submitted by the Recipient. For each subcontract, the Recipient shall provide a written statement to the Department as to whether that subcontractor is a minority vendor, as defined in Section 288.703, Fla. Stat. (15) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (16) ATTACHMENTS (a) All attachments to this Agreement are incorporated as if set out fully herein. (b) In the event of any inconsistencies or conflict between the language of this Agreement and the attachments hereto, the language of such attachments shall be controlling, but only to the extent of such conflict or inconsistency. (c) This Agreement has the following attachments: Exhibit 1 - Funding Sources Attachment A — Budget and Scope of Work Attachment B — Activity Work Plan(s) Attachment C — Program Statutes, Regulations and Program Conditions 12 Attachment D — Reporting Requirements Attachment F — Warranties and Representations Attachment H — Certification Regarding Debarment, Suspension. Ineligibility And Voluntary Exclusion Attachment J — Special Conditions Attachment K — FloridaPAPERS ID and Password Request Login Form (17) FUNDING/CONSIDERATION (a) The funding for this Agreement shall not exceed $ 24,993,610.00 subject to the availability of funds. (b) The Recipient agrees to expend funds in accordance -with the Budget and Scope of Work, Attachment A of this Agreement, and the Subgrant Application including subsequent revisions that are mutually agreed to by both parties. (c) Ail funds shall be requested electronically through FloridaPAPERS. The Recipient must complete a FloridaPAPERS ID and Password Request Login Form, Attachment K of this Agreemenrt, identifying an.individual authorized to submit a Request For Funds (RFFs) on behalf of the Recipient utilizing the intuitive web portal: (d) Pursuant to 24 C.F.R. Section 570.489(b), pre -agreement costs reflected in the Subgrant Application as originally submitted that relate to preparation of the Subgrant Application are considered eligible costs and may be reimbursed to the Recipient, if they are otherwise in compliance with all other requirementsof this contract. (e) Funds expended for otherwise eligible activities prior to the effective date of the Agreement, except for those provided for in this Agreement or prior to the effective date of the enabling amendment wherein the Department agrees to their eligibility, fundability, or addition to the Agreement, is ineligible for funding with Disaster funds. If the necessary funds are not available to fund this Agreement as a result of action by Congress. the State Legislature, the Office of the Chief Financial Officer Comptroller or the Office of Management and Budgeting, all obligations on the part of the Department to make any further payment of 13 tcinunate, and the Recipient shall submit its closeout report within thirty (30) days of receipt of notice from the Department. (18) REPAYMENTS All refunds or repayments to be made to the Department under this Agreement are to be made payable to the order of "Department of Community Affairs", and mailed directly to the Department at the following address: Department of Community Affairs Cashier Finance and Accounting 2555 Shumard Oak Boulevard Tallahassee FL 32399-2100 • fn accordance with Section 215.34(2), Fla_ Stat., if a -check or other •draft.is returned to the Department for collection, the Department must add to the amount of the check or draft a service fee of Fifteen Dollars ($15.00) or Five Percent (5%) of the face amount of the check or draft, whichever is greater_ (19) VENDOR PAYMENTS Pursuant to Section 215.422, Fla_ Stat., the Department shall issue payments to vendors within 40 days after receipt of an acceptable invoice and receipt, inspection, and acceptance of goods and/or services provided in accordance with the terms and conditions of the Agreement_. Failure to issue the 'warrant within 40 days shall result in the Department.paying interest at a rate as established pursuant to Section 55..03(1) Fla_ Stat. The interest penalty shall be.paid within 15 days after issuing the warrant. Vendors experiencing problems. obtaining timely payment(s) from a state agency may. receive assistance by contacting the Vendor Ombudsman at (850) 488-2924 or by calling the State Comptroller's Hotline at 1-800-848-3792. (20) STANDARD CONDITIONS (a) The validity of this Agreement is subject to the truth and accuracy of all the information, representations, and materials submitted or provided by the Recipient in this Agreement, in any subsequent submission or response to Department request, or in.any submission or response to fulfill the requirements of this'Agreement, and such information, representations, and materials are incorporated by reference. The lack of accuracy thereof or any material changes shall, at the option of 14 uie vepartment and with thirty (30) days written notice to the Recipient, cause the termination of this -Agreement and the release of the Department from all its obligations to the Recipient. (b) This Agreement shall be construed under the laws of the State of Florida, and venue for any actions arising out of this Agreement shall lie in Leon County. If any provision hereof is in conflict with anyapplicablestatute or rule, or is otherwise unenforceable, then such provision shall be deemed null and void to the extent of such conflict, and shall be deemed severable, but shall not invalidate any other provision of this Agreement- (c) Any power of approval or disapproval granted to the Department under the terms of this Agreement shall survive the terms and life of this Agreement as a whole. (d) The Agreement may be executed in any number of counterparts, any one of whom may be taken as an original. (e) - The Recipient agrees to comply with the Americans With Disabilities ACE (Public Law 101-336, 42 U_S.C. Section 12101 et seq.), if applicable, which prohibits discrimination by public and private entities on the basis of disability in the areas of employment, public accommodations, transportation, State and local government services, and in telecommunications. (f) A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime or on the discriminatory vendor list may not submit a.bid on a contract to provide any goods or services to a public entity, may -not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of Category Two for a period of 36 months from the date of being placed on the convicted vendor _list or on the discriminatory vendor list- (g) An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, 15 aup}1IIes subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. (h) With respect to any Recipient which is not a local government or state agency, and which receives funds under this Agreement from the federalgovernment, by signing this Agreement, the Recipient certifies, to the best of its knowledge and belief, that it and its principals: 1. are not presently debarred, suspended. proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a federal department or agency, 2_ have not, within a five-year period preceding this proposal been convicted of or had.acivil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining. attempting to obtain, or performing a public (federal. stale or local) transaction or contract under public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery. bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. are not presently indicted or otherwise criminally or civilly charged by a • governmental entity (federal, state or local) with commission of any offenses enumerated in paragraph 18(h)2. of this certification; and. 4. have not within a five-year period preceding this Agreement had one or more public transactions (federal. state or local) terminated for cause or default. Where the. Recipient is unable to certify to any of the statements in this certification, such Recipient shall attach an explanation to this Agreement. In addition, the Recipient shall submit to the Department (by email or by facsimile transmission) the completed "Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion" (Attachment H) for each prospective subcontractor which Recipient intends to fund under this Agreement. Such form must be received by the Department prior to the Recipient entering into a contract with any • prospective subcontractor. SUBMISSION OF ATTACHMENT H. DOES NOT PRECLUDE .THE RECIPIENT'S COMPLETION AND SUBMISSION OF THE "BIDDING INFORMATION AND .CONTRACTOR ELIGIBILITY FORM." 16 (i) • The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature, and subject to any modification in. accordance with Chapter 216, Fla. Stat. or -the Florida Constitution_ (j) All bills for fees or other compensation for services or expenses shall be submitted in detail sufficient for a proper preaudit and postaudit thereof. (k) If otherwise allowed under this Agreement, all bills for any travel expenses Shall be submitted in accordance with Section 112.061, Fla. Slat, (I) The Department of Community Affairs reserves the right to unilaterally cancel this Agreement for refusal by the Recipient to allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, Fla. Stat., and made or received by the Recipient in conjunction with this Agreement. (m) If the Recipient is allowed to temporarily invest any advances of funds.under this Agreement, any interest income shall either be returned to the Department or be applied against the Department's obligation to pay -the contract amount. (n) The State of Florida will not intentionally award publicly -funded contracts to -any - contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of -the Immigration and -Nationality Act ("INA'')]. