Loading...
Res. No. 014-06-12155>. RESOLUTION No.14-06-12155 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE A FY 2006 GRANT AGREEMENT WITH THE MIAMI-DADE COUNTY OFFICE OF COMMUNITY AND ECONOMIC DEVELOPMENT IN AN AMOUNT UP TO THE MAXIMUM AMOUNT OF $430,000 FOR THE CHURCH STREET IMPROVEMENTS PHASE III;PROVIDING AN EFFECTIVE DATE. WHEREAS,the Mayor andCity Commission wishtoacceptFY2006grantfundsfromthe Miami-Dade County Office of Community andEconomic Development and; WHEREAS,the grant will partially fundthe Church Street Improvements Phase III,and; WHEREAS,the Mayor andCity Commission authorize theCity Manager to execute thegrant contractforaFY2006 Community Development BlockGrant(CDBG)with Miami-Dade County Office of Community and Economic Development. NOW THEREFORE,BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA THAT: Section1:TheCitywishestoaccepttheFY2006CDBGawardfromtheMiami-Dade County Office of Community and Economic Development. Section2:TheMayorandCityCommissionauthorizetheCityManagertoexecutethe FY2006grant contract withtheMiami-DadeCountyOfficeof Community and Economic Development. Section 3:This Resolution shallbe effective immediately upon adoption. PASSED AND ADOPTED THIS ^^day of -JjtiHcifry^2006. ATTEST:APPROVED: )a .-\ij (-rtt-yui'^t\ ariaM.Menendez,City Clerk READ AND AP TO FORM: 1 >-o •'- MaryScott Russell,Mayor Commission Vote:5-0 Mayor Russell:Yea Vice Mayor Palmer:Yea Commissioner Birts-Cooper:Yea Commissioner Sherar:Yea Commissioner Wiscombe:Yea South Miami AMenfeaGfly CITY OF SOUTH MIAMI Ml IT OFFICE OF THE CITY MANAGER U IP. INTER-OFFICE MEMORANDUM 2001 To:Honorable Mayor,Vice Mayor Date:February 7,2006 and City Commission From:Maria V.Davis //(fin A*,t^Agenda Item #•Mfpbk/^*Mgenaa iiem ff *?^ City Manager Pit4 JA^^>Re:Authorizing the execution of a FY 2006 grant contract with the Miami- Dade County Officeof Community and Economic Development for Church Street Improvements Phase II RESOLUTION: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE AFY 2006 GRANT AGREEMENT WITH THE MIAMI-DADE COUNTY OFFICE OF COMMUNITY AND ECONOMIC DEVELOPMENT IN AN AMOUNT UP TO THE MAXIMUM AMOUNT OF $430,000 FOR CHURCH STREET IMPROVEMENTS - PHASE II;PROVIDING AN EFFECTIVE DATE. BACKGROUND &ANALYSIS: Following a grant application submitted to the Miami-Dade County Office of Community and Economic Development (OCED)on August 24,2005,OCED awarded an initial $140,000 grant to the Cityfor the Church Street Improvements Phase II.Notice of the grant award amount was sent to the City on December 19,2005.Following the Public Hearing at the Miami-Dade Board of County Commissioners on January 23,2006,the grant amount was approved.The grant is funded through the Miami-Dade County Community Development Block Grant (CDBG)program for fiscal year 2006. Per the County's recommendation for all CDBG grants,the attached Resolution states that grant funds shall not exceed the amount of the original grant request ($430,000),in the event that additional funds are reallocated or increased during the FY 2006 program year.However,the City is guaranteed to receive a minimum of $140,000 that was initially approved at the January 23,2006 County Commission meeting. RECOMMENDATION: The Administration recommends approval and adoption of this resolution. (J£fc0 (!^(2(C c">c\s MIAMI- Essnm 140W.FLAGLER STREET,SUITE 1000 MIAMI,FL 33130-1561 December 19,2005 Ms.Joanna Revelo Director City of South Miami 6130 SUNSET DR SMIAMI,FL 33143 Subject:FY 2006 RFA Recommendations Activity Title: Recommendation: Dear Ms.Revelo: Reconstruction Of Church Street-Phase II $140,000.00 OFFICE OF COMMUNITY AND ECONOMIC DEVELOPMENT Director's Office PHONE:305-375-3848 FAX:305-375-3428 smu®miamidade.aov www.miamidade.gov/ced/ Activity ID Category: Source: 4010 Capital Improvement CDBG Thankyouforsubmitting an applicationforfundingthroughtheFY2006ConsolidatedPlanning Request for Applications (RFA)process.TheMiami-DadeOfficeofCommunityandEconomicDevelopment(OCED)in close coordinationwith Miami- DadeHousingAgencyandthe Miami-Dade HomelessTrust has developeda proposed FY2006ActionPlan as anintegral partofthe update toFY 2003-2007 Consolidated Plan.Staff recommendations have been made forCDBG,HOME,HODAG, RentalRehabilitationandESG programs.SHIPandSurtaxfunding recommendations are not subject to 30-day public comment period requirement.Noted above is the total amount recommended for your funding request.This recommended amount consists ofatotalof Community Advisory Committee funding (CAC),BCCDistrictfund allocations and staff recommendations.Please note staff recommendations are subject to change by the Board of County Commissioners pursuant toinputfrom the Affordable HousingAdvisoryBoard (AHAB),Task Force onUrban Revitalization (URTF)and Office of the County Manager,at the time of final Commission action. A public hearing to consider the FY 2006 Action Plan funding recommendations and those of the State Housing Initiatives Program (SHIP)and Surtax Program will be held before the Board of Miami-Dade County Commissioners'Community Empowerment &Economic Revitalization Committee,tentatively scheduled for 2:00 p.m.on January 17,2006,in the Commission Chamberlocatedonthe 2nd level oftheStephenP.Clark,111 N.W.First Street,Miami,Florida.The public is invitedto attend and comment.The Board is tentatively scheduled to approve the FY 2006 Action Plan on January 24, 2006.The Public is also advised that based on previous years of US HUD allocations,this year's allocation process has been faced with the greatest challenges.Nationally,for the last two years,US HUD has faced severe budget cuts, resulting ina15%cut for 2005 and 2006 (6%and 9%respectively.)In addition to the overall Entitlement reduction, the new City of Miami Gardens has opted out of the Miami-Dade County Entitlement,thus,reducing the County Entitlement by an estimated $2.5 million.OCED encourages residents of Miami-Dade County to express their comments regarding the proposed FY 2006 Action Plan bywritingtoSilviaM.Unzueta,ActingDirector,Miami-Dade County Officeof Community and Economic Development at 140 West Flagler Street,Suite 1000,Miami,Florida 33130.Written comments on the FY 2006 Action Plan must be received by and will be accepted until January 19,2006. Please contact our staff at 305-375-3422,Ifyou should have any questions regarding this item. Sincerely, Silvia M.Unzueta Acting Director SMU/za Qc^A obslfiS" Church Street Improvements Phase IIICDBGFY2006 Municipality FY 2006 COMMUNITY DEVELOPMENT BLOCK GRANT GOVERNMENTAL CONTRACT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF SOUTH MIAMI Thiscontractisenteredinto between Miami-Dade County,hereinafterreferredtoasthe "County"andtheCity of South Miami,A municipal government organized under the laws of the State of Florida hereinafter referred to as the "Awardee". The parties agree: I.Definitions OCED 24 CFR Part 570 -CDBG Low-and Moderate-Income Person Contract Records Federal Award Awardee Subcontractor Subcontract Office of Community and Economic Development orits successor Department Federal regulations implementing Title I of the Housing and Community Development Act of 1974,as amended -Community Development Block Grant 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 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 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. 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 orits 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 payall 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 liableto paya personal injury or property damage claimor judgment by any one person which exceeds the sum of $100,000,or any claimor judgment or portions thereof,which,when totaled with all other claims or judgment paidby the Awardee arising out of the same incident or occurrence,exceed the sum of$200,000fromanyandall personal injuryor property damage claims,liabilities,losses or causes ofactionwhichmayariseasaresultofthe negligence of the Awardee. Documents TheAwardeeshall submit documents to OCED as described beloworanyother document in whatever form,manner,orfrequencyas prescribed by OCED.These willbe used for monitoring progress,performance,and compliance withthiscontractandfor compliance with applicable County andFederal requirements. 1.Progress Reports a.TheAwardeeshallsubmita status reportusingtheformattachedheretoas Attachment C,"Progress Report,"asitmayberevisedby OCED,whichshall describetheprogressmadebytheAwardeeinachievingeach of the objectives andaction steps identifiedin Attachment A,"Scope of Services." TheAwardeeshallensurethat OCED receiveseachreportin triplicate (oras indicated)nolaterthanApril10,2006,July10,2006,October 10,2006and January 10,2007. ^Quarterly Reportingwhen Subcontractors areUtilized Awardees are advised that when subcontractors or subconsultants are utilized to fulfill the terms and conditions of this contract,Miami-Dade County Resolution No.1634-93will 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 paidbythe Awardee directly to Black,Hispanicand Women-Owned businesses performing part of the contract work. Additionally,thelisted businesses arerequiredtosignthereports,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 OCED 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 OCED 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 3in the same Attachment shall be completed semiannually by the Awardee and submitted to OCED no later than April 10,2006 and October 10,2006 . Section IV-Neighborhood Employment Opportunities: Neighborhood Employment Opportunities Report (First and Third Quarter Progress Report)-The Awardee shall report to OCED 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 OCED no later than April 10,2006 and October 10,2006. 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 ina 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. 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 OCED 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 1,2006 through December 31,2006 and shall be received by OCED no later than January 10,2007. 