HomeMy WebLinkAboutR-86-05370-86-520 01 01�
RESOLUTION No. 86"537--
A RESOLUTION RATIFYING, APPROVING AND
CONFIRMING THE CITY MANAGER'S ACCEPTANCE
OF A $38,469.44 GRANT FROM METROPOLITAN
DADE COUNTY TO PROVIDE CHILD DAY CARE
SERVICES TO CHILDREN FROM LOW-INCOME
FAMILIES; FURTHER AUTHORIZING THE CITY
MANAGER TO EXECUTE THE NECESSARY
CONTRACT(S) AND AGREEMENT(S) TO
IMPLEMENT THE PROGRAM.
WHEREAS, the United State Department of Health and Human
Services provides states with funds to offer child day care
services to assist parents from low-income families to obtain,
retain, or acquire training which will lead to employment; and
WHEREAS, the State of Florida has contracted with
Metropolitan Dade County to provide child day care services in
Dade County to these low-income families; and
WHEREAS, Metropolitan Dade County wishes to subcontract with
the City of Miami to provide child day care services to eligible
low-income families and the City of Miami wishes to provide such
services;
NOW, THEREFORE, BE iT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The City Manager's acceptance of a grant from
Metropolitan Dade County in the amount of $38,469.44 to provide
child day care services to children from low-income families is
hereby ratified, approved and confirmed.
Section 2. The City Manager is hereby authorized to execute
the necessary contract(s) and agreement(s) to implement the
program.
PASSED AND ADOPTED this 10.th day of JULY , 1986.
XAVIER L. SJJAREZ
MAYOR
ATTES .
Matt iiirai, City Clerk
CITY COMMISSION
MUTING OF
JUL 10 1986
No.
of
PREPARED AND APPROVED BY:
Robert F. Clark
Chief Deputy City Attorney
APPROED ,;& TO FORM AND CORRECTNESS:
Lrut-ia A: Dougl%rty,
City Attorney/
as
CITY OF MIAMI. FLORIDA
INTER -OFFICE MEMORANDUM
TO. Honorable Mayor and Members DATE: t� FILE:
of the City Commission J Ut_ �QR�
SUBJECT: Resolution Ratifying
the Action of the City
Manager in Accepting a
Grant Award
FROM: Cesar H. Odlo REFERENCES:
City Manager
ENCLOSURES:
It is recommended that the City
Commission adopt a resolution
ratifying the actions of the City
Manager in entering into an
agreement with the Metropolitan
Dade County Board of County
CommissionerSwhereby the City shall
provide child day care services as
stipulated in said agreement; and
further authorizing the City
Manager to accept the sum of
$38,469.44 from the Metropolitan
Dade County Board of County
Commissioners as cost reimbursement
for the above mentioned services,
as per attached resolution.
The Title XX Contract for Child Care Services (6th year) is
funded through Metropolitan Dade County in the amount of
$38,469.44. No cash match is required from the City of Miami.
The intent of this project is to purchase from the City of Miami,
slots which will be used to provide quality child care services
for low income children 6 weeks - 5 years of age, thus enabling
parents to work outside the hotae. Fourteen (14) children will be
served under this grant; twelve (12) pre-schoolers and two (2)
infants.
This is the sixth year of this program.
�'k
14
86-537
I /1 /85
GENERAL REVENUE/FEDERAL FUNDS
CONTRACTSETWEEN
METROPOLITAN DADE,COUNTY
BOARD OF COUNTY COMMISSIONERS
AND
CITY OF MIAMI
THIS CONTRACT is entered into between the Metropolitan. Dade County Board of County Commis—
sioners•, hereinafter referred to asthe "department", and City of Miami
hereinafter referred to as the "provider".
The parties agree:
I. The Provider Agrees: '
A. To provide services according to the conditions specified in Attachment 1
8. Federal and State Laws and Regulations
• 1. To comply with the provisions contained in the Civil Rights Certificate. hereby
incorporated into this contract as Attachment 3 . It is expressly understood that substantial evidence of
discrimination, as listed in Attachment —_, shall constitute a breach of contract.
