Loading...
HomeMy WebLinkAboutPermanent ContractFLORIDA DEPARTM[8NT OP, H ALT �I STATE OF FLORIDA 22232�`��c' g V20 /� /� (� CHILDCARE DEPARTMENT OF HEALTH Ng on�11 0 BUREAU OF CHILDCARE FOOD PROGRA Chid Care Food Program (CCFP) Permanent Contract IDENTIFICATION OF CONTRACTING PARTIES: This Permanent Contract (Contract) is entered into consistent with the terms and representations provided in the Contractor's application requesting participation in the Child Care Food Program (CCFP). The Contract is therefore, under those conditions, executed by: The State of Florida Department I L of Health Bureau of Childcare Food Programs (Department) BIN PA-17, 4052 Bald Cypress Way, Tallahassee, Florida 32399-1727 with The Contractor Identified on Page 16 of This Contract Contractors shall maintain this Contract with their CCFP records. Contractors are required to retain most CCFP records for at least three years after termination from the Program, Certain records are required to be retained longer. Records related to an ongoing audit must be retained until the audit is complete, even if longer than the standard retention period. Revisers 60011 CHILD CARE FOOD PROGRAM PERMANENT CONTRACT TABLE OF CONTENTS 1 IDENTIFICATION OF CONTRACTING PARTIES CONTRACTOR ENCOURAGED TO SEEK LEGAL COUNSEL 3 3 I. THE CONTRACTOR AGREES TO: WITH CONTRACT A. PROVIDE SERVICES IN ACCORDANCE COMPLY WITH GOVERNING LAWS, RULES, REGULATIONS, AND POLIcIES B. C. D. E. F. G. H. J. K. L. M. N. O. P. Q. R. S. T. U. V. ACCEPT FINAL ADMINISTRATIVE AND FINANCIAL RESPONSIBILITY TIN AND ALLOW AUTHORIZED ACCESS TO ALL RECORDS OF CCFP OPERATIONS MAINA 3 3 3 4 5 PROVIDE REQUIRED AUDIT RECORDS PROPERLY DISBURSE CCFP REIMBURSEMENT FUNDS RECEIVED 5 SUBMIT DOCUMENTS TO THE DEPARTMENT 6 OBTAIN PRIOR DEPARTMENTAL APPROVAL OF CONTRACTOR'S OPERATIONS 6 MONITORING, COMPLIANCE AND REVIEW PROCEDURES ...................................... 7 DEPARTMENT AUTHORITY TO SEEK OTHER ACTIONS AT LAW 8 INDEMNIFICATION 8 ASSIGNMENTS AND SUBCONTRACTS 8 CONDITION FOR RECEIPT OF FEDERAL FUNDS 9 MEET ADDITIONAL REQUIREMENTS TO MAINTAIN PARTICIPATION IN CCFP 9 CONDITIONS FOR RETURN OF FUNDS 10 9 10 PROCEDURES FOR DISALLOWANCE OF PROGRAM PAYMENTS INDEPENDENT CAPACITY. OF THE CONTRACTOR TRAINING AND SECURITY DESIGNATION OF NON -PRICING OR PRICING POLICY MEET ADDITIONAL REQUIREMENTS WHEN SEP.VING AS A SPONSOR 11 CONTRACT AMENDMENT PROCEDURES FOOD SAFETY AND SANITATION REQUIREMENTS 12 II. THE DEPARTMENT AGREES TO. A. PROVIDE AUTHORIZED REIMBURSEMENT B. PROVIDE REQUIRED PROCEDURE FOR REVIEW OF ADMINISTRATIVE ACTION C. CONDUCT PERIODIC INSPECTION AND REPORTS ......................... D. SPECIFY IN WRITING WHEN RESPONSE TO DEFICIENCIES ARE DUE E. NOTIFY CONTRACTOR OF DECISION IN WRITING II. THE DEPARTMENT AND THE CONTRACTOR MUTUALLY AGREE' 13 A. DEFINITION OF TERM 13 B. EFFECTIVE AND ENDING DATES 13 C. CONTRACT IS LEGAL BINDING AGREEMENT . _. 13 D. CONDITIONAL CONTRACT13 E. PROCEDURES AND NOTICES SENT TO CONTRACTOR'S ADDRESS OF RECORD 14 _... __. . F. RESPONSIBILITY TO OBSERVE ALL GOVERNING LAWS 14 — G. NON -WAIVER 14 H. CONTRACTOR'S NOTIFICATION OF RESPONSIBLE PARTIES 14 I. CONDITIONS OF TERMINATION 14 J. ENFORCEMENT 14 K. EXCLUSIVE VENUE PROVISION 15 L. ENTIRE _CONTRACT; AMENDMENTS 15 M. CONSTRUCTION OR INTERPRETATION OF CONTRACT 15 SIGNATUREPAGE ........................................................................................... 16 10 10 12 ATTACHMENTS: COMMON EXAMPLES OF SERIOUS DEFICIENCIES SERIOUS DEFICIENCY PROCESS AND ADMINISTRATIVE REVIEW PROCEDURES FINANCIAL AND COMPLIANCE AUDITS 12 12 12 12 12 12 17 20 22 CHILD CARE FOOD PROGRAM PERMANENT CONTRACT THIS PERMANENT CONTRACT is entered into between the State of Florida, Department of Health, (Department) administering the United States Department of Agriculture (USDA) Child and Adult Care Food Program (CFDA# 10.558), codified in Florida at Section 383.011(1)(1), Florida Statutes, and known as the Child Care Food Program (CCFP or Program), and the organization identified as the Contractor on page 16 of this Contract. This Contract shall supersede all previous communications, representations, contracts, or agreements, either verbal or written between the parties. THE PARTIES AGREE: CONTRACTOR ENCOURAGED TO SEEK LEGAL COUNSEL 1. This CCFP Permanent Contract is a legal binding agreement .between the Contractor and the Department. Entering into this Contract may affect the Contractor's rights and responsibilities under Florida law. It•is therefore most likely that the Contractor will have individual legal concerns that are best addressed by an attorney representing that Contractor's interests. 2. The Department is not permitted tonor will it provide legal advice regarding this Contract. The Department is only permitted to describe the various terms, conditions, and functions of the requirements within the Contract. The Department may not advise the Contractor as to the Contractor's rights under the Contract's provisions. No verbal representations regarding this Contract shall have force or effect regardless of the source of that representation unless reduced to writing and implemented consistent with the terms of this Contract. 3. Violation of the terms of this Contract could lead to disqualification. Ifa contractor falsifies program records, such action is considered submission of a false or fraudulent claim and a serious violation of the CCFP and this Contract. A violation.of a Program requirement is also a violation of this Contract. In each instance if the violation is proven such action may result in disqualification from the Program for seven years. THE CONTRACTOR AGREES TO: A. PROVIDE SERVICES IN ACCORDANCE WITH CONTRACT Provide services in accordance with this Contract and governing state and federal law, and to comply with any state or federal rules, regulations, instructions; policies, procedures, and manuals used by the Department in its administration of the CCFP. 13. ACCEPT FINAL ADMINISTRATIVE AND FINANCIAL RESPONSIBILITY Accept final administrative and financial responsibility for total CCFP operations governed by this Contract. C. COMPLY WITH GOVERNING LAWS, RULES, REGULATIONS, AND POLICIES 1. The terms .and conditions of this Contract, including Attachments 1, 2 and 3 to this Contract and all applicable rules, regulations, instructions, 'policies, procedures and manuals. 