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 mav 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.AuditReport-TheAwardeeshall submit to OCED anannualauditreportintriplicate as required bySection II,Paragraph "l ofthiscontractasset forth below.The Awardee shall submit a written statement fromits 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 24CFRPart 84.26,Part 85.26 and OMB A-133. 5.Inventory Report -The Awardee shallreport annually all nonexpendable personal and real property purchased with CDBG fundsfromthisand previous agreements with the County as specified in Section II,ParagraphQ of this contract. 6.Affirmative Action Plan-The Awardee shall report to OCED information relative to the equality of employment opportunities whenever so requested by OCED. 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.Toaidin 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 orinpart 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 at49CFRPart 24 and 24 CFR57 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,OCED'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 OCED 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,OCED,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 OCED prior to relocating,evacuating,and/or dispersing any and alllegal occupants who resideatthis property onthebasisofalongorshorttermlease.Whenthe legality of an occupant (individual,family,business,and/or industry)isin question,the Awardee shall contact the above mentioned unit prior to making a determination. Awardees receiving CDBG funds shall adhere to 24CFRpart50 and/or part58 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 Procedures and requirements for CDBG assisted projects.These procedures 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 procedures 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 OCED 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 OCED,no later than30 days after the completion of the coursework.This requirement may be waived in the sole discretion of OCED for Awardees who demonstrate knowledge of real estate development and organizational management theory.OCED shall consider such waiver upon receipt of the written request by the Awardee. 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 OrderNo.11246 entitled "Equal Employment Opportunity"andas amended byExecutiveOrderNo.11375,as supplemented bythe Department of Labor Regulations (41CFR,Part60),the Americans with Disabilities Act of 1990and implementing regulations,the Rehabilitation Act of 1973,as amended,Chapter 553 of Florida Statutes and any andall other local,State and Federal directives,ordinances,rules,orders,andlawsrelatingto people with disabilities.The Awardee will also comply with24CFRPart85,OMB A-128,OMBA- 87,and with the applicable procedures specified inOCED's Contract Compliance .Manual,whichare incorporated hereinbyreference,receiptofwhichishereby acknowledged,and as they may be revised. 2.TheAwardeeshall comply withSection504oftheRehabilitationActof1973,as amended,whichprohibitsdiscriminationonthe basis ofhandicap;TitleVI of theCivil RightsActof1964,asamended,whichprohibitsdiscriminationonthebasisofrace, color,ornational origin;theAgeDiscriminationActof1975,as amended,which prohibits discrimination onthebasisofage;Title VIII ofthe Civil RightsActof 1968, asamended,andExecutive Order 11063 whichprohibits discrimination inhousingon thebasisofrace,color,religion,sex,or national origin;ExecutiveOrder 11246,as amended which requires equal employment opportunity;andwiththe Energy Policy and Conservation Act (Pub.L 94-163)whichrequiresmandatorystandardsand policies relating to energy efficiency. TheProvider also agrees to comply with the Domestic Violence Leave codified as 11A-60 etseq.ofthe Miami-Dade County Code,which requires an employer,whoin the regular courseofbusinesshas fifty (50)ormoreemployeesworkingin Miami- Dade Countyforeachworkingdayduringeachoftwenty (20)ormorecalendarwork weeksto provide domestic violence leave toits employees.Failure to comply with this local law maybe grounds for voiding or terminating thisAgreementor for commencement of debarment proceedings against the Provider. 3.Ifthe amount payabletotheAwardee pursuant tothe terms of this contractisin excessof $100,000,the Awardee shallcomply with all applicable standards,orders, or regulations,issued pursuant toSection306ofthe Clean AirActof 1970 (42 U.S.C. 1857 h),as amended;the Federal Water Pollution Control Act (33 U.S.C.1251),as amended;Section 508 ofthe Clean WaterAct (33 U.S.C.1368);Environmental Protection Agencyregulations (40 CFR Part 15);andExecutiveOrder 11738. 4-Assurance of Compliancewith Section 504oftheRehabilitationAct-TheAwardee shall report its compliance with Section 504 of the Rehabilitation Act whenever so requested by OCED. 5-Americans with Disabilities Act (ADA)of 1990 -The Awardee shall attestto;and submitthe required Disability Non-discrimination Affidavit assuring compliance with all applicable requirementsofthelawslistedbelowincludingbutnotlimitedto,those provisions pertaining toemployment,provisionsand program services, transportation,communications,access tofacilities,renovations,andnew construction. »•Affirmative Action/Non-Discrimination of Employment Promotion,and Procurement Practices(Ordinance#98-30)-Allfirmswithannual gross revenues in excess of $5 million,seekingtocontractwith Miami-Dade Countyshall,asaconditionof award, haveawritten Affirmative Action Plan andProcurementPolicyon file withthe County's Department of Business Development Saidfirms must alsosubmit,asa part oftheir proposals/bids tobe filed withthe Clerk ofthe Board,an appropriately completedandsigned Affirmative Action Plan/Procurement PolicyAffidavit.Firms whose Boards of Directors are representative ofthe population make-up ofthe nation areexempt from this requirement andmustsubmit,in writing,a detailed listing of theirBoardsof Directors,showingtheraceorethnicityofeachboardmember,tothe County's Departmentof Business Development Firms claimingexemptionmust submit,asapartoftheirproposals/bidstobe filed withtheClerkoftheBoard,an appropriately completed and signed Exemption Affidavit in accordance with Ordinance 98-30.These submittals shallbe subject to periodic reviews to assure that theentitiesdonot discriminate intheiremploymentand procurement practices against minorities and women-owned businesses. It willbetheresponsibilityofeach firm toprovideverificationoftheirgrossannual revenues to determine the requirement for compliance with the Ordinance.Those firmsthatdonot exceed $5millionannualgrossrevenues must clearlystatesoin their bid/proposal. Any bidder/respondent which does notprovideanaffirmativeactionplanand procurement policy may not be recommended by the County Managerforawardby the Board of County Commissioners. 7.Domestic ViolenceLeave Affidavit:Priortoenteringintoany contract withtheCouty, afirm desiring todo business with the County shall,asa condition of award,certify that it is in compliance with the Domestic Leave Ordinance,99-5 and Section 11 A-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 inMiamiDade 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)fora 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 havinganofficer,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 Awardeeto disclose this information as required mayleadtothe termination of this agreement byMiami-Dade County. If any attesting firm,oranyowner,subsidiary,orotherfirmaffiliatedwithorrelatedtothe attesting firm,isfoundbythe responsible enforcement agency,theCourtsortheCountytobe in violation of the Acts,the County will conduct no further business with such attesting firm. Any contract entered intobaseduponafalseaffidavit,aslistedbelow,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.12101-12213and47U.S.C.Sections 225and611 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 lawor regulation,only the conflicting provision shall be deemed by the parties hereto to be modified to be consistent with the lawor 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 H.Construction If the Awardee engages in,procures,or makes loans for construction work,the Awardee shall: 1.Contact the OCED 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 procedures which,ata minimum,shall adhere to all applicable federal standards. 8 3.Comply withtheDavis-BaconAct;CopelandAnti-KickBackAct;ContractWork HoursandSafetyStandardsAct;andLead-BasedPaintPoisoningPreventionActas amended on September 15,1999;and other related acts,as applicable. 4.Submit to OCED forwrittenpriorapprovalall proposed SolicitationNotices, InvitationsforBids,and Requests for Proposals priorto publication. 5.Submit toOCEDall construction plans and specifications and receive OCED's approval prior to implementation. 6.Contactthe OCED representativenotedin Section IV,Paragraph Kpriorto scheduling a pre-construction conference. In accordance with industry standards,OCED willhold 10%ofthetotalgrantaward asaretaineruntilthe completion ofthe construction workisverifiedby OCED through a Certificate of Occupancy. 7.The County shall have the right to assign the Community Builders Division of the Office of Community and Economic 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 ina 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 Office of Community and Economic Development. Audits and Records 1.The Awardee expending $300,000 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 $300,000 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 $300,000 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).These Awardees are required by OCED to submit "reduced scope"audits (e.g.,financial audits, performance audits).They may choose instead of a reduced scope audit to have a program audit conducted for each federal award in accordance with federal laws and regulations governing the programs in which they participate.Records must be available for review or audit by appropriate officials of the General Accounting Office and other federal and county agencies. 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 OCED 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,procedures,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 Ain this contract. 