2. If this contract contains federal funds, the provider shall comply with the provisions of
45 CFR, Part 74, and other applicable regulations if specified in Attachment . 3
3. If this contract contains federal funds and is over S100,000, the provider shall comply
with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act as amended (42 USC
1857 et seq.) and the Water Pollution Control Act as amended (33 USC 1368 et seq.).
4. The provider agrees to complete the Civil Rights Compliance Questionnaire, HRS Form
946. if so requested by the department.
C. Audits and Records
1. To maintain books, records and documents in accordance with accounting procedures
end practices which sufficiently and properly reflect all expenditures of funds provided by the department
under this contract.
2. To assure that these records shall be subject at all times to inspection, review. or audit
by state personnel and other personnel duly authorized by the department, as well as by federal personnel.
3. To maintain and file with the department such progress, fiscal, inventory and other
reports as the department may require within the period of this contract.
4. To include these aforementioned audit and record -keeping requirements in ail
approved subcontracts and assignments.
86~-53`7 -
P
7/1185
S. ' To allow public access to all documents, papers, letters or other material subject to the
provisions of Chapter 119, F.S., and made or received by the provider in conjunction with this contract. It is
expressly understood that substantial evidence of the provider's refusal to comply with this provision shall
constitute a breach of contract.
0. Retention of Records
1. . To retain all financial records, supporting documents. statissical records, and any other
documents pertinent to this contract fora period of five (5) years after termination of this contract, or if an
audit has been initiated and audit findings have not been resolved at the end of five (5) years, the records
shall be retained until resolution of the audit findings.
2. Persons duly authorized by the department. and federal auditors, pursuant to 45 CFR,
Part 74.24(a), (b), and (d), shall have full access to, and the right to examine any of said records and documents
during said retention period.
E. Monitoring
1. To provide progress reports, including data reporting requirements as specified in
Attachment 1 . These reports will be used for monitoring progress or performance to determine
conformity wrt intended program purposes.
2. To provide access to, or to furnish whatever information is necessary to effect this
monitoring.
3. To permit the department to monitor the aforementioned service program operated
by the provider or subcontractor or assignee according to applicable regulations of the state and federal
governments. Said monitoring will include access to all client records.
F. Indemnification
The provider shall be liable. and agrees to be liable for, and shall indemnify, defend, and hold•
the department harmless from all claims, suits, judgements or damages, including court costs and attorney's '
fees, arising out of negligence or omissions by the provider in the course of the operation of this contract.
G. Insurance
The responsibility for providing adequate liability insurance coverage on a comprehensive
basis shall be that of the provider and shall be proviaed at all times during the existence of this contract.
Upon the execution of this contract, the provider shall furnish the department with written verification of the
existence of such insurance coverage.
H. Safeguarding Information
The provider shall not use or disclose any information concerning a recipient of services
under this contract for any purpose not in conformity with the state regulations (HRSM 50.1), and federal
regulations (45 CFR. Part 205.50), except on written consent of -the recipient. or his responsible parent or
guardian when authorized by law.
I. Client Information
The provider shall submit to the department management and program data. including client
identifiable data, as specified in Attachment 2 for inclusion in the HRS Client Information System.
J. Assignments and Subcontracts
The provider shall not assign the responsibility of this contract to another party nor
subcontract for any of the work contemplated under this contract without prior written approval of the
department. No such approval by the department of any assignment or subcontract shall be deemed in any
event or in any manner to provider for the incurrence of any obligation of the department in addition to the
total dollar amount agreed upon in this contract. All such assignments or subcontracts shall be subject to the
conditions of this contract and to any conditions of approval that the department shall deem necessary.
2
86--537
l�
711 /85
K. Financial Reports
To provide financial reports to the department as specified in Attachment. _ I
L. Return of Funds.
The provider agrees to return to the department any overpayments due to unearned funds or
funds disallowed pursuant to the terms of this contract that were disbursed to the provider by the
department. • Such funds •sl I.be considered department funds and shall be refunded to the department. The
refund shall be due within 0: days following the end of the contract or at the time the overpayment is
discovered unless otherwise out orized by the department in writing and ittached to this contract.