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of:the INA. Such violation by the Recipient of the employment provisions contained in Section-274A(e) of the INA shall be grounds.for unilateral cancellation of this Agreement by the Department. (o) The Recipient is subject to Florida's Government in the Sunshine Law (Section 286.011, Fla. Stat.) with respect to the meetings of the Recipient's governing board or the meetingsof any subcommittee making recommendations to the governing board. All such meetings shall be publicly noticed, open to the public, and the minutes of all such meetings shall be public records, available to the public in accordance with Chapter 119, Fla- Stat. 17 (21) LOBBYING PROHIBITION (a) No funds or other resources received from the Department in connection with this Agreement may be used directly or.indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. (b) The Recipient certifies, by its signature to this Agreement. that to the best of his or her knowledge and belief: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer oremployee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant; loan or cooperative agreement. 2_ If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the undersigned shalt complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions_ 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipientsshalt certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file 18 the required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $100,000 for each such failure. (22) COPYRIGHT. PATENT AND TRADEMARK ANY AND ALL PATENT RIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY RESERVED TO THE STATE OF FLORIDA. ANY AND ALL COPYRIGHTS ACCRUING UNDER OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT ARE HEREBY TRANSFERRED BY THE RECIPIENT TO THE STATE OF FLORIDA. (a) • If the Recipient brings to the performance of this Agreement a pre-existing patent or copyright, the Recipient shall retain all rights and entitlements to that pre-existing patentor copyright unless the Agreement provides' otherwise. (b) If any discovery or invention arises or is developed in the course of or as a result of work or services performed under this Agreement, or in any way connected herewith, the Recipient shall refer the discovery or invention to the Department for a determination whether patent protection will be sought in the name of the State of Florida. Any and all patent rights accruing under or in connection with the performance of this Agreement are hereby reserved to the State of Florida_ In the event that any books, manuals, films, or other copyrightable material are produced, the Recipient shall notify the Department. Any and all copyrights accruing under or in connection with the performance under this Agreement are hereby transferred by the Recipient to the State of Florida.. (c) Within thirty (30) days of execution of this Agreement, the Recipient shall disclose all intellectual properties relevant to the performance of this Agreement, which he or she knows or should know, could give rise to a patent or copyright. The Recipient shall retain all rights and entitlements to any pre-existing intellectual property, which is so disclosed. Failure to disclose will indicate that no such property exists. The Department shall then, under Paragraph (b), have the right to all patents and copyrights, which accrue during performance of the Agreement. 19 (23) LEGAL AUTHORIZATION The Recipient certifies with respect to this Agreement that it possesses the legal authority to receive the funds to be provided under this Agreement and that, if applicable, its governing body has authorized, by resolution or otherwise, the execution and acceptance of this Agreement with all covenants and assurances contained herein. The Recipient also certifies that the undersigned possesses the authority to legally execute and bind Recipient to the terms of this Agreement. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed by their undersigned officials as duly authorized. RECIPIENT: Miami -Dade County BY: Name and title: Carlos Alvarez., Mayor Date: ( f:?::[ O 8 STATE OF FLORIDA DEPART OF COMMUNITY AFF IRS BY: Name and Title: r R Division of Housing and Community Development - Date: .(ot 3 01 20 EXHIBIT 1 Federal Resources awarded to the Recipient pursuant to this Agreement consist of the following: Federal Program: U.S. Department of Housing and Urban Development CFDA # 14.228 $ 24,993,610.00 Compliance requirements applicable to the federal resources awarded pursuant to this Agreement are as follows: Note: If the resources awarded to the recipient represent more than one Federal program, list applicable compliance requirements -for each Federal program in the same manner as shown below. Federal Program:. The Recipient will fully perform the obligations in accordance with the Budget and Scope of Work, Attachments A and B of this Agreement and the Application incorporated herein by reference. The Recipient shall be governed by applicable State and Federal laws, rules and regulations, including but not limited to those identified in Attachment C. Note: Section .400(d) of OMB Circular A-133, as revised, and Section 215:97(5)(a), Florida Statutes, require that the information about Federal programs and .State 'projects included in Exhibit 1 be provided to the Recipient. 21 Attachment A Budget and Scope of Work 22 ATTACHMENT A — Protect Description and Budget Summary Miami -Dade County 2005 CDBG Disaster Recovery Program (Hurricane Wilma) Supplement ^' V V V11' ACTIVITY National Objective ACCOMPLISHMENT S BENEFICIARIES BUDGET Y }' ' NUMBER DESCRIPTION UNIT NUMBER LMI VLl TOTAL CDBG AMOUNT OTHER FUNDS SOURCE • i t�+ k`3 �'� q'�%��'' 21A ADMINISTRATION - t '" �.. r .y Ai Aye ,%�y{pY' � + ' ( '�jAf a� !yi,Yr1:j{tp tV�,F �. f9r� $763,304 AI�7 k ~� A SUBTOTAL . .,. ENGINEERING (If 1' ram,., �ai?� bk'"' ,. e ;�} ��f' roe+ a �.��r,�� y v �znr 1 u sex �. y x, �`'N7 ' AC -- HOUSING cs, w 6 „�' ^t q s .., s •... , $763,304 14A Single Unit Rehab LM HU 598 1,750 143 1,750" $9,515,000 14B Multi Unit Rehab LM HU 2,262 4,623 4,023 4,623 $8,988,785 $6,274,256 12 Replacement LM HU 3 12 4 • 12 $393,750 • 08 Relocation as needed LM HU 10 10 0 10 $100,000 SUBTOTAL LM . INFRASTRUCTURE. ', o{r a'` ea1,,Pfi �4t " t, ,s � w d;A,ry ?,�v ', i11 le wr Ip "7I yxL` 44} , ' ' ', 4 , Y' ^. a .. ( a r 2,873 6,395 • 4,170 6,395 $18,997,535 $6,274,256 CDBG DRI HACMB HOME MDC HODAC MDC Surtax Bank Fin, 21B ENGINEERING �" applicable) ( �ay}`Itig y 1 , , i' ,k 1 ''N a '' , Zf ,,' 4 jtt u�� 3 r�y� � W}7t%a y �( R, ' 4`.. ,,4 +� i FHFC SHAG $584,322 $4,680,000 Cit ofMia•� Y Beach 031 Flood & Drainage, Hazard Mitigation LM LF 1,435 ,,,k 32,783 F1 ut�"" 32,783 $4,648,449 $26,520,000 City of Mlar Beach SUBTOTAL ' t7 L SUBTOTAL. f`t t 'jAi� , 5 } fag b° .. e ` r Y�f �Ir 4 ,4 14 ,, Ic r r' i �, 1, dr. 4r en Q firy Y+�((fy�I' 1 ? Mill �r »;ti 1 Q! ANCO t i �1i�}! rd,,,,, +4 rSI hA, , 0 f e( 6 �- TOTALS x l � t sk��ll-,i�4, • ;r .,� sk',tr.ltr:. 1,435 ,� 32 ,783 y q n:.4 32,783 $5,232;771 $31,200,000 TOTAL UNDUPLICATFn RFAIFG,r,eo,ce 3' it vw, ,� ,4 an�"*o gI4,'3, icor� ;v i- __ $24,993,610 $37,474,256 '4 1, ('k 3 , ''�� i M ALL SERVICE AREAS) 39, TOTAL LMI BENEFICIARIES (FROM ALL SERVICE AREAS) 39,178 ATTACHMENT A - PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area'#1: Miami -Dade. County, Countywide Single -Family Unit RepairlRehab and Hardening Protect CATEGORY ACTIVITY National Objective ACCOMPLISHMENTS BENEFICIARIES BUDGET HOUSING NUMBER DESCRIPTION UNIT NUMBER LMI VLI TOTAL CDBG AMOUNT OTHER FUNDS SOURCE ADMINISTRATION , SUBTOTAL ENGINEERING (It applicable) • HOUSING 14A REHAB, SINGLE UNIT RESIDENTIAL LM HU 420 1,260 1,260 $6,500;000 LM • LM LM LM SUBTOTAL ::>',':.,i::' � ..;t:; t 0 , ,—' ;% ta.;-;rr' 21 r,F;'''' •; y., : >r,.;:,� •G n,`;'a'.�n;, ` ; 420 1,260 1.260" $6,500,000 INFRASTRUCTURE ENGINEERING (If applicable) ) . l:,; '. •. ;y�:�:•'+-��-{r�s. / �i014. t1 .�.' „:.., ��•; '1�d � t4, � �,i ,,:;^�.:F';i- 9 �','sr;���`�r�ti`°,�. ��s -a� �:: :� it j+' d`2' Y; ;. :�. �;�'�r :.tl' ,,• f..t riJl:yj..K:..::. '5 �: '4Ts;`'F�r�'ae�,�;�' •/1.`,Y�+rt :i��;^�?e+ A.A. LM LM LM SUBTOTAL ?, • cv SUBTOTAL . ... $6,500,000 TOTALS 420 1,260 $6,500,000. TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) . TOTAL LMI 1,260 • BENEFICIARIES (FROM ALL 1,260 SERVICE AREAS) ATTACKMENT A - PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #2: City of Miami Beach,Infrastructure Repair/Improvement Project CATEGORY. ,..---4� „v,ttuvtttuuu. Nova ca•uralnage) ACTIVITY • National Objective 'ACCOMPLISHMENTS ' . • BENEFICIARIES BUDGET HOUSING NUMBER . DESCRIPTION UNIT NUMBER. LMI VLI TOTAL COBG AMOUNT OTHER FUNDS SOURCE ADMINISTRATION .. SUBTOTAL ENGINEERING (If applicable) , "Yr. HOUSING• LM• LM LM LM SUBTOTAL LM , . INFRASTRUCTURE 216 ENGINEERING (If . applicable) :. ..:. I:``;,, ,... $22500 ' , .. $4,66M . CITY Flood and Drainage, hazard mitigation 031 Structures, piping LM 29,000. LF . 6,750 6,750 $1,275,000 $26.52M CITY LM LM SUBTOTAL A. . $1,50.0,000 $3 .20M SUBTOTAL ` 6,750. • 6,750 TOTALS :''."