2. Florida Law. This Contract is executed and entered into in the State of Florida, and shall be construed, performed, and enforced in all respects in accordance with the laws, rules, and regulations of the State of Florida.. .. 3. Florida Department of Health, Bureau of Childcare Food Programs (CCFP) manuals and guides, as though fully set forth herein, with which .the Contractor hereby agrees to comply as a condition of this Contract. The Contractor shall comply with the following manuals and guides as applicable: the Procedure Manual for .Sponsors of Unaffiliated Centers; the Procedure Manual for Sponsors of Day Care Homes; the -Procedure Manual for Sponsors of Affiliated Centers; the Procedure Manual for Independent Child Care Centers; the Procedure Manual for Afterschool Snack.Programs; the Financial Management Guide; A Guide to Crediting Foods; Feeding Infants in the Child Care Food Program; the Eligibility Guide for Child Care Centers; Catering Contract Guidance; Prospective Contractor Training for Child Care Centers; Prospective Contractor Training for the Afterschool Nutrition Program; Prospective Contractor Training for the Homeless Children Nutrition Program; Sponsor Oversight Responsibilities for Sponsors of Day Care Homes; Sponsor Oversight Responsibilities for Sponsors of Unaffiliated Child Care Centers; Sponsor Oversight Responsibilities for Sponsors of Afterschool Nutrition Programs; and Sponsor Oversight Responsibilities for Sponsors of Homeless Children Nutrition Programs. 4. Federal Law a. As though fully set forth herein, all CCFP rules, regulations, instructions, policies, procedures and manuals used by the Department in its administration of the CCFP, including but not limited to applicable provisions of: Title 7 Code of Federal Regulations Part 226, "Child and Adult Care Food Program"; Office of Management and Budget Circular A-21, "Cost Principles for Educational Institutions"; Office of MMianagemenl and Budget Circular A-87, "Cost Principles for State, Local, and Indian Tribal Governments"; Office of Management and Budget Circular A-122, "Cost Principles for Non -Profit Organizations"; Office of Management and RiidnA1 r. rr-ion ,�,) r Local Governments, and Non -Profit Organizations"; USDA Food and Nutrition Service Instruction 796-2, Revision 3 Regulations Part 3016, "Uniform Administrative Requirements For Grants And and subsequent revisions; Title 7Code of Federal Regulations Part 3015, "Uniform Federal Assistance Regulations and . Cooperative 7 Coderof Federal 19, C niform ivd Agreements q State And for Graal nts andrAg Title 7 Code of Federal Institutions of Higher Education gulations PHospart itals, "Uniform r Non l rofitve Requirement Audits of States, Local and Other Non-nd Non -Profit Organizations." Title 7 Code of Federal Regulations swit T 1 Title of the Civil Rights Act of Governments, a b. The Contractor hereby agrees and assures that it will (20 U.S.C. §1681 et seq.) as of 1972, amended, ed42 U.S.CSection §2000do et seq.) Title IX of the Education Amendments as amended, the Age Discrimination Act of 1975, Section 504.1 the Rehabilitation Act of 1, 73,and (29 U.S.Crequirements §794) Department roelation Enforcement of 1975, (42 U.S.C. §6101 et seq.) as amended, and all requirements imposed by the regulations of the U.S. and USDA, Food and Nutrition Service ep Department of Agriculture (Title 7 Code of Federal t S0.3, ns Part in Service Guidelines, (retie 28 Code of pursuant Regulations Part her 42 and 50); arot theen in, United be exclud®d p p States e shall, or on regulations of race, color, to that Act end origin, sex, age, orons, to disability, effect that, fromno person States shall, on groundprogram or activity for which the gives rogram that et will which denied the benefits of, or be otherwise subject to discrimination under any p iately Contractor received Federal financial assistance from USDA; and hereby take any measures necessary to fus lfill thisach Coontract. ntract. Contra facilities. ho are also sponsors further agree to ensure ed compliance with these his assuall federal rance This assurance is given f federal consideration of and reimbursable expendithe pturesose �f grant ong r donation and of federal any property financial assistance, grants and loans o property and Interest in property, the detail of federale pfurs ofrtrservices lease of, and the consideration eornatsion to use a nominal federal property or interest In such property, or ion of thecoublictint a at a consideration by whisale reduced or furnishing of services to t the recipient, recipient, or any improvin ements the public interest to be served by such sale, made with federal financial assistance extended to the Contractor by the USDA. (2) Thls assurance also l of cash les any ass staneeeral for the purchasemof arrangement, other contract assistancefoch r has as one of its l offood the ceviequipment i ui ment or any other financial assistance extended in reliance on the purchase or rental food service eq p compile data, maintain records, and representations and agreements made in this Contract. agrees to (3) Sy executing this Contract, the Contractor submit reports as required to permit effective enforcement of nondiscrimination laws and perraif authorized USDA laws. If there are any violations of this assurance, the USDA, Food and personnel during hours of program operation to review such records, books, and accounts as needed to ascertain compliance Service the nondiscrimination Nutrition Service shall have the rightto seek d assignees as long as it receives es assistance or retains possessrng on the ion of any Contractor, its successors, transfers on this Contract are authorized to sign this assistance from USDA. The person or persons whose signatures appearwith all assurance on the behalf of the Contractor. c, If reimbursements paid to the Contractor exceed $100,000, the Contractor shall comply app6 U.S.C. 1 Clean Air Act, s amendednd Order U.S C. Ircable standards, orders; or regulation�a{er Act,as arnentded (33 of the et Act, as (42 U:S. . 