Res. No. 145-05-12124RESOLUTION NO.145-05-12124
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO
EXECUTE A GRANT AGREEMENT WITH MIAMI-DADE COUNTY
DEPARTMENT OF HUMAN SERVICES FOR THE PROVISION OF
WEEKEND MEALS FOR THE ELDERLY RESIDENTS OF THE SOUTH
MIAMI SENIOR CENTER AND ACCEPT THE GRANT AWARD OF $23,000
FROM THE MIAMI-DADE BOARD OF COUNTY COMMISSIONERS FY 2005-
2006 SOCIAL SERVICES FUNDING;PROVIDING AN EFFECTIVE DATE.
WHEREAS,the Mayor andCity Commission wish to accept FY 2005-2006 social services
funding from the Miami-Dade Board of County Commissioners in the amount of $23,000 for the Elderly
Meals Weekend Program attheSouth Miami Senior Center;and
WHEREAS,thegrant award will provide partial funds to provide weekend meals tothe elderly
residents of theSouthMiamiSeniorCenterforapproximatelyfourmonths;and
WHEREAS,theCitywas formally notified ofthegrantawardonOctober20,2005,andwas
provided with contract agreement documents tobe executed no later than November 4,2005;and
WHEREAS,theMayorandCity Commission authorize theCityManagertoexecutethegrant
contract agreement withthe Miami-Dade County Department of Human Services.
NOW,THEREFORE,BEIT RESOLVED BYTHEMAYORANDCITYCOMMISSIONOF
THE CITY OF SOUTH MIAMI,FLORIDA THAT:
Section1.TheCitywishestoacceptagrantfromtheFY2005-2006Miami-Dade
County Department of Human Services social services funding inthe amount of $23,000.
Section2.ThattheMayorandCityCommissionauthorizetheCityManagertoexecutethe
FY 2005-2006 grantagreementwith Miami-Dade County Department ofHuman Services.
Section 3.This Resolution shallbe effective immediately upon adoption.
PASSED AND ADOPTED this [£_l day of JfetlLLMA&L .2005.
TEST:>•—\„APPROVED:
Pg.2 of Res.No.145-05-12124
READ AND APPROVED AS TO FORM:
CIT^ATTORNEY
SeniorCenter Weekend MealsProgram.doc
COMMISSION VOTE:4-0
MayorRussell:out of room
Vice MayorPalmer:Yea
Commissioner Wiscombe:Yea
Commissioner Birts-Cooper:Yea
Commissioner Sherar:Yea
y
South Miami
EjUmSmU
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM 2001
To:Mayor Mary ScottRusselland Date:November,2005
Members of the City Commission
From:Maria V.Davis /)AAsq \/M Agenda Item #H
City Manager Jr^L 'IsfyUUfu<^e:Grant Agreement for weekend
meals for the elderly residents of the
South Miami Senior Center
RESOLUTION
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
SOUTH MIAMI,FLORIDA,AUTHORIZING THE CITY MANAGER TO EXECUTE A
GRANT AGREEMENT WITH MIAMI-DADE COUNTY DEPARTMENT OF HUMAN
SERVICES FOR THE PROVISION OF WEEKEND MEALS FOR THE ELDERLY
RESIDENTS OF THE SOUTH MIAMI SENIOR CENTER AND ACCEPT THE GRANT
AWARD OF $23,000 FROM THE MIAMI-DADE BOARD OF COUNTY
COMMISSIONERS FY 2005-2006 SOCIAL SERVICES FUNDING;PROVIDING AN
EFFECTIVE DATE.
BACKGROUND AND ANALYSIS
On September 22,2005,the Miami-Dade County Board of County Commissioners
approved the Cityof South Miami Senior Center foraFY 2005-2006 contract grant
award in the amount of $23,000.The award is through the County's Department of
Human Services for the provision of weekend meals to the elderly residents of the
South Miami Senior Center.The City was notifiedof the grant award October 20,2005,
and was given the contract award documents for execution witha November 4,2005
deadline.
The grant funds will supplement a County funded elderly hot meals program served
weekdays,Monday through Friday.The $23,000 grantaward will be used to provide
hot and frozen prepared meals on the weekends to the elderly residents at the Senior
Center located at 6701 SW 62nd Avenue.Thereare approximately 75residentsatthe
facility and the funds should be enough to pay for approximately 7,666 meals for about
four months.Currently,the weekend meals program is not funded.
RECOMMENDATION
Itis recommended that the City Commission authorize the City Manager to execute the
grant agreement.
SA0506-35
MIAMI-DADE DEPARTMENT OF HUMAN SERVICES
SOCIAL SERVICES CONTRACT
This Contract,made this £**h day of ^~-^JA4<Ji-'9200 £,by and between
Miami-Dade County,a political subdivision of the State Af Florida (hereinafter referred to as
"County")throughits Department of Human Services (hereinafter referredtoas "Department"),
locatedat2525NW 62nd Street 4th Floor.Miami Florida33147.andCitv of SouthMiami(South
MiamiSenior Center)havingofficesat6130SunsetDrive.SouthMiami.Florida33143(hereinafter
referred toas "Provider")states conditions and covenants fortherendering of socialand/orcrime
prevention services(hereinafterreferredtoas "Services")fortheCounty.
WHEREAS,theHomeRuleCharterauthorizesDadeCountytoprovidefortheuniformhealth
andwelfare oftheresidentsthroughouttheCountyandfurtherprovidesthatallfunctionsnot otherwise
specifically assigned to others under the Charter shall be performed underthe supervision ofthe
CountyManager;and
WHEREAS,the Provider provides orwill develop services of valuetothe County andhas
demonstratedanabilitytoprovidetheseservices;and
WHEREAS,theCountyisdesirous of assisting theProviderinprovidingthose services andthe
Providerisdesirous of providingsuchservices;and
WHEREAS,theCountyhasappropriated fimds throughOrdinance05-173totheProviderfor
the proposed services;
WHEREAS,theCountyhas appropriated funds totheProviderfortheproposed services,
NOW,THEREFORE,in consideration of the mutual covenantsrecorded herein,the parties
hereto agree asfollows:
L AMOUNT PAYABLE.Subject to available funds,the maximum amount payable for services
rendered underthis Contract,shall not exceed $23.000.Both parties agreethat should available
County funding be reduced,the amount payable under this Contract may be proportionately reduced at
theoption of theCounty.
n.SCOPE OF SERVICES.The Provider agrees to render services in accordance with the Scope
of ServicesincorporatedhereinandattachedheretoasAttachmentA,
TheProviderwillimplementtheScope of ServicesasdescribedinAttachmentAinamanner
deemed satisfactory tothe County.Any modification or amendment tothe Scope of Services shall not
beeffectiveuntil approved bythe Department in writing.
in.BUDGET SUMMARY.TheProvideragreesthatall expenditures orcostsshallbemadein
accordance withtheBudget which is attached herein and incorporated heretoas Attachment B.
Or'
The provider may shift funds between line items not to exceed fifteen percent (15%)of the total
budget by submission of a Budget Modification Request tothe Department for approval.Variances
greater than fifteen percent (15%)in any line item shall require prior approval and a budget
modification approved by the President or 'Vice President of the provider as well as the Department.
TheBudgetModificationshallreplace Attachment B.
Inno event shall the budget include a line item for indirect costs in excess of fifteen percent
(15%)of thetotalbudget.If thebudget includes alineitemforindirectcosts of lessthanfifteen
percent (15%),thentheProvidermust support such expenditure withproper documentation.
TheProvidermayamendthebudgetnomorethantwiceduringtheterm of this Contract.A
final budget revision mustbe submitted 45 days priortothe expiration oftheContract
IV.EFFECTIVE TERM.The effective term of this Contract shall be from October 1.2005 to
September 30.2006.
V.INDEMNIFICATION BY PROVIDER.
A.Government Entity.Government entity shall indemnify andhold harmless theCounty
andits officers,employees,agents and instrumentalities from anyandall liability,losses or damages,
including attorney's fees andcosts of defense,which the County orits officers,employees,agents or
instrumentalities mayincurasa result of claims,demands,suits,causes of actions or proceedings of
anykindornature arising outof,relating toor resulting from the performance oftheContractbythe
governmententityoritsemployees,agents,servants,partners,principalsor subcontractors.
Governmententityshallpay all claimsandlossesinconnectiontherewithandshallinvestigateand
defend all claims,suitsor actions of anykindornatureinthenameofthe County,where applicable,
including appellate proceedings,andshallpayallcosts,judgments,andattorney'sfeeswhichmay
issuethereon.Provided,however,this indemnification shallonlybetotheextentandwithinthe
limitations of Section 768.28 FloridaStat.,subject tothe provisions of theStatute whereby the
governmententityshallnotbeheldliabletopayapersonalinjuryorpropertydamageclaimor
judgmentbyanyonepersonwhichexceedsthesum of $100,000,oranyclaimorjudgmentor portions
thereof,which,whentotaledwithallotherclaimsorjudgmentspaidbythegovernmententityarising
out of thesameincidentoroccurrence,exceedthesum of $200,000fromanyandallpersonalinjuryor
propertydamageclaims,liabilities,lossesorcauses of actionwhichmayariseasaresult of the
negligence ofthegovernmententity.
B.AllOtherProviders.TheProvidershallindemnifyandholdharmlesstheCountyand
itsofficers,employees,agentsand instrumentalities fromanyandallliability,lossesordamages,
includingattorneys'feesandcosts of defense,whichtheCountyoritsofficers,employees,agents or
instrumentalitiesmayincurasaresult of claims,demands,suits,causes of actionsorproceedings of
anykindornaturearisingout o£relatingtoorresultingfromtheperformance of thisContractbythe
Provider oritsemployees,agents,servants,partnersprincipalsorsubcontractors.
Provider shallpayallclaimsandlossesinconnectiontherewithandshallinvestigateanddefendall
claims,suits or actions of anykind or natureinthename of theCounty,whereapplicable,including
appellateproceedings,andshallpayallcosts,judgments,andattorney'sfeeswhichmayissuethereon.
2 of16
Provider expresslyunderstandsandagreesthatanyinsuranceprotectionrequiredbythisContractor
otherwise providedby Provider shall innowaylimitthe responsibility toindemnify,keepandsave
harmlessanddefendtheCountyoritsofficers,employees,agentsandinstrumentalitiesasherein
provided.
C.Term of Indemnification.Theprovisions of thissectionorindemnificationshall
survivetheexpirationortermination ofthis Contract.
VL INSURANCE.
A.Certificates of Insurance.The Provider shall provide totheCounty,Certificates of
Insurance orwritten verification required underthis section oras determined bytheCounty'sRisk
Management Divisionafterreview of theScope of Services (AttachmentA).TheCounty shall not
disburse any funds untilitis provided withthe necessary Certificates of Insurance or written
verification (binders)and such documents have been approved byRisk Management.
B.Government Entity.If the Provider isthe State of Florida or agency or political
subdivision of theStateasdefinedinSection768.28,Florida Statutes,theProvidershall furnish tothe
County,upon request,writtenverification of liability protection in accordance withsection 768.28,
Florida Statutes.Nothing herein shall be construed to extend any party's liability beyond that provided
insection768.28,FloridaStatues.
C.All Other Providers.
1.Modification and Changes.The Provider shall notifythe County of any
intended changes in insurance coverage,including but not limited to any renewals of existing
insurancepolicies.
Upon review of the Provider's Scope of Services (Attachment A)bythe County's Risk Management
Division,the County may increase,waive or modify any ofthe following insurance requirements.Any
request bya Provider to decrease,waive or modify any of the following insurance requirements must
be approved in writing bytheCounty'sRisk Management Division.
