HomeMy WebLinkAboutexhibit1MIAMI-DADE COUNTY DEPARTMENT OF HUMAN SERVICES
CONTRACT
This Contract, made this day of 200_, by and between
Miami -Dade County, a p olitical s ubdivision o f t he S tate o f F Iorida ( hereinafter r eferred to as
"County") through its Department of Human Services (hereinafter referred to as "Department"),
located at 2525 N.W. 62nd Street, Suite 4225 — Miami. FL 33147, and the CITY OF
MIAMI located in Miami -Dade County, Florida (hereinafter referred to as "Provider"), provides
the terms and c onditians pursuant t o which the Provider s hall provide a S chool Resource
Officer Project.
WHEREAS, the County has been awarded federal funds from the Drug Control and
System Improvement Formula Grant Program under Public Law 100-690, the Federal Anti -Drug
Abuse Act of 1988, hereinafter referred to as the ACT; and
WHEREAS, the Provider warrants and represents that it possesses the legal
authority to enter into this Agreement by way of resolution, motion or similar action that has
been duly adopted or passed as an official act of the Provider's governing body, authorizing the
execution of the Contract, including all understandings and assurances contained herein, and
authorizing the person identified as the official representative of the Provider to carry out on
behalf of the Provider all of the duties and responsibilities set forth in this Contract; and
WHEREAS, this Contract shall be deemed effective upon award of grant funds by
the State of Florida Department of Law Enforcement, Office of Criminal Justice Grants to
Miami -Dade County or when this Contract has been duly executed by both parties, whichever is
later; and
WHEREAS, the County is desirous of supporting an expansion of the services
provided by the School Resource Officer Project by providing a portion of the federal funds
awarded to Miami -Dade County to the School Resource Officer Project; and
WHEREAS, the County as contractor/grantee for the State of Florida is authorized to
purchase said services for the School Resource Officer Project as an allowable activity under
the ACT; and
WHEREAS, the County requires the above -mentioned services from the Provider in
order to fulfill its' contractual obligations under the aforementioned grant,
NOW, THEREFORE, for and in consideration of the mutual covenants recorded
herein, the parties hereto agree as follows:
I. AMOUNT PAYABLE Subject to available noXed $ 6 i3,575
t Bcet!Both parties agree mpayable
that
services rendered under this Contract, shall
should available County funding be reduced,theamount payable under this Agreement may be
proportionately reduced at the option of theCounty.
li. SCOPE OF SERVICES. The Provider greeto render
to Attachment Accordance with
the Scope of Services incorporated herein and attached
Created on 10/6/2004 4:24 PM Page 1 of 12
c? C✓i/Q C`.
III. EFFECTIVE TERM. The effective term of this Agreement shall be from October 1, 2004
through September 30, 2005.
IV. CASH MATCH REQUIREMENT. The Provider shall maintain sufficient financial
resources to meet the expenses incurred during the period between the provision of services
and payment by the County, Including the required 25% Cash Match, and provide all
equipment and supplies required for the provision of services.
V. REQUIREMENTS RELATED TO USE OF ANTI -DRUG ABUSE FUNDS UNDER THE
DRUG CONTROL AND SYSTEM IMPROVEMENT PROGRAM
A. Requirements of the Anti -Drug Abuse Act. The Provider agrees to abide by all
of the requirements of the Anti -Drug Abuse Act of 1988 under the Drug Control and System
Improvement Formula Grant Program, including Rule Chapter 9B-61 of the Florida
Administrative Code. Furthermore, the Florida Department of Law Enforcement, Business
Support Program, Office of Criminal Justice Grants, Edward Byrne Memorial State and Local
Law Enforcement Assistance Formula Grant Program Application for Funding Assistance and
all laws, rules, regulations relating thereto are incorporated herein by reference as if fully set
forth.
B. Supplantina. The Provider agrees that funds received under this Contract shall
be utilized to supplement, not supplant state or local funds, and will be used to increase the
amounts of such funds that would, in the absence of grant funds, be made available for anti-
drug law enforcement activities, in accordance with Rule Chapter 9B-61.006 (5), Florida
Administrative Code.
VI. CONTINUITY OF SERVICES. Provider agrees to provide optimal continuity of services
by assuring that services are provided by the same person whenever possible and, if not, by a
qualified replacement when necessary.