~".;.;;: 29,000 LF' 6,750 6,750 $1,500,000• $31,20M' TOTAL UNDUPLICATED BENEFICIARIES (FROM' ALL SERVICE AREAS) TOTAL,LMI BENEFICIARIES 11,691 (FROM 6.750 ALL SERVICE AREAS) ATTACHMENT A - PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #3: Mlaml-Dade County, Multifamily Unit Repair/Rehabilitation and Hardening (Venetian Gardens) CATEGORY ACTIVITY National ACCOMPLISHMENTS BENEFICIARIES Objective NUMBER SUBTOTAL HOUSING DESCRIPTION ADMINISTRATION ENGINEERING (If applicable) UNIT BUDGET NUMBER LMI VLI TOTAL COBG AMOUNT OTHER FUNDS SOURCE 148 Multi UnitRehab LM HU 52 300 LM 300 300 $197,200 LM SUBTOTAL LM LM INFRASTRUCTURE ENGINEERING (If applicable) 52 300 300 300 $197,200 LM LM SUBTOTAL SUBTOTAL LM TOTALS TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) TOTAL LMI BENEFICIARIES (FROM ALL SERVICE AREAS) 300 . 300 52 •300 300 300 $197,200 ATTACHMENT A —PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Serv.ice Area #4: Miami -Dade County, Multifamily Unit f2e (- ATTACHMENT A - PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #5: Miami•Dade County, Multifamily Unit Repair/Rehabilitation and Hardening (Little River Terrace) CATEGORY ACTIVITY National BUDGET Objective SUBTOTAL HOUSING NUMBER 14B DESCRIPTION ADMINISTRATION ENGINEERING (If applicable) Multi Unit Rehab ACCOMPLISHMENTS UNIT NUMBER LMI BENEFICIARIES VLI TOTAL CDBG OTHER AMOUNT FUNDS SOURCE LM HU 108 LM 600 600. 600 $812,600 LM LM SUBTOTAL LM INFRASTRUCTURE ENGINEERING (If applicable) 108 600 600 600 $812,600 LM LM SUBTOTAL SUBTOTAL LM TOTALS TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) 600 108 600 600 600 $812,600 TOTAL LMI BENEF CIARIES (FROM ALL SERVICE AREAS) • 600 ATTACHMENT A - PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #6: Miami•Dade County Multifamily Unit Repair/Rehabilitation and Hardening (Santa Clara Homes). CATEGORY National BUDGET Objective SUBTOTAL HOUSING NUMBER 148 ACTIVITY DESCRIPTION ADMINISTRATION ENGINEERING (If applicable) ACCOMPLISHMENTS UNIT. NUMBER LMI BENEFICIARIES VLI TOTAL CDBG AMOUNT OTHER FUNOS SOURCE Multi Unit Rehab LM HU 13 65 65 65 $98,100 LM LM LM SUBTOTAL LM INFRASTRUCTURE ENGINEERING (If applicable) LM 13 65 65 65 �`i a ��,�•;. $98,100 LM SUBTOTAL SUBTOTAL LM TOTALS TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) 65 13. 65 65 65 $98,100 TOTAL LMI BENEFICIARIES (FROM ALL SERVICE AREAS) 65 ATTACHMENT A -- PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #7:'Miami-Dade County, Multifamily Unit Repair/Rehabilitation. and Hardening (Homestead Gardens) - CATEGORY ACTIVITY • National ACCOMPLISHMENTS Objective.BUDGET NUMBER SUBTOTAL HOUSING 148 DESCRIPTION ADMINISTRATION ENGINEERING (If applicable) UNIT -NUMBER Multi Unit Rehab LM HU 150 LMI BENEFICIARIES VLI TOTAL CDBG AMOUNT OTHER FUNDS SOURCE 750 750 750 $1,415,000 LM LM LM SUBTOTAL LM INFRASTRUCTURE 150 750 ENGINEERING (If applicable) 750 750 $1,415,000 LM LM SUBTOTAL SUBTOTAL TOTALS LM •t. TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) 750 150 750 750. 750 $1,415,000 I ' TOTAL LMI BENEF CIARIES (FROM ALL SERVICE AREAS) 750 ATTACHMENT A - PROJECT DESCRIPTION AND ,BUDGET BY SERVICE AREA Activity Description for Service Area #8: Miami -Dade County, Multifamily Unit Repair/Rehabilitation and Hardening (Miami Gardens PHA .Scattered Homes) ' National Objective. CATEGORY SUBTOTAL HOUSING NUMBER 14B ACTIVITY. DESCRIPTION ADMINISTRATION ENGINEERING. (If applicable) Multi Unit Rehab ACCOMPLISHMENTS UNIT' NUMBER LMI BENEFICIARIES VLI TOTAL CDBG AMOUNT BUDGET OTHER FUNDS SOURCE LM HU 21 100 100 100 $158,200 LM LM LM SUBTOTAL LM INFRASTRUCTURE ENGINEERING (If applicable) LM 21 LM 100 100 100 SUBTOTAL SUBTOTAL LM TOTALS TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) 100 21 100 100 100 $158,200 TOTAL LMI BENEF CIARIES (FROM ALL SERVICE AREAS) 100 ATTACHMENT A = PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description CATEGORY for Service Area #9: Miami -Dade County, Multifamily Unit RepairlRehabilitatlon and Hardening (Gwen Cherry 13) ACTIVITY National Objective ACCOMPLISHMENTS BENEFICIARIES • BUDGET NUMBER DESCRIPTION UNIT NUMBER LMI VLI TOTAL COSG AMOUNT OTHER FUNDS SOURCE ADMINISTRATION L:•F:.; : ..... :. ,..,• SUBTOTAL ENGINEERING (I applicable)�`; ��".�"4?;;ram , .•` 1`c'" ,,,!.; �'• �'a:� �;n: ;7i y., r<,.r. s:'ti�:.`'�:{, .� , 1;. : ii k: r.:: '.. :1:�:'.: •;:r.��: 1,��,:;;.c. i,'•4{,'u.� �.' ^,:.•f'sr?�p�i�n �;�cf:�i?'��:{ � c�' .^�; . ;v,�i � ,yam, s�"..,:1; � ;!' •T�: � ji;:,:: ;.t....;�?1';F HOUSING 14E3 . Multi Unit Rehab LM HU 31 180 180 180 $389,000 LM • LM LM • SUBTOTAL LM INFRASTRUCTURE 31 180 .180 180 $389,000 ENGINEERING (If applicable) • LM LM •• SUBTO LM TAL SUBTOTAL. ..7:''. ✓ ;,:: v ,yam r: _^:. f . TOTALS TOTAL UNDUPLICATED (-r.:: :: .:....: : . , 31 180 180 180 $389,000 BENEFICIARIES (FROM ALL SERVICE AREAS) TOTAL 180 LMI BENEFICIARIES (FROM el^w ALL SERVICE AREAS) ATTACHMENT A - PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area#10: Miami -Dade County, Multifamily Unit Repair/Rehabilitation and Hardening Me.dvin Apartments) CATEGORY ACTIVITY National ACCOMPLISHMENTS BENEFICIARIES Objective NUMBER SUBTOTAL HOUSING 146 DESCRIPTION ADMINISTRATION ENGINEERING (If applicable) UNIT BUDGET NUMBER LMI VLI TOTAL COBG AMOUNT OTHER FUNDS SOURCE Multi Unit Rehab LM HU 18 18 1,8 18 $209,800 LM LM • LM SUBTOTAL LM INFRASTRUCTURE ENGINEERING (If applicable) LM 18 18 18 18 $209,800 LM SUBTOTAL SUBTOTAL LM TOTALS TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) 18 • 18 18 18 18 $209,800. TOTAL LMI BENEF CIARIES (FROM ALL SERVICE AREAS) 18 ATTACHMENT A - PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #11: City of Miami Muitifamil U ( R CATEGORY y n t epalr,menaDrma.tton ana Hardening Project ACTIVITY Ndtional Objective ACCOMPLISHMENTS BENEFICIARIES BUDGET NUMBER DESCRIPTION UNIT — NUMBER • LMI VLI TOTAL CDBG AMOUNT OTHER FUNDS SOURCE • • ADMINISTRATION ^lix; :•..fir; .:� �:':••, � _ �•,^,. � h-., At` 2a,<< g�c,.g iti Sx.c:.�%#:, ;r ���r,.4ri �`' ff?' � ';�, rh; <� ' ... rzf !i'`s'•-;:�;. tt� ,)�d'�`?7 i; �.+. �' =','i<J .,S �. !}92 ile �r;:Jy""+'• �j' r``ti ;i�5� i1-JSI.'. SS ra sty; i'i r rn, h: ��"N .y _ �Ippdf i.;2 ka tik' rx• . � � x�� �� • �s . ,� ' ,., �fi P+`4 '?Fyc •. SUBTOTAL ENGINEERING (If applicable) p ) :,,..,,.. ;; ''•i' .�``".';,,. • .. ,� .% ::ti = 'i �, ;:�a ', . .4. il!T�f�ic� `, `4,,,e .�`,.. Nti , �. • . t, ;t �M l 5� '" i fi °, yL.p 1•" n ,v,z ' y «sr `t , :' .;'. �I�• ,;} •. ,4 • , Y' ti�„'?r; .. itr +�..1' HOUSING r;. ,,r, .:,s . 14-B Rehab of Multi -family Residential LMI HU 240 • 600 600 $2,776,264 SUBTOTAL INFRASTRUCTURE 240 600 • 600 $2,776,264 ENGINEERING (If applicable) SUBTOTAL • BUSINESS ASSISTANCE ENGINEERING (i! applicable) SUBTOTAL :- TOTALS • 240 600 600 $2,776,264 TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE: AREAS) TOTAL LMI BENEFICIARIES 600 • tion (FROM ALL SERVICE AREAS) ATTACHMENT A - PROJECT DESCRIPTION AND BUDGET E.Y SERVICE AREA Activity Description • CATEGORY • for Service Area #12: Miami•Dade Counly, Countywide Single-famlly Unit Repair/RehabilltatIon and Hardening Project • • ACTIVITY National Objective ACCOMPLISHMENTS . BENEFICIARIES BUDGET • NUMBER DESCRIPTION• • :.... UNIT NUMBER • LMI VLI TOTAL CDBG AMOUNT OTHER . FUNOS SOURCE ADMINISTRATION . . . ,. . .• . • . . • • • ' — ••-' • SUBTOTAL ' • ENGINEERING (If applicable) .. . • • HOUSING • 14A Rehab of Single- family Residential . . LM ' HU . 114 . 276 75 276 $750,000 LM LM • . LM SUBTOTAL " "! LM , INFRASTRUCTURE '.,HU '' ,, ''.., -il, ", ' ?si• " ,,i,N.4;;;!, • 114 .276 75 276 • $750,000 ENGINEERING (If applicable) :::.et-tii.:,:-i::;... ::.0;',?.!;P:;.:•fkl';. .::.; .•::. • ,, ' 41••;•i):4-',,%,! 4*.ggk;i1,!..:N'i•-'; o::::-...,-1,•••: ' 716ke.'! ' 17 ' • ••, : i, '-'" -i,,,,q4i.k.t l',,e:..1.17', .%),'..i,r " ....'''N..: . v:Vic.F4'fj'' 01:•ri,fPN ,. , ..': 4:..ibt,:.-. ; — '1111k10';,- • .# .ridt144,,,,r',' a -)'-'. t,1M., ,', • LM • LM • . . . • SUBTOTAL • LM • SUBTOTAL ' '" ,"••.... - : '' ".• ' r:.; ..'-';i::1;,e)..Kig%,-.0 •. . , TOTALS TOTAL : 114 276 75 , 276 . $750,000 UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) TOTAL 276• LMI BENEFICIARIES (FROM '7 7 ft ALL SERVICE ,, . ... ... AREAS) • ATTACHMENT A -- PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #; 13 CItV of North Miami CATEGORY ACTIVITY National 'Objective ACCOMPLISHMENTS BENEFICIARIES BUDGET Housing 'V NUMBER DESCRIPTION 1 t h } • UNIT ' NUMBER LMI VLI 'TOTAL CDBG AMOUNT OTHER FUNDS SOURCE , ,1: fy 4:, t..� fey y n f eL+ 'teENGINEERING �� , f' ADMINISTRATION � H 7 0. t t r J WWIViI113I rl ,,l • (Ifapphcai i SUBTOTAL I+i f, , ivy M r HOUSING LM 14A Single Unit Rehab LM • HU 20' 20 20 $712,500 • LM LM SUBTOTALr✓ M t. e.1,. f � x� » 20 20 • 20 $712,500 INFRASTRUCTURE ENGINEERING (If applica• �,.. ' r ` ' {titi' a , — LM LM LM LM LM SUBTOTAL 04 r r 4 r , 51 ,r its? b y a %, � r iu f SUBTOTAL' TOTALS to $ SF .. h ,_, h w 20 20 20 $712,500' C ATTACHMENT A PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #: 14 City of Florida City ACTIVITY National Objective ACCOMPLISHMENTS BENEFICIARIES BUDGET NUMBER DESCRIPTION : 7;7 4 ' cf, ‘: UNIT NUMBER LMI VLI TOTAL CDBG AMOUNT 1 OTHER FUNDS SOURCE 21A ADMINISTRATION • ' ,•• _ 1 A i 'Y . V p far , , If ,A0 i an so . pm" wi: '•iiegg',. 0 ibi, "1,,,1!' 