6.The Awardee shall ensure that the Contract Records shall be at all times subject to and available forfull 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 inallOCED 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 OCED,each of the record keeping and audit requirements detailed in this contract OCED 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 retainall 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 revieworauditbythe County to ensure compliance with applicable accounting and financial standards. 9.The Awardee shall ensure that its auditors share their audit results with OCED.This willincludetheircompletionofthemonitoring instrument atthetimethatthe agency undergoes its annual audit or reduced scope audit.The auditors must submit the completed monitoring instrument and the audit report to OCED 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 ofatleast five (5)years (hereinafter referredtoas "Retention Period")subject to the limitations set forth below: a.For all non-CDBG assisted activitiestheRetention Period shallbeginupon 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 OCED's annual Grantee PerformanceReportfortheyearinwhichtheactivityisreportedas completed.Foreachpublic service activity the Awardee must retainall contractrecords except those relatingtorealand nonexpendable personal property. c.For all other CDBG assistedactivitiestheRetention Period shallbeginupon U.S.HUD's acceptanceof OCED's annual Grantee Performance Reportin which each assisted activity is reported on for the final time.For all the CDBG assisted activitiescoveredbythisSection II,Paragraph J.1.C.,the Awardee must retainallcontractrecords except those relatingtorealand nonexpendable personal property. d.ForallCDBG assisted activities,the Retention Period forall contract records relatingtorealand nonexpendable personalpropertyshallbeginuponthe date of the final disposition of the property. 2.IftheCountyorthe Awardee have received orgivennoticeofanykind indicating any threatened orpending litigation,claimorauditarisingoutofthe 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 OCED,fully,completely andfinally resolved. 10 3.TheAwardeeshallallowtheCounty,federal personnel,oranypersonauthorizedby the County full access toand the rightto examine any of the contract records during the required Retention Period. 4.The Awardee shall notify OCEDin writing,both during the pendency of this contract and after its expirations part of the final close-out procedure,of the address where all contract records will be retained. 5.The Awardee shall obtain written approval of OCEDprior to disposing ofany contract records within one year after expiration of the Retention Period. K.Provision of Records 1.The Awardee shall provide to OCED,upon request,all contract records.These records shall become the property of OCED without restriction,reservation,or limitation of their use.OCED 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 OCED 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 inall change orders and all contract renewals and extensions. m 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 forlegal services;(c)contracts forfinancial advisory services; (d)auditingcontracts;(e)facilityrentalsandlease 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 asdefinedin Miami-Dade County Administrative Order3-2; (m)federal,stateandlocal government-funded grants;and(n)interlocal agreements.Notwithstandingtheforegoing,the Miami-Dade CountyBoard of County Commissioners mav 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 inpart with government funds,including funds awarded tp Awardee pursuant to this contract. Prior Approval ll The Awardee shallobtainpriorwrittenapprovalfrom OCED priorto undertaking anyofthe following: 1.The engagement orexecutionofany subcontracts or contract assignments,wherein CDBG funds willbe used topayfor goods or services.The Awardee must submit all proposed agreement documents to OCED atleastthirty(30)dayspriortothestart dateofthe agreement.OCED shall have no obligation to approve payment of any expenditure (resultingfroman agreement or subcontract)which was incurred priorto the approval by OCED 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 allreal,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 forin Section II,Paragraph H of this contract. 9.The disposal of all contract records as provided forin Section II,Paragraph J of this contract. M.Monitoring The Awardee shallpermit OCED and other persons duly authorized by OCEDto 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,OCED willdeliverto the Awardee a report of itsfindings,and the Awardee will rectify all deficiencies cited byOCED within the specified period of time set forthin the report,orprovide OCED witha reasonable justification for not correcting the deficiencies.OCED will determine,in its sole and absolute discretion whether or not the Awardee's justification is acceptable orif the Awardee must,despite the justification,rectify the deficiencies cited by OCEDinits report. N.Conflict of Interest The Awardee agrees to abide by the provisions of 24CFR84.42(24CFRPart85.36for Public Agencies)and 24CFR570.611 with respect to conflicts of interest,and covenants that it presently has no financial interest andshall not acquire any financial interest,direct or indirect which would conflict inany 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 afinancial interest shallbe employed or retained by the Awardee hereunder.These conflict of interest provisions apply to any person who isan employee,agent,consultant,officer,or elected officialor 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 toOCED 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. 12 Non-compliancewiththeaboverequirementswillbe considered abreachofcontract,which will resultinthe immediate termination ofthe agreement,therecoveryoftheentire funding award,and thedisqualificationoffundingthrough OCED foraperiod of threeyears. TheAwardeeshall disclose any possible conflicts of interest or apparent improprietiesofany party that are covered by the above standards.The Awardee shall make such disclosure in writing to OCED immediately upon the Awardee's discovery of such possible conflict.OCED will then render an opinion which shall be binding onall parties. 0.Publicity,Advertisements and Signage 1.The Awardee shall ensure that all publicity,public relations and advertisements and signs,recognize the Miami-Dade Office of Community and Economic Development (OCED)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 OCED contracted activities must be approved by OCED prior to being posted and must also meet the standard specifications as established by OCED.The use of the official Miami-Dade OCED 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 UNTILTHE 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 inor owned by residents of the Community Development areas designated byOCEDin the CDBG application approved by the supervising federal agency.The Awardee shall assure that all subcontracts orthirdparty 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 tolow and very low-income persons, particularly those who are recipients of government assistance for housing accordingtothe 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.170lu (section 3). The purpose of section 3is 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 in24CFRpart 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. 13 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 tohire,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 in24CFRpart135,and agrees to take appropriate action,as provided inan applicable provision of the subcontract orin this section 3 clause,upon a finding that the subcontractor isin violation of the regulations in24CFR 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 in24CFRpart135 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 totheworktobe 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 shallbe given to Indian organizations and Indian-owned Economic Enterprises. Partiesto this contract thatare subject tothe provisions of section 3and section 7(b)agreeto comply with section 3to the maximum extent feasible,butnotin derogation of compliance with section 7(b). 8.Fair Subcontracting Policies (Ordinance 97-35) All Awardees on County contracts inwhich subcontractors maybe used shallbe subject to and comply with Ordinance 97-35as amended,requiring Awardees toprovideadetailed statement of their policies and procedures for awarding subcontracts which: a)notifies the broadest number oflocal subcontractors ofthe opportunity tobeawardeda subcontract; b)inviteslocalsubcontractorstosubmitbids/proposalsina practical,expedientway; c)provides local subcontractors access toinformation necessary toprepareandformulate a subcontracting bid/proposal; Shallows local subcontractors tomeet with appropriate personnel ofthe Awardee to discuss the Awardee's requirements;and HHawards 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 withtheCountyshall,asa condition of award,providea statement of their subcontracting policies and procedures (see attached FormA-7.2). Awardees who failtoprovidea statement of their policies and procedures may notbe recommended by the County Manager foraward by the Board of County Commissioners. The term "local"means having headquarters located inMiami-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 14 The term "subcontract"means an agreement between a Awardee and a subcontractor to perform aportion 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 OCED in excess of $25,000 shall be either: 1)Used to meet one of the three (3)CDBG national objectives required by and defined in24CFR Part 570.208 for five (5)years following the expiration or termination of this contract,or for such longer period of time as determined by OCEDin 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 OCED-then the Contract or shall pay to OCEDan amount equal to the market value of the property as may be determined by OCEDin 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 orinpart with CDBG funds from OCEDfor $25,000 or less shall be disposed of,at the expiration or termination of this contract,in accordance with instructions from OCED. c.Allreal property purchased in whole or in part with funds from this and previous contracts with OCED,or transferred to the Awardee after being purchased in whole or in part with funds from OCED,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 15 programmatic purpose for which the property was acquiredand 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 of real property,the Awardee agrees to execute a mortgage orloan document for the CDBG award with OCED 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.Allreal property shall be inventoried annually by the Awardee and an inventory report shall be submitted to OCED.This report shall include the elements listed in Paragraph T.2.C.,above. The Awardee shall comply with the nonexpendable personal property requirements as stated below. a.All nonexpendable personal property purchased in whole or in part with funds from this and previous contracts with OCED 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 in whole or in part with funds from this and previous contracts with OCED shall be inventoried annually by the Awardee and an inventory report shall be submitted to OCED when and as requested by OCED.