2.Minimum Insurance Requirements:Certificates of Insurance.The Provider
shall furnishtotheDepartment.Miami-DadeCounty.111 NW 1Street.Suite2340.Miami.FL 33128
Certificates)of Insurance indicating that insurance coverage has been obtained which meetsthe
requirements as outlined below:
a-Worker's Compensation Insurance for all employees of the Provider
asrequiredbyFloridaStatute440.
b-Public Liability Insurance ona comprehensive basis in an amount not
less than $300,000 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.
3 of16
c.Automobile Liability Insurance coveringall owned,non-ownedand
hired vehicles used in connection with thework,inan amount not less than
$300,000combinedsinglelimitperoccurrenceforbodilyinjuryandproperty
damage.ForProvidersusingvansormini-vanswithseatingcapacities of
fifteen (15)passengersormore,thelimit of liabilityrequiredforAutomobile
Liability Insurance is$500,000.
d.Professional Liability Insurance,when applicable,inthe name of the
Provider inan amount not less than $250,000.
3.Classifications andRatings.The insurance coverage required shall include
those classifications,aslistedinstandardliabilityinsurancemanuals,whichmostnearlyreflectthe
servicesoroperationsdescribedintheScope of Services(AttachmentA).Allinsurancepolicies
requiredaboveshallbeissuedbycompaniesauthorizedtodobusinessunderthelaws of theState of
Florida,withthefollowingqualifications:
Thecompanymustberatednoless than "B"astomanagement,andno
lessthan "Class Vastofinancialstrengthbythelatestedition of Best's
InsuranceGuide,publishedbyA.M.Best Company,Oldwick,New
Jersey,oritsequivalentsubjecttotheapproval of theCountyRisk
Management Division.
or
ThecompanymustholdavalidFloridaCertificate of Authorityasshown
inthelatest"List of AllInsuranceCompaniesAuthorizedtodoBusiness
in Florida,"issuedbytheState of FloridaDepartment of Insuranceand
mustbe members ofthe Florida Guaranty Fund.
Certificates of Insuranceshallindicatethatnomodificationorchangeininsuranceshallbemade
withoutthirty(30)dayswrittenadvancenoticetothecertificateholder.
VH.PROOF OF LICENSURE/CERHFICATION AND BACKGROUND SCREENING.
A.Licensure.IftheProviderisrequiredbytheState ofFloridaorMiami-DadeCountyto
be licensed or certified to provide the services or operate the facilities outlined inthe Scope of Services
(Attachment A),the Provider shall furnish a copy of all required current licenses or certificates.
Examples of services or operations requiring such licensure or certification include butarenot limited
tochildcare,daycare,nursinghomes,boardinghomes.
If theProviderfailsto furnish theCountywiththe licenses or certificates requiredunderthis
Section,theCountyshallnot disburse any funds untilitis provided withsuch licenses or certificates.
Failure to provide the licenses or certificates within sixty (60)days of execution ofthis Contract may
result in termination ofthis Contract.
4 of16
B.Background Screening.The County requires that only employees and subcontracted
personnel with a satisfactory background check as described in Section 39.001 (2),Florida Statutes and
through an appropriate screening agency (i.e.,the Florida Department of Juvenile Justice,Florida
Department of Law Enforcement,Federal Bureau of Investigation)work with direct contact with
juveniles.
Pursuant to 985.01 2(a)Florida Statutes,"each contract entered into...for services delivered on an
appointment or intermittent basis bya provider that does not have regular custodial responsibility for
children...must ensure thatthe owners,operators,and all personnel whohave direct contact with
children are of good moral character..."In order to ensure this condition "(b)The Department of
Juvenile Justice...shall require employment screening pursuant to chapter 435,using the level 2
standards set forth inthat chapter for personnel in programs for children oryouths."
Pursuant totheabove passages from Florida Statutes,itis required that all provider agency personnel
working directly with children must have a completed Level1 Screening response from the Florida
Department of Law Enforcement that indicates that there has beenno prior involvement inany of the
disallowed conditions,beforebeginningworkwithclientyouths.Level1Screeningscanbe
accomplished electronically onlinewiththe Florida Department of Law Enforcement:
vwwv.fdle.state.fl.us/CriminalHistorv/.Inaddition,recognizingthat Level 2Screeningcantake
several weeks,Level 2Screeningmustbeinitiatedpriortobeginning work directlywithclients.
Any employee receiving positive response/responses toany of the enumerated charges as defined in
Level1andLevel2backgroundchecksmustimmediatelyceaseworkingwithchildrenoryouths.All
employee personnel files shall reflectthe initiation and completion of the required background
screeningchecks.
From the date of execution of this contract,Providershallfurnishthe County with proof that
background screening Level1was completed.If the Provider fails to furnish totheCountyproofthat
background screening Level 1wascompletedandLevel2wasinitiatedpriortoworkingdirectlywith
clientyouths,theCountyshallnot disburse any further fundsandthisContractmaybesubjectto
terminationatthediscretion oftheCounty.
TheCountyrequiresthatonlyemployeesandsubcontracted employees withasatisfactorybackground
checkasdescribedinSection435.03(3)(a),andthroughanappropriatescreeningagency(i.e.Florida
Department of Law Enforcement,Federal Bureau of Investigation)work indirectcontactwiththe
elderly,disabledandpersons with mentalillness,insettingssuchasbut not limited toadultdaycare
center,assistedlivingfacilities,home equipment screeningnursinghomes,home healthagencies
(facilitiesfor developmentally disabled,andmentalhealthtreatmentfacilities.
Within 30days of execution of thiscontract,Providershallfurnishthe County with proof that
backgroundscreeningwasinitiated/completed.If theProviderfailstofurnishtothe County proof that
backgroundscreeningwasinitiatedwithin30days of execution of thiscontract,the County shallnot
disburseanyfurtherfundsandthisContract may besubjectto termination atthediscretion of the
County.
5 of16
Vm.CONFLICTOFINTEREST.The Provider agrees to abide by and be governed by Dade
County Ordinance No.72-82(Conflict of InterestOrdinancecodifiedatSection 2-11.1 et al.of the
Code of Miami-Dade County),as amended,which is incorporated herein by reference asif fully set
forth herein,in connection withits Contract obligations hereunder.
DL CIVIL RIGHTS.TheProvider agrees toabidebyChapter 11A of theCode of Miami-Dade
County ("County Code"),as amended,which prohibits discrimination in employment,housing and
public accommodations;TitleVII of the Civil Rights Act of 1968,as amended,which prohibits
discriminationinemploymentandpublic accommodation;theAgeDiscriminationAct of 1975,42
U.S.C.,as amended,whichprohibitsdiscriminationinemploymentbecause of age;Section504 of the
RehabilitationAct of 1973,29 U.S.C.§794,asamended,whichprohibitsdiscriminationonthebasis
of disability;andthe Americans with Disabilities Act,42 U.S.C.§12103 etseq.,whichprohibits
discriminationinemploymentandpublic accommodations because of disability.Itisexpressly
understoodthatuponreceipt of evidence of discrimination underany of theselaws,theCountyshall
havetherighttoterminatethisContract.ItisfurtherunderstoodthattheProvidermustsubmitan
affidavitattestingthatitisnotinviolation of theAmericanswithDisabilityAct,theRehabilitation
Act,theFederalTransit Act,49U.S.C.§1612,andtheFairHousingAct,42U.S.C.§3601etseq.
If the Provider or anyowner,subsidiary,or otherfirmaffiliatedwith or relatedtotheProvider,is
foundbytheresponsibleenforcementagency,theCourtsortheCountytobeinviolation oftheseActs,
the County willconductnofurtherbusinesswiththeProvider.
AnycontractenteredintobaseduponafalseaffidavitshallbevoidablebytheCounty.If theProvider
violatesany of theActsduringtheterm of anyContracttheProviderhaswiththeCounty,such
Contract shallbevoidablebytheCounty,even if the Provider wasnotinviolationatthetimeit
submitted its affidavit.
TheProvideragreesthatitisincompliancewiththeDomesticViolenceLeave,codifiedas§11A-60
et.seq.of theMiami-DadeCountyCode,which requires an employer,whointheregularcourse of
businesshasfifty(50)ormore employees working in Miami-Dade Countyforeachworkingday
duringeachoftwenty(20)ormore calendar workweeksto provide domestic violenceleavetoits
employees.Failureto comply withthislocallawmaybegroundsfor voiding or terminating this
Contractorforcommencement of debarmentproceedingsagainstProvider.
X.NOTICES.Itisunderstoodandagreedbetweenthepartiesthatwrittennoticeaddressedto
the Department and mailed or delivered tothe address appearing onpageone(1)of the Contract and
writtennoticeaddressedtothe Provider andmailedordeliveredtotheaddressappearingonpageone
(1)of thisContractshallconstitutesufficientnoticetoeitherparty.
XI AUTONOMY.Bothpartiesagreethatthis Contract recognizes the autonomy of and stipulates
or implies no affiliation between the contracting parties.Itis expressly understood and intended that
theProviderisonlyarecipient of fundingsupportandisnotanagentor instrumentality oftheCounty.
Furthermore,theProvider'sagentsandemployeesarenotagentsoremployees of theCounty.
6 of16
XD.BREACH OF CONTRACT:COUNTY HF.MF.niFS.
A.Breach.A breach bythe Provider shall have occurred under this Contract if:(1)the
Provider fails to provide the services outlined inthe Scope of Services (Attachment A)within the
effectiveterm of this Contract;(2)the Provider ineffectivelyor improperly usestheCounty funds
allocated under this Contract;(3)the Provider does not furnish the Certificates of Insurance required
by this Contract or as determined bythe County's Risk Management Division;(4)the Provider does
not furnish proofof licensure/certification or proof of background screening required by this Contract;
(5)the Provider fails to submit,or submits incorrect or incomplete proof of expenditures to support
disbursement requests or advance funding disbursements or fails to submit or submits incomplete or
incorrect detailed reports of expenditures or final expenditure reports;(6)the Provider does not submit
or submits incomplete or incorrect required reports;(7)the Provider refiises toallowtheCounty access
to records orrefiisestoallowtheCountytomonitor,evaluate andreviewthe Provider's program;(8)
the Provider discriminates underany of thelaws outlined inSection DC of this Contract;(9)die
Provider fails to provide Domestic ViolenceLeavetoits employees pursuant to local law;(10)the
Provider falsifies or violates the provisions ofthe Drug Free Workplace Affidavit(Attachment C);(11)
the Provider attempts tomeetits obligations under this contract through fraud,misrepresentation or
material misstatement;(12)the Provider fails to correct deficienciesfoundduringa monitoring,
evaluation orreviewwithinthespecifiedtime;(13)theProviderfailstomeetthetermsand
conditions of anyobligationunderany contract orotherwiseoranyrepaymentscheduletotheCounty
orany of itsagenciesor instrumentalities;(14)the Provider fails tosubmittheCertificate ofCorporate
Status,Board of Directorsrequirementorproof of tax status;(15)failstomeetany of thetermsand
conditions of theDade County Affidavits (Attachment C)ortheState Affidavit (Attachment D);or
(16)theProviderfailstofulfillina timely andpropermanneranyandall of itsobligations,covenants,
agreements andstipulationsinthis Contract.Waiver of breach of anyprovisions of this Contract shall
notbedeemedtobeawaiver ofanyotherbreachandshallnotbeconstruedtobeamodification ofthe
terms ofthis Contract.
B.County Remedies.If the Provider breachesthis Contract,the County may pursueany
orall ofthe following remedies:
1.TheCountymayterminatethisContractbygivingwrittennoticetothe Provider
of suchterminationand specifying the effective date thereof atleastfive(5)daysbeforethe effective
date oftermination.In the event of termination,the County may:(a)requestthereturn of allfinished
orunfinished documents,datastudies,surveys,drawings,maps,models,photographs,reports prepared
andsecured by the Provider with County fundsunder this Contract;(b)seek reimbursement of County
fundsallocatedtotheProviderunderthisContract;or(c)terminate orcancelanyothercontracts
enteredinto between theCountyandthe Provider.TheProvidershallberesponsibleforalldirectand
indirectcostsassociated with suchtermination,includingattorney'sfees;
2.The County may suspend payment in whole orinpart under this Contract by
providing writtennoticetotheProvider of suchsuspensionandspecifyingthe effective datethereof,at
leastfive(5)days before the effective date of suspension.Onthe effective date of suspension the
Providermust immediately cease to provideservicespursuanttothisContract.All payments to
Provider as ofthis date shall cease.