4 I ,,,,b-• 4' ‘4, 4 SUBTOTAL 21E3 ENGINEERING (If appli I . ' '',,(`'-:,0 ' -10441,a, , IV& f • Li la: so so HOUSING As $0 $0 I N/A . LM $0 $0 SUBTOTAL •• r;ijatS Mr," • iir ,, AR:=1 : , RIM '',. - kyr •4, . $0 $0 INFRASTRUCTURE I 21 B ENGINEERING • , itrg ' 501,11WV,6-17A1 , 7•441 _ $254,322 $0 I 03 I Flood & Drainage, Hazard Mitigation LM ,—.3 LF 1,435 350 0 350 $2,268,713 $0 SUBTOTAL • . • . $2,523,035 S° TOTALS TOTAL UNDUPLICATED AR . 350 0 350 $2,523,035 $0 , BENEFICIARIES (FROM ALL SERVICE ARRAs) 35n ......• , I a •I o... ,.• , ......... — — — — q AKS (FROM ALL VICE AREAS) 336 ATTACHMENT A - PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #15: City of Miami Gardens, Infrastructure Repair/Improvement Project CATEGORY ACTIVITY. National- Objective ACCOMPLISHMENTS BENEFICIARIES BUDGET NUMBER DESCRIPTION : UNIT NUMBER LMI VLI TOTAL • CDBG AMOUNT OTHER FUNDS SOURCE • ADMINISTRATION ENGINEERING (Ifapspllcable) �'• .. ?'Cv, 11t,. .. "°!h'� ... air. if;• t.''ri'Ni+:n tV,,+�, .�4 ti, ,7 ir;e•+ `+ ... SUBTOTAL , HOUSING• LM. LM • LM • LM ' • LM SUBTOTAL;':::..:-.:• .�'. ...:::... .....".:�.:..:.:.:.,,; hL_.,},,?'Y9f .SiFY.J �+�. ' 1i'i,.:C • INFRASTRUCTURE ENGINEERING (If applicable) rf,.,+; C .,, +. k , ; x : •)F, , ,:;1:.:.. • ;� 031 Infrastructure (flood drainage mitigation) LM . Unit 1,000 . 4,000 4,000 $425,000 LM LM • LM SUBTOTAL (HOUSING) SUBTOTAL • (INF(RASTRUCTURE) 1,000 4,000 4,000. TOTALS 1,000 . 4,000 4,000 $425,000 • TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) TOTAL LMl BENEFICIARIES 4,000 (FROM 4.000 ALL SERVICE AREAS) ATTACHMENT A -PROJECT DESCRIPTION AND BUDGET BY SERVICE AREA Activity Description for Service Area #16.: City of Miami Gardens, Single-famlly Unit Repair/Rehabilitation and Hardening Project CATEGORY • ACTIVITY . National Objective' ACCOMPLISHMENTS BENEFICIARIES BUDGET NUMBER DESCRIPTION UNIT NUMBER LMI VLI TOTAL C08G AMOUNT OTHER FUNDS SOURCE ADMINISTRATION . ENGINEERING (II applicable),t :... SUBTOTAL . HOUSING LM 14A. Rehab, single unit residential LM HU 30 120 • 20 120 $552,500 • LM LM LM LM . SUBTOTAL 30 120 20 120 $562,500 INFRASTRUCTURE ENGINEERING If applicable) • LM . LM • LM SUBTOTAL (HOUSING) +' �;;• rr t.'.. SUBTOTAL (INFRASTRUCTURE) , TOTALS ;;;+:;=tip ., ::r;, : r;i'a.; -s%. '%;��'' t.,:r.r c,U::'.:iS1»7;',,.T: , ,: i�..t....,.:,: 30 120 20 120 $562,500: :'':: -:... AREAS) TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) TOTAL 120 LMI BENEFICIARIES (FROM 120 ALL SERVICE ATTACHMENT A - PROJECT DESCRIPTIONAND BUDGET BY SERVICE AREA Activity Description for Service Area #17: City of Miami Gardens, Single-family Unit Replacement and Hardening Project CATEGORY ACTIVITY National Objective ACCOMPLISHMENTS BENEFICIARIES BUDGET NUMBER DESCRIPTION ' "1 l'Y •',: ;;:=.i. �.:: `;:'.::•s;,. UNIT NUMBER LMI VLI TOTAL COBG AMOUNT OTHER FUNDS SOURCE ADMINISTRATION ' q"•i is r.,e :: {, wi1i4 w ' . F•,. etiif,;S"'() v, sjti. 4: '''ti ii': .• '',, ry�,.`";a. Yrl"f i4;.rYtFy 11:, P'L '1�,R0.,i•. 't4 SUBTOTAL ENGINEERING (II applicable) ', ° r•,� 4. ,., •' ._ r. �. k r • HOUSING ' LM 12 Replacement housing • LM HU 3 12 4 12 $393,750 LM LM LM • LM SUBTOTAL 3 12 4 12 $393,750 INFRASTRUCTURE ENGINEERING (If applicable) .e<<..:,, _...... r <..;:.;:•, LM LM LM SUBTOTAL • (HOUSING) SUBTOTAL (INFRASTRUCTURE) TOTALS . • 3 12 4 12 $393,750 TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) " TOTAL LMI BENEFICIARIES (FROM 12 12 ALL SERVICE AREAS) Activity Description for Service Area•#18: City of Homestead, Single-family Unit Repair/Rehabilitation and Hardening Project CATEGORY ACTIVITY National ACCOMPLISHMENTS Objective SUBTOTAL HOUSING NUMBER DESCRIPTION ADMINISTRATION. ENGINEERING (If applicable) • BENEFICIARIES BUDGET UNIT NUMBER LMI ' VLI - TOTAL ' CDBG AMOUNT OTHER FUNDS SOURCE Housing Rehab & Hardening Temporary • Relocation Rehabilitation, single unit residential LM HU 10 • 08 Relocation as needed LM HU LM LM 10 10 10 10 10 $990,000 $100,000 SUBTOTAL LM INFRASTRUCTURE 10 ENGINEERING (II • applicable) LM 10 10 S 1,090,000 LM SUBTOTAL (HOUSING) LM SUBTOTAL (INFRASTRUCTURE) TOTALS r.. TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) 10 10 10 10 S 1,090,000 TOTAL LMI BENEFICIARIES•(FROM ALL SERVICE AREAS) 10 Activity Description for Service Area #19: City of Homestead, lnfrastru•cture Repairlmprovement CATEGORY ACTIVITY SUBTOTAL HOUSING NUMBER DESCRIPTION ADMINISTRATION ENGINEERING (II • applicable) National Objective • ACCOMPLISHMENTS UNIT NUMBER BENEFICIARIES LMI VLI TOTAL CDBG AMOUNT BUDGET OTHER FUNDS SOURCE LM LM SUBTOTAL LM LM LM INFRASTRUCTURE 218 031 ENGINEERING (If applicable) Construction LM Linear Feet 3,750 19,681 19,681 $105,000 $679,736 LM SUBTOTAL (HOUSING) ' LM SUBTOTAL (INFRASTRUCTURE). TOTALS 3,750 19,681 19,681 $784,736 TOTAL UNDUPLICATED BENEFICIARIES (FROM ALL SERVICE AREAS) 31,472 3,750 19,681. 19,681 $784,736 TOTAL LMI BENEFICIARIES (FROM ALL SERVICE AREAS) 19,681 Attachment B Activity Work Plan(s) 23 DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN RECIPIENT Miami -Dade County DATE PREPARED - 6/30/08 CONTRACT NO. O8-DB-D3-11-23701.A01 PROJECT BUDGET $ 6,500,000 SERVICE AREA 1- Countywide Single -Family Unit Rehab and Hardening Project-PFR , SUB RECIPIENT :$ 6,500,000 Date Start (month & year) Date End (month & year) Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" ' , # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposed Administratii $$ tobe Requested t "Date End" 08/06 11/08 Submit bids to Miami -Dade County 11/08 01/09 Obtain Miami. -Dade County's approval of bid documents z 01/09 03/09 Commence construction activities 03/09 05/09 Construction 25% completed . . 06/09 08/09 Construction 50% completed 09/09 1.1/09 Construction 75% completed 12/09 01/10 Construction 100% completed $ 6,500,000 01/10 02/10 Obtain Certificate of Occupancy $ 6,500,000 1260 LMl• More than one activity may be included per form, (Rev. Aug 2004) RECIPIENT DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN CONTRACT NO. SERVICE AREA Miami -Dade County. O8-DB-D3-11-23-0.1-A01 2 — City of Miami Beach Infrastructure, Flood & Drainage Project DATE PREPARED. PROJECT BUDGET • SUB RECIPIENT 06/30/08 $ 1,500,000 $ 1,500,000 Date Start (month & year) • Date End (month & year) • Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Docurnentation ' . to be submitted by "Date End" • .# Units to • be completed by "Date End" Proposed $$ •to be • Requested by "Date End" Proposes Administrate $$ to be Requested i 'Date End' 08/08 , • 11/08 • Submit bids to Miami -Dade County . 11/08 01/09. Obtain Miami -Dade County's approval of bid documents 01/09 03/09 Commence.construction activities• 03/09 . 05/09 . Construction 25% completed 06/09 08/09 Construction 50% completed . 09/09 11/09 Construction 75% comple.ted • 'Construction 12/09 01/10 100% completed $ 1,500,000 . 01/10 02/10 Obtain Certificate of Occupancy. $ 1,500,000 290,000 LF Nitta' AAnro tF.nn nne rinliviki ..An„ L... �L.J�J - t�� •••..�.. .��..�� v�i... uv�nly �IIQy vc IIII.IUUGU.IJCI IUllU, (Rev. Aug 2004) RECIPIENT CONTRACT NO. SERVICE AREA DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN Miami -Dade County 08-D B-D3-11-23-01-A01 3 - Countywide Multi -:Family Unit Rehab and Hardening Project Venetian gardens DATE PREPARED PROJECT BUDGET SUB RECIPIENT 06/30/08 $ 197,200 $ 197,200 Date Start (month & year) Date. End (month & year) Describe Proposed Action to be Undertaken or Contract Special Condition Clearan.ce•Documentation to be submitted by "Date End" # Units to be completed by "Date .End" Proposed $$ to be Requested by "Date End" Proposed Adminlstratic $$ to be Requested b; "Date End" 08/08 11/08 Submit bids to Miami -Dade County 11/08 01/09 Obtain Miami -Dade County's approval of bid documents 01/09 . 03/09 Commence construction activities 03/09 05/09 Construction 25% completed 06/09 08/09 Construction 50% completed 09/09 11/09 Construction 75% completed 12/09 01/10 • .Construction 100% completed $ 197,200 1 01/10 02/10 Obtain Certificate of Occupancy 52 units $ 197,200 300 WI• RECIPIENT CONTRACT NO.. SERVICE AREA Date Start (month & year) 08/08 .11/08 01./09 03/09 06/09 09/09 12/09 01/10 DEPARTMENT OF COMMUNITY AFFAIRS. SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN Miami -Dade County 08-DB. D3-11-23-01-A01 4 - Countywide Multi -Family Unit Rehab and Hardening Project Little Havana Homes Date End (month & year) DATE PREPARED PROJECT BUDGET SUB RECIPIENT . Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" 11/08 01/09 03/09 05/09 08/09 11/09 01/10 02/10 Submit bids to Miami -Dade County 06/30/08 $ 70,200 $ 70,200 # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposec Administrati $$ to be Requested "Date. End' Obtain Miami -Dade County's approval of bid documents Commence construction activities. Construction 25% completed Construction 50% completed Construction 75% completed Construction 100% completed Obtain Certificate of Occupancy 70, 200 70, 200 28 Units 130 LMI RECIPIENT CONTRACT NO. SERVICE AREA DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN Miami -Dade County 08-D B-D3-11 23-01-A01. 