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 OCED. The Awardee shall obtain the prior written approval from OCEDfor the disposition of real property,expendable personal property,and nonexpendable personal property purchased in whole orinpart 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 fromOCED.Those instructions may require the return of all such property to OCED. R.Program Income Program income as defined in24CFRPart 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. If the Awardee generates program income,the Awardee may retain the program and use itfor costs that arein addition to the approved costs of this contract,provided that such costs specifically further the objectives of this contract.These additional costs need not be of a kind that would be permissible as charges to this contract However,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 OCED'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. 16 b.The County mav in its sole discretion allow Awardee to Use Program Income to carry out eligible activities.The Awardee mav request to use Program Income for eligible activities.If the Awardee requests to use Program Income,the Awardee shall report to OCED 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 OCED. d.The Awardee shall provide to OCED a written explanation of the activities to be assisted with Program Income and shall obtain OCED'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 froma 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 shallbe substantially disbursed to carry out other OCED 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. j.TheAwardeeshall obtain,aspartoftherequiredauditreport,validationbya certified auditor of all program generated income and its disposition. 3.Uponexpirationorterminationofthiscontractorattheendofanyprogramyear,the Awardee shall transfer to the County any program income funds on hand,and any program income accounts receivableattributabletoany CDBG fundedactivities. OCED may require remittance ofallorpart of anyprogram income balances (including investments thereof)heldbytheAwardee(except those neededfor immediate cash needs,cash balances of a revolving loan fund,cash balances froma lump sum drawdown,orcashor investments heldfor Section 108 Security needs). 4.OCED,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. Travel The Awardee shall comply withthe County's travel policies.Documentation of travel expenses shall conform to the requirements of OCED's Contract Compliance Manual. Subcontracts and Assignments 17 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: a.Comply with all requirements and regulations specified in OCED'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 orOCED 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 OCED,set forth in this contract.OCED 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 inall 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 ail subcontracts and their progress toward meeting the approved goals and objectives indicated in the attached Scope of Services 4.The Awardee shall receive from OCED writtenpriorapprovalforany subcontract prior to engaging any party who agrees to carry out any substantive programmatic activities as may be determined by OCED as described in this contract OCED's approval shall be obtained prior to the release of any funds for the subcontractor. 5.The Awardee shall receive written approvalfromOCEDpriorto either assigning or transferring any obligations or responsibility set forthin this contract or the rightto receive benefits or payments resulting from this contract. 6.Approval byOCED of any subcontract or assignment shall not under any circumstance be deemed to provide for the incurrence of any obligation by OCEDin 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 OCED.The Awardee agrees that itwill not change or substitute subcontractors or suppliers from the list without prior written approval from OCED. U.Additional Funding 18 The Awardee shall notify OCED of any additional funding received for any activity described in this contract.Such notification shall be in writing and received by OCED 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 OCED adequate proof,as determined by OCED 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 OCED 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 OCED.The Awardee must adequately justify their absence in writing and furnish copies of those documents to OCED.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 OCED. 2.Requests for payment shall be assembled by calendar month and submitted to OCED no less frequently than monthly.Expenditures incurred by the Awardee must be submitted to OCED 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 OCED of all reports and documents which the Awardee is required to submit to OCED pursuant to the terms of this contract or any amendments thereto. 5.All payments willbelimitedto 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 portionofthis agreement -Attachment "A,"which shallbe submitted withall payment requests andshall clearly identify the completed levelof accomplishments met.Thisshall also apply to soft costs associated withproject delivery. 6.No payments willbe made without evidence ofappropriate insurance requiredby this contract.Such evidence must be on file with OCED and the County's Risk Management Division.OCED 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 ifOCED,in its sole discretion,so chooses. 7.Withinthirty(30)calendar daysafter this contract expires oris terminated,the Awardee shall provide to OCEDalist of all invoices and costs that relateto this contract's approved Budget and that have not been submitted toOCED.Any invoice received by OCED,subsequent to receipt of this listbyOCED 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 toOCEDin accordance withOCED's Contract Compliance Manual. 9.Any unexpended funds remainingafter 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. W.Reversion of Assets 19 The Awardee shallreturnto OCED,upon the expiration or termination of this contract all assets,owned orheldby Awardee asa result of this contract,including, but not limitedtoany CDBG funds on hand,any accounts receivable,any overpayments duetounearnedfundsor costs disallowedpursuanttothetermsof this contract that were disbursed to the Awardee by the County,other than reasonable operatinganddeficit 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 OCED of the CDBG Loan.The Awardee shallat the request of the County execute anyandall documents,including but not limitedto mortgages securing the propertyand UCC financing statements,asrequiredby the County to effectuate the reversion of assets. III.The County Agrees: Subject totheavailability of funds,topayfor contracted activitiesaccordingtothe terms and conditions contained within this contract in an amount not to exceed $200000. IV.The Awardee and OCED Agree: A.Effective Date 1.This contract shall begin on January 1.2006 .Any costs incurred by the Awardee prior to this date will not be reimbursed by the County. 2.This contract shall expire on December 31.2006.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 OCED, 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.OCED may,for reasonable causes,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 OCEDin its sole and absolute discretion,and may include: 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,OCED 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 20 3.OCED willnotifytheAwardeeofthetypeofactiontobe taken inwritingbycertified mail,returnreceipt requested,orin person with proof of delivery.Thenotificationwill include the reason(s)for such action,the conditions oftheaction,andthe necessary corrective action(s).OCED willgivethe Awardee reasonable opportunity torectify any action or inaction referenced above. Termination 1.Termination at Will This contract,in whole orinpart,may be terminated by OCED upon no less than ten (10)working days notice when OCED determines that it would be in the best interest of OCED 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 OCED 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.OCED,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.OCED shall be liable only for reasonable costs incurred by the Awardee prior to notice of termination. OCED 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,OCED 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.OCED shall be the final authority in determining whether or not funds are available.OCED 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 OCEDa release from its contractual obligations to the County.The Director of OCEDwill review the effect of the request on the community and the County prior to making afinal determination. 5.Termination for Breach OCED may terminate this contract,in whole orinpart,when OCED determines,inits sole and absolute discretion,that the Awardee is not making sufficient progress thereby endangering the ultimate contract performance,oris not materially complying with any term or provision of this contract. Unless the Awardee's breach is waived by OCED in writing,OCED 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 OCED'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. 