7 of16
If payments are suspended,the County shall specify in writing the actions that must be taken bythe
Provider as condition precedent to resumption of payments and shall specify a reasonable datefor
compliance.The County mayalso suspend any payments in whole orinpart under anyother contracts
entered into between theCountyandthe Provider.The Provider shall be responsible foralldirect and
indirect costs associated withsuch suspension,including attorney's fees;
3.TheCountymayseek enforcement of thisContract including butnotlimitedto
filinganactionwithacourt ofappropriate jurisdiction.The Provider shallbe responsible foralldirect
andindirectcostsassociatedwithsuch enforcement,includingattorney'sfees;
4.TheCountymaydebartheProviderfromfutureCountycontracting;
5.If,forany reason,theProvidershouldattempttomeetitsobligations under this
Contract through fraud,misrepresentationormaterialmisstatement,theCountyshall,whenever
practicableterminatethisContractbygivingwrittennoticetotheprovider of such termination and
specifyingtheeffectivedate thereof atleastfive(5)daysbeforetheeffectivedate of suchtermination.
TheCountymayterminateorcancelanyothercontractswhichsuchindividualorentityhaswiththe
County.Suchindividualorentityshallbe responsible foralldirectandindirectcostsassociatedwith
suchterminationorcancellation,includingattorney'sfees.Anyindividual or entitywhoattemptsto
meetitscontractualobligationswiththecountythroughfraud,misrepresentation ormaterial
misstatementmaybedisbarredfromcountycontractingforuptofive(5)years;
6.Any other remedyavailableatlaworequity.
C.TheCountyManageris authorized toterminatethisContractonbehalf oftheCounty.
D.DamagesSustained.Notwithstanding theabove,theProvidershallnotberelieved of
liabilitytotheCountyfordamagessustainedbytheCountybyvirtue of anybreach of the Contract,
andtheCountymay withhold any payments tothe Provider untilsuchtimeastheexact amount of
damages duetheCountyis determined.The County mayalsopursueany remedies available atlawor
equity to compensate forany damages sustained bythe breach.The Provider shall be responsible for
all direct and indirect costs associated withsuchaction,including attorney's fees.
Xffl.TERMINATION BY EITHER PARTY.BothpartiesagreethatthisContractmaybe
terminated by either party hereto by written notice tothe other party of such intent to terminate at least
thirty (30)days priortothe effective dateof such termination.The County Manager is authorized to
terminate this Contract on the behalfoftheCounty.
XIV.PAYMENT PROCEDURES.The County agrees topaythe Provider for services rendered
under this Contract based onthe procedures outiined below,the approved line item budget,and if
applicable the Sherman S.Winn Prompt Payment Ordinance (Ordinance 94-40).
A.Performance Based Contract:How payment willbe made.Thepartiesagreethatthis
isa performance-based Contract and thatthe Provider shall be paid onan incremental basis contingent
upon the submission ofa satisfactory Monthly Performance Report and a satisfactory Monthly
Summary of Expenditures Report.The County has the right to withhold payment ifthe Department
deems either required monthly report tobe unsatisfactory.The County shall have the sole discretion in
determining ifthe Provider is entitled to such funds and the County's decision in this matter shall be
binding.
8 of16
On October 1,2005 or thereafter,upon execution ofthe Contract (to include proofof
insurance),the County will provide the Provider with twenty-five percent (25%)ofthe contract
amount.Thereafterforeachmonth of satisfactory performance,theCountywill reimburse the
Provider upto 1/11 of sixty-five percent (65%)of the contract amount.The County shall withhold ten
percent (10%)ofthe contract amount for disbursement tothe Provider atthe expiration of this
Contract.This disbursement shall occurupon receipt ofthefinalMonthly Performance Reportandthe
Monthly Summary of Expenditures Report and is contingent upon the Provider's overall satisfactory
performance.
The County reserves therightto convert this Contract toa cost-basis Contract inwhichthe Provider
shall bepaid through reimbursement payment based onthe budget approved under this Contract and
when documentation of servicedeliveryisprovided.
Once the determination has been made to convert toa cost-basis method,the Provider shall submit to
the Department,the Department of Human Services Monthly Reimbursement form onamonthly
basis.Monthlyreimbursementrequestsandaccompanyingdocumentationmustbereceivedbythe
Department no later than the 15th of the month following the month for which reimbursement is
requested.The County will reimburse the Provider up to 1/11th of sixty-five percent (65%)of the
contractamount,foreachmonth of satisfactoryperformance.
B.NoPayment of Subcontractors.InnoeventshallCountyfundsbeadvanceddirectly
toany subcontractor hereunder.
C.RequestsforPayment.TheCountyagreestopayallbudgetedcostsincurredbythe
Providerwhichare allowable undertheCountyguidelines.In order toreceivepaymentforallowable
costs,the Provider shallsubmitaMonthlySummary of Expenditures Report andaMonthly
Performance Reportonformsprovidedbythe Department.TheDepartmentmustreceivetheMonthly
Summary of Expenditures Report and the Monthly Performance Report no later than the 15th day of the
monthfollowingthemonthforinwhichserviceswereprovided.The Monthly Summary of
Expenditures Report shallreflecttheexpensesincurredbythe Provider forthemonthserviceswere
renderedanddocumentedintheMonthly Performance Report.Uponsubmission of satisfactory
requiredmonthly reports,theDepartmentshallmakepayment.
The Provider shallnotberequired to submit documentation of expenditures forpayment.The
Provideragreestomaintainoriginals of cancelledchecks,invoices,receipts,andotherevidence of
indebtednessas proof ofexpenditure.Whenoriginaldocumentscannotbeproduced,theProvidermust
adequately justify theirabsenceinwritingandfurnishcopiesas proof of expenditure.These
documentsshallbemaintainedbytheProviderforaperiod of nolessthanfiveyearsandshallbemade
availableforCounty staff inspectionatanytime.
TheCountywillnotapprovepaymentsforin-kindorvolunteerservicesprovidedbythe
Provideron behalf oftheproject.
D.Processing theRequestforPayment.Theparties agree thattheprocessing of apayment
requestshalltakeaminimum of fifteen(15)daysfromreceipt,if therequiredmonthlyreportsare
satisfactory.The County's FinanceDepartmentwillissueandmailthecheckdirectlytotheProvider
attheaddresslistedonpageone(1)of thisContract,unlessotherwisedirectedbytheProvider.Itis
theresponsibility of theProvidertomaintainsufficientfinancialresourcestomeettheexpenses
incurredduringtheperiodbetweentheprovision of servicesandpaymentbytheCounty.
9 of16
Failure to submit the Monthly Performance Report and Monthly Summary of Expenditures
Report ina manner deemed correct and acceptable bythe County,bythe 15th dayof each month
followingthemonthinwhichtheservicewasdelivered,shallbeconsideredabreach of thisContract
andmayresultintermination of thisContract.
E.CloseoutReport/Recapture ofFunds.Upontheexpiration ofthis Contract,theProvider
shall submita Closeout Reporttothe Department nomorethan forty-five (45)daysafterthe expiration
of this Contract.Thisreport shall includea cumulative year-end summary of Provider's performance
andfiscalexpenditures.If afterreceipt of thisCloseoutReport,theDepartmentdeterminesthatthe
Provider hasbeenpaidfundsnotinaccordancewiththe Contract,andtowhichitisnotentitled,the
ProvidershallreturnsuchfundstotheCountyorsubmitappropriate documentation.TheCountyshall
havethesolediscretionindetermining if theProviderisentitledtosuchfundsandtheCounty's
decisiononthis matter shallbebinding.Additionally,anyunexpendedorunallocatedfundsshallbe
recaptured bytheCounty.
F.DHSContractManagementManual.Allrequestsforpaymentwillbeprocessed
pursuanttotheDepartment'sGeneralProceduresManual.TheDepartmentwillprovideacopy of this
Manual to Provider.
XV.PROHIBITED USE OF FUNDS.
A.AdverseActions or Proceeding.TheProvidershallnotutilizeCountyfundstoretain
legalcounselforanyactionorproceedingagainsttheCounty or any of itsagents,instrumentalities,
employeesor officials.TheProvidershallnotutilizeCountyfundstoprovidelegal representation,
advice or counseltoanyclientinanyactionorproceedingagainsttheCountyorany of itsagents,
instrumentalities,employeesorofficials.
B.ReligiousPurposes.Countyfundsshallnotbeusedforreligiouspurposes.
C.Commingling Funds.TheProvidershallnot commingle fundsprovidedunderthis
Contract withfundsreceivedfromany other fundingsources.
XVL RECORDS.REPORTS.AUDITS.MONITORING AND REVIEW.
A.Certificate of Corporate Status.The provider must submit tothe Department,within
thirty(30)days from thedate of execution ofthis Contract,a certificate of status inthe name of the
provider,which certifies the following:thatthe provider is organized under thelawsoftheStateof
Florida;thatallfeesand penalties havebeenpaid;thatthe providers most recent annual reporthas
beenfiled;thatitsstatusis active;andthatthe provider hasnotfiledan Article ofDissolution.
10 of16
B.Board ofDirector Requirements.The Provider shall insure thatthe Board ofDirectors
is apprised of the fiscal,administrative and contractual obligations of the project funded through the
County by passage of a formal resolution authorizing execution of the Contract withthe County.
Failure to provide a copy of the resolution within 15 days of execution of this contract may result in
termination ofthis Contract.
C.Proof of Tax Status.The Provider is required tosubmittotheCountythefollowing
documentation:(a)TheI.R.S.taxexempt status determination letter;(b)themost recent I.R.S.form
990;(c)the annual submission of I.R.S.form 990within(6)monthsafterthe Provider's fiscal year
end;(d)IRS 941 -Quarterly Federal TaxReturnReportswithinthirty-five(35)daysafterthe quarter
endsand if the 941 reflectsatax liability,proof of paymentmustbesubmittedwithinsixty(60)days
afterthequarterends.
D.AccountingRecords.The Provider shallkeepaccountingrecordswhichconformwith
generally acceptedaccounting principles.Allsuch records willbe retained bytheProviderfornotless
thanfive(5)years beyond theterm ofthisContract.
E.Financial Audit.If theProviderhasorisrequiredtohaveanannualcertifiedpublic
accountant'sopinionandrelated financial statements,theProvideragreestoprovidethesedocuments
totheDepartmentnolaterthanonehundred eighty (180)calendardays following theend of the
Provider'sfiscalyear,foreachyearduring which thisContractremainsinforceoruntilallfunds
earnedfrom this Contract have been so audited,whichever islater.
F.Access toRecords:Audit.The County reservestherighttorequiretheProviderto
submittoanaudit by anauditor of the County's choosing.TheProvidershall provide accesstoall of
itsrecords which relate to this Contractatitsplace of business duringregular business hours.The
Provideragreestoprovidesuchassistanceasmaybenecessarytofacilitatetheir review orauditbythe
Countytoinsure compliance with applicableaccountingand financial standards.TheProvideragrees
tomaintainsupporting documentation forallservices provided underthisContractandshallsubmit
suchsupporting documentation tothe County uponrequest.
G.Office of Miami-Dade County Inspector General.Miami-Dade County hasestablished
theOffice of Inspector General whichisempoweredtoperformrandomauditsonallCounty contracts
throughout the duration of each contract.Grantrecipientsareexemptfrompayingthecost oftheaudit
whichisnormally lA of 1%ofthe totalcontract amount.