M. Unusual l�ciclent Reporting ,.
If services to clients will be provided under this contract, the provider and any subcontractors
shall report to the department unusual incidents in a manner prescribed in HRSR 0.10.1.
X Transportation Disadvantagid
If clients. will be transported under .this. Contract,the . provider will subcontract with the
des+gnatecl Community Coordinated Transportation 'Provider; or otherwise comply with the provisions of
Chapter 42f,' Florida Statutes. The provider shall submit to the department the reports required pursuant to
Volume 10, HRS Accounting Procedures Manual.
II. The Department Agrees:
To pay for contracted services according to the conditions of Attachment I in an amount not
to exceed S 38,469.44 ,subject to the availability of funds.
III. The Provider and Department Mutually Agree:
A. Effective Date
1. This contract shall begin on 07/01 /86 or the date on which the contract has been
signed by both parties. whichever is later.
2. This contract shall end on 06 30 87.
B. Termination
1. Termination at Will
This contract may be terminated by either party upon no less than thirty (30) days
notice, without cause. Said notice shall be delivered by certified mail, return receipt requested. or in person
with proof of delivery.
2. Termination Because of Lack of Funds
In the event funds to finance this contract become unavailable, the department may
terminate the contract upon no less than twenty-four (24) hours notice in writing to the provider. Said notice
shall be delivered by certified mail, return receipt requested. or in person with proof of delivery. The
department shall be the final authority as to the availability of funds.
3. Termination for Breach
Unless the provider's breach is waived by the department in writing, the department
may, by written notice to the provider, terminate this contract upon no less than twenty- four (24) hours
88-537
7/1/85
notice. Said notice shall be delivered by certified mail. return receipt requested, or in person with proof of
delivery. If applicable, the department may employ the default provisions in Chapter 13A•1, Florida
Administrative Code. Waiver of breach of any provision of this contract shall not be deemed to be a waiver of
any other breach and shall not be construed to be a modification of the terms of this contract. The provisions
herein do not limit the department's right to remedies at law or to damages.
C. Notice and Contact
The contract manager for the department for this contract is G. Joyce McCa 11 a , Ph . D.
,The representative of the provider responsible for the
administration of the program under this contract is Carmen Evans
. In the event that different representatives are designated
by either party after execution of this contract. notice of the nameand address of the new representative will
be rendered in writing to the other party and said notification attached to originals of this contract.
D. Renegotiation or Modification
Modifications of provisions of this contract shall only be valid when they have been reduced
to writing and duly signed. The parties agree to renegotiate this contract if federal and/or state revisions of
any applicable taws, or regulations make changes in this contract necessary.
If this contract contains a fixed -price method of payment section, and the rate of payment is
determined through the appropriations process, then this contract may be amended to reflect the new rate
established through the appropriations process retroactive to the effective date of this contract.
E. Name and Address of Payee
The name and address of the official cavee to whom the oavment shall be made -
F. All Terms and Conditions Included
This contract and its attachments as referenced, ( 1, 2. 2a , 3
ntain all the terms a
conditions agreed upon by the
IN WITNESS THEREOF, the parties hereto have caused this 4 page contract to be executed by
their undersigned officials as duly authorized.
PROVIDER CITY OF MIAMI
BY:
NAME: Cesar H. Odio
TITLE: City Manager
METROPOLITAN DADE
COUNTY BOARD OF
COUNTY COMMISSIONERS
BY:
NAME:
TITLE:
DATE: DATE:
FEDERAL ID NUMBER:
59-6000375
n
86-53'70-
03/01/84 f At
ATTACHMENT I
A. Services to be Provided
CHILDREN, YOUTH AND FAMILIES
CHILD DAY CARE SERVICES
(TITLE-XX)
-- The estimated number of units and the types of services to be provided are shown
on the attached child care application. -
B. Manner of Service Provision
1. To provide child day care services in the county(ies) of Dade ,
Florida, for children of families who meet the eligibility and enrollment requirements of
the department.
2. Services will be provided in centers or bomes which are either directly operated
or subcontracted as indicated on the Provider List.