VII. PROGRAM CONTACT. Provider shall designate a contract coordinator who shall be
responsible for: 1) monitoring the Provider's compliance with the terms of this Contract and; 2)
whenever the County so requests, meeting with County staff to review such compliance.
VIII. INDEMNIFICATION BY THE PROVIDER. The Provider shall indemnify and hold
harmless the County and its officers, employees, agents and instrumentalities from any and all
liability, losses or damages, including attorneys' fees and costs of defense, which the County or
its officers, employees, agents or instrumentalities may incur as a result of claims, demands,
suits, causes of actions or proceedings of any kind or nature arising out of, relating to or
resulting from the performance of this Contract by the Provider or its employees, agents,
servants, partners, principals or subcontractors, Provider shall pay all claims and losses in
connection therewith and shall investigate and defend all claims, suits or actions of any kind or
nature in the name of the County, where applicable, including appellate proceedings, and shall
pay all costs, judgments, and attorney's fees which may issue thereon. Provider expressly
understands and agrees that any insurance protection required by this Contract or otherwise
provided by Provider shall in no way limit the responsibility to indemnify, keep and save
harmless and defend the County or its officers, employees, agents and instrumentalities as
herein provided. The provisions of this section or indemnification shall survive the expiration or
termination of this Contract.
Created on 10/6/2004 4:24 PM Page 2 of 12
IX. INSURANCE. If Provider is an agency or a political subdivision of the State as defined
by section 768.28, Florida Statutes, the Provider shall furnish the County, upon request, written
verification of liability protection in accordance with section 768.28, Florida Statutes. Nothing
herein shall be construed to extend any party's liability beyond that provided in section 768.28,
Florida Statutes.
X. LICENSURE AND CERTIFICATION. The Provider shall ensure that all other licensed
professionals providing School Resource Officer services shall have appropriate training and
experience in the field in which he/she practices and abide by all applicable State and Federal
laws and regulations and ethical standards consistent with those established for his/her
profession. Ignorance on the part of the Provider shall in no way relieve it from any of its
responsibilities in this regard.
XI. CONFLICT OF INTEREST. The Provider agrees to abide by and be governed by Miarni-
Dade County Ordinance No. 72-82 (Conflict of Interest Ordinance codified at Section 2-11.1 et
al. of the Code of Miami -Dade County), as amended, which is incorporated herein by reference
as if fully set forth herein, in connection with its Contract obligations hereunder.
XII. CIVIL RIGHTS. The Provider agrees to abide by Chapter 11A of the Code of Miarni-
Dade County ("County Code"), as amended, which prohibits discrimination in employment,
housing and public accommodations; Title VII of the Civil Rights Act of 1968, as amended,
which prohibits discrimination in employment and public accommodation; the Age
Discrimination Act of 1975, 42 U.S.C., as amended, which prohibits discrimination in
employment because of age; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. § 794, as
amended, which prohibits discrimination on the basis of disability; and the Americans with
Disabilities Act, 42 U.S.C. § 12103 et seq., which prohibits discrimination in employment and
accommodation because of disability.
It is expressly understood that upon receipt of evidence of discrimination under any of these
laws, the County shall have the right to terminate this Contract. It is further understood that the
Provider must submit an affidavit attesting that it is not in violation of the Americans with
Disability Act, the Rehabilitation Act, the Federal Transit Act, 49 U.S.C. § 1612, and the Fair
Housing Act, 42 U.S.C. § 3601 et seq. If the Provider or any owner, subsidiary, or other firm
affiliated with or related to the Provider, is found by the responsible enforcement agency, the
Courts or the County to be in violation of these Acts, the County will conduct no further
business with the Provider. Any contract entered into based upon a faise affidavit shall be
voidable by the County. if the Provider violates any of the Acts during the term of any Contract
the Provider has with the County, such contract shall be voidable by the County, even if the
Provider was not in violation at the time it submitted its affidavit.
The Provider agrees that it is in compliance with the Domestic Violence Leave Ordinance,
codified as § 11A-60 et seq. of the Miami -Dade County Code, which requires an employer, who
in the regular course of business has fifty (50) or more employees working in Miami -Dade
County for each working day during each of twenty (20) or more calendar work weeks to
provide domestic violence leave to its employees. Failure to comply with this local law may be
grounds for voiding or terminating this Contract or for commencement of debarment
proceedings against Provider.