5-Countywide Multi -Family Unit Rehab and Hardening Project- Little River Terrace DATE PREPARED PROJECT BUDGET . SUB RECIPIENT 06/30/08 $ 812,600 $ 812,600 Date 1 Start (month & year) Date End , (month 8 year) Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" . # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposed Administratio $$ to be Requested b) "Date End" 08/08 11/08 Submit bids to Miami -Dade County 1.1/08 01/09 Obtain Miami -Dade County's approval of bid documents 01/09 03/09 Commence construction activities 03/09 05/09 Construction 25% completed 06/09 08/09 Construction50% completed 09/09 11/09 Construction 75% completed 12/09 01/10 Construction 100% completed $ 812,600 01/10 02/10 Obtain Certificate of Occupancy 108 Units $ 812,600 600 LMI DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES C.DBG PROGRAM PROJECT WORK PLAN RECIPIENT Miami -Dade County DATE PREPARED 06/30/08 CONTRACT NO. 08-DB-D3.11-23.01-A01 PROJECT •BUDGET $ 98,100 SERVICE AREA 6- Countywide Multi -Family Unit Rehab and Hardening Project- Santa Clara Homes SUB RECIPIENT $ 98,100 Date Start (month & ' year) Date End (month & year) Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposed Administratio $$ to be Requested b� "Date End" 08/08 11/08. 11/08 Submit bids to Miami -Dade County 01/09 Obtain Miami -Dade County's approval of bid documents 01/09 03/09 Commence construction activities • 03/09 05/09, - Construction 25% completed. 06/09 08/09 Construction 50% completed 09/09 11/09 Construction 75% completed 12/09 01/10 • Construction 100% completed 13 units $ 98,100 i 01/10 02/10 Obtain Certificate of Occupancy 65 LMI $ 98,100 Note: More than nnp activity ma be included f y per orm. (Rev. Aug 2004) RECIPIENT CONTRACT NO. SERVICE AREA DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM. PROJECT WORK PLAN Miami -Dade County 08-DB-D3-11-23-01-A01 7-Countywide Multi-Farnily Unit Rehab and Hardening Project- Homestead Gardens DATE PREPARED PROJECT BUDGET SUB RECIPIENT 06/30/08 $ 1, 415,000 $ 1, 415,000 Date Start (month & year) 08/08 Date End (month & year) ' Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by"Date End" # Units to be completed by "Date End" Proposed .$$ to be Requested by "Date End" Proposed Adotbe $$ to be Requested t "Date End" 11/08 11/08 Submit bids to Miami -Dade County 01/09 01/09 Obtain Miami -Dade County's approval of bid documents 03/09 03/09 Commence construction activities 05/09 Construction 25% completed 06/09 09/09 08/09 Construction 50% completed 12/09' 11/09 Construction 75% completed• • 01/10 01/10 . Construction 100% completed 150 Units $ 1, 415,000 02/10 Obtain. Certificate of Occupancy 750 LMI $ 1, 415,000 RECIPIENT CONTRACT NO. SERVICE AREA DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN Miami -Dade County O8-DB-D3-11-23-01-A01 8- Countywide Multi -Family Unit Rehab and Hardening Project- Mia Gardens Scattered Sites DATE PREPARED PROJECT BUDGET SUB RECIPIENT 06/30/08 $ 158,200 $ 158,200 Date Start (month & year) Date End <month & year) • Describe Proposed Action to be' Undertaken or Contract Special Condition Clearance Documentation • to be submitted by "Date End" # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposec Administrate $$ to be Requested t "Date End" 08/08 11/08 Submit bids to Miami -Dade County 11/08 01/09 Obtain Miami -Dade County's approval of bid documents 01/09 • 03/09 • • Commence construction activities .03/09 05/09 Construction 25% completed 06/09 08/09 • Construction 50% completed 09/09 11/09 Construction 75% completed 12/09 01/10. Construction 100% completed 21 units $ 158,200 01/10 02/10 Obtain Certificate of Occupancy 100 LMI $ 158,200 RECIPIENT CONTRACT NO. SERVICE AREA DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN Miami -Dade County 08-DB-D3-11-23-01-A01 9-Countywide Multi-Family•Unit Rehab and Hardening Project- Gwen Cherry 13 DATE PREPARED PROJECT BUDGET SUB RECIPIENT 06/30/08 $ 389,000 $ 389,000 Date Start (month & year) Date End (month & year) Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" . Propose( Administrati $$ to be Requested I "Date End' 08/08 11/08 Submit bids to Miami -Dade County . $ 11/08 01/09 Obtain Miami -Dade County's approval of bid documents 01/09 03/00 Commence construction activities 03/09 05/09 Construction 25% completed 06/09 08/09 Construction 50% completed 09/09 11/09. Construction 75% completed 12/09 01/10 • Construction 100% completed 31 Units $ 389,000 01/10 02/10 Obtain Certificate of Occupancy 180 LMI $ 389,000 RECIPIENT CONTRACT NO. SERVICE AREA Date Start (month & year) 08/08 11/08 01/09 03/09 06/09 09/09 12/09 01/10 DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES.CDBG PROGRAM PROJECT WORK PLAN - Miami -Dade County O8-DB-D 3-11-23-01-A01 10-Countywide Multi -Family Unit Rehab and Hardening Project- Medvin Apts Date End (month & year) DATE PREPARED PROJECT BUDGET SUB RECIPIENT Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" 11/08 01/09 03/09 05/09 Submit bids to Miami -Dade County 06/30/08 ' $ 209,800 $ 209,800 • # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposec Administrati $$ to be Requested I "Date End' Obtain Miami -Dade County's approval of bid documents Commence construction activities Construction 25% completed $ 08/09 11/09. 01/10 02/10 Construction 50% completed Construction 7.5% completed Construction 100% completed Obtain Certificate of Occupancy 18 units $ 209,800 18 LMI $ 209,800 RECIPIENT CONTRACT NO. SERVICE AREA Date Start (month & year) 08/08 11/08 01/09 03/09 06/09 09/09 12/09 01/10 DEPARTMENT OF COMMUNITY AFFAIRS 'SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN Miami -Dade .County 08-DB-D3-11-23-01-A01 11- City of Miami tvlulti -Family Unit Rehab and Hardening Projects Date End (month & year) 11/08 01/09 03/09 05/09 08/09 1 1 /09 01/10' 02/10 DATE PREPARED PROJECT BUDGET SUB RECIPIENT Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" Submit bids. to Miami -Dade County 06/30/08 $ 2,776,264 $ 2,776,264 # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposec Administrate $$ to be Requested t `Date End" Obtain Miami -Dade County's approval of bld documents Commence construction activities Construction 25%.completed Construction 50% completed Construction 75% completed Construction 100% completed Obtain Certificate of Occupancy $ 2,776,264 240 Units $ 2,776,264 600 LMI RECIPIENT CONTRACT NO. SERVICE AREA Date Start (month & year) 08/08 11/08 01/09 03/09 06/09 09/09 12/09 01/10 DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM . PROJECT WORK PLAN Miami -Dade County 08=DB-D3-11-23-01-A01 12.- Countywide Single=Family Unit Rehab and Hardening Project -MD -CAA Date End (month & year) 11/08 01/09 03/09 05/09 08/09 11/09 01/10 02/10 DATE PREPARED PROJECT BUDGET SUB RECIPIENT 06/30/08 $ 750,000 $ 750,000 Describe Proposed Action to; be Undertaken or Contract Special Condition • Clearance Documentation to be submitted by "Date. End" Submit bids to Miami -Dade County # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Obtain Miami -Dade County's approval of bid documents Commence construction activities Construction 25% completed Construction 50% completed Construction 75% completed Proposed Administratic $$ to be Requested b "Date End" Construction.100% completed Obtain Certificate of Occupancy $ 750,000 114 units $ 750,000 276 LMI DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN RECIPIENT Miami -Dade County DATE PREPARED 06/30/08 CONTRACT •NO. 08-DB-D3-11-23-41-A01 PROJECT BUDGET $ 712,500 SERVICE AREA 13- City Of North Miami Single Family Unit Rehab and Hardening SUB: RECIPIENT $ 712,500 Date.Start (month & year) Date End (month & year) Describe Proposed Action to. be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" . # Units to be completed by "Date End" Proposed $$ • to be Requested by "Date End" Proposed Administratli $$•to be Requested t "Date End" 08/08 11/08 . .Submit blds to Miami -Dade County 11/08 01/09 Obtain Miami -Dade County's approval of bid documents 01/09 03/09 Commence construction activities 03/09 05/09 Construction 25% completed , 06/09 08/09 • Construction 50% completed 09/09 11/09 Construction 75% completed 12/09 01/10 Construction 100% completed $ 712,500 01/10 02/10 Obtain Certificate of Occupancy 20 Uhits $ 712,500 • 20 LMI !Unto. AAnrel ihon nrin hnH..ii,) won . I.. t....1...4..j ....- t-- (Rev. Aug 2004) DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN RECIPIENT Miami -Dade County DATE PREPARED 6/30/08 CONTRACT NO. 08-DB-D3-11-23-01-A01 PROJECT BUDGET $ 2, 523,035 'SERVICE AREA 14 -- City of Florida City Infrastructure, Flood & Drainage Project SUBRECIPIENT $ 2, 523,035 Date Start (month 8 year) Date End (month & year) Describe Proposed Action to .be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" #.Units to • be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposed Administratic • $$ to be Requested b "Date End" 08/08 11/08 Submit Bids to Miami -Dade County for approval 11/08 01/09 ,Obtain Miami -Dade County's approval of bid documents 01/09 03/09 Commence construction activities 03/09 05/09 Construction 25% completed . 06/09 08/09 Construction 50% completed 09/09 11/09 Construction 75% completed 12/09 01/10 Construction 100% completed $ 2, 523,035 01/10 02/1.0 Certificate of Completion obtained 1435 LF $ 2, 523,035 350 LMI Note: More than one activity may be included der form (Rev. Aug 2004) RECIPIENT CONTRACT NO. SERVICE AREA DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN Miami -Dade County 08-DB-D3-11-23-01-A01 15, City of Miami Gardens Infrastructure, Flood & Drainage Project DATE PREPARED PROJECT BUDGET SUB RECIPIENT 06/30/08 $ 425,000 $ 425,000 Date. Start (month & year) Date End (month & year) . Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation . • ' to be submitted by "Date End" . # Units to be completed: by "Date End" Proposed $$ to be Requested by "Date End" • Proposed Administratior $$ to be Requested by "Date End" 08/08 11/08 Submit bids to Miami -Dade County ' 11/08 01/09 Obtain Miami -Dade County's approval of bid documents . 01/09 03/09 Commence construction activities 03/09 . 05/09 Construction 25% completed 06/09 08/09 • Construction 50% completed 09/09 . • 11/09 Construction 75% completed 12/09 01/10 Construction 100% completed $ 425,000 01/10 02/10 Obtain Certificate of Occupancy 1000 LF $ 425,000 4,0.00 Units Note: More than one activity may ha it 'I , lorl ncr fr.,-fr. (Rev. Aug 2004) RECIPIENT CONTRACT NO. SERVICE AREA Date Start (month & year) 08/08 11/08 01/09 DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN Miami -Dade County 08-DB-D3-11=23-01-A01 16- City of Miami Gardens Single Family Unit Rehab Project, 0 Date End (month & year) 11/08 01/09 DATE PREPARED PROJECT BUDGET SUB' RECIPIENT Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by "Date End" • Submit bids to Miami -Dade County 06/30/08 $ 562,500 $ 562,500 # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposed Administratlo, $$ to be Requested by "Date End" Obtain Miami -Dade County's approval of bid documents 03/09 , 06/09 09/09 12/09 01/10 03/09 05/09 08/09 11/09 01/10 02/10 Commence construction activities Construction 25% completed Construction 50% completed Construction 75% completed Construction 100%0 completed Obtain Certificate of Occupancy $ 562,500 30 units $ 562,500 120 LMI Note: More than one. activity may be included per form, (Rev. Aug 2004) DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN RECIPIENT Miami -Dade County. DATE PREPARED 06/30/08 CONTRACT NO. 08•DB-D3:-11-23-01-A01 PROJECT•BUDGET $ 393,750 SERVICE AREA 17- City Of Miami Gardens Single Family Unit Rehab and Hardening SUB RECIPIENT $ 393,750 Date Start' ,(month & ' year) Date End (month & . year) Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation • to be submitted.by "Gate End" # .Units to be completed by "Date . End" Proposed $$ to be Requested by "Date End" . Proposed Administration $$ to be Requested by "Date End" 08/08 . 11/08 Submit bids to Miami -Dade County 11/08 01/09 Obtain Miami -Dade County's approval of bid documents 01/09 03/09 Commence construction activities • 03/09 05/09 . Construction 25% completed_ 06/09 08/09 Construction 50% completed 09/09 11/09 Construction 75% completed . • 12/09 01/10 Construction 100% completed $ 3.93,750 01/10 02/10 Obtain Certificate of Occupancy. 3 units $ 393,750 • 12 LMI blitz• Mnrn fh.n nn� ..'...ti..10.. r...... 1... t ..I..:r...r _ . s...— ••��•�. ....... .. uw., v.ic: a�.urI y•III y VG III _I4UCV LJCI IVIIII. (Rev. Aug 2004) DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CDBG PROGRAM PROJECT WORK PLAN RECIPIENT Miami -Dade County DATE. PREPARED 06/30/08 CONTRACT NO. 08-DB-D3-11-23.01-A01 •PROJECT BUDGET $ 1,090,000 SERVICE AREA 18- City of Homestead Single Family Unit Rehab and Hardening SUB RECIPIENT $ 1,090,000 Date Start . (month & year) • Date End '(month & year). Describe Proposed Action to be Undertaken.or Contract Special Condition. 0 Clearance Documentation to be submitted b "Date End" Y # Units to be completed by "Date End" Proposed $$ qtbes Requested by "Date End" Proposed Administration $$ to be Requested by "Date End" 08/08 11/08 Submit bids to Miami -Dade County 11/08 01/09 Obtain Miami -Dade County's approval of bid documents 01/09 03/09 Co.mmence construction activities 03/09 05/09 Construction 25% completed 06/09 08/09 Construction 50% completed . 09/09 11/09 Construction 75% completed 12/09 01/10 Construction 100% completed $ 1,090,000 01/10 02/10 Obtain Certificate of Occupancy 10 units $ 1,090,000 10 WI DEPARTMENT OF COMMUNITY AFFAIRS SMALL CITIES CbBG PROGRAM PROJECT WORK PLAN • RECIPIENT Miami -Dade County . . ' DATE PREPARED 06/30/08 CONTRACT NO. 08-DB-D3-11-23-01-A01 PROJECT BUDGET $ 784,736 . SERVICE AREA 19- City of Homestead Infrastructure, Flood 8 brainage Project • SUB RECIPIENT $ 784,736 • Date Start (month & . year). Date. End . • (month & year) Describe Proposed Action to be Undertaken or Contract Special Condition Clearance Documentation to be submitted by 'Date End" # Units to be completed by "Date End" Proposed $$ to be Requested by "Date End" Proposed Administration $$ to be Requested by "Date End" 08/08 11/08 Submit bids to Miami -Dade County 11/08 01/09 Obtain Miami -Dade County's approval of bid documents i 01/09 03/09 Commence construction activities 03/09 05/09 Construction 25% completed 06/09 08/09 Construction 50% completed . 09/09 11/09 Construction 75% completed . 12/09 01/10 Construction 100% completed . . $ 784,736 01/10 02/10 Obtain Certificate of Occupancy 3750 LF $ 784,736 19,681 LMI NntA' Mnro than aria m�fit/ihi mattha inns ,4 ,4 n... s...... • (Rev, Aug 2004) Attachment C State and Federal Statutes, Regulations and Program Conditions By signature of this Agreement, the local government hereby certifies that it applicable federal and state requirements: Section I: State and Federal Statutes and Regulations 1. Community Development Block Grant, Final Rule, 24 C.F.R., Part 570. 2. Florida Small and Minority Business Act. s. 288.702- 288.714. F.S.;. 3. Florida Coastal Zone Protection Act, s: 161.52-161.58. F.S ; • - 4- -Local Government Comprehensive Planning and Land Developrnent•Regulation Act. Ch. 163, F.S.; 5- . Title 1 of the Housing and Community .Development Act of 1974. as amended 6. Treasury Circular 1075 regarding drawdown of CDBG funds 7. Sections 290:0401-290.049. F.S.; 8. Rule Chapter 9B-43. Fla. Admin. Code.; 9. Department of Community Affairs Technical Memorandums; 10. HUD Circular'Memorandums applicable to the Small Cities CDBG Program; 11 Single Audit Act of 1984; 12. National Environmental Policy Act of 1969 and other provisions of law which further the purpose of this Act: . 13. . National Historic Preservation Act of 1966 (Public Law89-665) as. amended and Protection of Historic Properties (24 C.F.R- Part'800); 14. Preservation of Archaeological and Historical Data Act of 1966; • .• 15. Executive Order 11593 - Protection and Enhancement of Cultural Environment; 16. Reservoir Salvage Act; 17. Safe Drinking Water Ad of 1974. as amended; 1.8. Endangered Species Act of 1958. as amended; 19. Executive Order .12898.- Environmental Justice 20. Executive Order 11988 and 24 C.F.R. Part 55 - Floodpiain Management;, 21. The Federal Water Pollution Control Act -of 1972. as amended (33. U.S.C., s. 1251 etseq.); 22. Executive Order 11990 - Protection of Wetlands; 23. Coastal Zone Management Ad of 1968. as amended; 24. Wild and Scenic Rivers Act of 1968. as amended; 25. Clean Air Act df 1977; 26. HUD Environmental Standards (24 C.F-R- Part 58);. 27. Farmland Protection Policy Act of 1981; 28. Clean Water Act of 1977;. 29. Davis - Bacon Act; • 30. Contract Work Hours and Safety Standards Act of 1962. 40 U.S.C.- s. 327 et. seq.; 31. The Wildlite Coordination Act of 1958. as amended; 32. The Solid Waste Disposal Act. as amended, by the Resource Conservation and Recovery Act of 1975 (42 S. 6901 et. seq.); 33: Noise Abatement and Control: Departmental Policy Implementation, Responsibilities, and Standards. 24 C.F.R. Part 51. Subpart B; 34. Flood Disaster Protection Act of.1973, P.L. 92-234; will comply with the following 352 Protection of Historic and Cultural Properties under HUD Programs. 24 C.F.R. Part 59; 36. Coastal Zone Management Act of 1972. P.L. 92-583; 37. Architedural and Construction Standards; 38. Architectural Barriers Act of 1968. 42 U.S.C. 4151; 39. . Executive Order 11296, relating to_evaluation of flood hazards; • 40. Executive Order 11288, relating to prevention. control and abatement of water pollution; 41. Cost -Effective Energy Conservation Standards. 24 C.F.R. Part 39: • - 42. Section 8 Existing Housing Quality Standards, 24 C.F.R. Part 882; 43. Coastal Barrier Resource Act of 1982; 44. Federal Fair Labor Standards Act. 29 U.S.C.. s. 201 et. seq.; 45. Title VI•of the Civil Rights Act of 1964 - Non- discrimination; 46. Title VlI'of the Civil Rights Ad of 1968 - Non- discrimination in housing; 47. Age Discrimination Act of 1975: 48. Executive Order 12892- Fair Housing 49. Section 109 of the Housing and Community Development Act of 1974,.Non-discrimination; 50. . Section 504 of the Rehabilitalion Act of 1973 and.24 C.F.R. Part 8; 51. Executive Order 11063 - Equal Opportunity in Housing; 52. Executive Order 11246 - Non-discrimination; 53. Section 3 of the Housing and Urban Development Act of 1968, as amended - Employment/Training of Lower Income Residents and Local Business Contracting; 54. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, P.L, 100-17. and 49 C.F.R. Part 24; 55. Copeland Anti -Kickback Act of 1934; 56_ Hatch Act; 57. Title IV Lead -Based Paint Poisoning Prevention Act (42 U.S.C., s. 1251 et. seq.); "58. OMBCirculars A-87. A-1.22, and A-133, as revised; 59. Administrative.Requirements for Grants, 24.C.F-R. Part 85: • 60. Section 102 of the Department of Housing and Urban Development Reform Act of 1989 and 24 C.F.R. Part 12; • 61. -Emergency Rule 9BER06-1, CDBG Disaster Recovery Funds; 62. HUD program requirements for disaster recovery projects as published in Federal Register, VoL 69, No. 237 (December 10, 2004) [Docket No. FR-4959 - N-01]. 