8, 1 nd En) it nseq.),menlPSection do of the Clean and Environmental Protection Agency regulations (40 CFR Part 15). The Contractor shall report any violations of the any to person or above to the Department. If reimbursements tionthatdit wellenot andshas noted $100,000, the used CCFP fundsotorpay is execution of this Contract shall serve as its certification ency, a member of Congress, organization for influencing ng rores,attemptingor nto influe ence a employee of any in connection with this Contract pursuant officer or employee of Congress, or an employ to Title 31 United States Code Section 1352. d. The Contractor shall not employ unauthorized aliens, stem, (1) The Contractor agrees to use the U.S. Department of Homeland Security's E-Vert sy https'/le verify uscis.eov/emp, to verify the empoo ed during thement tContract term by -the -Contractor•to perform • _(a)-All•persons-emp y g employment duties within Florida; (b) All persons (including subcontractors) assigned by the Contractor to perform work pursuant to this Contract; -- _—___(2). The_.Department .shall consider employment of unauthorized aliens a violati_on of Section 274A(e) of the Immigration and Naturalization Act. The Contractor shall comply with the Pro -Children Act of 1994, Public Law 103-277, which requires kiportion of any indoor facility used for the provision of federally funded services that smoking not be permitted in any p services on a routine or regular basis, with the provisions of -the law may result in the imposition of civil including health, child care, early childhood development, education or library to children up to age 1 to Failure to comply imposition of an administrative compliance order on monetary penalty of up �1,000 for each violation and/or the the responsible entity. D. MAINTAIN AND ALLOW AUTHORIZED ACCESS TO ALL RECORDS OF CCFP OPERATIONS 1. To establish and maintain books, records, and documents t(in lusudinge electronic and properly storage e media) an ll accordance with generally accepted accounting procedures pAdarterrsient andpractices this Contract. revenues and expenditures of funds provided by p of all other monthly records 2. To maintain its current o°gloat of all peceipts and an originalorcopy of claims and reports in separate monthly file folders containing supporting the Contractor's CCFP claim for each designated month. 'These records shall be available for review, audit, and copying al the Contractor's operational location within one hour of written or verbal request. 3. To retain all program related records, financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertinent to this Contract for a period of three (3) years after expiration or termination of this Contract, or if an audit has been initiated and audit findings have not been resolved at the end of three (3) years, the records shall be retained until final resolution of the audit findings or any litigation relating to the audit findings or any action subject to administrative review. Any records retained, regardless of the time retained, shall be subject to inspection, copying, audit, and review. If the Contractor is a day care home sponsor that Contractor .must retain records for all disqualified day care home providers for. 10 years after disqualification. 4. Upon expiration or termination of this Contract and at the request of the Department, the Contractor will cooperate with the Department to facilitate the duplication and transfer of any said records or documents during the required retention period as specified in subparagraph 3 of this section. The Contractor agrees to maintain the records for the requisite period, even If this Contract is terminated or If the Contractor has ceased operations. 5. To ensure .that all records shall be available for copying, inspection, review, or audit, during any hours that the Contractor is open for business, 'but at minimum between, the hours of 8 a.m. and 5 p.m. a. Ensure that all records applicable to the current month and prior 1'2 months of operation are available on -site, in paper form, for 'inspection, copy, review, or audit. b. Maintain all CCFP records at the site at which the Contractor provides program services and/or at the Contractor's sponsoring organization office, as appropriate to the type df record maintained. c. Provide access to records within -one hour of formal request to: (1) Employees of the Department, United States Department of Agriculture, Florida Department of Law Enforcement, Florida Department of Financial Services , Division of Public Assistance Fraud, and Early Learning Coalitions upon presentation of appropriate photo identification; and ,(2) Other authorized .individuals who the Department designates in writing upon presentation of that designation and proper:photo identification. 6. Permit employees of the Department, United States Department of Agriculture, Florida Department of Law Enforcement, or Florida Department of Financial Services, Division of Public Assistance Fraud to take physical possession of any CCFP records, or equipment containing such records and any other records maintained • on equipment used in the. CCFP, upon presentation of photo identification. 7. Upon presentation of appropriate photo identification, .the Contractor shall grant appropriately. designated individuals full access to all program related records, financial records, supporting documents, statistical records, any.of the Contractor's contracts and any other documents (including electronic storage media) pertinent to this Contract, regardless of the. form in which kept, at all reasonable times, and at reasonable places, for as long as • records are retained. Individuals granted access pursuant to the terms of this Contract and this provision shall include employees of the Department; those individuals authorized in writing by the Department, personnel of the United States Department of Agriculture, Florida Department of Law Enforcement, Florida Department of Financial Services, Division of Public Assistance Fraud, representatives of Early Learning Coalitions, -and federal auditors pursuant to Title 45 Code of Federal Regulations, Part 92. E. PROVIDE REQUIRED AUDIT RECORDS 1. A not -for -profit organization or non-federal governmental entity that expends Federal awards, including CCFP reimbursements,' of $5D0,000 or more in its fiscal year, shall assure that a single or program -specific audit is -conducted in accordance with the provisions of Office of Management and Budget Circular A-133, as revised.. The Contractor agrees to: a. Annually complete a determination regarding. which audit requirements it must meet in accordance with Office of Management and Budget Circular A-133, as revised; b. When an audit is required, ensure that the audit is ordered and completed consistent with the requirements of Office of Management and Budget Circular A-133, as revised, and Attachment 3 to this contract; • c. Submit copies of audit reports for audits conducted in accordance with Office of Management and Budget Circular A-133, as revised, , whether required or voluntary, to the Department according to the requirements stated in Attachment 3 to this Contract. 