2.1 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 forall 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. 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 OCED,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.OCED 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 Office of Community and Economic Development. Right to Waive OCED may,for good and sufficient cause,as determined by OCEDinits sole and absolute discretion,waive provisions in this contract or seek to obtain such waiver from the appropriateauthority.Waiver requests fromtheAwardeeshallbeinwriting.Any waiver shall not be construed to be a modification of this contract OCED's failure to exercise any of its rights under this contract or OCED's waiver of a provisiononanyone occasion shallnot constitute awaiverof such rightsorprovisiononany other occasion.Nofailureordelayby OCED inthe exercise of anyrightshall operate asa waiver. Budget Revisions and Changes to the CDBGEligibility Activity Title 1.Revisions totheBudget(AttachmentB)shallbe requested inwritingand must comply withOCED'sContractCompliance Manual.These revisions shall not require a contract amendment unless the amount of this contract is changed or unless otherwise requiredby OCED.All budget revisions shallrequire the written approval of OCED.OCED shall have no obligation to approve payment of expenditures incurred prior to the approval of the budget revision related to such expenditures. 2.Budget Revisions Through County Resolution Should aportion of the fundingallocationto 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 shallbe sent byOCED 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 22 modified budget not be received within the specified time,OCEDwill revise the budget at its discretion. OCED in its sole and absolute discretion will determine whether substantial reductions will necessitate revision and resubmittal of the Scope of Service (AttachmentA).Revisions tothe Scope ofService,when required,willbenegotiated to the mutual satisfaction of both parties. Revisions to the CDBGeligibilityactivity 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 OCED,OCED shall refer the questions,including the views of all interested parties and the recommendation of OCED, to the County Manager for determination.The County Manager,oran authorized representative,will issue a determination within thirty (30)calendar days of receipt and so advise OCEDand the Awardee orin the event additional time is necessary,OCEDwill 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 %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 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 23 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 inall 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 V*of 1%of the total contract amount L.Notice and Contact OCED's representative for this contract is Jesus Hernandez.The Awardee's representative for this contract is Joanna Revelo.The Awardee's principal office isat 6130 SUNSET DR,S MIAMI,FL 33143. 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 ismadetothe Awardee's assignee,thenameand address oftheofficialpayee is:N/A N.Waiver of Trial NeithertheAwardee,subcontractor,noranyotherpersonliablefortheresponsibilities, obligations,services and representations herein,norany assignee,successor,heiror personal representative of theAwardee,subcontractor orany such otherpersonorentity shall seek ajurytrialinanylawsuit,proceeding,counterclaimoranyother litigation procedurebaseduponorarisingoutofthisContract,orthedealingsortherelationship between or among such persons orentities,orany of them.NeitherAwardee,subcontractor, norany such person or entity will seek to consolidate any such actionin which ajurytrialhas been waived.The provisions ofthis paragraph havebeenfully discussed bytheparties hereto,andtheprovisionshereofshallbe subject tono exceptions.Nopartyhasinanyway agreed withor represented toanyotherpartythatthe provisions of this paragraphwillnotbe fully enforced inall instances. O.Assignment The Awardee shall not assign,transfer,hypothecate or otherwise dispose of this contract, includinganyrights,titleor interest therein,oritspowerto execute such contracttoany person,company or corporation without the prior written consent of the County 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 24 beyond the termination,cancellation or expiration thereof,shall survive termination, cancellation or expiration hereof. Q.All Terms and Conditions Included: This contract andits attachments as referenced (Attachment A-Scope of Services; Attachment A1-Action Steps;Attachment B-Budget;Attachment C-Progress Report; Attachment D-InformationforEnvironmentalReview;Attachment E-CertificationRegarding Lobbying;and Attachment F-Publicity,Advertisements and Signage)contain all the terms and conditions agreed upon by the parties. 25 IN WITNESS THEREOF,the parties hereto have caused th, their undersigned officials as duly authorized,this&Kfrty (26)page contract to be executed by '2006. AWARDEE: City of South Miami MIAMI-DADEXOUNTY < BY: NAME:•ivonne S.McKinley TITLE:Acting City Manager DATE: BY: NAME TITLE: DATE Witnesses: BY: ignature)^^^v Type or Print Name (Signature) Type or Print Name Federal ID Number:59-6000431 Resolution #:Jt/-Q(f -JaLJ^*T Awardee's Fiscal Year Ending Date:9/30/2006 CORPORATE SEAL: Burgess TITLE:County Manager ATTEST BY: TITLE:Clerk,BoaTd of County Commissioners CONTRACT IS NOT VAUD UNTIL SIGNED AND DATED BY BOTH PARTIES 26 RFA FY2006 Acronym on m ah m D'ate:SCORE::SMIAMI 4/24/2006 FY 2006 Activity ID:401 0 Action Plan ID: Index Code: IDIS Number: CATEGORY:Source Capital ImprovemeQDBG District:MD Specific:DistTeam: 07 07 Ali^tMi+ft Contract Number:60125 .Sort Contracts by Agency Contract Shell Type: F CDBG MUNICIPALITY EIN:59-60004311.Description -Applicant /Agency /Developer Information: Applicant /Developer (A.K.A.): City of South Miami ApplicantTypo:Municipality Activity Titleand Description:Monitoring Issues: Applicant Legal Address: CITY,ST,ZIP: Contact:Ms.Joanna Revelo Phone:(305)668-2514 6130 SUNSET DR S MIAMI FL!33143 Title:Reconstruction Of Church Street-Phase II Description (254 Characters Max.): Continuationof roadway milling &resurfacing,sidewalk &curb enhancement,paving &drainage improvements, landscaping,pavement marking,water &sewer improvements,street lighting and street furniture,at SW 59 Place from SW 66 St.to SW 68 St. 2.Funding Information FY05 Contract #50816 FY05 IDIS #2802 FY05 Funding:$104,000 FY06 Non-OCED Funding: $50,000 FY06 Requested Amount: $430,000 FY 2006 Allocation:$200,000 Agency Fiscal Year Start:End:AUDIT DUE: 10/01/2005 09/30/2006 I 3/29/2007 5.Contract Tracking Issued Date Scope Finalized Signed Date Budget Approved 3.Contract Information /Signees Contract Officer: 231 Hoberman Planner:143 Parkinson Salutation FName LName Ms.Maria V.Davis Title:City Manager H ; Title: : Contract Expires In:251 DAYS Start Date:Completion Date:Amendment 12/31/20061/1/2006 Sent to County Attorney Sent to County Manager Number Of Units Proposed in Application Estimated : Proposed by Funding: Cost per Unit (CPU) Contract Status: 1,000 465 :3-AGREEMENT SENT TO AGENCY FOR Contract Tracking Report Sent to Clerk of Board Returned from County Manager/ Executed 6.Geographic Information (Please remember to GEO CODE Activity Address) Activity Geo Address:ActivityGeoCity:ST:GeoZipCode:Census Tract:Block Group: 7.HUD Information SO.MIAMI If no street address,provide crossroads information: SW 59 PL FROM SW 66 ST TO SW 68 ST. HUD Code:HUD Activity Type: 03K Street Improvements Proposed: 1,000 Accomplishment Type People E.I33143 76.03 Folio Number (CI and HO only) 09-4025,sec 25-5440 National Citation National Objective: 570.201(c)570.208(a)(1)LMA Priority Need Infrastructure %Low/Mod: %Small/Min.Contractors: SCOPE OF SERVICES- proposed Accomplishments QUARTER 1st 2nd 3rd 4th AGENCY NAME ACTIVITY FUNDING SOURCE AMOUNT: TOTAL ACTIVITIY COSTS: TOTAL AVAILABLE FUNDING (Matchingby City) PROPOSED ACCOMPLISHMENT UNITS: ACCOMPLISHMENT UNITS: TYPE: ACTION STEP CATEGORY Scope &Budget/Execution of Agreement CSM Finance Dept.-To create account Environmental Clearance Davis Bacon Rates Request/Bid Documents BidDocumentsReview-preliminary Engineering Construction Bid Construction Contract Award Engineering Construction ^ Engineering Construction APPROVED THE CITY OF SOUTH MIAMI CHURCH STREET IMPROVEMENTS-PHASE CDBG 2006 $200,000 $250,000 $50,000 1,000 LF 1 CAPITAL CUMULATIVE CUMULATIVE PERCENTAGE OF QUARTERLY COMPLETION SERVICE UNITS APPROVED APPROVED 5% .75%-. CUMULATIVE PROJECTED PAYMENT LEVEL APPROVED 12.