The Miami-Dade County Inspector General is authorized and empowered toreview past,present and
proposedCountyandPublicHealthTrust programs,contracts,transactions,accounts,recordsand
programs.In addition,the Inspector General hasthepowerto subpoena witnesses,administer oaths,
require the production ofrecords and monitorexisting projects and programs.
Monitoring of anexisting project or program may include a report concerning whetherthe project ison
time,withinbudgetandincompliancewith plans,specificationsandapplicablelaw.
The Inspector General is empowered to analyze the necessity of and reasonableness of proposed
change orders tothe Contract.The Inspector General isempoweredtoretaintheservices of
independent private sector inspectors general to audit,investigate,monitor,oversee,inspect and review
operations,activities,performance and procurement process including butnot limited to project
design,bid specifications,proposal submittals,activities of the Provider,its officers,agents and
11 of16
employees,lobbyists,County staff and elected officials to ensure compliance with contract
specifications andtodetect fraud and corruption.
Uponten(10)days prior written notice tothe Provider from the Inspector General or Independent
Private Sector Inspector General (IPSIG)retained bythe Inspector General,the Provider shall makeall
requestedrecordsanddocuments available totheInspector General orIPSIGforinspectionand
copying.
TheInspector General andIPSIGshallhavetherighttoinspectandcopyalldocumentsandrecordsin
the Provider's possession,custody orcontrolwhich,intheInspectorGeneral'sor IPSIG's sole
judgment,pertain toperformance of the contract,including,butnotlimitedto original estimatefiles,
worksheets,proposals andContractsfromandwithsuccessfulandunsuccessful subcontractors and
suppliers,all project-related correspondence,memoranda,instructions,financial documents,
constructiondocuments,proposal and contract documents,back-charge documents,alldocumentsand
records which involve cash,tradeor volume discounts,insuranceproceeds,rebates,ordividends
received,payrollandpersonnelrecords,and supporting documentationforthe aforesaid documents
and records.
Theprovisionsinthissection shall applytothe Provider,itsofficers,agents,employees,
subcontractors and suppliers.The Provider shall incorporate the provisions inthissectionin all
subcontractors andallotherContractsexecutedbytheProviderinconnectionwiththeperformance of
the contract.
Nothinginthis contract shall impair any independent right of theCountyto conduct auditor
investigative activities.The provisions of mis section areneitherintendednor shall theybe construed
toimposeanyliabilityontheCountybythe Provider orthird parties.
H.Independent Private Sector Inspector General Reviews.Pursuant to Miami-Dade
County Administrative Order 3-20,the Provider is aware thattheCountyhasthe right to retain the
services of an Independent Private Sector Inspector General ("IPSIG"),whenever theCountydeemsit
appropriate todo so.Upon written notice from the County,the Provider shall make available tothe
IPSIG retained bythe County,all requested records and documentation pertaining tothis Contract for
inspection and copying.The County shall be responsible for the payment ofthese IPSIG services,and
underno circumstance shall the Provider's budget and any changes thereto approved bytheCounty,be
inclusive of any charges relating totheseIPSIG services.
Theterms of this provision herein,apply tothe Provider,its officers,agents,employees,
subconsultants and assignees.Nothing contained inthis provision shall impair any independent right
of the County to conduct an audit or investigate the operations,activities and performance of the
Providerinconnection with this Contract.Theterms of thisSectionshallnotimposeanyliabilityon
theCountybythe Provider oranythird party.
L Progress Reports.The Provider shall furnish the Department with written monthly
progress reports (Attachment F)on the achievement of its goals as outlined inits Scope of Services.
The reports shall explain the Providers progress for that month.The data should be quantified when
appropriate.Said reports are due bythe 15 day ofthe month following the end of each month.The
final progress report shall be due forty-five (45)days after the expiration or termination of this
Agreement.
12 of16
J.Monitoring:Management Evaluation and Performance Review.This sectionshall
pertain only to Providers whose funding allocation under this Contract is $10,000 or more or whose
funding allocation becomes $10,000 ormore during theterm ofthis Contract.
The Provider agrees to permit County personnel to perform random scheduled monitoring,reviews and
evaluations of the program which isthe subject of this Contract.The Department shall monitor both
fiscal and programmatic compliance with all theterms and conditions ofthe Contract.
The Provider shall permit the Department to conduct site visits,client assessment surveys,and other
techniques deemed reasonably necessary to fulfill the monitoring function.A report of the
Department's findings willbe delivered tothe Provider and the Provider will rectify all deficiencies
cited withinthe period oftime specified inthe report.If such deficiencies are not corrected within the
specified time,theCountymay suspend paymentsor terminate this Contract.The Department shall
conduct oneormore formal management evaluation and performance reviews of the Provider.
Continuation ofthisContractorfuturefundingisdependentuponsatisfactoryevaluation conclusions.
TheProvider agrees that all monitoringreportscompletedbythe Department shall bemade
availabletothe Alliance forHumanServicesanditsmembers/partners.
K.ClientRecords.TheProvidershallmaintainaseparateindividualcasefileforeach
client/familyserved.Thiscasefile shall includeallpertinentinformation regarding caseactivity.At a
minimum,thecasefile will containreferralandintakeinformation,treatmentplans,andcasenotes
documentingthedatesserviceswereprovidedandthekind of serviceprovided.Thesefilesshallbe
subjecttotheauditandinspectionrequirementsunderArticle XVI SectionF,G,HandJ of this
Contract.
LHealthInsurancePortabilityand Accountability Act.Any personor entity that
performsorassistsMiami-Dade County with afunctionor activity involving the use ordisclosure of
individually identifiable health information (DHI)and/orProtectedHealth Information (PHI)shall
comply with theHealthInsurancePortabilityand Accountability Act (MPAA)of 1996 andtheMiami-
DadeCountyPrivacy Standards Administrative Order.HIPAA mandatesforprivacy,securityand
electronic transfer standards,that include but are not limited to:
1.Use of informationonlyforperformingservicesrequired by thecontractorasrequired
by law;
2.Use ofappropriatesafeguardstoprevent non-permitted disclosures;
3.Reporting toMiami-Dade County of any non-permitted useordisclosure;
4.Assurances thatanyagentsandsubcontractorsagreetothesamerestrictionsand
conditionsthatapplytotheBidder/Proposerandreasonableassurancesthat IIHP/PHI
will beheldconfidential;
5.Making Protectedhealth Information (PHI)availabletothecustomer;
6.MakingPHI available tothecustomerforreviewandamendment;and incorporating
any amendments requested by thecustomer;
13 of16
7.Making PHI available to Miami-Dade Countyforan accounting of disclosures;and
8.Making internal practices,booksand records related toPHI available to Miami-Dade
Countyforcomplianceaudits.
PHI shall maintain its protected status regardless ofthe form and method of transmission (paper
records,and/or electronic transfer of data).The Bidder/Proposer must giveits customers written notice
ofits privacy information practices including specifically,a description ofthe types of uses and
disclosuresthatwouldbemadewithprotectedhealth information.
XVIL SUBCONTRACTORS AND ASSIGNMENTS.
A.Subcontracts.The parties agree thatno assignment or subcontract will be made orlet
in connection withthis Contract without the prior written approval ofthe Department,which shall not
be unreasonably withheld,and that all subcontractors or assignees shall be governed by the terms and
conditions ofthis Contract.
B.If this Contract involves the expenditure of $100,000 or more bythe County and the
Provider intends touse subcontractors to provide the services listed inthe Scope of Service
(Attachment A)or suppliers to supply the materials,the Provider shall provide the names of the
subcontractors and suppliers onthe form attached as Attachment G.Provider agrees that it will not
change or substitute subcontractors or suppliers from those listed in Attachment G without prior
writtenapproval of theCounty.
XVm.MISCELLANEOUS.
A.Out of TownTravel.Costsforout-of-towntravelareallowable,if theyareusefulfor
the administering of program activities.All travel must be approved through DHS Contract
Management Division two weeks prior to date travel isto be taken and pursuant to the provisions
outlinedintheContractManagementManual.
B.Petty Cash.Community Based Organizations who establish a petty cash fund must
maintain detailed support documentation in accordance with the provisions outlined in the Contract
ManagementManual.
C.Publicity.Itis understood and agreed between the parties hereto that this Provider is
funded by Miami-Dade County.Further,by the acceptance of these funds,the Provider agrees that
events funded by this Contract shall recognize the County as a funding source.The Provider shall
ensure that all publicity,public relations,advertisements and signs recognizes the County for the
support ofall contracted activities.
This isto include,butisnot limited to,all posted signs,pamphlets,wall plaques,cornerstones,
dedications,notices,flyers,brochures,news releases,media packages,promotions,and stationery.
The use of the official County logo is permissible.The Provider shall ensure that all media
representatives,when inquiring about the activities funded by this contract,are informed that the
Countyisitsfundingsource.
D.Contract Guidelines.This Contract is made intheStateof Florida and shall be
governed according to the laws ofthe State ofFlorida.Proper venue for this Contract shall be Miami-
Dade County,Florida.
14 of16
E.Modifications and Change Orders.Any alterations,variations,modifications,
extensions or waivers of provisions of this Contract including but not limited to amount payable and
effective term shall only be valid when they have been reduced to writing,duly approved and signed
by both parties and attached to the original ofthis Contract.
The County and Provider mutually agree that modification of the Scope of Services schedule
of payments,billing and cash payment procedures,set forth herein and other such revisions may be
negotiated as a written amendment to this Contract between the parties.
The County Manager is authorized to make modifications to this Contract as described herein
on behalf ofthe County.
The Office of the Inspector General shall have the power to analyze the need for,and the
reasonableness of proposed change orders.
F.Counterparts.This Contract is signed in five (5)counterparts,and each counterpart
shallconstituteanoriginal ofthisContract.
G.Headings.Use of Singular and Gender.Paragraph headings are for convenience only
and are not intended to expand or restrict the scope or substance of the provisions of this Contract.
Wherever used herein,the singular shall include the plural and plural shall include the singular,and
pronouns shall be read as masculine,feminine or neuter as the context requires.
H.Totality of Contract/Severabilitv of Provisions.This sixteen (16)page Contract withit
recitals onthe first page of the Contract and withits attachments as referenced below contain all the
termsandconditionsagreeduponbythe parties:
Attachment A:Scope of Services
Attachment B:Budget
Attachment C:Payment Request
Attachment D:Miami-Dade County Affidavits
Attachment Dl:Code ofBusiness Ethics
Attachment D2:Miami-DadeCountyDebarmentDisclosure Affidavit
Attachment E:State Public Entities Crime Affidavit
Attachment F:Progress Report
Attachment G:List of Subcontractorsand Suppliers
Attachment H:Living Wage Requirement Affidavit
NootherContract,oralor otherwise,regardingthesubjectmatter of thisContractshallbe deemed to
existorbindany of thepartieshereto.If anyprovision of thisContractisheldinvalidorvoid,the
remainder of thisContractshallnotbeaffectedthereby if suchremainder would then continue to
conformtothetermsandrequirements ofapplicablelaw.
15 of16
IN WITNESS WHEREOF,the parties hereto have caused this Contract tobe executed bytheir
respectiveanddulyauthorizedofficersas ofthedayandyearfirstabovewritten.