2. In connection with the audit requirements addressed in subparagraph 1 of this section, the Contractor shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of Office of Management and Budget Circular A-133, as revised as though fully set forth herein, and shall make all records relating to the audit, including but not limited to accountant work papers and findings, available to the Department for inspection and copying. F. PROPERLY DISBURSE CCFP REIMBURSEMENT FUNDS RECEIVED 1. Use CCFP reimbursement funds only to pay for allowable CCFP costs; 2. Pay all supplier or subcontractor invoices, for CCFP claimed costs, by the earlier of payment due date or within five business days after receipt of CCFP reimbursement; and 3. If it is a sponsor of day care homes or sponsor of unaffiliated child care centers, disburse reimbursements to sponsored facilities within five business days of receipt of reimbursement from the Department. The date the sponsor receives the direct deposit notice or check in the mail is the date reimbursement is considered received from the Department. G. SUBMIT DOCUMENTS TO THE DEPARTMENT (lance with state 1. In addition to any documents required to be submitted to the Department in comp to evaluate the validity of any and all claims for reimbursement submit and federal law, the Contractor agrees to submll any receipts, invoices, documentation, oother evidence that t e e or Department In hs sole racto . deems n ire ry octon thereof that iq not supported by dto b submitted by the Contractor. Such requirement for documentation may also require nts documentation prior to payment of any claim; any claim or P the Department which the requested by the Department int writing shall providebe disallowed.ayall, information requested byin the CCFP or an 2. The Contractor shall any application toparticipate Department deems necessary in its sole discretion to evaluate an aPp performance in the CCFP, including Ftoothe application to renew Its participation in the CCFP or to evaluate a Contractor's p but not limited to, documents which eoapabil'ty and program accountability. s are necessary evaluate the applicant's Contractor's financial Contractor administrative a. hy etor shall Contactor written notice to the official mailing addreasnt to Ithin five whlch all legals days of: notices and other a. Any change to theT correspondence shall be directed. The Contractor shall be bound by all records mailed to that address CCFP serviceor s areposes • be being of enforcement proceedings regarding this Contract;h elcal location) where b. Any change to the Contractor's street address (p y provided; to er Identification Number (FEIN) or legal name or c. Any change in the Contractor's Federal Emp y doing -business -as () me; onsible principals and responsible individuals certification. d. Anyy c chanange in the Contractor's reap This written notice shall include: principal's or individual's status that a in a previously identified p P (1) Notification of any Chang would render that person unqualified to continue to scree. Notificationnof any convictions I of a Contractor's responsible principals or responsible cers of the individuals (any person who holds a management position with the yContuahtor, owners, dines shall en b rS fraud, board of directors) for crimes indicating thg a !forgk e bribery, falsification or destruction of records, making false antitrust statements, receiving oproperty, opert theft, false claims,Iobstruction of justice, tax evasion, tax fraud, failing to file traseining stolen p p Y tax returns, passing worthless checks, submission bus�essgntegity' and information torate or otherwtl Bral agency, and• disqualify the perjury or any other activity indicating a lackproposed personnel change to remove (3) The Contractor' in the CCFP. principal(s) and/or responsible individual(s) from participation in the Program, the Contractor 4. For the purpose of annual certification of continued participation regulations; shall: Department information required pursuant to CCFP reg Department a. Submit to the Department, upon request,' additional records and information the b. Submit to the Department, participate in the CCFP for the coming year deems necessary to substantiate the Contractor's continued eligibility top P or; with the annual certification requirements, voluntarily c. If the Contractor chooses not to comply withdraw from the CCFP by the date specified by the Departmentr unlessor voluntarily currently withdrawnd.a from the CCFP will result inice of Serious Deficiency. non-punitive Failure to off thiswithannual Cont act without lon appet , unless currently under a Notice of Serious Deficiency. H. onsQr of any facility with which the Contractor has no affiliation OBTAIN PRIOR DEPARTMENTAL APPROVAL OF CONTRACTOR'S OPERATION 1. A Contractor a serving vial fromaa CCFP e andot the furtherance funded ace of the CCFP obtain riot written approval the Department for all salaries benefits funded byCCFP Beall Pprudent, and necessary reimbursements. Salaries and cbe withs must l t reasonable, The ea, addition to being in compliance federal law. The reaerationsnor anticipatedsalaries operationsbenefits and sshall hal aotermined exceed in to operations end odfishal •in the sa ed those the Department after its review of the made -available QP non-profit corporation -employees .salaries .andefor slits r services. s. Theevdetere to prudent, • • and necessary. salaries and geographical area