-500 0 -:;::•-:•187:506 Thisisan on-going street improvement construction project *This projectis associated with:(1)$95,000 FY04CDBGand(2)$100,000 FY04CDBG ATTACHMENT "A" Part II Attachment 12 ACTUALQUARTERLY ACCOMPLISHMENTS CUMULATIVE CUMULATIVE CUMULATIVE PERCENTAGE OF COMPLETION SERVICE UNITS REIMBURSEMENTS •.:....".;..;„-.;:,y. ATTACHMENT B CITY OF SOUTH MIAMI CHURCH STREET IMPROVEMENTS -PHASE III CDBG FY2006 SUMMARY BUDGET JANUARY 1,2006 -DECEMBER 31,2006 CATEGORIES PRIOR YEAR FUNDING FY 2006 FUNDING NON-OCED FUNDING TOTAL I.Personnel $4,000 $8,000 $0 $8,000 II.Contractual Services $18,548 $30,000 $10,000 $40,000 III.Operating Services $0 $0 $0 $0 IV.Capital Outlay $202,000 $77,452 $162,000 $40,000 TOTAL BUDGET $250,000 $100,000 $200,000 $50,000 SOURCES OF OTHER FUNDING TOTAL AMOUNT CRA $50,000 (\^(A^® CITY OF SOUTH MIAMI,INC CDBG FY 2006 RECONSTRUCTION OF CHURCH STREET SW 59TH PLACE-IMPROVEMENTS DETAIL BUDGET January 1,2006 thru December 31,2006 PP Non-OCED OCED Total OCED Total All Sources 4010 PERSONNEL-Employee Regular-Salaries Public Works Director/PW Staff 0 $5,000 $5,000 $5,000 <Chief.Accountant/Finance Staff .0 $2,000 $2,000 $2,000 Grants Administrator 0 $1,000 $1,000 $1,000 Sub-Total Salaries 0 $8,000 $8,000 $8,000 4010 Fringe Benefits FICA (salaryX7.65%)0 0 0 0 Sub-Total Fringe 0 0 0 0 Total Personnel 0 8,000 8,000 8.000 Contractual Services 21011 External Audit 0 0 0 0 21012 Environmental Audit 0 0 0 0 21030 Other Professional-Svc Const Mgmt 10,000 30,000 30,000 40,000 21030 Other Professional Svc 0 0 0 0 22350 Bottled Water 0 0 0 0 25330 Rent Copier 0 0 0 0 25511 Building Rental 0 0 0 0 Total Contractual 10.000 30,000 30,000 40,000 Operating Expenses 31011 Telephone Regular 0 0 0 0 31011 Telephone Long Distance 0 0 0 0 31610 Postage 0 0 0 0 31420 Advertising Radio 0 0 0 0 Total Operating Expenses 0 0 0 0 Commodities 31510 Outside Printing 0 0 0 0 95020 Computer Purchase 0 0 0 -0 47010 Office Supplies/Outside Vendors 0 0 0 0 Total Commodities 0 0 0 0 Capital Outlay 90 Construction 40,000 162,000 162,000 202,000 Infrastructure Improvements Total Capital Outlay 40,000 162,000 162,000 202,000 TOTAL BUDGET 50,000|200,000|200,000 250,000 ATTACHMENT B-l INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR CONSTRUCTION AND MAJOR REHABILITATION ACTIVITIES ContractorshallindemnifyandholdharmlesstheCountyandits officers,employees,agentsand instrumentalitiesfromanyandallliability,lossesordamages,including attorneys'feesandcosts of defense,whichtheCountyoritsofficers,employees,agentsorinstrumentalitiesmayincurasaresult of claims,demands,suits,causes of actionsorproceedings of anykindornaturearisingoutof,relatingto orresultingfromthe performance of thisAgreementbytheContractororitsemployees,agents, servants,partners principals or subcontractors.Contractor shallpayall claims and losses in connection therewithandshall investigate anddefendallclaims,suitsoractions of any kind or nature in the name of theCounty,where applicable,includingappellateproceedings,andshallpayallcosts,judgments,and attorney'sfeeswhichmayissuethereon.Contractorexpresslyunderstandsandagreesthatanyinsurance protectionrequiredbythisAgreementorotherwiseprovidedbyContractorshallinnoway limit the responsibilitytoindemnify,keepandsaveharmlessanddefendtheCountyor 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,140 West Flagler Street,Suite #1000,Miami,Florida 33130,Certificate(s)of Insurance which indicate that insurance coverage hasbeen obtained which meetsthe requirements as outlined below: A.Worker's Compensation Insurance forall employees of the Contractor as required by Florida Statute 440. B.Public Liability Insurance on a comprehensive basis inan 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 allowned,non-owned andhired vehicles used in connection with the work,inan amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. D.CompletedValue Builder's RiskInsuranceonan"AllRisk"basisinanamountnotless thanonehundred(100%)percent of theinsurablevalue of thebuilding(s)orstructure(s). Thepolicyshallbeinthename of Miami-DadeandtheContractor. E.Professional Liability Insurance inthename of designprofessionalforthisproject,inan ( amount not less than $250,000 with the deductible perclaim,ifany,notto exceed 10%of the limit Allinsurance policies required aboveshallbeissuedby companies authorized todo business under the laws of theState of Florida,with thefollowingqualifications: The company must beratednolessthan "B"astomanagement,andnoless than "Class V"asto financial strength,bythe latest edition of Best's Insurance Guide, published by A.M.Best Company,Oldwick,New Jersey,orits equivalent,subject to the approval of the County Risk Management Division. or TTie company must holdavalid Florida Certificate of Authorityasshowninthelatest "List of All Insurance Companies Authorized toDo Business in Florida"issued by the State of FloridaDepartment of Insuranceandare members of theFlorida Guaranty Fund, Certificates will indicateno modification orchangeininsuranceshallbe made without thirty(30)daysin advance notice to the certificate holder ATTACHMENT C ROGRESS REPORT FY 2006 IRT 1;Activity Information AgencyName: 'Select Quarter (V) 1rt JAN-MAR . 2MO APR-JUN 3rt JUL-SEP ANNUAL REPORT ProjectTitle: Activity Name:_4.Category: Activity Address:6.Commission District: Activity Description:. IDIS No.9.Source:.10;Grantee Activity #:Funded Amount: .Matrix Code:12.Index Code:_13.National Objective: ENTER YES (Y)OR NO (N)FOR QUESTIONS 14 TO 17 14.Help Prevent Homelessness?: 16.Primarily Help Persons With Disabilities?: ,15.HelpThoseWith HIV/AIDS?: 17.Generate Program Income?: PICATE ALL THAT APPLY WITH "X"FOR QUESTIONS 18 TO 24 .Section108:_19.One-For-One Replacement: .SpecialAssessment:23.Revolving Fund:. _20.DispIacement: .FloatPrincipalBalance: .IndicateiftheactivityislocatedinCDFIAreaorStrategyArea C/S:_ .Area Identifier: .Unliquidated Obligations: 21.Float Funded: .24.Favored Activity: iRT 2;Area Benefit Information (complete this part if the national objective is LMA) Percent of Low/Mod inService Area:2.Survey or Census Tract determination?(S/C): CensusTract:4.Block Groups: Page l of 12 06 12:41 PM 'ART 3:Direct Benefit Information (complete this part if the National Objective is LMC.LMH.LMJ I.Countsby Households orPersons?(H/P):• 2.Total Number Benefiting fromthe Activity:,3.Number of Female Headed Households: \.Number of persons served in Entitlement Area:_ 5.Number of persons served outside of Entitlement Area:_ 3.Method of Verification bythe Agency: T.Presumed Benefit?(Y/N): J.Nature/Location Narrative: 8.Nature/Location?(Y/N):_ DirectBenefitbyRace/EthnicCategory Note:The beneficiary information mustbe cumulative total from program startdate. MOD Wldlc Mack or African American Asian American Indian/Alaskan Native Native Hawaiian /Other Pacific Islander American Indian/Alaskan Native &White Asian &While Black African American &White American Indian or Alaskan Native &Black African American Other Multi-Racial Totals LOW DirectBenefitby Income Category EXTREMELY LOW TOTAL PART 4:Slum/BlightAreaInformation (complete thispartif the National ObjectiveisSBA) 1.Boundaries: 2-Percentage of Deteriorated Buildings:_ 4.SIum/B lightDesignationYear: 3.Public Improvement/Condition: PART5:Job Creation/Retention Information (complete?this partif the National Objective isLMJ) Table 1 ATTACHMENT C Type Interest Rate Amortization Period Amount CDBG Direct Loan CDBGDeferred Payment CDBG Grant Page 2 of 12 1/2/06 1:34 PM ATTACHMENT C Table 2-Job Creation/Retention Information •Type Total Job Count-FuU Time Job Total Job Count -Full Time- Low/Mod Total Hours Part time Total Hours-Part Time-Low/Mod Percent of Low/Mod Jobs Expect to Create Expect to Retain Actually Created Actually Retained PART 6:CDBG Multi-unit Activity Set Up and Completion lnformation(for LMH activities) Table 1 Units Total Occupied Occupied Low/Mod #of Units at Start - #of Unitsexpectedat Completion #of Units actually Completed Table 2 Type Authorized Costs Actual Costs CDBG Other Total Type Census Tract Or City White Black Hispanic Asian/Pacific American Indian/Alaskan Displaced From RemainingIn Relocated To PART 8;Replacement Information (complete this part if One-for One Replacement has occurred) Type Demolished/Converted Address Replacement Address #of Bedrooms Agreement executed date Available Date PART 9:Activity Status/Accomplishments Information (complete this part for all types of activities) 1.ActivityStatus(CircleOne):1.Cancel 2,Completed3.Underway (Anactivityisconsideredtobe completed whenitmeetstheNationalObjectiveandafterallthefundsare drawn) 2.Proposed Accomplishment Type:3.Proposed#ofAccomplishment Unit/s: 4.Actual Accomplishments Type:^5,Actual#of Accomplishment unit/s duringtheyear: 6.Environmental Assessment Code: 2/06 12:41 PM 7.Create Program Income?(Y/N):_ Page 3 of 12 .<•••'ATTACHMENT C Accomplishment narrativefortheCurrent Program Year (Please makesurethataccomplishmentsduringthe current yearare only included. Maximum 6 lines) By signing below I, and appropriate records have been maintained. Prepared By:_ Reviewed By:_ _,verify that the information in this report is accurate Date: Date: FOR OGED Verified for completeness and accuracy by: Contract Officer: Planner: USE ONLY Date: Date: CMM Section Supervisor: Planning Section Supervisor: Division Director: Admin.Support Staff: Date: Date: Date: IDIS UPDATE Page 4 of 12 106 12:41 PM ATTACHMENT C QUARTERLY PROGRESS REPORT INSTRUCTIONS IRT1,ACTIVITY INFORMATION Agency Name:Enter the Name of the Agency Project Title:Agency Acronym andtheTitle of theProject(60characters maximum) Activity Name:Agency Acronym andthename of theactivity(40characters maximum) Category:EntertheCategory of theactivity(e.g.Housing,PublicService,Ecc.Devetc.) Activity Address:Enterthecompleteaddress of thelocationwheretheactivityistakingplace Commission District:Enterthe Commission District#wheretheactivityistakingplace Activity Description:Enter brief description of the activity (120characters maximum) IDIS No.:EnterIDIS No.of the activity. Source:Enter the funding source (e.g.HOME 95). .Grantee Activity #:EntertheGrantee Activity No.(E.g.B.00.020.235) .Matrix Code:HUD Code applicable tothe activity. .Index Code:Enter the Index Code from FAMIS .National Objective:EntertheNational Objective applicabletothe activity. .Help Prevent Homelessness?:EnterY if thepurpose of theactivityistopreventhomelessness;otherwise enterN. .Help those with HIV/AIDS?:EnterY if thepurpose of theactivityistohelppersons with HIV/AIDS;otherwise enter N. .PrimarilyHelpPersons With Disabilities?:EnterY ifthepurpose of theactivityisprimarilyhelppersonswith disabilities; otherwise enter N. .Generate Program Income?:EnterY if thisactivityisexpectedtogenerate Program Income;otherwiseenterN. .Section108:EnterX if this activity isfundedinwholeorinpartusingproceedsfromloansguaranteedunderSection108. .Oneforone Replacement:EnterX if thisactivityisa One-For-One Replacement Activity .Displacement:EnterX if this activity involveadisplacementactivity .Float Funded:Enter X ifthis activity isaFloatFunded activity .Special Assessment:EnterX ifthisactivityisa public improvement activity for whicha special assessment willbe levied. .Revolving Fund:EnterX if thisactivityisfundedthrougharevolving fund. .Favored Activity:EnterX ifthisactivityisan economic development activitythatis of important national interest and therefore maybeexcludedfromthe aggregate publicbenefit calculation. .FloatPrincipal Balance:Enterthe Float principal balance if thisisa float funded activity .Indicate if theactivityislocatedinCDFIAreaorStrategyArea:Enter CorS depending uponwhetherthisactivityis located in a Community Development Financial Institution (CDFI)ora Neighborhood Revitalization Strategy Area. .Area Identifier:IfyouenteredCorSintheprevious field,entertheAreaIdentifier. .Unliquidated Obligation:Enter the amount oforders placed.Contracts and grants awarded,goods and services received,and similar transactions forwhichexpenditurehasnotbeen reported as of theend of the reporting period. IRT 2.AREA BENEFIT INFORMATION Percent of Low/Mod in service area:Enterthe percentage of low/modpersonsintheservice area. Survey or Census Tract determination:Enter the method by which the percentage of low/mod in the service area was determines. EnterS for Survey andCfor Census. Census Tract:Enter the Census Tract for the LMA Service Area. BlockGroups:Enterthe Block Groups associated with theCensusTract IRT 3.DIRECT BENEFIT IN FORM ATIONfcomplete this part if the National Objective is LMC.LMHor LMJ) Counts by Households or Persons?