C. Method of Payment
1. The total project cost of services specified in this contract shall be as
follows:
Services in Services
Liberty City Exclusive of
ONLY Liberty City Total
State and
Federal (87h%) $ 8,719.60 $ 24,941.16 $ 33,660.76
County 4,808.68
Local Match (12hX.)$ 1,245.66 $ 3,563.02 $
TOTAL $ 9,965.26 $ 28,504.18 $ 38,469.44
2. a. The total project cost for services to Liberty City, is to'be paid in
accordance with the rates shown on Attachment 2-A and a maximum of
$ 9,965.26
b. The total project cost for services ecdusive of Liberty City, is to be
paid in accordance with the rates shown on Attachment 2 and a maximum
of $ 28,504.18
3. The department shall pay the provider on the basis of monthly invoices
submitted to the department no later than 3 days following the end of
the report period.
4. The department shall reimburse the provider on the basis that the depart-
ment's share (871!2) and the local match share (124%) are included in both
the total dollar amount and the unit of service rates specified in this
contract.
86--53'7 -
5. The final invoice must be received by the department no later than forty-
five (45) days after the contract ends or is terminated. If the final
Invoice is not received within the forty-five day period, the provider's
right to reimbursement is forfeited, and the department may not honor any
request submitted after the aforesaid agreed upon period. Any payment
due under the terms of this contract may be withheld until all evaluations
and financial reports due from the provider and necessary adjustments
thereto have been approved by the department.
D. Special Provisions
1. The provider shall conform to Chapter 1OM-119F.A.C.9 "Purchase of Child
Day Care Services" and to those requirements of the department as specified in the
latest edition of the Child Day Care Manual, IMM 175-14
2. The department shall furnish consultation to the provider in the areas of
fiscal management and the department-'s required standards for program quality.
3. The actual number of eligible children served in each category may be
shifted from -category to category provided that the provider meets all licensing
standards and regulations as specified in IOM-11,F.A.C.. as to total number of chil-
dren allowable in each category in the particular center.
4. Client eligibility shall be determined by the department in the manner
defined in ERS Manual 195-1. "Title XX Eligibility Determination." If the department
determines client eligibility, said determinations shall be furnished to the provider.
If the provider determines client eligibility, the provider shall furnish, upon re-
quest, such information as may be required to verify that client eligibility was
determined in accordance with department requirements.
5. The provider shall utilize a system through which clients may present a
request for a fair hearing. The preliminary procedural requirements for the fair
bearing -system' oust -be-Compatible -rich'the-department's -fairfiearing -system,- vut3fned
in HRS Manual 195-1. The provider shall notify applicants or recipients of their
right to a fair hearing due to'ineligibility for services or termination, suspension,
or reduction in services. The department shall make arrangements to provide such a
hearing through its fair hearing process.
6. No fees shall be imposed other than those set by the department and described
in the current State of Florida Title XX Pre -Expenditure Report. Fees collected in
compliance with the aforementioned report will be disposed in a manner prescribed by
the department.
7. The provider shall adhere to the* department's current policy for reporting
unusual incidents for all centers and homes shown on the Provider List.
2
s6r5 37
e
�S. "It is understood and agreed by the parties hereto that the parties intend
to contract for a rate of pay based upon an anticipated amount of money in the
Department's FY 86-87 budget. However. the amount of money which will be allocated
for this contract is not yet known. Therefore. the rate set forth in this contract
is an interim rate based upon the Department's FY 85-a6 budget. In the event that
additional monies are available to increase the rate of pay. the Department and the
Provider mutually agree to renegotiate and amend the contract to increase the rate
of pay for services rendered by the Provider pursuant to this contract without
additional services being required of the Provider. In the event that less monies
are available than anticipated in this contract. the Modification and Renegotiation
clause. D. Page 4 of this contract will pertain."
9. The Provider shall be liable. and agrees to be liable for, and shall indemnify,
defend, and hold the Department harmless from all claims, suits, judgments or damages,
including court costs and attorneys fees, arising out of or in the course of the
operation of this contract. Funds made available pursuant to this contract shall
not be used by the Grantee, Sub -grantee, and/or Subcontractor for the purpose of
initiating or pursuing litigation against the Department.