for similar services. determination of refs of tabwith which the Contractor has no affiliation benefits shall be at the Contractor serving sole discretion• onsor of any Y ?. A Contractor s or d as a CCFP sp. written iththe documentation of extraordinary approval shall not employ e t. or s or directors will be grantedho are ated onlyonly supon..or marriagetenwithoutum to addror essrithe justifying rdifla royal of the Department. Any such approval of time necessary circumstances and shall only be granted for the shortest period circumstances. amendments that are reasonable, prudent, 3. The Contractor shall submit budgets and budget furtherance of the CCFP. The determination df reasonable, e tlonabte, and allowable in accordance with Food and Nutrition Service (FNS) Financial Management Instruction necessary, rent revisions, for th prude, , necessary, 3 and subsequent. budget items and amounts shall be at the Department's No sole thanifour. budget prudent, is n budget and amendments theo prior written approval. aand budget amendments federalshall fiscal year unless t Department's t could not be reasonably anticipated ands Bridled through the amendments may be filed in any fiscal the Contractor is able to show good cause why additional Department's amendments are required due to expenses t §226.20. meal torequirements issuance as specified warenbylettCFR quire the allowed number of amendments. The determination of good cause shall.be at the ep o q The Contractor aholl comply with program* Failure to meet Program specifications shall subject the Contractor Contractorprovide a corrective action plan, subject the Contractor to additional documentation required (AD R) Co proposed termination, and disqualification. claims procedures, Notice of Serious Deficiency, p pr 5. Contractors providing services in accordance with this Contract hereby agree that they shall not during that same period provide services to CCFP contractors or facilities as a registered caterer with the Florida Department of Health. Contractors attempting to simultaneously perform services under this Contract and also as a registered caterer with the Florida Department of Health shall be in violation of the terms of. this Contract and may be subject to disqualification. 6. Contractors agree that they shall not assign or pledge current or future CCFP operational reimbursement funds or equipment procured with CCFP funds as collateral of any kind for a loan, line of credit, or for a repayment plan for unpaid debts. 1• MONITORING, COMPLIANCE AND REVIEW PROCEDURES 1. The Contractor agrees•to submit to monitoring, compliance reviews and subsequent administrative and criminal penalties that may apply, to include: .a. Reviews of audits conducted in accordance with Office of Management and Budget Circular A-133, as revised; and b. Monitoring procedures by the Department that may include, but are not limited to, on -site visits by • Department staff or contracted entities on behalf of the Department, limited scope audits as defined by Office of Management and Budget Circular A-133, as revised, .and/or other procedures or audits "deemed necessary in the sole discretion of the Department.to evaluate program operations. 2. The Contractor agrees to comply and cooperate .with any: a. Monitoring procedures/processes deemed appropriate by the Department; b. Additional instructions provided by the Department to the Contractor. upon the Department's determination that an audit or a limited scope audit of the Contractor is appropriate; and c. Inspections, reviews, investigations, or audits deemed necessary by the Department, or the State of Florida's Comptroller.or Auditor General. 3. Any Contractor serving as a CCFP sponsor shall monitor each sponsored facility and .ensure its compliance_ with the requirements of state and federal rules, regulations, policies, instructions, procedures, and manuals:-. Contractor personnel responsible for monitoring must carry photo identification demonstrating their relationship to the sponsoring organization and present it upon request. • 4. Regarding inspections_ and regulatory actions the Contractor agrees: a. • To ,permit persons authorized by the Department to inspect any records, papers, documents (including electronic storage media), facilities, and/or goods and services of the Contractor which are relevant to this Contract, and/or to interview any clients and employees of the Contractor. b. That any inspections or monitoring visits of the Contractors facility or of the Contractor's records shall be made to assure the Department of the satisfactory performance of the terms and conditions of this Contract. The Contractor agrees that such visits, reviews, or inspections may be announced or unannounced. c. To acknowledge site review findings by providing an authorized signature on the site review form upon completion of the specific site review. Failure to acknowledge such findings or provide exceptions at the time of the site review shall be grounds for Notice of Serious Deficiency. d. To accept the Department's written report of findings regarding the Contractor's performance or compliance with' the terms of this Contract. e. To provide its written response to the Department's written report of findings within the period specified in the Department's notice of required corrective action. f. That the Department, at its sole and exclusive discretion, may or may not accept the Contractor's corrective actions. The Contractor agrees to respond to all requests for modification of the Contractor's proposed corrective actions as specified by the Department. The Contractor agrees that it shall correct all noted deficiencies identified 'by the Department consistent with a Department approved Corrective Action Plan (CAP) within the speciffecfperiod of time set forth in the Contractor's.CAP. g. That the Contractor's failure to submit an acceptable CAP to the Department within the timeframe provided in the Department's notice, or failure to correct noted deficiencies, or failure to fully and permanently maintain implemented corrective action may, at the sole and exclusive discretion of the Department, result in: (1) The Contractor being deemed in breach or default of this Contract; (2) Suspension of program