(H/P):Enter P for LMC or LM)activity and H for LMH activity. TotalNumberBenefitingfromActivity:Enter the total number of persons benefiting from the activity. Number of FemaleHeadedHouseholds:Enterthetotalnumber of female Headed Households.ThisfieldisnotapplicabletoLMCandLMJ activities. NumberofpersonsservedinEntitlementArea:Enter the total number persons served in Entitlement Area Number of persons servedoutside of Entitlement Area:Enter the total number of persons served outside ofthe Entitlement Area. Method ofverificationbytheAgency:Enter the method usedbytheAgencyin determining the number of persons served inside and outside of the Entidement Area. Presumed Benefit?(Y/N):Enter Y if thisactivityis designed to exclusively servea category of persons presumed by HUD tobe low/mod income.Please notethat presumed benefit groups are limited to:abused children,battered spouses,elderly persons,disabled adults,illiterate adults,persons living withAIDS,homeless and Migrant Farm Workers.This field isnot applicable toLMHand LMJ activities. Nature/Location:EnterY if theactivityis considered low/modbecause ofthenatureof theactivityandtheplaceitisbeing carried out This fieldisnotapplicabletoLMHandLMJactivities. Nature/LocationNarrative:Entera description of howthe Nature/Location of theactivitybenefitsalimitedclientele,atleast51%ofwhomare low/mod income. Page 5 of 12 06 12:41PM ATTACHMENT C PART 4;SLUM/BLIGHT AREA INFORMATION (complete this part if the national objective is SBA) I.Boundaries:Enteradescription of the boundaries ofslum/blight area (180 charactersmaximum) t.%of deteriorated buildings:Enter the percentage of buildings mat were deteriorated when the areawas designated as slum/blight I.Public Improvement/Condition:Entera brief descriptionidentifyingeachtype of improvementlocatedwithintheareaanditsconditionatthe timetheareawasdesignated slum/blight(40 characters maximum). I.Slum/Blight Designation Year:Entertheyeartheareawas designated as slum/blight. PART 5:JOB CREATION/RETENTION INFORMATION (complete this part if the National Objective is LMJ fable I:Direct or Deferred Payment Loan Information:IfCDBGassistanceforajobcreation/retentionactivityisprovidedintheform ofaloan, enter the Interest Rate,Amortization Period and the Amount CDBG Grant Amount:IfCDBGisbeingusedtoprovideassistanceinaformotherthanadirectordeferredloan,entertheamountprovidedfor this activity. fable2:Entertheinformationaboutjobsexpectedtocreate,expectedtoretain,actuallycreatedandactuallyretained. PART 6;CDBG MULTI-UNIT ACTIVITY SET UP AND COMPLETION INFORMATION fable1:Enterdetails offt ofunitsat start,#of unitsexpectedatcompletionand#ofunitsactuallycompleted fable2:Enterthedetails ofcostsassociatedwiththeactivity. PART 7:DISPLACEMENT INFORMATION intertherequesteddisplacementinformationinthetable PART 8:REPLACEMENT INFORMATION Inter therelevantinformationinthetableregardingReplacementasaresultofthisactivity. PART9:ACTIVITY STATUS/ACCOMPLISHMENTS INFORMATION(complete this part for all types of activities) I.ActivityStatus:Circle 1,2 or3.Pleasenotethatanactivityis considered tobe completed onceit meets its national objective and all the funds are drawn from IDIS. i.ProposedAccomplishmentType:Enterl=People,4=HousehoIds,8=Businesses,9=Organizations,I0=Housing Units,H=Public Facilities, 13=Jobs. I.Proposed #of accomplishment Unit/s:Entertheproposed#ofunitstobe accomplished. I.Actualaccomplishmenttype:Entertheactual accomplishment type, i.Actual #ofaccomplishmentunitsduringtheyear:Entertheactualunits accomplished. i.Environmental Assessment Code:EnterA=Exempt,OCompleted,D=Underway '.Create Program Income:Enter YesorNo. Page6 of 12 /2/06 12:41 PM ATTACHMENT C SECTION II:FISCAL INFORMATION GENERAL INSTRUCTIONS BUDGET AND EXPENDITURES APPROVED BUDGET PROJECTED REIMBURSED ACTUAL PROJECTED EXPENDITURES FOR NEXT REPORTING PERIOD PROJECTED CUMULATIVE EXPENDITURES BY THE END OF CONTRACT PERIOD 06 12:41 PM Thisportion of thereportmustincludeonlyOCEDfundsand expenditures coveredbyyour organization's contract withOCED. This section of thereportcovers fiscal activities fromthe beginning of the contract datethroughthecut-offdate covered by the report. For each category,list the amount of funds allocated in the most recentapprovedOCEDbudgetforyour contracted activity. Listtheproject expenditures through thecut-offdate of thereport for each of the budget categories. Listthe contract expenditures that OCED has reimbursed toyour organization through the cut-off date of the report List ALL the contract expenditures,whether or not they have been reimbursed bytheCounty,OCED that your agency incurred through the cut-off date of thereport. List all the expenditures thatyour organization anticipates willbe incurred inthe implementation of the contracted activities through the end of next reporting period. List all expenditures thatyour organization anticipates willbe incurred inthe implementation of the contracted activities through the end of the contracted period. Page 7 of 12 P A R T A : IN S T R U C T I O N S ; C A T E G O R Y P E R S O N N E L C O N T R A C T U A L SE C T I O N II : F I S C A L IN F O R M A TI O N B U D G E T AN D EX P E N D I T U R E S Co m p l e t e th e ch a r t fo r th e en t i r e am o u n t co v e r e d by th e ag r e e m e n t . C U M U L A T I V E EX P E N D I T U R E S TH R O U G H EN D O R CU R R E N T RE P O R T I N G PE R I O D AP P R O V E D BU D G E T PR O J E C T E D RE I M B U R S E D AC T U A L O P E R A T I N G C O S T S C O M M O D I T I E S C A P I T A L O U T L A Y T O T A L S PA R T B : P R O G R A M I N C O M E US A G E 1. Do e s th i s ac t i v i t y ge n e r a t e Pr o g r a m In c o m e ? Ye s 2. If Ye s , in d i c a t e th e am o u n t ge n e r a t e d th i s qu a r t e r . $ N o 3. Pr o j e c t e d us e of Pr o g r a m In c o m e (R e s p o n d on l y if # l is an s w e r e d "Y e s " ) Pa g e 8 o f 12 3/ 2 / 0 6 12 : 4 1 PM A T T A C H M E N T < P R O J E C T E D P R O J E C T E D E X P E N D I T U R E S C U M U L A T I V E F O R N E X T R E P O R T I N G P E R I O D E X P E N D I T U R E B Y E N D O F C O N T R A C T 0/06 12:41 PM SECTION III:MINORITY BUSINESS ENTERPRISE DATA ATTACHMENT C SPECIFIC INSTRUCTIONS NAME OF CONTRACTOR/ SUBCONTRACTOR OR VENDOR,ADDRESS,AND TELEPHONE NUMBER: VENDOR ID ft: PRIME CONTRACTOR ID ft: RACE/ETHNIC GROUP: TYPE OF TRADE: AMOUNT OF CONTRACT/ SUBCONTRACTOR PURCHASE: TOTAL: AFRICAN AMERICAN CHART NUMBER OF CONTRACTORS, SUBCONTRACTORS,OR VENDORS TOTAL DOLLARS AWARDED: PERCENTAGE OF TOTAL ACTIVITY: Enter this information only onceoneach report foreachfirm receiving.funds through your organization's contract with OCED. Enter the Employer Number that LR.S.has assigned tothe Vendor/Subcontractor.Each vendor must have unique identifier. Enter the Employer Number that LR-S.has assigned to the Prime Contractor asa unique identifier.This information must be provided for each vendor listed. Enter the numeric code (1 through 6)that identifies the racial/ethnic background of the owner(s)and controllers)of 51%of the business.If 51%of the business is not controlled by any single racial or ethnic group,then enter the code that seems most appropriate.The codes are listed at the bottom of the form. Enter the numeric code that best describes the contractor's/subcontractorWvendor's services.The codes are mentioned in the front of this page. Enter the total amount expended for goods,services,supplies, and/or construction costs for each vendor,contract and subcontract In cases where commodities or equipment purchases comprise the majority of the expenditures for the period,then combine all expenses for the reported period. Enter the total amount of dollars expended on goods,services, supplies,and/or construction forall contracts,subcontracts, and purchases that occurred during the reporting period. Enter number of African American firms that transacted business with your organization during the reporting period. This information must be reported for organizations with at least 51%African American ownership or controL. Enter the total dollars paid to African American firms during the reporting period. Enter the percentage of total dollars received by African American firms from funds expended by your organization during the reporting period. Page 9 of 12 SECTION III:MINORITY BUSINESS ENTERPRISE DATA ATTACHMENTC PROJECT TITLE: GPR ACTIVITY NUMBER: REPORTING PERIOD:(Check One)OCTlD MAR 31 •DAPR1-SEP 30 • CONTRACT/SUB-CONTRACT/VENDOR ACTIVITY INSTRUCTIONS:Complete the chart using the categories mentioned in the columns below.When applicable,use the codes mentioned below. -~••',••••-••••-.-'.:,hi-:}^•;-.v::!.:"•''.'.:',''••••'•'-;!'';,--',• RACE/ETHNIC GROUPS 1-WHITE AMERICAN 2-AFRICAN AMERICAN 3-NATIVE AMERICAN 4-HISPANIC AMERICAN 5-ASIAN AMERICAN 6-OTHER 3/2/06 12:41 PM TYPE OF TRADE CODES CPD 1-NEW CONSTRUCTION 2-EDUCATION ANDTRAINING 3-OTHER ForDadeCounty HUD andHousing Agency Programs ONLY DC1-New Construction DC2-Substantial Rehab. DC3-Repairs DC4-Service CD5-ProjectManagement DC6-Professional DC7-Tenant Service DC8-Education/Training DC9-Arch/Eng/Appraisal/ Prev.Eds.Obsolete DCO-Other Page 10of12 - TOTAL AFRICAN AMERICANS NUMBER OF CONTRACTORS/ SUB-CONTRACTORS/ VENDORS TOTAL DOLLARS AWARDED PERCENTAGE OF TOTAL ACTIVITY ATTACHMENT C U.S.HUD SECTION 3 REPORT PART THREE -SUMMARY -Indicates the efforts made to direct the employment and other economic opportunities generated by HUD financial assistance for housing and community development programs,to the greatest extent feasible,toward low-and very low-income persons,particularly those who are recipients of government assistance for housing.