(SEAL)
ATTEST:
(Signatur^y&fAuthorized-Representative)
-*Type orPrintName
CitM OF Squtu MAffl/
AGENCY
Witnesses:
r.C^lCl^(Jj^ChyLvL*^^By:
Signature /
By:(_^
By:f/UtiJ&4j jy^LA^i r
(Signature ofAuthorized Representative)
Haw*t\wii
Type orPrint Name
Signature
Matia.M-Mentnde :z-
Type orPrint Name nJ Tvn^'nr PriTypeorPrint Name
ATTEST:
--X /**X -2.e
MIAMI-DADE COUNTY,FLORIDA
16 of16
RGEM.BURGESS
OUNTY MANAGER
Attachment A
MIAMI-DADE DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
AGREEMENT PROGRAM NARRATIVE
SECTION I;GENERAL
Name of Organization:Citv of SouthMiamiSeniorCenter
Address:6701SW 62nd Avenue.SouthMiami.FL 33143
Phone Number:305-668-2514 Fax Number:305-663-6345
Contact Person:Joanna Revelo
Agreement Amount:$23.000 Agreement Period:10/01/05-9/30/05
SECTION D:NARRATIVE
Describe the organization's goal:To provide safe,decent and affordable housing forthe
elderlyresidents of SouthMiami.In addition,theSenior Center provides social,cultural.
educational andrecreationalopportunitiesfortheresidentsandothereligibleseniors.Asapart
of theoverallgoal of the Senior Center,thefacilityaimsto provide a hot nutritionally mealto
the elderly residents during the weekend.Currently,the seniors receive meal service during the
week,butareunabletoaffordorprepareahotmealduring Saturday andSunday.
Describe what is proposed for funding:Through its Parks and Recreation Department the
City of South Miami intends to provide hot meal service to the senior citizens atthe South
Miami Senior Center.Meals will be distributed between the traditional lunch and dinner times.
Anoutsideagencywillbe contracted toprovidethe weekend mealsserviceforthe elderly.
The meals service (cantina-stvle^willserve approximately 70-75elderly residents.
Page 1 of4
Describe how those servicesmeet County government mandates:"Whereas,theHome
RuleCharterauthorizes Miami-Dade Countytoprovidefortheuniformhealthandwelfare of the
residents throughout the County...".the Citv of South Miami is able to provide a needed and
unduplicated serviceinit provision of hotnutritiousweekendmealstotheelderlyattheSenior
Center,thus ensuring the health and welfare of those senior citizens atthe facility.
SECTION HI:PROFILE OF SERVICES
Workloadmeasures (detail typeof service and number of clients tobe served ineach category
of service):
TheCitv of SouthMiamiwillprovidethreehotnutritiousmeals (cantina-stvle)to
approximately 70-75 residents of the Senior Center located at 6701 SW 62nd Avenue.South
Miami.
Eachresidentwillreceiveonehotmealperdayduringtheweekend(Saturdayand
Sunday).Aneveningmealwillalsobe included onFridayaspartofthe weekend meals
deliveryprogram.Themealswillbepre-packagedandreadytobeservedforeachresident.
Unit Cost (Detail unit costforservice):Eachmealwillcostapproximately$2.89to $3.15
(negotiations are underway for meal unit cost and will be finalized upon execution of all contract
agreements.Therefore,theabovecostslistedisanestimate).
Page 2 of4
SECTION IV;STATEMENT OF OBJECTIVES (objectives must be measurable,and
specific.Pleasequantifyandnotetimeframeforcompletion of eachobjective)
The objective isto provide freehot nutritious weekend meals to approximately 70-77
elderly residents of theSouth Miami Senior Center.Each weekend,atotal of three prepackaged
andreadyto serve meals willbe distributed toeach qualifying elderly resident.
Itis estimated that with the proposed amount of funding,this program will be ableto
providea weekend meals program for approximately fourtofive months.
The above will satisfy two objectives:
1)to extend the existing weekday meal program toeach qualifying resident
2)to provide one hot nutritious meal to each resident on Saturday and Sunday
SECTION V:ORGANIZATIONAL SUPPORT ACTIVITIES
Describe how your organization plans to raise additional or in-kind contributions:
TheCitv of South Miami will provide in-kind contributions through theuse of its administrative
personneltimefortheoperationandmanagement of theElderlyWeekendMealsprogram.
Operational staff timewillbeusedtoreceiveandoverseethedistribution of themealsprogram
and administrative time will be used for the grant management and compliance of the grant
award.
As stated earlier,this program will supplement an existing weekday meals program
whichoperates Monday thruFriday.
Describehow your organization will do outreach and public awareness:
A general announcement willbemadeatthe facility during the weekday meals program 1
as well as include household fivers to each ofthe residents/households soliciting registration for
themeals program..
Page 3 of4
SECTION VI:PERSONNEL
Submit an organizational chart and identify any positions that are funded in total or in part (state
percentages)byMiami-DadeCounty.
Submit job descriptions for each position totally orpartially to be funded by Miami-Dade
County.
I understand that while this information represents a performance projection,I must receive
approval from Miami-Dade Department of Human Services prior to any operational or
performance variations.
i Signature andTitle of Person Completing Form
JoannaRevelo 305-668-2514
Print name Telephone Number
Grant Writer
Print Title
SECTION VI:PERSONNEL -Addendum to Attachment A
CITY OF SOUTH MIAMI
PARKS AND RECREATION ORGANIZATIONAL CHART (See attached)
Not Applicable any positions funded intotalorinpartby Miami-Dade County.
N/A -job descriptions foreach position totallyor partially tobefundedby Miami-Dade
County.
Page4 of4
o
en
-si
Parks &Recreation Department
Parks Supervisor
Lead Worker
Maintenance
Worker II (5)
Maintenance
Worker II (2PT)
POSITION/TITLE
Director
Administrative Assistant
Recreation Superintendent
Parks Supervisor
Senior Site Manager
Recreation Supervisor
Recreation Leader
Recreation Aide Part Time
Recreation AidePT (Seasonal)
Lead Worker
Maintenance Worker II (FT)
Administrative
Assistant
Senior Site
Manager
i
Recreation
Leader (1PT)
Recreation Aide
(2PT)
Parks &Recreation
Director
Recreation
Leader
Maintenance
Worker II
2004-2005 >::
APPROVED (FT)
2005-2006
PROPOSED (FT):
,2004-2005 ':,;•
APPROVED(PT)
,2005-2006
PROPOSED(PT)
1 1 0 0
1 1 0 0
13 13
15 15
&I.5J-tmgm 39\m
Recreation
Supervisor
Recreation
Leader (2PT)
Recreation
Aide(4PT)
Recreation Aide
Seasonal (8PT)
Recreation
Superintendent
Recreation
Supervisor
Recreation
Leader (4PT)
Recreation
Aide (4PT)
i ~
Recreation Aide
Seasonal (7PT)
Recreation
Supervisor (1PT)
Recreation
Leader (1PT)
Recreation
Aide(3PT)
ATTACHMENT B
MIAMI-DADE DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
CONTRACT/AGREEMENT BUDGET
SECTION!.GENERAL
Name of Organization:City ofSouth Miami
Address:6130 Sunset Drive,South Miami,FL 33143
Phone Number:305-663-6342 Fax Number:305-663-6345
Contact Person Joanna Revelo
Agreement Amount 23,000 Agreement Period:10-1-05 through9-30-06
SECTION P.SOURCES OF FUNDING
List below other funds,and their sources,along with County requested funds that will finance
the proposed programorproject.
AGREEMENT TOTAL
BUDGET
PROPOSED PROGRAM
TOTAL BUDGET
DHS Grant $23,000 $23,000
Other Miami-Dade Grants(specify)$0 $0
FederalGrants(specify)$0 $0
StateGrants(specify)$0 $0
Fees/Other Revenue (specify)$0 $0
Total Budget $23,000 $23,000
MIAMI-DADE DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
Pa«e2
SUMMARY FOR PROPOSED BUDGET
CATEGORY REQUESTED AMOUNT DESCRIPTION
Personnel $0 Salaries &Fringes
Operating $23,000 All Other Costs
Capital $0 Property/Equipment>$750
TOTAL $23,000
SECTION III.ITEMIZED BUDGET
Describe each expenditure item.Besuretowriteasubtotalwhere requested.If other fundslistedin
SectionIIaboveareusedtosupporttheproposecprogramorproject,indicatetheamount of fundsbudgeted
forthe proposed Miami-Dade County grant,and the amount budgeted from other sources.The subtotals for
theMiami-DadeCountyfundsand other fundsshouldequalthetotalforeach budget category.
Salaries (Personnel)Indicate Full Time (FT)or Part Time (PT)
JOB TITLE/POSITION
STATUS
FT OR PT
ANNUAL
SALARY
COUNTY
FUNDS
%OF ANNUAL
SALARY
COUNTY
FUNDED
OTHER
FUNDS TOTAL
$0 $0 $0 $0
$0 $0 $0 $0
$0 $0 $0 $0
$0 $0 $0 $0
$0 $0 $0 $0
$0 $0 $0 $0
$0 $0 $0 $0
$0 $0 $0 $0
S UB-TOTALS $°l:.)i $0 $0
MIAMI-DADE DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
Page 3
FRINGE BENEFITS
(Personnel)
COUNTY
FUNDS
%OF FRINGE
BENEFITS COUNTY
OTHER
FUNDS TOTAL
Social Security $0 $0 $0 $0
Retirement $0 $0 $0 $0
Group Health $0 $0 $0$0
Worker's Compensation Insurance $0 $0 $0 $0
Unemployment Insurance $0 $0 $0 $0
Other (specify)Life/Disability $0 $0 $0 $0
SUB-TOTALS $0 $0 $0
STAFF TRAVEL (operating)COUNTY FUNDS
OTHER
FUNDS TOTAL
Local Travel $0 $0 $0
Out-of-town Travel $0 $0 $0
SUB-TOTALS $0 $0 $0
SUPPLIES describe below (Operating)COUNTY FUNDS
OTHER
FUNDS TOTAL
Office Supplies $0 $0 $0
Program Supplies $0 $0 $0
Janitorial Supplies $0 $0 $0
Other (specify)$0 $0$0
$0$0 $0
SUB-TOTALS $0$0 $0
PROFESSIONAL SERVICES (specify below)COUNTY FUNDS
OTHER
FUNDS TOTAL
SUB-TOTALS $0 $0$0
MIAMI-DADE DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
Page 4
EQUIPMENT describe below (Operating)
COUNTY
FUNDS
OTHER
FUNDS TOTAL
Minor Equipment $0 $0 $0
Major Equipment (over $750 per item)$0 $0 $0
SUB-TOTALS $0 $0 $0
1 S.]C°vms OTHER
FUNDS TOTAL
INDIRECT COST $0 $0 $0
SUB-TOTALS $0 $0 $0
OTHER COSTS describe below (Operating)
COUNTY
FUNDS
OTHER
FUNDS TOTAL
Accounting Services/Audit $0 $0 $0
Equipment Rental $0 $0 $0
Printing $0 $0 $0
Postage $0 $0 $0
Telephone $0 $0 $0
Electricity $0 $0 $0
Waste Disposal $0 $0 $0
Water &Sewer $0 $0 $0
OfficeSpace(Rental)$0 So $0
Maintenance (Building &Grounds)$0 $0 $0
Maintenance (Equipment)$0 $0 $0
Insurance (Property/Liability)$0 $0 $0
Miscellaneous (specify)
Meal Service $23,000 $0 $23,000
SUB-TOTALS $23,000 $0 $23,000
COUNTY
1;vBsm ..FUNDS
OTHER
FUNDS TOTAL
1TOTAL PROPOSED BUDGET $23,000 $0 $23,000
MIAMI-DADE DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
Page 5
•DIRECT SERVICE COSTS S 13)^0®°
(Total cost of equipment,supplies,personnel,etc.
directly related tothe provision of services to
clients/recipients/participants)
•NONDIRECT COST $"O -
(Total itemized costs thatarenot directly related
to services provided to clients/recipients/participants)
SECTION IV:TABLE OF ORGANIZATION AND JOB DESCRIPTIONS
I understand that any budget changes require the approval of Miami-Dade County Department of Human
Services Contract Management Division prior to exceeding any line item expenditure.