participation; (3) Withholding of payment to the Contractor by the Department; (4) Termination of this Contract for cause: and (5) The Contractor and the •Contractor's responsible principal(s) and responsible individuals) being disqualified from participation in the CCFP and listed on the USDA National Disqualified List. h. That the Contractor's failure to implement and maintain an approved corrective action(s) shall result in contract termination and disqualification and listing the Contractor, and the Contractor's responsible principal(s) and responsible individual(s) on the USDA National Disqualified List. That the Contractor's exclusive means of challenging the Department's determination of acceptable CAP submission, successful correction of deficiencies, suspension, and/or proposed termination and entry of named parties on the USDA National Disqualified List shall be the review procedures provided pursuant to the terms of this Contract and Title 7 Code of Federal Regulations, Part 226. 5. Upon termination or expiration of this Contract, for a period of three years from the end of the federal fiscal year in which the Contract is terminated or expires, the Contractor agrees to : a. Maintain all CCFP records and program related records, unless instructed by the Department to maintain those records for a longer period of time; b. Maintain all records pertaining to any unresolved audit or review for a minimum of three fiscal years plus the current fiscal year or until all outstanding issues are resolved; and Revised 6/2011 f a rious Department's authority regarding the issue end determination in toe Contractor c. toSumit to the Dep Notice of Serious. Deficiency may responsible princlpal(s) being added to the USDA National Disqualified List deficIiency. re. Failure i respond or and onresolve any 6. pursuant us responsible the requirements i ement sof pursuant to the requirements of Title 7 Code of Federal Regulations Part 226. J. DEPARTMENT AUTHORITY TO SEEK OTHER ACTIONS AT LAM apply to violation of the The Contractor agrees that administrative and criminal penalties may pP Y 1. whether performed by the terms of this Contract. acknowledges that any monitoring or review, 2. The Contractor hereby Agriculture, the Florida Department of Law Enforcement, the Florida t Department, the United States Department of Aganother entityoEnforcement, by ida Department of Financial Services, Division of Public Assistance Fraud or by a result in the initiation of criminal charges and that the Department will actively excludite and ng ssist anY Department may in such criminal prosecution. g• be applicable under any federal or state statute or local The CCFP sanctions he°r tamed Contractor violations shall not be construedas criminal or civil sanctions or ordinance; and other The CCFP sanctions, do not limit or replace the authority of the USDA, Comptroller well as any General, or 4' or civil or criminal action; Department to seek damages, precludes the Department from obtaining damage applicable federal and 5. Nothingytw in to rs Contract remedy authorized by law as a result of the CCFP.Contractor's breach of this Contract or violation of state rules and regulations pertaining K. INDEMNIFICATION1. applicable as to the Department in contracts executed between the indemnlficatfon is not vpp state agencies or subdivisions, as dalned in Indian natior°s. However, Flsutlh indemnificatiooria Statutes, or n provisions tween the Department and agencies or Department and federal sovereign Americra hs 2 and 3 of this section. and hold harmless the Department shall apply to the Contror in a CP 2. The Connttractoorr shall be liable for and shall indemnify, defend, tact, or omission by the officers, agents, and employees from all claims, suits, judgments, or damages, consequential or andthall of Its offic gs u operation actions, this Contractlect,or any subsequent performance or op otherwise and including ateorcrineoseesedunng thet P arising out of efs n ortanible intangible property. xcuse the modifications Contractor, difido its er ef, er employees or es evaluation lofe or intangible shall note given b modifications thereof, whether direct or indirect, and whether to any P the Department is Y 3 The Contractor's inability tevaluate even liability(7) days after such notice byafter service, e-mail or facsimile transmission. Only adjudication or judgment Contractor's duty to defend and indemnify highestcertified mail, equivalent delivery the Department. The The Contractor ap is e xhausted specifically finding the Coatis obligatioabandhtslenforcementoby ance of this provision. De rtmeisfshall pay all thets and fees related to this ' failure to notify Contractor of a claim shad not release the Contractor of the above duty to defend. Department's L. ASSIGNMENTS AND SUBCONTRACTS management of its operation; a. The Contractor agrees: it shall beContractor responsble for the administration and financial subcontracts or agreements affecting the Program subsequent to the b. It shall not enter into prior written approval; execution c. this if it intends dwithout the Department's ram related subcontracts it shall: (f) intends to enter intoanymen � Provide the Department written notice rofvth�l intended subcontract. intentroitttieTho�. aOtice shall and the 0thename of the intended subcontractor, the name of its principal includ., dates reflecting the proposed estimated total value of that contract; P artment any required budget up (2) Provide the Department Department; and expense for evaluation; approved by the artment subcontractor's exp orof this Contract should the D p (3) Not purer e a subcontractor subcontract until — — (4) Not pursue a subcontractor relationship in support subcontract for CCFP not approve such subcontract. tees that the Department artment shall not approve any The Contractor a9 financial management, eligibility review andapproval, 2.but not limited to, program management functions, including determinations, monitoring, and submission of claims for preparation and maintenance of enrollment rosters, tiering • reimbursement. Approval or disapproval of CCFP related subcontracts shall be at the sole discretias on of the 3. approved by the Department shallcosts for be null a they unauthorized subcontract the Department. Any Program relatedndthesubcoparment's esponsibility to reimburse any provisions of this Contract and Deerations. performed and all expenses incurred for subcontract support of the Contractor's operations. responsible for all work p� 4. The Contractor shall be Department. If the Department permits the Contractor to subcontract part theemworing the CCFP on behalfderthis Contract, entering into subcontracts with vendors forservices and of work contemplated under ehis eDincluding 'ties the Contractor agrees that the Department shall not be liable to the subcontractor for anyexpensesPDepartment r ll commodities, expense, will theesubc the Dto y expenses iandrlia red under the subcontract and the Contractor Contractor,sat itsl exp liable to subcontractor for a expenses and liabilities incurred under the subcontract. against such claims. 