10. The rgsponsibility for providing adequate liability insurance coverage as
determined by the Department on a comprehensive basis shall be provided at all times
during the existence of this contract. Upon the execution of this contract, the Provi-
der shall furnish the Department with written verification of the existence of such
insurance coverage.
3
86-537 .
ATTACHMENT 2
r XI
CYF TITLE-XX REGULAR
1. IDENTIFYING INFORMATION:
Type of Agreement
New Application
Direct Contract
X Rontwal Application
X Subcontract
Amended Application
Directly Operated Center
a. Official Name of Program Submitting Application City of Miami
b. Mailing and Street Address, if both are applicable P. 0. Box 330708 - Miami FL 33133
c. Name and Title of Contact Person Carmen Evans, Administrator
Telephone NO, 305-579-6912
Id. Name, Address, and Telephone No. of Payee Same As Above
2. LEGAL STATUS OF PROGRAM
QPrivate, Proprietary . Unincorporated Private, Non Profit . Unincorporated
Private. Proprietary - Incorporated Private, Non Profit . Incorporated
Date of Incorporation Date of Incorporation
State State
aPublic
13. PROPOSED CONTRACT PERIOD
I From 7 1 86 through 6 30 87
Month Day Year Month Day Year
' Preferred Payment Period: Monthly No. of Days of Service: 261
14. TOTAL ESTIMATED NUMBER OF UNITS OF SERVICES TO BE PROVIDED: 14
BREAKDOWN BY TYPE OF CARE AND RATES PER CHILD
Types of Care
`
Estimated
Eligible
Children
Daily
Rates
rrosys
Service
Projected Cost
For Type
Of Care,
Estimated
Mandatory Not Cost
Fees of Care
Preschool
12 11
7.70
261
24,116.40
1
Infant
2
12.00
261
6,264.00
Bofors & After School
Average 4 hours
Average 6 hours
Average 8 hours
Torsi Projected cost of services: S 30,380.40 Estimated Mandatory fees: S 1,876.22
TOTAL NET FUNDS REQUESTED: LOCAL MATCH REQUIRED:
28, 504.18 t12%% of Total Funds Re uestedl 3,563.02
•Formula: No. of days x daily rate x eligible children.
5. &..What is the local licensing authority? HR GY i
b. Does the Program have a current local license? a Yn F 2 -9yrs 38 18m-5yrs 135
c. Licensed capacity: 0.2 years 7 2-6 years School -Age
d. Is the Program in full compliance with the State of Florida's Minimum Standards for Child care Proorams? [Eyes No
1
6. Is a substantiation of rates attached? FRI Yes a No
Indicate the type:Program brochure X Budget Other i
I
7. Is a copy of fidelity insurance bond attached? X Yet No
8. is the Civil Rights Review form attached? X Yes No I
y. Is a copy of puolic hawlity insurance attacned? X Yes No 1
HRS—CYF Form 5049. Seo 83 (Otxotates MRS—SES Form 4099 which may not to used)
(Stock Numoer: 5749 00n•504?•i)
66-53a7.—
ATTACHMENT 2A
C XI
CYF TITLE-XX
LIBERTY CITY
1. IDENTIFYING INFORMATION:
Type of Agreement
New Application
Direct Contract
-City
X Renewal Application
X Subcontract -- _
Amended Application
Directly Operated Center _
- a. Official Name of Program Submitting Application of -Miami.
b. Mailing and Street Address, if both are applicable P.O. BOX 330708 Miami, F 1 . 33133