XIII. NOTICES. Notice under this Contract shall bparties e suf
ateent the 4following addresses writing
ses odeli
r tovsuch
ered
personally or sent by mail or by facsimile to the p
other address as either party may specify:
Created on 10/6/2004 4:24 PM Page 3 of 12
If to the COUNTY:
Miami -Dade County
Department of Human Services
2525 NW 62"d Street, Suite 4225
Miami, Florida 33147
Attention: Mr. Vaughn Tooley
If to the PROVIDER:
City of Miami Police Department
400 NW 2nd Avenue
Miami, FL 33128
Attention: Lt. Ramon Fernandez
XIV. AUTONOMY. Both parties agree that this Contract recognizes the autonomy of and
stipulates or implies no affiliation between the contracting parties. 1t is expressly understood
and i ntended t hat t he Provider i s only a recipient o f f unding support and is not an agent or
instrumentality of the County. Furthermore, the Provider's agents and employees are not
agents or employees of the County.
XV. BREACH OF AGREEMENT: COUNTY REMEDIES.
A. Breach. A breach by the Provider shall have occurred under this Contract if: (1)
The Provider fails to provide services outlined in the Scope of Services (Attachment A) within
the effective term of this Contract; (2) the Provider ineffectively or improperly uses the funds
allocated under this Contract; (3) the Provider fails to submit, or submits incorrect or incomplete
proof of expenditures to support reimbursement requests or fails to submit or submits
incomplete or incorrect detailed reports of expenditures or final expenditure reports; (4) the
Provider does not submit or submits incomplete or incorrect required reports; (5) the Provider
refuses to allow the County access to records or refuses to allow the County to monitor,
evaluate and review the Provider's program; (6) t he Provider discriminates under any of the
laws outlined in Section X11 of this Contract; (7) the Provider fails to provide Domestic Violence
Leave to its employees pursuant to local law; (8) the Provider Provider
fal s orattemptsto meet its
violates
the
provisions
of the Drug Free Workplace Affidavit (Attachment D); (9)
the obligations under this Contract through fraud, misrepresentation or material misstatement; (10)
the Provider fails to correct deficiencies found during a monitoring, evaluation or review within
the specified time; (11) the Provider fails to meet any of the terms and conditions of the Miami -
Dade County Affidavits (Attachment D); (12) the Provider fails to meet any of the terms and
conditions of any obligation under any contract or otherwise or any repayment schedule to any
of its agencies or instrumentalities; or (13) the Provider fails to fulfill in a t imely a nd p roper
manner any and all of its obligations, covenants, agreements and stipulations in this Contract.
Waiver of breach of any provisions Contract
mod modificationshall
ofthe terms of this Contract.
d to be a waiver of any
other breach and shall not be construed to bea
B. Count Remedies. If the Provider breaches this Contract, the County may
pursue any or all of the following remedies:
1. The County may terminate t his Contract b y g iving written notice to the
Provider of such termination and specifying the effective date thereof at least five (5) days
Created on 10/6/2004 4:24 PM Page 4 of 12
before the effective date of termination. In the event of termination, the County may: (a)
request the return of all finished or unfinished documents, data studies, surveys, drawings,
maps, models, photographs, reports prepared and secured by the Provider with County funds
under this Contract; (b) seek reimbursement of County funds allocated to the Provider under
this Contract; (c) terminate or cancel any other contracts entered into between the County and
the Provider. The Provider shall be responsible for all direct and indirect costs associated with
such termination, including attorney's fees;
2. The County may suspend payment in whole or in part under this Contract
by providing written notice to the Provider of such suspension and specifying the effective date
thereof, at least five (5) days before the effective date of suspension. If payments are
suspended, the County shall specify in writing the actions that must be taken by the Provider as
condition precedent to resumption of payments and shall specify a reasonable date for
compliance. The County may also suspend any payments in whole or in part under any other
contracts entered into between the County and the Provider. The Provider shall be responsible
for all direct and indirect costs associated with such suspension, including attorney's fees;
3. The County may seek enforcement of this Contract including but not
limited to filing action with a court of appropriate jurisdiction. The Provider shall be responsible
for all direct and indirect costs associated with such enforcement, including attorney's fees;
4. The County may debar the Provider from future County contracting;
5. If, for any reason, the Provider should attempt to meet its obligations
under this Contract through fraud, misrepresentation or material misstatement, the County
shall, whenever practicable terminate this Contract by giving written notice to the Provider of
such termination and specifying the effective date thereof at least five (5) days before the
effective date of such termination. The County may t erminate o r c ancel a ny o ther c ontracts
which such individual or entity has with the County. Such individual or entity shall be
responsible for all direct or indirect costs associated with such termination or cancellation,
including attorney's fees. Any individual or entity who attempts to meet its contractual
obligations with the County through fraud, misrepresentation or material misstatement may be
disbarred from County contracting for up to five (5) years;