24 c g. Cost breakout fromselected firm used for completion of the cost analysis (if pricing information was not submitted with proposals); h. Contract (signed or proposed); i. Truth -in -Negotiation certification (if not in the contract) for engineering contracts over $60,000; j. If a protest was filed, a copy of the protest and documentation of resolution; k. A request for the Department's approval of a single source procurement if only one firm was considered and the contract exceeds $25,000; 1. If a regional planning council or local government is performing the services, submit only a copy.of the contract and cost analysis information; and m. If professional services procurement will not be undertaken, so advise the Department. 3. For any activity that requires construction plans and specifications prepared by an engineer or architect: a. Provide to the Department a copy of all engineering specifications and construction plans. The Recipient shall also furnish the Department; prior to soliciting bids or proposals, a copy of all bid documents for all services and/or materials to provide those services and/or. materials for all construction activities when the. bids are expected to exceed $25,000: These submissions are for the limited:purpose of identifying the extent of the activities to be accomplished with Disaster funds under this. Agreement,. and inclusion of. program requirements, 'and in no way does it indicate that the.Department has conducted atechnical review of, or approved the plansor other bidding.documents; b. The Recipient shall not publicize any request for bids for construction purposes or distribute bid packages -until the.Departrnent has provided to the Recipient, written acceptance of the engineering specifications; construction plans, and bid documents; and c. In any service area which requires construction plans and specifications prepared by an engineer or architect, no more than twenty-five percent (25%) of the grant administration amount allocable to that service area may be" requested until the construction plans and specifications for that service area have been received for review by the Department. For the purpose of.this condition, the allocable grant administration amount for each service area -is calculated by first determining each service area's percentage of total project costs, excluding administrative costs, and then multiplying the service area's percentage of. total project costs by the total administrative budget. This calculation results in a percentage of total administrative costs per service area based on each service areas percentage of the grants total project costs, excluding administrative costs. 4. For activities requiring acquisition of property, the Recipient shall: a. Should the Recipient be undertaking any activity subjectto the 'Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (URA), as amended,: and Disaster funds will not -be used for the cost of acquisition, the Recipient shall document completion of the acquisition by submitting all documentation required for a desk monitoring of the acgt isition,. including.notice to the property owner of his or her rights under URA, invitation to accompany the appraiser, all appraisals, offer to the owner, acceptance, contract for sale, statement of settlement costs, copy of deed, waiver of rights (for donations), as applicable. 26 The documentation shall be submitted within forty-five (45) days of acquiring the property and prior to advertising for construction bids for any activity that required the acquisition. b. Should .the Recipient be undertaking any activity subjectto the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (URA), as amended,. and Disaster funds will be used for the cost of acquisition, the Recipient shall document completion of all pre -acquisition activities by submitting all documentation required for a desk - monitoring of those activities, includingnotice to the property owner of their rights under URA, invitation to accompany the appraiser, all appraisals, offer to the owner, acceptance, contract for sale, waiver of rights (for donations), and estimated settlement costs, as applicable. The documentation shall be'submitted to the Department for review prior to closing on the property_ A copy of the final statement of settlement costs and a copy of recorded deed, with any required deed restrictions, shall be submitted within forty-five (45) days of the acquisition_ 5. -If the project involves installation of new sewer lines, or a new sewer treatment plant funded (partially or wholly) from Disaster funds and new sewer lines funded by another source, the Recipient shall document notification to appropriate households of the requirement in Section 381.00655(1),; Fla_ Stat.11995) to hookup to the sewer system within three -hundred and sixty-five (365) days of its availability. (Note that the notification is to be provided at least one year prior to the anticipated availability of the system.) 6. The Recipient shall obtain approval from the Department prior to obligating Disaster funds for any engineering activities and costs •related thereto under the Rural Utilities Service (RUS) engineering fee schedule. The Department will not reimburse or fund engineering activities or costs that are not eligible under the RUS fee schedule and Emergency Rule 9BER05-2CDBG Disaster Recovery Funds. 7. • The Recipient, •by executing this Agreement, does thereby certify that program income.received and retained by the local government before closeout of the grant will be used tocontinue grant activities • in compliance with all applicable requirements of 25 C.F.R. Section 570.489(e)..The amount of program income earned and expended must be reported to the Department on a quarterly basis: Quarterly progress reports are due to be received by the Department -no later than fifteen (15) days after the end of, each quarter of. the program year and shall continue to be submitted each quarter until submission of the administrative.close-out report.. The ending dates for each quarter of the program year are March 31, June 30, September 30 and December 31. 8.. . The Recipient shall annually undertake an activity to, affirmatively further:fair housing pursuant to 24 C.F:R. Section 570.487(b)(4)..Annually shall be defined as an activity for'each year or one-third thereof front the effective date of the contract to the date of submission of the administrative -closeout. 9. _ A deed restriction shall be recorded on any real property or facility acquired with Disaster funds. This restriction shall limit the use of that real property or facility to the use stated in the Application and that'titte shall remain in the name of the Recipient. Such deed shall be made a part of the public records in the Clerk of Court of the County in which the Recipient is located. Any future disposition of that real property shall be in accordance with 24 C.F.R. Section 85.31_ Any future change of use shall be.in accordance with 24.C.F.R_ Section 570.489(j). 10. The Recipient shall conduct all public hearings relating to this Agreement and performance hereunder in a location that is accessible to physically handicapped persons or make such accommodations as necessary to provide for active participation of handicapped persons desirous of attending such public hearings. 11. All amendments to the activities contained in the application, including proposed new activities : must be approved by the Department in writing prior to the date of initiation of.that activity or the. execution of any contract with any third party relating to such activity. The Department reserves the right 27 22. 1f grant funds are used for acquisition of property for, or infrastructure in support of, LMI housing construction, construction of the housing must be completed and LMI benefit documented during the sub - grant period. 23. 1f grant funds are used for "slum and blight," the project files shall document that the activity took place in an area officially designated as a 'slum" or "blighted' area and meets HUD requirements for 'slum and blight' national objective, or that the activity qualifies under HUD requirements for "spot blight.' 24. If grant funds are used for acquisition, the requirements of 24 CFR 570.83 (e) (2) regarding final use or disposition shall be met. 25. For any construction contract that requires payment of prevailing wages under the Davis -Bacon' and Related Acts (1)BRA), the Recipient shall take the following actions so that the Department may meet •its DBRA tracking and reporting requirements to HUD for these funds_. a. Obtain a wage decision from the Department using its Wage Decision Request form or a similar document with the same information; and . b. Prior to awarding the construction contract, submit the Bidding Information and Contractor Eligibility form, or document with: the same information, and obtain the Department's confirmation that the contractor is not excluded from participation in federally funded projects. 26 If any funds are used for housing rehabilitation, the project files shall document that, following completion of each home, all code violations have been corrected and the home meets Section 8 Housing Quality Standards. 27. Within'thirty (30) days of execution of any construction contract between the Recipient and a contractor, all construction contractors shall provide a. schedule for completion of work activities under that construction contract. 