(Checkallthatapply.) D Attempted to recruit low-income residents through:local advertising media,signs prominently displayed at the project site,contracts with community organizations and public or private agencies operating within the metropolitan area (or metropolitan country)in which the Section 3 covered program or project is located,or similar. •Participated ina HUD program or other program which promotes the training or employment of Section 3 Residents. •Participated ina HUD program or other program which promotes the award ofcontracts to business concerns which meet the definition of Section 3 business concerns. •Coordinated with Youth build Programs administered in the metropolitan area in which the Section 3 covered project is located. D Other,describe below. Pagcllofl2 2/06 12:41 PM SECTION IV:U.S.HUD SECTION 3 REPORT Economic Opportunities forLow&Very Low-Income Persons in Connection with Assisted Projects AGENCY NAME:PROJECT NAME: AGENCY ADDRESS:CONTRACT AMOUNT:$ ATTACHMENT C REPORT REVIEWED/APPROVED BY: PERIOD REPORTED:QTR 12 34 (CIRCLEONE) TELEPHONE ft: (SIGNATURE) PARTONE-EMPLOYMENT &TRAINING -Tobecompletedforeach project andsubmitted quarterly toOCEDbyApril 15, July 15,October 15 andJanuary 15. JOB CATEGORY A Total New Hires (Total of Column G.1/5) B Total New Hires who are Section 3 Residents C %ofNew Hires that are Section 3 Residents (B/A) D Total Employee Trainee Hours worked E Total Employee Trainee Hours Worked by Section 3 Residents F %of Employee Trainee Hours Worked by Section 3 Residents (E/D) G RACIAL/ETHNIC CODES 1 White Amer. 2 African Amer. 3 Native Amer. 4 Hispanic Amer. 5 Asian or Pacific Amer. PROFESSIONAL TECHNICIAN OFFICE/ CLERICAL CONSTRUCTION BY TRADE (LIST) TRADE: TRADE: TRADE: TRADE: TRADE:• OTHER: TOTAL: PART TWO -SUBCONTRACTS AWARDED -forgoodsandservices associated withthis project TYPE OF CONTRACT A TotalS Amount of Contracts Awarded B TotalS Amount of Contracts Awarded to Section 3 Businesses C %BTO A D NUMBER OF SECTION 3 BUSINESSES RECEIVING CONTRACTS BY RACIAL/ETHNIC IDENTIFICATION I White American 2 African American 3 Native American 4 Hispanic American 5 Asian- Pacific American 6 Hasidic Jew CONSTRUCTION NON- CONSTRUCTION 3/2/Dfi 12:41 PM Page12 of 12-ProgressReport ATTACHMENT D MIAMI-DADE OFFICEOF COMMUNITY AND ECONOMIC DEVELOPMENT INFORMATION FOR ENVIRONMENTALREVIEW FORM Part I. 1.Indicate Funding Source:CDBG HOME HOPE VI HOMELESS (SRO/SHP)HOPWA 2.Indicate Fiscal Year:FY 20 3..Name of Subrecipient/Agency: 4.Name of ProposedActivity: 5.Location (Address)of Activity or Project: 6.Folio Number: 7.Commission District* 8.Name,address;phone and fax numbers of loan/grant recipient: Revised 01/07/03 Page 2 of 5 9.Detailed description ofactivity or project: 10.Purpose of activity orproject: 11.Status of activityorproject: Part II. Willtheactivityorprojectresultinthe following? Yes No Change in use Sub-surface alteration (i.e.excavations) New construction Renovation or demolition Site improvements (utilities,sidewalk,landscaping,storm drainage,parking areas,drives,etc.) Building improvements (windows,doors,etc.) Displacement of persons,householdsor business Increase in population working orlivingon site Landacquisition Activity in 100-year floodplain Anew nonresidential use generating atleast1,375,000 gallons ofwater or 687,500 gallons of sewage per day. Userequiring operating permit (i.e.forhazardouswaste, pretreatment of sewage,etc.) A sanitary landfill or hazardous wastedisposalsite Tree removal or relocation Street improvements The impounding ofmore than 10 acre feet of water (e.g. digging alakeor diverting or deepening ofa body of water). Part DOE. A.Site Information Land use (please describe) •Existing Proposed Page 3 of 5 B.If activity includes new construction^renovation or rehabilitation,photographs must be provided of each side (front,rear and sides)of the structure(s)proposed for assistance and the buildings on the abutting lots.The photographs shall be identified by address.In addition,provide for each existing structure on the site, the following information: •Existing structure's)onsite:Yes•No •Estimated age of structure^) C.Other Sitei formation: Flood insurance required? Public water available on site? Public sewer available on site? Children under 7 years ofage residing on site or relocating to site (including daycare facility)? Hazardous waste disposal facility? Storage of hazardousmaterialsonsite? Abandoned structure(s)on site? Yes No Page 4 of 5 D.If theproposed activity includesa new structure(s)or site improvements ona site of one (1)acre or more,a site plan must be provided.Projects)will not be-environmentally reviewed without a site plan. E.If the proposed activity includesrehabilitationorrenovation of structures), indicatetheestimatedcost •andthe amount sought forfunding . In addition,indicate if the estimated value ofthe improvement represents: .0to39.9percent of themarketvalue of thestructure(s) 40to49.9percent ofthemarketvalue ofthe structure^) .-50to74.9percent ofthe market value ofthestructure(s) 75percent or-more of the market value of thestructure(s) F.If the proposed activity involves the transfer ofany property,new construction or asecuring of aloanfornonresidentialparcel,provide a Phase I Environmental Audit detenniningthelikelypresence of eitherareleaseor threatened release of hazardous substance.An audit is a review of a site and adjacent propertiesand involves preparinga history of ownership,landuse and zoning forthelast50years;researching environmental recordsfor information on hazardous waste sites,hazardous facilities,solid waste/landfill facilitiesandundergroundstorage tanks (available throughtheDepartment of Environmental Regulations and Management (DERM),Florida Department of Environmental Protection (FDEP)andU.S.EnvironmentalProtection Agency (EPA));andinspectingthesite for physicalevidence of contamination such as damage vegetation or stains inthesoil. HasaPhaseIbeenperformed:Yes No If yes,acopy of thePhaseIEnvironmental Audit must besubmitted. G.Environmental Health Information •If aresidentialsite,andthe activity includesor involves rehabilitation,has itbeeninspectedfor defective paintsurfaces? Yes No If yes,please submit theresults. Page 5 of 5 Have any child under the age of seven at the site been tested for elevated levels of leadin the body? Yes No If yes,please submit the results. Part IV. OtherRequiredSubmittalDocuments: 1.Submit street/plat maps thatdepictlocation of property in the County and/or City with the location orlotclearly pointed out 2.For new construction projects:Submit a scope of service,an itemized budget,anda sitQ plan. 3.For housing/building rehabilitationprojectsonly:Submit a scope of service,an itemized budget describing the major components ofthe rehabilitation program planned,anda photograph oftheproperty. 4.For historic proprieties,include:Submit photographs oftheproperty, anda description of any adjacenthistoricpropertiesthat may be affected by your activity. PartV. I certify to the accuracy of theaboveinformation. Print Name Signature Title Name of Organization or Corporation Date Unless otherwise indicated,return completed form and attachments to: Community Development Division Director Office of Community and Economic Development 140 West Flagler Street,Suite 1000 Miami,Florida 33130 •A. BY: •.- •:rwifi^tion for rWr^G«hfa,r^n»and Cooponriive Agreameafa ihoundersignedc^es.tofe 1 No Fe<ieral appropriated ftmo^ "S£T J «cSSL of aItate-rf Congress fa connection ^** 3dldan,fcecntajnginto of W cooperate ""J?6^^***^^StoS.*««*—***ormodificationof anyFederal «*»**•-«*. loanor cooperative agreement 2.»aw«»*«tetoF««H^^^vw^Tfer influencing or aflefapting to influence an officer or employee off^Ti'iSTSng^officor or employee,of-Congress,or aa W*TS?SXSr?)pi to E^ort Lobbying,"in accordance «*•* instructions. *The undersigned shall require *tf lie language of this cerfifeation be included piSSSZte*^all to fading ™b^acts-fig?*S^SS.under grants,loans,and.cooperative apeemente)and ft*all sobrecipicate shall certify and disclose accordtagly. Tib c^fificrftoa is amataial roprcsenfafion of fcctupon^*"-«^S^j*[.Xi^^sacfion W»fe or entered into.«-*^^«g«Sto'Z™»fal"*^or entedngutfo nrifiImnsactton rn^sed*y section1Z5Z,tte fTn^node A^Wsoayftofi^tofilefteieqih^a*?£6S^t $10,000 endnot rno*than $100,000 for each such feiliire. <m*x*AcAVn*'^fflmr^v —::- DATEs ^l -—— 2' 4'0" i'lo" Project Name Project Cost Entity Miami-Dade County Carlos Alvarez Mayor Board of County Commissioners Joe A.Martinez Chairman Dennis C.Moss Vice-Chairman Katy Sorenson District 8 Dennis C.Moss District 9 Sen.Javier D.Souto District 10 Joe A.Martinez District 11 Jose "Pepe"Diaz District 12 Natacha Seijas District 13 Barbara J.Jordan District I Dorrin D.Rolle District 2 Audrey Edmonson District 3 Sally A.Hey man District 4 Bruno A.Barreiro District 5 Rebeca Sosa District 6 Carlos A.Ginicncz District 7 Harvey Ruvin Clerk oftlie CircuitandCountyCourts George M.Burgess CountyManager Murray Greenberg CountyAttorney ft I V •1 COMMUNITYAND ECONOMIC DEVELOPMENT Over25Years ofStrei 4-0" ui-Dade County ATTACHMENT F Sign The sign (s)shall be made of V*inch thick marine plywood,newly painted and lettered in accordance with professional outdoor sign painting standards as to layout, symmetry,proportion,clarity and neatness with the use of weather- resistant colors and materials.The Contractor shall place thesign(s) securely braced and mounted.All materials shall be provided by (he Contractor and the sign(s)shall remain in the property ofthe Owner at the completion of the contract. Sign Support The sign shall be free standing, prominently displayed as directed by OCED representative,and supported bytwo 4"x4"xl0' pressure treated timbers securely fastened to the rear of the sign and sunk 4'below grade.Clearance from the bottom of the sign to(he ground shall be V.