6. Any other remedy available at law or equity.
C. The C ounty Manager i s a uthorized to terminate this Contract on behalf of the
D. Damages Sustained. Notwithstanding the above, the Provider shall not be
relieved of liability to the County for damages sustained by the County by virtue of any breach
of the Contract, and the County may withhold any payments to the Provider until such time as
the exact amount of damages due the
County
w th such action, determine
tl cludingProvider
atto ney'sshall
fees,responsible
for all direct and indirect costs associated
XVI. TERMINATION BY EITHER PARTY. Both parties agree that this Contract may be
terminated by either party hereto by writtdate of such termination.f Then notice to the othr party hCotent untyto Manageais
at least sixty (60) days prior to the effective
authorized to terminate this Contract on behalf of the County.
County.
Created on 10/6/2004 4:24 PM Page 5 of 12
XVII. PROJECT BUDGET AND PAYMENT PROCEDURES. The Provider agrees that all
expenditures or costs shall be made + Baccordance with the Budget which is attached herein
and incorporated hereto as Attachment
A. ud et Variance. Funds may be shifted between approved line items, not to
exceed fifteen percent (15%) of teatotalrapproved b budget,
line
item shallt a tten require a written amendment
nt. Variances
greater than fifteen percent (15%) inY
approved by the Department.
B. Reca tore Funds. At the conclusion of the third quarter and reviewill the Provider's Yean submission
To
the Quarterly Performance Report and Invoice, the County
Date expenditures.
1. Municipalities reporting remaining balances which exceed expenditure
levels for normal program operations mus�it bmit take ainplan
the Fourth Quarter to full uarteryexpendeport hthe
ich
documents those steps the municipality
contract by the end of the program year.
2. This expenditure plan must be approved by the County.
end
f
Where the municipality does not the anticipated anticipate
unefull
xpended expenditures
amount forthe
use in
the program year, the County will recapture
another program, without a formal amendment process.
C. Payment Proce_ dures. The County agrees to pay the Provider for services
rendered under this Contract based on the Iithat this se item uaget incorporated cost basis Contract a+nd the Prov den and a
hereto as Attachment B. The parties agree
shall be paid through reimbursement payment for allow agrees 1to es onice the
udgetyapproaed
under this Contract (see Attachment B). The P
ch
School Resource Officer Project using the Quarterly
asisct Pas stated in Sec on XIX.CB 1
oice
as it appears in Attachment C, and to do so on quarterly
The Quarterly Project Performance Report fiC°+ce Thesflnai Quarterly all be Project Performance
ared in a manner in
accordance with the form provided in Attachment
Report & Invoice shall be submitted by October 15, 2005.
D. The Provider agrees to mail all invoices to the address listed above, Section XIII.
E. The County agrees to review invoices
de + b sthe Countyns Finance Departmenform the Provider t any
questions. Payments shall be mailed to the Pr Y
F. No a meat of subcontractors. In no event shall county funds be advanced
directly to any subcontractor hereunder.
XVIII. INVENTORY - CAPITAL EQUIPMENT AND REAL. PROPERTY.
o be
he
acquisitior
A. Acquisition of ProQerty. The Provider is required ture toff undsdfortthet acquisition si ion aand management of property with federal funds. Expenditure
new when suitable property required for the sucbcees fulconsideredecu i onof p of essa t ects
property,
already available within the Provider organization, will
expenditure.
Created on I0/6/2004 4:24 PM
Page 6 of 12
B. Screen fl Careful screening should t ake p lace b efore a cquiring p roperty i n
order to ensure that it is neededwith oarticular r anizatian can meetridentified neegiven to hdsher Wh While there is
ent
already in the possession of the Provider9 establish levels of review
no prescribed standard for such review, the Provider procedures may
dependent on factors such as theof ast of screen�n rcommtteeequipment
may foci facilitate the processehowe Provider
organization. The establishment 9 finds
the Provider may utilize other management
andhthat�t is s ch not alreadyffwith ne theas aProvides
r
determining that the property is
organization. The County must ensure that the screeningnreferenced above to es place herebyad
that the Provider has an effective system for property
informed that if the County is maecaware that the Provider does not employ an adequate
t costs associated with the acquisition of the property may
property management system, pro?
be disallowed.