Maria V.Davis/City Manager
Print/TypeName&Title
Date
ATTACHMENT C
ReportingPeriodCovered:
Name of Organization:
Address:
SALARIES-Gross:
Salaries
FRINGE BENEFITS
Social Security
Retirement
Group Health Insurance
Workmen's Compensation Insurance
Unemployment Insurance (Form UCT-6)
Other (specify):
STAFF TRAVEL
Local Travel
Out of Town Travel
SUPPLIES
Office Supplies
ProgramSupplies
Janitorial Supplies
Other(specify):
PROFESSIONAL SERVICES
to
Budgeted
Amount
MIAMI-DADE COUNTY DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
SUMMARY OF EXPENDITURE REQUEST
Contract Amount:
Current
Month Reg.
ProgramName:
•Amount
Paid
Contract Period:
EQUIPMENT
MinorEquipment
Major Equipment(over$750)
INDIRECT COSTS
OTHER COSTS
Accounting Services/Audit
EquipmentRental
Printing
Postage
Telephones
Electricity
Waste Disposal
Water &Sewer
Office Space Cost-(tease)
Maintenance-BldgVGrd.
Maintenance-Equipment
Insurance (Property/Liability)
Miscellaneous(specify):
TOTALS
•VOUCHER #V_
•INDEX CODE _
•VENDOR #
•RESOL#
•AMOUNT
Budgeted
Amount
Contract #:
Current
Month Reg.
•Amount
Paid
$-$
I hereby certify thatthisexpense report submittedbythe undersigned constitutes approved
or wHI bereimbursedbyotherfunding sources.
$$
expenses during the period listed above,and that no expenses for which reimbursement is requested have been
EXECUTIVE DIRECTOR/AGENCY DESIGNEE DATE •Approved by:
TO BE COMPLETED BY DHS STAFF ONLY
CONTRACT OFFICER DATE
AnXH^NTC
NameofOrganization:
Address:.
SALARIES -Gross:
Salaries
FRINGE BENEFITS
SocialSecurity
Retirement
GroupHealthInsurance
Workmen's Comensation Insurance
UnemploymentInsurance (Form UCT-6)
Other(specify):
STAFF TRAVEL
Local Travel
Out of Town Travel
SUPPLIES
OfficeSupplies
Program Supplies
Janitorial Supplies
Other (specify):
PROFESSIONAL SERVICES
Budgeted
Amount
MIAMI-DADE COUNTY DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
YEAR-END CLOSEOUT REPORT
Reporting Period Covered:
Contract Amount:
Actual
YTDExp.
10/1/05-9/30/06
Program Name:
Closeout/
Final Amount
Contract Period:
EQUIPMENT
Minor Equipment
Major Equipment(over$750)
INDIRECT COSTS
OTHER COSTS
Accounting Services/Audit
Equipment Rental
Printing
Telephones
Electricity
Waste Disposal
Water &Sewer
Office Space Cost-(lease)
Maintenance-BtdgVGrd.
Maintenance-Equipment
Insurance (Property/Liability)
Miscellaneous(specify):
TOTALS
Budgeted
Amount
Contract #:
Actual
YTDExp.
10/1/05-9/30/06
to
Closeout/
Final Amount
I hereby certify that this expense report submitted bythe undersigned constitutes approved budget expenses during the period listed above,and that noexpenses for which relmbursemens Is requested has
been orwillbereimbursedbyotherfundingsources.
EXECUTIVE DIRECTOR/AGENCY DESIGNEE DATE
•Approvedby:
CONTRACT OFFICER DATE
TO BE COMPLETED BY DHS STAFF ONLY
Attachment D
DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
MIAMI-DADE COUNTY AFFIDAVITS
The contracting individual or entity (governmental or otherwise)shall indicate byan "X"all affidavits
that pertain to this contract and shall indicate by an "N/A"all affidavits that do not pertain to this contract.All
blankspacesmustbefilled.
The MIAMI-DADE COUNTY OWNERSHIP DISCLOSURE AFFIDAVIT;MIAMI-DADE COUNTY
EMPLOYMENT DISCLOSURE AFFIDAVIT;MIAMI-DADE CRIMINAL RECORDAFFIDAVIT-
DISABILITYNONDISCRIMINATIONAFFIDAVIT;andthePROJECTFRESHSTARTAFFIDAVITshall
not pertain to contracts with the United States or any of its departments or agencies thereof,the State or any
political subdivision or agency thereoforany municipality ofthis State.The MIAMI-DADE FAMILY LEAVE
AFFIDAVIT shall not pertain to contracts with the United States or any of its departments or agencies or the
State of Florida or any political subdivision or agency thereof;it shall,however,pertain to municipalities of the
State of Florida.AH other contracting entities or individuals shall read carefully each affidavit to determine
whetherornotitpertainstothiscontract.
I»Maria V.Davis .__,being first duly sworn state:
Affiant
The full legal name and business address of the person(s)or entity contracting or transacting business with
Miami-Dade County are (Post Office addresses are not acceptable):
59-6000431
Federal Employer Identification Number (If none,Social Security)
CITY OF SOUTH MTAMT
Name of Entity,Individual(s),Partners,or Corporation
Doing Business As(if same as above,leave blank)
Stree*Address City State Zip Code
__Xl.MIAMI-DADE COUNTY OWNERSHIP DISCLOSURE AFFIDAVIT (Sec.2-8.1 ofthe County Code)
1.If the contract or business transaction is with a corporation,the full legal name and business address
shall be provided for each officer and director and each stockholder who holds directly or indirectly
five percent (5%)or more of the corporation's stock.If the contract or business transaction is with a
partnership,the foregoing information shall be provided for each partner.If the contract or business
transaction is with a trust,the full legal name and address shall be provided for each trustee and each
beneficiary.The foregoing requirements shall not pertain to contracts with publicly traded
corporations orto contracts with the United States orany department or agency thereof,the State or
any political subdivision or agency thereof or any municipality of this State.All such names and
addresses are(Post Office addresses are not acceptable):
lof5
-X-II.
3.
2.
3.
FullLegalName Address Ownership
.U/A.70
%
The full legal names and business address of any other individual (other than subcontractors,
material men,suppliers,laborers,or lenders)who have,or will have,any interest (leeal,equitable
beneficial or otherwise)in the contract or business transaction with Dade Countv are"(Post Office
addresses are not acceptable):
•W7*ft-
Aiiy person who willfully fails to disclose the information required herein,or who knowingly
discloses false information in this regard,shall be punished by a fine of up to five hundred dollars
($500.00)or imprisonment in the County jail for up to sixty (60)days or both.
MIAMI-DADE COUNTY EMPLOYMENT DISCLOSURE AFFIDAVIT (County Ordinance No 90-
133,Amending sec.2.8-1;Subsection (d)(2)of the County Code).
Except where precluded by federal or State laws or regulations,each contract or business transaction or
renewal thereof which involves the expenditure often thousand dollars ($10,000)or more shall require
the entity contracting or transacting business to disclose the following information.The foregoing
disclosure requirements do not apply to contracts with the United States or any department or agency
thereof,the State or any political subdivision or agency thereof or any municipality of this State.
1.Does your firm have a collective bargaining agreement with its employees?
JL__Yes No
2.Does your firm provide paid health care benefits for its employees9
Yes No-X-
Provide a current breakdown (number of persons)of your firm's
work force and ownership as to race,national origin and gender:
White:
Black:
Hispanics:
37Males Jj^_Females
31 Males _q Females
3 3 Males ?a Females
Males Females:
Asian:0 Males 0 Females
American Indian:0 Males 0 Females
Aleut (Eskimo):0 Males 0 Females
:Males Females
X_m.AFFIRMATIVE ACTION/NONDISCRIMINATION OF EMPLOYMENT,PROMOTION AND
PROCUREMENT PRACTICES (County Ordinance 98-30 codified at 2-8.1.5 ofthe County Code.)
lc aaa0^06 ^County Ordinance No.98-30,entities with annual gross revenues in excess of$5,000 000 seeking to contract with the County shall,as a condition of receiving a County contract,
have:1)a written affirmative action plan which sets forth the procedures the entity utilizes to assure that
it does not discriminate in its employment and promotion practices;and ii)a written procurement policy
which sets forth the procedures the entity utilizes to assure that it does not discriminate against minority
and women-owned businesses in its own procurement of goods,supplies and services.Such affirmative
action plans and procurement policies shall provide for periodic review to determine their effectiveness
m assuring the entity does not discriminate in its employment,promotion and procurement practices.
The foregoing notwithstanding,corporate entities whose boards of directors are representative of the
population make-up of the nation shall be presumed to have non-discriminatory employment and
procurement policies,and shall not be required to have written affirmative action plans and procurement
policies in order to receive a County contract.The foregoing presumption may be rebutted.
2 of 5
The requirements of County Ordinance No.98-30 may be waived upon the written recommendation of
the County Manager that it is in the best interest of the County to do so and upon approval of the Board
of County Commissioners by majority voteofthe members present
The firm does not have annual gross revenues in excess of $5,000,000.
The firm does have annual revenues in excess of $5,000,000;however,its Board of Directors is
representative ofthe population make-up of the nation and has submitted a written,detailed
listing of its Board of Directors,including the race or ethnicity of each board member,to the
County's Department of Business Development,175 N.W;1st Avenue,28th Floor,Miami
Florida 33128.
XX The firm has annual gross revenues in excess of $5,000,000 and the firm does have a written
affirmative action plan and procurement policy as described above,which includes periodic
reviews to determine effectiveness,and has submitted the plan and policy to the County's
?^PaJ?nent of Business Development 175 N.W.1"Avenue,28th Floor,Miami,Florida
The firm does not have an affirmative action plan and/or a procurement policy as described
above,buthasbeengranteda waiver.