8 5. The State of Florida shall at all times be entitled to assign or transfer its rights, duties, or obligations under this Contract to another governmental agency in the State of Florida, upon giving prior written notice to the Contractor. M. CONDITION FOR RECEIPT -OF FEDERAL FUNDS In compliance with the American Recovery and Reinvestment Act (ARRA) and the Federal Funding Accountability and Transparency Act, no payment will be issued to the Contractor until it has obtained a Data Universal Number System (DUNS) number. This may be found at http://fedgov.dnb.com/webform. N. :MEET ADDITIONAL REQUIREMENTS TO MAINTAIN PARTICIPATION IN CCFP 1. l Employer Identification Number a. Contractor Legal The Contractor agrees ethatdit shallamain maintain its participation in the CCFPlN) underall th sot be Contractnunder its approved legal name and FEIN. b. The Contractor agrees that it shall not change its legal name or FEIN under this Contract. c. The Contractor agrees to immediate termination of this Contract:iffhe Contractor changes its legal name or FEIN. Such termination shall be subject to all requirements of this Contract. • 2. The Contractor shall: a. Prior to doing business with. the State of Florida, submit a W-9 to the Florida Department of Financial Services (DFS) electronically via the Vendor Website at https://flvendor.myfloridacfo.com; b. Notify the Department and the Florida Department of Financial Services. (DFS) of any changes in W-9 information within 10 calendar days. 3. The Contractor hereby agrees to submit all valid claims for reimbursement consistent with the following requirements: a. Claims for reimbursement shall be supported by required records maintained in sufficient. detail to• justify the reimbursement claimed; b. Records shall be available to support. the claim and the Contractor's act of claim submission shall be a certification that such records are maintained in the Contractor's files to substantiate each claim submission; c. Claims for reimbursement shall be submitted to arrive at the Department no later than 60 days following the last day of the month covered by the claim. A one-time exception may be granted upon Department approval within any 36 month period. If approved, payment of the late claim is subject to funds availability. Any claim submitted outside of this requirement shall be denied; d. Subject to the terms of this Contract, the Contractor shall submit monthly claims for reimbursement to the Department for each month that the Contractor is eligible to file claims, commencing the first full month after the Contractor's approved CCFP begin date. The Department may terminate The Contract.for. failure to operate the Program (serve reimbursable meals, maintain records, file timely claims, etc.) for three consecutive months. 4. Corporations are recognized under the law as 'natural persons and may participate in the CCFP. The Corporation and each of its responsible principals or responsible individuals (as defined pursuant to. 7 CFR placed on the National Disqualified List. §226) shall be subject to all CCFP requirements and may be individually disqualified from the CCFP and individually • 5. Federal CCFP funds are subject to greater oversight. • The Department performs a fiduciary function, on behalf of the taxpayers. Therefore, the provisions of this C.ontract shall apply to all Contractors organized as Corporations whether or not that corporation's stock is publicly traded. 6. During the term of this Contract the Contractor agrees that any proposed sale, transfer, or other conveyance or pledge of CCFP assets shall not be executed as long as the Contractor participates in the -CCFP unless, the Contractor has obtained prior Department approval of that transaction. a• The Contractor shall notify the Department in writing of its intent to sell, transfer, convey, or pledge any" assets purchased with CCFP funds. The Contractor's notice shall state the name or names of the intended purchasers, transferees or creditors and be provided to the Department in writing no less than 30 days prior to the • date of such proposed change. The Department may also obtain such information from the Florida Department of State, should it choose to do so in addition to any contractor notification provided. b. The Department shall either agree to or decline the proposed change and provide the Contractor written notification of its decision. If the Contractor chooses to pursue the proposed change after the Department declines, the Contractor agrees to notify the Department of the sale. This Contract shall terminate upon the date of that sale, consistent with the terms of this Contract. The Department shall not pay any claims from the Contractor or its designated assignee for meal services occurring after the Contract termination date. c. If it is discovered or reported that from the date of the Contractor's initial CCFP application more than fifty percent (50%) of the stock of the Contractor's corporation is sold, transferred, otherwise conveyed or pledged, the Contractor agrees that this Contract shall terminate immediately. d. Failure .of the Contractor to provide such notice may result in the Department issuing a Notice of Serious Deficiency and Notice of Proposed Termination and Disqualification of ._Responsible Principals and Responsible Individuals and immediate termination of this Contract. • 7. If a