C. Loss Dama e r Theft of E ui meat. The Provider is responsible for replacing
or repairing the property which is willfully or negligently 9 ated and Ien, damaged fully documen� d and made part
destroyed. Any
loss, damage, or theft of the property must be
of the official project records.
D. ui merit Ac Ored with Crime Ch1 rol at the equipment Fors used mula forundcriminal justice
s. Equipment
acquired shall be used and managed to ensure
purposes.
E. Mona ement. The Provider's procedures for managing equipment a minimum, imeet
uding
replacement), whether
em acquired Powerty recordsr in art with must beroject maintained,whilch include description
the following requirements 1) p
of property, serial number or other identification n number,
source oof County`participation �n
f
who holds the title, acquisition date, costs of thepercentage use and condition of the property,
the cost of the property (Federal funds), location of property,
disposition data including the date o f d isposal with the property ordsp Cat least once every
property must be taken and the results reconciled
2 years; 3) a control system must exist to
ensure � t adequate
hall b e�nvest'tgatedguards to rb y t he PSovide damages s
or theft of t he p roperty. A ny l oss, d am g , the
appropriate; 4) adequate maintenance procedures
msjars 11 the property in good sales
condition; and 5) if the Provider is authorized orrequired
procedures must be established to ensure the highest possible return.
F. Retention of Pro ert Records. Records
ae
for
of3 years from the dateole
f
personal property, and real property shall be retain P
the disposition or replacement or transfer at the discretion fthe
County. Ifshallybeigairetained, claim,,
or audit is started before the expiration of the 3-year period,
all litigation, claims, or audit findings involving the records have been resolved.
XIX. RECORDS REPORTS MONITORING AUDITS AND EVALUATION STUDIES.
The Provider shall keep records of program services in sufficient detail to provide any reports
that may be requested by the County.
for not
A. Records. All program records will be Inret alccordanthe
ce with contract requ�ements
than
three (3) years beyond the term of this Agreement.
Created on 10/6/2004 4:24 PM
Page 7 of 12
from the State of Florida, records for the School R esource 0 fficer P roject services must
reflect:
1. The names of staff providing services as described in Attachment A.
2. The dates and number of hours the staff provided services.
3. The dates of services and activities and the names of program
participants in attendance to such as described in Attachment A.
4. The records of all other program services provided under this Agreement.
B. Reporting Requirements.
1. Quarterly Protect Performance Report and Invoice. The Provider shall
submit the Quarterly Project Performance Report and Invoice to the Department of Human
Services by January 15, April 15, July 15, and October 15, 2005 covering the Agreement
activity for the previous quar�id usingr. tie the formerly Project Performance Report at ached hereto as Attachment C and Invoice shall
be submitted in the format
Other Required Reports. The Provider shall submit other reports as may
be required by the Department of Human Services during the program year.
.C. Changes to Reporting Requirements. The Provider understands that the
County may a t anytime require changes i n data collected, records o r reporting, a s may b e
necessary and agrees to comply with any such modifications.
D. Monitoring and Audit. The Provider shall make available for review, inspection,
monitoring or audit by the County without notice during normal business hours all financial
records and other program records and documents which relate to or have been produced or
created as a result of this Agreement. The Provider shall provide assistancebe
necessary •to facilitate a financial/program audit when deemed necessary. by the County
tensure compliance with applicable accounting and financial standards. The County reserves
the right to require the Provider to submit to an audit of the County's choosing. ��t ermore,
the Provider understands, it may be subject to an audit, random or otherwise,
by of
the Dade County Inspector General or independent private sector inspector general retained by
the Office of the Inspector General.