xJV.MIAMI-DADE COUNTY CRIMINAL RECORD AFFIDAVIT (Section 2-8.6 of the County Code)
The individual or entity entering into a contract or receiving funding from the County has Vv
has not as ofthe date ofthis affidavit been convicted ofa felony during the past ten (10)yearsT ^^
An officer,director,or executive of the entity entering into a contract or receiving funding from the
SnoTSi ^^n0t"date °f th,'S affidavit been convicted of afelony during the past
xJv\MIAM-DADE E^LOYMEOT DRUG-FREE WORKPLACE AFFIDAVIT (County Ordinance No.92-15 codified as Section 2-8.1.2 of the County Code)
That in compliance with Ordinance No.92-15 of the Code ofMiami-Dade County,Florida,the above
ttJ^J^EF*a dmg"free workp,ace-A™~<»~*-I**-
1.danger of drug abuse in the workplace
2.the firm's policy ofmaintaining adrug-free environment at all workplaces
J.availability of drug counseling,rehabilitation and employee assistance programs
4.penalties that may be imposed upon employees for drug "abuse violations
ife!?th^°LQntity -u^laJS°Lreq^ire an emPIoyee t0 s'gn astatement,as acondition of employmentthattheemployeewillabidebythetermsandnotifytheemployerofanycriminaldmecoSon
S3 ^ateF ^JS?(5)1ayS after reCeivin*notice ofsuc*convic/onS ta^-SSpersonnelactionagainsttheemployeeuptoandincludingtermination.ppropnaie
sCe°rv*^92')l mal bC W3iVed if ^e SpeciaI c^acteristicS of the product orserviceofferedbythepersonorentitymakeitnecessaryfortheoperationoftheCountyorforthehealth,safety,welfare,economic benefits and well-being of the public.Contra*inZvlnl^t
frn£*1 Pr°V-d-6d m^?le 7.in part-*the United States or *£State of Florida shall beExemptedr^^^T^f^^zr^rinstances where *-pr~-in -^s
3 of 5
X_VI.MIAMI-DADE EMPLOYMENT FAMILY LEAVE AFFin avtt tr>142-91 codified as Section 1lA-29^qof to C^un^ffT (C<3Wty °rdmanCe Na
empU»^(^^F'orid,an
each of twenty (20)or «w^JX^£ktwX d2n*J£?yf*?£t "0rking day durinScompliancewithilitemsintheaforeTnttonedSee:P ^*'f0"°W,ng informa,ion in
adoption of ach«d!crSTSJ^^Ji!"^for m,ed.ical reasons-for the blr*or=°»S^on wimo«rk7^Wh0 has a—»^1*
a^ncr&T'r Smte^of FtaShS ^v0""??5 T**e.Mni^States or any department or
X.VD.DISABILITY NON-DISCRIMINATION AFFIDAVIT (County Resolution R-385-95)
^Zy^^t^C^^^^^^^P1^««j -d agrees to continuewithallapplicablereguirementeofaTE™ii«JJ i?f*^=on0a«°'-"nder this project complies
contracts with me United StSs or ™«ta£L J*0reg°,ng Lreauiieme"«shall not pertain tosubdivisionoragencyth^^,here0f'the StaK or any P°"'-'
^TA^-^IS^^^C^LINQUENT AND CURRENTLY DUE FEES OR
sXtafljsssaX's si5TSff?ji,-rw named ^cOTporation-verifies that all delinquent and currentirduTfees nr «t«•i 'T aucontrac,t.wi,h *e County
property taxes,utility taxes ma ™Lai licenses 2;'rh L 'Ud'ng b?n°!L'imited ,0 real andtheDadeCountyTaxCollector*Twell «nin.r ^•hlchi are°ollected '"<"e normal course byin«enameof&?ci^
X_K.CURRENT ON ALL COUNTY CONTRACTS,LOANS AND OTHER OBLIGATIONS
wtt^^^Sff^^to^S^^^""^n°,e °r 0,hCT '°an d°~
4 of 5
X__X.PROJECT FRESH START (Resolutions R-702-98 and 358-99)
Any firm that has a contract with the County that results in actual payment of $500,000 or more shall
contribute to Project Fresh Start,the County's Welfare to Work Initiative.However,if five percent
(5%)of the firm's work fcire consists of individuals who reside in Miami-Dade County and who have
lost or will lose cash assistance benefits (formerly Aid to Families with Dependent*Children)as a
result ofthe Personal Responsibility and Work Opportunity Reconciliation Act of 1996.the firm may
request waiver from the requirements of R-702-98 and R-358-99 by submitting a waiver request
affidavit The foregoing requirement does not pertain to government entities,not for profit
organizationsorrecipients of grantawards.
X__XI.DOMESTIC VIOLENCE LEAVE (Resolution 185-00;99-5 Codified At 11A-60 Et.Seq of the
Miami-Dade County Code).
The firm desiring to do business with the County is in compliance with Domestic Leave Ordinance
Ordinance 99-5 codified at 11A-60 eL seq.of the Miami Dade County Code,which requires an
employer wluch has ra the regular course ofbusiness fifty (50)or more employees working in Miami-
Dade County for each working day during each of twenty (20)or more calendar work weeks in the
current or proceeding calendar years,to provide Domestic Violence Leave to its employees.
I have carefully read this entire five (5)page document entitled,"Miami-Dade County Affidavits"and
have indicated by an "X"all affidavits that pertain to this contract and have indicated by an "N/A"all affidavits
thatdonot pertain tothiscontract
'i?K HI:
Lffiant)(Date)
SUBSCRIBED AND SWORN TO (or affirmed)before me this 3^>day of bfojltJbpr
20Q5 by HcX/JC^T^vjLa „-..—J "-***"—*..He/SJie is personally
knownto me or has presented ^identification.
(Type of Identification)
ignature ofNotary)(Serial Number)
——aitrW.Nkenga Payne ___^^^^^^
(Print or Stamp ofNotary)fyM\^commission DD255W7 (Expiration Date)
X£f Expires October 05.2007 v '
Notary Public -Stamp State of £Wl(k Notarv Sea,
(State)
5 of 5
ATTACHMENT Dl
Form A-12
Code of Business Ethics
Inaccordancewith Resolution R-994-99eachpersonorentitythatseekstodobusinesswithMiami-Dade
CountyshalladopttheMiami-DadeCounty/GreaterMiamiChamber of CommerceCode of BusinessEthicsas
follows:
TheMiami-DadeCounty/GreaterMiamiChamber of Commerceseekstocreateandsustainanethicalbusiness
climateforits members andthe community by adopting aCodeof Business Ethics.Miami-Dade
County/Greater Miami Chamber of Commerce encourages its members to incorporate the principles and
practices outlined hereintheir individual codes of ethics,which willguidetheir relationships with customers,
clientsand suppliers.ThisModelCode can andshouldbe prominently displayed atallbusinesslocationsand
maybeincorporatedintomarketingmaterials.Miami-Dade County/GreaterMiamiChamber of Commerce
believesthatitsmembersshouldusethisCodeasamodelforthe development oftheirorganizations'business
codes of ethics.
This Model Codeisa statement of principles to help guide decisions andactionsbasedon respect forthe
importance of ethicalbusinessstandardsinthe community.Miami-Dade County/GreaterMiamiChamber of
Commerce believestheadoption of a meaningful code of ethicsisthe responsibility of everybusinessand
professional organization.
ByaffixingasignatureintheProposalsignaturepage,FormA-12,theProposerherebyagreesto
comply with the principles of Miami-Dade County/Greater Miami Chamber of Commerce Code of
BusinessEthics.If the Proposerfirm'scodevariesinanywaytheProposer must identify the
difference(s)ona separate documents attached toFormA-12.
CompliancewithGovernmentRulesandRegulations
•We the undersigned Proposer will properly maintainallrecordsand post alllicensesand certificates in
prominent placeseasilyseenbyouremployeesandcustomers;
•Indealingwithgovernmentagenciesandemployees,wewillconductbusinessinaccordancewithall
applicablerulesandregulationsandintheopen;
•We,theundersigned Proposer willreportcontractirregularitiesandother improper orunlawful
businesspracticestotheEthicsCommission,theOffice of InspectorGeneralorappropriatelaw
enforcement authorities.
Recruitment Selectionand Compensation of Contractors Consulting.Vendors,and Suppliers
•We,theundersigned Proposer willavoidconflicts of interestanddisclosesuchconflictswhen
identified;
•Giftsthat compromise the integrity of abusinesstransactionare unacceptable;wewillnotkickback
anyportion ofacontractpaymenttoemployees of theothercontracting party-oracceptsuchkickback.
Business Accounting
•Allourfinancial transactions willbeproperlyandfairlyrecordedinappropriatebooks ofaccount,and
there will be no "offthe books"transactions or secret accounts.
Promotion and Sales of Products and Services
•Our products willcomplywithall applicable safetyandquality standards;
•Wethe undersigned Proposer will promote and advertise ourbusinessandits products or services ina
mannerthatisnotmisleadinganddoesnotfalsely disparage ourcompetitors.
•We,theundersigned Proposer willconductbusinesswithgovernmentagenciesandemployeesina
mannerthatavoidseventhe appearance of impropriety.Effortsto cum politicalfavoritismare
unacceptable;
•Our proposal willbecompetitive,appropriate totherequestfor proposals/qualifications documents
andarrivedat independently;
•Any changestocontractsawardedwillhaveasubstantivebasisandnotbepursued merely because we
arethe successful Proposer.
•We,theundersignedProposerwill,tothebest of ourability,perform government contractsawardedat
thepriceandunderthetermsprovidedforinthecontract.We will not submit inflated invoices for
goodsprovidedorservicesperformedundersuchcontracts,andclaimswillbemadeonlyforwork
actuallyperformed.We willabide by allcontractingandsubcontractingregulations.
•We,theundersignedProposerwill not,directlyorindirectly,offer togiveabribeorotherwisechannel
kickbacksfromcontractsawarded,togovernmentofficials,theirfamily members orbusiness
associates.
•We,the undersigned Proposerwillnotseekorexpectpreferential treatment onproposalsbasedonour
participationinpoliticalcampaigns.
Public Life andPoliticalCampaigns
•We,the undersigned Proposer encourage all employees to participate incommunitylife,public
servicesandthepoliticalprocesstotheextentpermittedbylaw;
•We,the undersigned Proposer encourage all employees to recruit,support andelect ethical and
qualified public officials and engage themin dialogue and debate about business and community
issuestothe extent permitted bylaw.
•Our contributions to political parties,committees or individuals willbe made onlyin accordance with
applicable lawsandwillcomplywithall requirements for public disclosure.All contributions made
onbehalfofthe business mustbe reported to senior company management;
•We,the undersigned Proposer willnot contribute tothe campaigns of persons who are convicted
felons orthosewhodonotsignthe Fair Campaign Practices Ordinance.
•We,the undersigned Proposer willknow knowingly disseminate false campaign information or
support those who do.
2 of3
Pass-through Requirements
•ThisCodeprohibits pass-through paymentswherebytheprimefirm requires thattheMBEfirm
acceptspaymentsasanMBEandpassesthroughthosepaymentstoanother entity'.
RentalSpace.Equipmentand Staff RequirementsorFlat Overhead FeeRequirements
•ThisCodeprohibits rental space requirements,equipment requirements,staff requirements and/or flat
overhead fee requirements,wherebythe prime firm requires theMBEfirmtorent space,equipment
and/or staff fromtheprimefirmor charges a flat overhead feefortheuse of space,equipment,
secretary,etc.
MBE Staff Utilization
•ThisCodeprohibitstheprimefirmfrom requiring theMBEfirmtoprovidemore staff thanis
necessaryandthen utilizing theMBE staff forotherworktobeperformed by theprimefirm.
ThisCodealsorequiresthatonanycontractwhereMBEparticipationispurported,thecontractshall specify
essentialtermsincluding,butno limited to,aspecificstatementregardingthepercent of participationplanned
for MBEs,the timing of payments~a&d whentheworkistobeperformed.
Bv:rVL-tldJJ/<
Signature ofAffiant
Maria V.Davis,City Mqr.
CITY OF SOUTH MIAMI
Khmmki;
Date
^,2o_^
5J.3.'6-JJXJjQJsU AlJSJJL-
Printed Name of Firm
<S1 30 Snnspt flrivp.Smith Miami,FT.33143
Address ofFiinn
SUBSCRIBED AND SWORN TO (or affirmed)before me this <3—day of NMjJfolQg/'
By M m\(X»-D(^JV-J .He/She is personally known to me or has presented
Affiant
as identification.
Type of Identification
TJraPfgU»1
e ofNotary Serial Number
Print or Stamp Name ofNotary f±£\My Commission ow^
Notary Public -State of f—Q \f\
19%^eUo--05**7
ExpirationDate
Notary Seal0—
3of3
.afiiC
ATTACHMENT D2
MIAMI-DADE COUNTY DEBARMENT DISCLOSURE AFFIDAVIT
(Ordinance 93-129,Section 1)
I,beingdulyfirst sworn,uponoath deposes andsaysthatthebidder of this contract or
his agents,officers,principals,stockholders,subcontractors ortheir affiliates arenot
debarredby Miami-Dade County.