28. Pursuant to Federal RegisterNolume 69, Number 237 [Docket Number FR-4959-N-01) and the Robert T. Stafford Disaster -Assistance and Emergency' Relief Act (42 U_S.C.'5155), no activity may receive assistance. from .these funds with.respect to any cost that is reimbursable by FEMA, eligible for Small Business Administration assistance or from any other program, insurance or any other sources. The Recipient's project files shall document how compliance with this prohibition on duplication of • benefits was determined for each activity, including sub -recipients and, for housing or other direct benefit activity, individual beneficiaries. Duplication of benefits identified during.monitoring, by an audit, or other means may require repayment of duplication of benefit funds. 29 Attachment O. Reporting Requirements The following reports must be completed and submitted to the Department in the time frame indicated. Failure to timely file these reports constitutes an event of default, as defined in Paragraph (10) of this Agreement. 1_ The Contractual Obligation and MBE Report must be submitted to the Department by April 15 and October 15 annually. The form must reflect all contractual activity for the period. If .no activity has taken place during the reporting period. the form must indicate no activity"_ 2_ The Request for Funds Form must be submitted electronically through FloridaPAPERS to the Department by an authorized signatory at a minimum of once per quarter within fifteen (15) days after the end of the quarter April 15, July 15, October 15 and January 15. If no activity has taken place during the reporting period, a zero (-0-) Request for Funds must be submitted electronically indicating "no funds required'. 3. The Projection of Contract Payments Form must be submitted to the Department(4) times a year: April 15, July 15, October 15 and January 15. In -Section I indicate the.amount of funds projected to be drawn down for the applicable reporting period. If no funds willbe required, a zero should be reflected in the applicable reporting period. In Section II, indicate current approved budget and available balance for each project activity. 4_ A Disaster Quarterly Status Report must be submitted to the Department fifteen (15) days after the end of the quarter on the report form provided by the Department: April 15, July 15, October 15 and January 15. -5. A Section 3 Summary Report (HUD form 60002), as required by 24 CFR Part 135, must be .submitted to the Department annually by July 3.1 _ The Department will provide a copy of the report form to the -Recipient. 6_ the Administrative Closeout Package must be submitted to the Department forty-five (45) - days after -the Agreement termination date. . 7. In accordance with OMB -Circular A-133, revised, should the Recipient meet the threshold for submission of a single or program specific audit, the audit must be conducted in accordance with OMB Circular A-133 and submitted to the Department no later than nine (9) months from the end of th'e Recipient's fiscal year. Attachment F Warranties and Representations Financial Management: In addition to complying with all applicable federal regulations, the Recipient's financial management system shall provide for the following: (1) Accurate,- current and complete disclosure of the financial results of this project or program . (2) Records that adequately identify the source and application of funds for all activities. These records shall contain information pertaining to grant awards, authorizations, obligations, unobligated balances, assets, outlays, income and interest (3) Effective control over and accountability for all funds, property and other.assets. Recipient shall adequately safeguard all such assets and assure that they are used solely for authorized purposes. (4) Written procedures for determining the reasonableness, allocability and allowability of costs in accordance with the provisions of the applicable cost principles and the terms and conditions of this grant. Accounting records, including cost accounting records that are supported by source documentation. (5) Competition In addition to complying with allapplicable state and federal regulations, all procurement transactions shalt be conducted in a manner to provide, to the maximum extent practical, open and free competition. The Recipient shall.be alert to conflicts of interest as well as noncompetitive practices among contractors that may restrict or eliminate competition or otherwise restrain trade. In order to ensure objective contractor performance and eliminate unfair competitive advantage, contractors that develop or draft .specifications, requirements, statements of work, invitations for bids.andlor requests for proposals -shall be excluded from competing for such procurements. Awards shall be made to the bidder or offeror whose • bid or offeris responsive to the solicitation and is most advantageous to the Recipient, price, quality and other factors'considered. Solicitations shall clearly set forth all requirements that the bidder or offeror shall fulfill in order for the bid or offer to be evaluated by the Recipient. Any and all bids or offers may be • rejected when it is in the Recipient's interest to do so. Codes of Conduct The Recipient shall maintain written standards of conduct governing the performance of its employees engaged in the award and administration of contracts. No employee, officer, or agent shall participate in the selection, award, or administration of a contract supported by public grant funds if a real or apparent conflict of interest would be involved. Such a conflict would arise when the employee, officer, or agent, any member of his.or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in the firm selected for an award. The officers, employees, and agents of the Recipient shall neither solicit nor accept gratuities, favors, or anything of monetary value from contractors, or parties to subcontracts. The standards of conduct shall provide for disciplinary actions to be applied for violations of such standards by officers, employees, or agents of the recipient. Business Hours The Recipient shall be available at all reasonable times for business. 'Reasonable" shall be construed according to circumstances, but ordinarily shall mean normal business hours of 8:00 a.m. to 5:00 p.m., local time, Monday through Friday. Licensing and Permitting All subcontractors or employees hired by the Recipient shall have all current licenses and permits required for all of the particular work for which they are hired. 32 ci ' Attachment J Special Conditions Attachment I( Department of Community Affairs Florida Small glues Community Development Biodc Grant (CDBG) Program SIGNATURE AUTHORITY FORM Submit an original Signature Audhon?y fcem with each contact Recipient Miami -Dade County Contract # 08DB-D3-11-23-01-A01 Mailing Address (Street or Post Office Box) 701 NW 1st Court, .14th Floor Gty, State and Zlp Code • • Miami, Florida 33136 Contact Person Telephone # 986-469-2165 Tangie White Jackson E ma l Address whitan@miamidade.gov Financial Contact Person Telephone #- 786-469-2111 Awilda Ashford E-mail Address awb@miamidade.gov Requests for Funds (RFFs) from the Florida Small Cities CDBG Program require (check one): [ 3 one signature [ J two signatures of individuals authorized below. No more than two individuals can be authorized to use FlorldaPAPERS. CDBG contracts require• that at least one. (1) RFFs must be submitted each quarter and should reflect all expenditures incurring durir that reporting period. r Typed Name Date` / / Slgnatur . Jose • A. Hernandez' 1"% , j • ] Check here tf.the above person will be the designated FloridaPAPERSuser. E-mai Address j oseh@miamidade . g Typed Name Awilda Ashford Date/� , 4 Signature [x'] Check here if the above person wiii be the designated FloridaPAPERS user. - E-mail Ad Tess awb@tniamidade . Qov Typed Narne - June Ramsaran date Signature [x ] Check here if the above person will- be the designated FloridaPAPERS user. E-mail Address jyf@miamidade.gov • • I certify, as the reclplent's Chief Elected Official, that the above signatures are of the IndivIduals authorized to sign Requests fc Funds and to submit RFF's electronically to the Small Cities Community Development Block Grant. Program using FloridaPAPER Typed Name Carlos Alvarez D to Q a3 0 b S ire . G- • [ ] Check here if your local government utilizes Electronic Funds Transfer [ x] Check here if your local government will be working on a reimbursement (EFT). from the•State of Florida. basis. CDBG payments to local governments using &Tare automatically deposited In the (oval •government's general account. - If the account Is Interest bearing, the CDBG funds must be transferred to a non -Interest bearing account. Please call the CDBG . Program at 850/922-1878 or 487-3644 if you have questions. You can check the status of your deposit at the Comptroller's website: btsp: jLllir,dt2f.tatg.fl.4rq. Loca/governments not receMng EFT, and not working on a reimbursement basis, must establish a non -Interest bearing accoui Provide account information for the finandal Institution (Insured by FDIC) below: All signatures on the account must be bonde Name of Finandal Institution Account Number Street Address or Post Office Box Telephone Number - City, State and hp Code ••• ATTACHMENT K FloridaPAP ERS LOGIN ID AND PASSWORD REQUEST FORM