E. Office of Miami -Dade County Inspector General. Miami -Dade County has
established the Office of the Inspector General, which is empowered to perform random audits
on all County contracts throughout the ISunormall on of each 11� of 1%tract. of theGotaltcont coents are ntract amount.rcempt
from paying the cost of the audit, whichY
The Miami -Dade County Inspector General is authorized and empowered to review
actpast,
present and proposed County and Public health Trust Programs, contracts,
accounts, records, and programs. In addition,
the Inspector General has the power to
subpoena witness, administer oaths, require the production of records and monitor existing
projects and programs. Monitoring of an existing project or program may include a report
concerning whether the project is on time, within budget and in compliance with p
specifications and applicable law.
Created on 10/6/2004 4:24 PM Page 8 of 12
The inspector General is empowered to analyze the necessity of and reasonableness of
proposed change orders to the Contract. The Inspector General is empowered to retain the
services of independent private sector inspectors general to audit, investigate, monitor,
oversee, inspect and review operations, activities, performance and procurement process
including but not limited to project design, bid specifications, proposal submittals, activities of
the Provider, its officers, agents and employees, lobbyists, County staff and elected officials to
ensure compliance with contract specifications and to detect fraud and corruption
Upon ten (10) d ays prior written notice to the Provider from the Inspector General or IPSIG
retained by the Inspector General, the Provider shall make all requested records and
documents available to the Inspector General or IPSIG for inspection and copying.The
Inspector General and IPSIG shall have the right to inspect and copy all documents and
records in the Provider's possession, custody or control which, in the Inspector General or
1PSIG's sole judgment, pertain to performance of the contract, including, but not limited to
original estimate files, change order estimate files, worksheets, proposals and Contracts from
and with successful and unsuccessful subcontractors and suppliers, all project -related
correspondence, memoranda, instructions, financial documents, construction documents,
proposal and contract documents, back -charge documents, all documents and records which
involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received,
payroll and personnel records, and supporting documentation for the aforesaid documents and
records.
The provisions in this section shall apply to the Provider, its officers, agents, employees,
subcontractors and suppliers. Contra is he ldexecuted byer shall poratthe ePhrov der e I in nconnection s in this ctwithion lnthel
subcontracts and all other
performance of the contract.
Nothing in this contract shall impair any independent right of the County to conduct audit or
investigative a ctivities. T he p r0o� the County by the Pro deevr thirdtpartesn or s hall they b e
construed to impose any liability
F. Independent Private Sector Inspector General Reviews. Pursuant to Miami -
Dade County Administrative Order 3-20, the Provider is aware that the County has the right to
retain the services of an Independent Private Sector Inspector General ("IPSIG"), whenever the
County deems it appropriate to do so. Upon written notice from the County, the Provider shall
make available to the IPSIG retained by the County, all requested records and documentation
pertaining to this agreement for inspection and copying. The County shall be responsible for
the payment of these IPSIG services, and under no circumstances shall the Provider's budget
and any changes thereto approved by the County, be inclusive of any changes relating to these
IPSIG services.
The terms of this provision herein, apply to the Provider, its officers, agents, employees,
ision
subconsultants and assignees• Nothing
uct an auditIned in this or investigate thevope operations, activities and
air any
independent right of the County to conduct
performance of the Provider in connection with this or tra terms of this Section shall
not impose any liability on the County by the Providerany third he
ty.
G. Evaluation Studies. The Provider rfunds
from thec pate ina evaluation
studies
of Law
sponsored by the administrative agent for the
Enforcement, Business Support Program, Office of Criminal Justice Grants. This participation
shall at a minimum include access to the Provider's premises and records.
Created on 10/6/2004 4:24 PM Page 9 of 12
XX. PROHIBITED USE OF FUNDS.
A. Adverse Actions or Proceeding. The Provider shall not utilize County funds to
retain legal counsel for any action or proceeding against the County or any of its agents,
legal r instrumentalities, employees
o r c ou sor el t o any . The Provider
rin shall
anynot
action or proceeding against provide
the
legal representation, adw
County or any of its agents, instrumentalities, employees or officials.
B. Religious Purposes. County funds shall not be used for religious purposes.
C. Commin lin Funds. T he P rovider s hall n of c ommingle f unds p rovided under
this Contract with funds received from any other funding sources.
XXI. M1SCELLANEOUS.
A. Contract. This Contract is the complete and exclusive statement of all the
arrangements between the County and the Provider regardingrovisi nchangefthe
orexteces
nd
described in Attachments A and B. Nothing herein shall alter,y,
any other agreement between the Provider and the County unless specifically stated herein.