///;
(Signature of^fiant)(Date)
SUBSCRIBED AND SWORN TO (or affirmed)before me this C^T^day of KjQN#J»vbQ^
200fbbv H0uf»c^rlWi!>.He/She
is personaUyJknown tomeorhas presented
as identification.
nature ofNotary)
^vi*Nkenga Payne
o»^Expires"
f^>My Commission D0255847
(Print or Stamp of Notary)\*/Expire8 October 05.2007
Notary Public -Stamp State of -(-vC^lCy—
(State)
5/01
(Type of Identification)
.Ttsssstqn
(Serial Number)
(Expiration Date)
Notary Seal
ATTACHMENT E
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(a),
FLORIDA STATUTES.ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR
OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS
1.This sworn statement is submitted to Miami-Dade County
by.,Ma-ri^V.DflVJ R ,r-i-hy Manager
(print individual's name and title)
for—City of South Miami—_
(print Name of entity submitting sworn statement)
whosebusinessaddressis fii ^n p„r,gP+-r>r>i^or South Miami,FL 33143
and if applicableitsFederal Employer IdentificationNumber(FEIN)is qp-finnn^i
If the entity hasno FEIN,include the Social Security Number of the individual signing
this sworn statement:
2.I understand that a "public entity crime"as defined in paragraph 287.133 (lXg),Florida Statutes.
means a violation of any state or federal law by a person with respect to and directly related to the
transactions of business with any public entity or with an agency or political subdivision of any other
state or with the United States,including,but not limited to,anybidor contract forgoods or services
to be provided topublic entity oragencyorpoliticalsubdivisionofany other stateor of theUnited
States andinvolving antitrust,fraud,theft,bribery,collusion,racketeering,conspiracy,or material
misinterpretation.
3.I understand that "convicted"or "conviction"asdefinedin Paragraph 287.133 (l)(b),Florida
Statutes,means afinding of guiltoraconvictionofapublic entity crime,with or without an
adjudication of guilt,inanyfederal or statetrialcourtofrecordrelatingtocharges brought by
indictment or information after July 1,1989,asaresult of a jury verdict,non jury trial,or entry of a
plea of guilty or nolo contendere.
4.I understand that an "affiliate"as defined in paragraph 287.133(l)(a),Florida Statutes,means:
1.Apredecessororsuccessorofapersonconvictedofapublic entity crime;or2.An entity under
the controlofany natural personwhoisactiveinthe management ofthe entity andwhohasbeen
convictedofapublic entity crime.Theterm"affiliate"includesthoseofficers,directors,
executives,partners,shareholders,employees,members,andagentswhoareactiveinthe
managementofanaffiliate.Theownershipbyonepersonofsharesconstitutingacontrolling
interest inanotherperson,orapoolingofequipmentorincomeamongpersonswhennotforfair
market value under an arm's length agreement,shallbeaprimafaciecase that oneperson
controls another person.Apersonwho knowingly entersintoajoint venture withapersonwho
hasbeenconvictedofapublic entity crimeinFloridaduringthepreceding36 months shallbe
considered an affiliate.
1 of2
5.I understand thata"person"as defined in Paragraph 287.133(1 )(e),Florida Statutes,meansany
natural person orentity organized underthe laws ofanystateorofthe United States withinthe legal
power toenterintoabinding contact and which bidsor applies tobidon contracts forthe provision
of goods or services letbya public entity,or which otherwise transacts or applies to transact business
withapublicentity.Theterm "person"includesthose officers,executives,partners,shareholders,
employees,members,andagentswhoareactiveinmanagementofanentity.
6.Based on information and belief,the statement which I have marked below is true in relation to the
entity submitting this sworn statement (Please indicate which statement applies.)
X Neither the entity submitting this sworn statement,nor any of its officers,directors,executives,
partners,shareholders,employees,members,or agents who are active in the management of the
entity,nor any affiliate of the entity hasbeen charged with and convicted of a public entity crime
subsequent to July 1,1989.
The entity submitting this sworn statement,oroneor more of its officers,directors,executives,
partners,shareholders,employees,members,or agents who are active in the management of the
entity,nor any affiliate of the entity hasbeen charged with and convicted of a public entity crime
subsequent to July 1,1989.However,there has been a subsequent proceeding before a Hearing
Officer of the State of Florida,Division of Administrative Hearings and the Final Order entered by
the Hearing Officer determined that it was not in the public interest toplace the entity submitting
this sworn statement on the convicted vendor list (attach a copy of the final order).
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR
THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE)ABOVE IS FOR THAT PUBLIC
ENTITY ONLY AND,THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR
YEAR IN WHICH IT IS FILED.I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THAT
PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD
AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR CATEGORY TWO OF ANY
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM
(Signature)
Sworn to and subscribed .before me this 3^day of N Qfafce/~,20 OS.
Personally known \s
OR Produced Identification Notary Public -State of FlOft
(Type of Identification)
^,^Nkenga Payne^/V.MyComm«sk)nD0255847
35MycommissionexpirestOkSJO'l
(Printed typed or stamped commissioned name of notary
public)
2 of2
DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
MONTHLY PROGRESS REPORT
FY 2005-2006
AGENCY'S NAME
City of South Miami,Miami Senior Center
ATTACHMENT F
NAME AND TITLE OF PERSON COMPLETING THIS REPORT
Joanna Revelo,Grants Administrator
PLEASE CHECK THE REPORTING PERIOD
•October •April
•November •May
•December •June
•January •July
•February •August
•March •September
•FINAL REPORT
NUMBER OF NEW CLIENTS SERVED THIS MONTH
SUMMARIZE PROGRAM OBJECTIVES/GOALS ACCOMPLISHED THIS MONTH:
(This section cannot be left blank-please list each objective and hours of service delivery)
Objective 1:Extendtheexistingweeklymealservice at the South Miami Senior
Center to include weekends (Saturdays and Sundays).
Hours of Service Delivery:Service to be providedFriday afternoons with delivery of
enough meals per registered senior resident for Saturday and Sunday.
Objective 2:Provide one hotmealto each senior atthe senior center on Saturdays
and Sundays.Between 70 -75 seniors per week.
Hours of Service Delivery:Same as above.
REPORT ON PROGRAMMATIC PROBLEMS ENCOUNTERED THIS MONTH:
(This section cannot be left blank)
IS YOUR AGENCY PLANNING TO DO A BUDGET MODIFICATION DURING THIS
MONTH:YES NO
COMMENTS:
Grants Administrator
Date Submitted Authorized Signature and Title
ATTACHMENT G
MIAMI-DADE DEPARTMENT OF HUMAN SERVICES
CONTRACT MANAGEMENT DIVISION
PROVIDER'S DISCLOSURE OF SUBCONTRACTORS AND SUPPLIERS
(Ordinance 97-104)
Name of Organization:pttv of sdh-th mtamt Addressttnn g1ir)gg>4-nriup,sn Mi ami,
Florida 33143
REQUIRED LISTING OF SUBCONTRACTORS ON COUNTY CONTRACT
In compliance with Miami-Dade County Ordinance 97-104,theCommunityBased Organization must
submit thelist of firsttheirsubcontractorsorsub-consultantswhowillperformanypart of theScope of
Services Work,ifthis Agreement isfor $100,000 ormore.
The Community Based Organization mustcompletethisinformation.If the Community Based
Organizationwillnotutilize subcontractors,thentheCommunityBasedOrganizationmuststate"No
subcontractors will be used";do not state "N/A".
Name of subcontractor or Sub-consultant address City and State
No Subcontractor used since grant award is less than $100,000
REQUIRED LIST OF SUPPLIERS ON COUNTY CONTRACT
IncompliancewithMiami-DadeCounty Ordinance 97-104,the Community BasedOrganizationmust
submitalist of supplierswhowillsupply materials fortheScope of Servicestothe Community Based
Organization,if thisContract Agreement is $100,000 ormore.
The Community BasedOrganizationmustfilloutthisinformation.If the Community Based
Organizationwillnotusesuppliers,the Community Based Organization must state"Nosupplierswillbe
used",do not state "N/A".
Name of Supplier ADDRESS City and State
No Subcontractor —Grant award is less than $100,000
J hereby certify that the foregoing information istrue,correct and cornplete:
Signature ofAuthorized Representative:>rWuCfctQ ^/'J&AJ /.$
Title:citv Manaa^r s Date:11 l6[0jr.it-y Manager
Firm Name:c.M-y nf smith Miami Fed ID No.59-6QQQ431
Address:6120 SunGct Drivo City/State/Zip:,Snn1-h Miami,FT,33143
Telephone:605)668^2510 Fax3(05 J663-6345 E-mail:mdavis@citvofcouthmiami.
net
ATTACHMENT H
LIVING WAGE REQUIREMENT (Miami-Dade County Ordinance 99-44)
Effective November 11,1999 the provisions of Miami-Dade County Ordinance 99-44 and
Section 2-8.9 of the Code of Miami-Dade County shall apply toall service contracts
involving the expenditure of over $100,000 peryearfor "Covered Services".
"Covered Services"are the type of services purchased by the County that are subject to
the requirements of the Living Wage Ordinance which are one of the following:
(1)County Service Contracts
(i)food preparation and/or distribution
(ii)security services
(Hi)routine maintenance services such as custodial,cleaning,refuse removal,
repair,refinishing and recycling
(iv)clericalor other non-supervisory officework,whether temporary or permanent
(v)transportation and parking services,includingairportand seaport services
(vi)printing and reproduction services
(vii)landscaping,lawn and/or agricultural services
In accordance withMiami-DadeCountyOrdinance 99-44,all Service Contractorsentering
intoacontractwithMiami-Dade County toprovide Covered Services as described above
shallpayto all ofits employees providing suchCoveredServicestotheCountya Living
Wage of no less than $8.56 perhourplusHealth Insurance as described in the
aforementioned ordinance,or$9.81perhour without Health Insurance.
Such Health Benefitsshall consist ofpaymentofatleast$1.25perhourtowardsthe
provisionofhealthcare benefits for employees andtheir dependents.Proofof the
provision of Health InsurancemustbesubmittedtotheCountytoqualify for the wage rate
for employees with healthbenefits.TheService Contractor shall alsoagreetoproduce all
documentsand records relating to payroll andcompliance with this Ordinance prior to
awardofacontractasaresultofthis solicitation upon request bytheCounty.
If records reflect thattheService Contractor isin violation ofthis Ordinance,theCounty
hasthe right tosanctiontheService Contractor toincludebutnot limited to termination,
fine and suspension.
This Ordinance encompasses various responsibilities thatmustbe accomplished bythe
successful proposer suchas record keeping,posting and reporting.Upon the award of
this contract,thesuccessful proposer mustbe prepared tocomplywith these requirements
as outlined in Ordinance 99-44.
5/01
lof2
FORMA-11
MIAMI-DADE COUNTY,FLORIDA
MIAMI-DADE COUNTY LIVING WAGE AFFIDAVIT
(Ordinance 99-44 and Section 2-8.9 ofthe Miami-Dade CountyCode)
Solicitation No.:Not Applicable —Grant Award is less than $100,000
Tide:fity of Snnth Miami Rpninr Ppni-Pr -W^oVonri Mpals Program
I,Maria V.Davis ,being first duly sworn hereby state and
certifythatincompliancewith Miami-Dade County Ordinance 99-44 andSection2-8.9 of theMiami-Dade
County Code,by accepting award of this contract,the bidder or proposer agrees topaythe living wage
required by Miami-Dade County Ordinance 99-44 toall employees assigned tothis contract.Thebidderor
proposer further understands thatthe current livingwage applied tothis contract is $8.56 per hour plus health
benefitsasdescribedinthe ordinance,or $9.81 perhourwithouthealthbenefits.
By:/AjfaZtcf^fj/Atir KhX)•3 .20 fc
Signaturec£^ffiant Date
rity nf Smith Miami 5_/.2__-ZlJslJSlJSlJAU_3_/l__/_
r*i-f-y r\-f Qnnfh Mi ami M ,,.
Printed Name of Firm
finn Sim«»i-DrivP.Srmrh Miami.FT.33143
Address of Firm
SUBSCRIBED AND SWORN TO (or affirmed)before me this 5r°-day of MW^Jbo^,20<yT
by jlfi/1 6-4JLXi)\,^>.He/She is personally known to me or has presented
Affiant
as identification.
Type ofIdentification
^Signature of Notary Serial Number
*fe__Nkenga Payne
Print or Stamp Name of Notary ;?\M\My commission DD255847 Expiration Date
^>ofcr Expires October 05.2007
Notary Public -State of JpVtiA&g.Notary Seal
Rev.1/20/00
2 of2