e. Name and Title of Contact Person - —
Telephone No. - 6 9 2
I d. Name. Address, and Telephone No. of Pavee
2. LEGAL STATUS OF PROGRAM
aPrivate, Proprietary - Unincorporated ❑ Private, Non Profit - Unincorporated
Private. Proprietary - Incorporated a Private, Non Profit • Incorporated
I Date of Incorporation Data of Incorporation
State State
Public----
12. PROPOSED CONTRACT PERIOD
From 7 1 86 through 6 30 87
' Month Day Year Month Day Year
±1 Preferred Payment Period:-MonthlyNo. of Days of Service: 261
4. TOTAL ESTIMATED NUMBER OF UNITS OF SERVICES TO BE PROVtOED: 6.
BREAKDOWN BY TYPE OF CARE AND RATES PER CHILD
Types of Cars
Estimated
f rEligible
Children
Daily
Rates
tr0ays
Service
Projected Cost
For Type
Of Care,
Estimated
Mandatory
Fees
Not Cost
of Care
Preschool
I
Infant
'
Before d After School
Average 4 hours
Average 6 hours
Average 8 hours
I Total Projected cost of services: S 12,058.20 Estimated Mandatory fees: S 2092.94
(
TOTAL NET FUNDS REQUESTED: LOCAL MATCH REQUIRED:
9,965.26 (121/.% of Total Funds Reduested) 1245.66
•Formula: No. of days x daily rate x eligible children. f
5. a..What is the local licensing authority? U2[
b. Don the Program have a current local license
c. Licensed capacity: 0.2 years 7
d, Is the Program in full compliance with the St:
6. Is a substantiation Of ratan attached? a'
Indicate the type: Program brochure
7. Is a COPY of fidelity insurance bond attached?
8. Is the Civil Rignts Review form attaened?
_. tt a COPY of public uaoility insurance attached?
HRS-CYF Form 5049. Sea 83 (Obsoletes HRS-SES F
191nr4 Nnmr... clan nr.n c—, -
a Yet F�No 2-9 yrs 38 18m-5y 135
2.6 years School -Age
of Florida's Minimum Standards for Child care Programs? Eyes ONo
i ❑ No
nBudget nOther
Yes I No
Yes No
Yet Ne
orm 4099 which may not ne used)
86-537 -
41�1
07/01/85
ATTACHMENT 3
CIVIL RIGHTS CERTIFICATE
ASSURANCE OF COMPLIANCE WITH TITLE VI OF THE CIVIL RIGHTS ACT OF 1964,
SECTION 504 OF THE REHABILITATION ACT OF 1973. TITLE IX OF THE EDUCATION
AMENDMENTS OF 1972. THE AGE DISCRIMINATION ACT OF 1975, AND THE OMNIBUS
BUDGET RECONCILIATION ACT OF 1981.
The applicant provides this assurance in consideration of and for the purpose of obtaining
Federal grants, loans, contracts (except contracts of insurance or guaranty), property,
discounts. or other Federal financial assistance to programs or activities receiving or
benefiting from Federal financial assistance.
The applicant assures that it will comply with:
1. Title VI of the Civil Rights Act of 1964. as amended, 42 U.S.C. 2000d et sec., which
prohibits _discrimination on the basis of race, color. or national origin in programs and
activities receiving or benefiting from Federal financial assistance.
2. Section 504 of the Rehabilitation Act of 1973. as amended, 29 U.S.C. 794, which
prohibits discrimination on the basis of handicap in programs and activities receiving or
benefiting from Federal financial assistance.
3. Title IX of the Education Amendments of 1972, as amended. 20 U.S.C. 1681 et sec..
which prohibits discrimination on the basis of sex in education programs and activities
receiving or benefiting from Federal financial assistance.
4. The Age Discrimination Act of 1975. as amended. 42 U.S.C. 6101 et sec.. which
prohibits discrimination on the basis of age in programs or activities receiving or benefiting
from Federal financial' assistance.
5. The Omnibus Budget Reconciliation Act of 1981, P.L. 97-35. which prohibits
discrimination on the basis of sex and religion in programs and activities receiving or
benefiting from Federal financial assistance.
6. All regulations. guidelines, and standards lawfully adopted under the above statutes.
The applicant agrees that compliance with this assurance constitutes a condition of
continued receipt of or benefit from Federal financial assistance, and that it is binding upon
the applicant, its successors. transferees, and assignees for the period during which such
assistance is provided. The applicant further assures that all contractors. subcontractors,
subgrantees or others with whom it arranges to provide services or benefits to participants
or employees in connection with any of its programs and activities are not discriminating
against those participants or employees in violation of the above statutes, regulations,
guidelines, and standards. In the event of failure to comply, the applicant understands that
the Grantor may, at its discretion, seek a court order requiring compliance with the terms
of this assurance or seek other appropriate judicial or administrative relief, to include
assistance being terminated and further assistance being denied.