B. Amendments and Modifications. Except as otherwise enumerated herein, no
amendment to this Contract shall be binding on either party unless reduced to writing, signed by
both parties, and approved by the County Manager. Provided, however, that the County may
effect amendments to this Contract without the written consent of the Provider, to conform this
Contract to changes in the laws, directives, guidelines, and objectives of County, State and
Federal Governments.
Any alterations, variations, amendments, or other modifications 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 of this
Contract.
The County and Provider mutually agree that amendments of the Scope of Service, line item
budget of more than fifteen percent n1 �°m°endment to)
total
th sdCont act between)n the npartiesd other
such The
revisions my be negotiated as watt
County Manager is authorized to make amendments to this Contract as described herein on
behalf of the County.
C. Ownershi of Data and Other Material. All reports, information documents,
tapes
and recordings, maps and other dataand
fipthe dutiessand responsibilities the
or
completed by the Provider in connection
Provider in accordance with the terms of thisof co�teact ir US�al andbecome the property of the shall be made available County
outhe
without restriction, reservation or limitation
County by the Provider at any time upon re4u�lltof the abovet data Upon
shallcompletion
be Idelivered
eio of
all
to the
contemplated under this Contract, copies o
f County upon request.
D. Contract Guidelines. This Contract is made in the State of Florida and shall be
governed according to the laws of the State of Florida. Proper venue for this Contract shall be
Miami -Dade County, Florida.
Created on 10/6/2004 4:24 PM Page 10 of 12
E. PuPGcit It is understood and agreed between the parties heretoe that
by
agrees is funded y Miami -Dade documents funded Eby this ceptance of these funds, Contract shall recognize the funding
agrees that events and punted
source as follows:
This program was supported by a grant awarded to the Miami -Dade County
Department of Human Services, the Florida Department of Law Enforcement
(FDLE) and the U.S. Department of Justice, Bureau of Justice Assistance (BJA).
F. Subcontracts. The Provider agrees not to enter into subcontracts, retain
consultants, or assign, transfer, convey, sublet, or otherwise dispose of this Contract, or any or
all of its rights, title or interest herein,its
subcontracto sco ass guess shaft behgovemed by
out the prior
written approval of the County and that all
the terms and conditions of this Contract. IfContractto ssubcontractors actors to provide the servs the expenditure of ices
00
or more by the County and the Provider I the materials, the Provider
listed in the Scope of Services (Attachment A) or suppliers to supply
shall provide the names of the subcontractorsta`Iand not changellers on the or substitute form
subcontractodrs a�
Attachment E. The Provider agrees of the County.
suppliers from those listed in Attachment E without prior written approval
G. Headin s Use of Sin afar and Gender. Paragraph headings are for
convenience only and are not intended orto expand t he Strict ngulares hale ncludee substanceor t he p lure!of
nd
the
provisions ,of this Contract. W herever u sed h ereir►
plural shall include the singular and pronouns shall be read as masculine, feminine or neuter as
the context requires.
H. Total of Contract lSeverabilit of Provisions. This twelve (12) page Contract with
its recitals on the first page of the Contract and with its attachments as referenced below
contain all the terms and conditions agreed upon by the parties:
Attachment A: Scope of Services
Attachment B: Budget
Attachment C: Quarterly Project Performance Report & Invoice
Attachment D: Miami -Dade County Affidavits
Attachment D1: Code of Business Ethics
Attachment D2: Miami -Dade County Debarment Disclosure Affidavit
Attachment D3: State Public Entities Crime Affidavit
Attachment E: Provider's Disclosure of Subcontractors and Suppliers
No other Contract, oral or otherwise, regarding the subject matter of this Contract shall be
deemed to exist or bind any of the parties hereto. if any provision
thereby I if suchs raemaindct is ea (would
nvalid
or void, the remainder of this Contract shall not be a applicable law.
then continue to conform to the terms and requirement of
Creased on 10/6/2004 4:24 PM Page 11 of 12
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed
by their respective and duly authorized officers, the day and year first above written.
Signature
Name (typed)
ATTEST:
By:
ATTEST:
HARVEY RUVIN, CLERK
By:
DEPUTY CLERK
Title
By:
(Corporate Seal)
MIAMI-DADE COUNTY, FLORIDA
By:
GEORGE M. BURGESS
COUNTY MANAGER
Created on 10/6/2004 4:24 PM Page 12 of 12