contractor fails to complete all responsibilities under this Contract, the Contractor and its responsible principals and responsible individuals may be disqualified from further participation in the CCFP and placed on the USDA National Disqualified List. D. CONDITIONS FOR RETURN OF FUNDS To return to the Department any overpayments due to unearned funds pursuant to the terms of this Contract or applicable state or federal law, rules, regulations, instructions, policies, procedures or manuals, that are used by the Department in its administration of the CCFP. In the event that the Contractor or its independent auditor discovers thal an overpayment has been made, the Contractor shall notify the Department by certified mail within Revised 6/2011 has been made, the Department first discovers en overpaymentursuant to the In the event that the Dep R®payment shall be pursuant instructions five art dent of such discovery• letter of such a finding. federaltmadeaw, (5)the Contractor bytrtoinstructions the Department will notify sponsored facilities and a contractor's payment Department's instructions aretio not to the Contractor aoar' shall include sponsor f require Y may include but are limited Department. in requirements with recordkeep g rrient for any P. Pthe URES FOR DISALLOWANCE c PROGRAM PAYMENTS Department shall disallow pg re uirem me In the event the Department discovers fore Contractor's failure to reimbursement, the Dep comply to records supported directly supporting hingsupport claims for reimbursement may pertaining orted by such records. Records that menu original receipts i the meals and/ to, not euan price meal applications, daily meal counts, The records,oon may appeal and not limitedesf free and nseced and attendance records. Depicts for CCFP expenses, enrollment records, Departmen t's decision to disallow Program payments as described in Section II,B of this Contract. is Q. INDEPENDENT CAPACITY OF THE CONTRACTOR for the agreed between the parties that the Contractor by this an 1. In performance of this Contract, It I lile performance of all tasks contemplated or subcontractors In performance this Contract, independent contractor and that the. Contractor of the Department. Contract, which are not the exclusive Its responsibility employees, employee, or agentcofothe State of 2, ThepContractor, de officers, agents, Department unless capacity of an Independent contractor and not as an officer, Florida.shallact in the ont Y resent to others that It has the authority to bind the FloriThe Contractor shallt not rep employees,subcontractorsperforming specifically authorized in writing to do so. agents, and its eet as anot resuit entitled of p to state 3. The Contractor, its officers, g other compensation of state employ be necessary to ensure that each retirement benefits, state leave benefits, or to any agrees to take such actions as may the duties and obligations of this Contract. q The Contractor tenant Contractor and will not be consideredor joint venture, or partner of the State of Florida. subcontractor of the Contractor fnservant will be deemed to be an independent permitted to be an agent, the Department. R. TRAINING AThe SECURITY agrees to attend all meetings and training sessions required by p 1 The Contractor contain reports, r bothd infFloridaandn whatever form, in e cords contain information that i tscfofrmsntiap under Flrida federal law. e 2 CCFP re documents, Contractor agrees to maintain any and all records, protect the records. a the Contract for secure location with access c thats is suecornsl. limited e to expressly revisions thatsathel constitute or is acting pees and all ofshall: Access to Records. It is expressly understood Contractor is on behalf the or herein 3 Public to ce I with public record access P D which and refusal may comply the Department in Department unilaterally terminate pant of any requests i Therefore, for public the records; by which the p Not grantn notify the Department ro ri approved a' access to or release records of any nature until p p� Y b. Not public access to all documents, writing; When instructed pursuant to the terms of this Contract, allow p requiredt by Article I,Sectiontic24, ms of all State c• protected from Florida Statutes, 7 CFR §226 at no additional cor ostt adme inistrative a to Department; papers, letters, or other magterials related to this Contract a Ulred by Constitution and Chap Maintain the confidentiality of all records req fees and d.reasonable attorney disclosure; Department harmless from any claim or damage including Hold the Dep o a result of the Contractor's improper disclosure .of confidential and records e. fine penalty imposed as the imp same e the Contractor's s expense; whethercosts or pour any record or o Y Department against public not aepartmlent access toanypaper or electronic records that contain data relevant to this Allow the Department mf. anagement information or data. Contract and associated many policy non -pricing or pricing p Y participation under either the non-p g without written S. DESIGNATION OF NON -PRICING OR Pes RICING POLICY p its designated policy 1 The Contractor Program. The Contractor shall not change on entry into the Prog artici ate under one of the following: anted below upon A artment. The Contractor shall select and p P approval from the Department. Policylisted on the Site Information 2. Ton-Pricingregardless r race, Theon Contractor agrees that all children in attendance atno site(s)child in the course of the meal a,are offered the same meal at alert separateecharge reg Form(s) or disability, and there is no discrimination against and/or Provider Information Forms or disability. arsons directly connected with color, sex, age, national origin, sex, age, national origin, information to p service based on The Contractor agrees to limit access to eligibility b.ant of the CCFP. the administration and enforcement 3 Pricing Policy to charge separately for meaisv b hakfasttand nomore15 cearge nts fore es • The Contractor agreeso a. rice lunch or supper, 30 cents for areduced-p `'P 40 cents for areduced-p rice meals to any child enrolled at the site(s) reduced -price snack. agrees to serve free or reduced -price b. The rmatr n F a9Food isAwithin the Programure(federally known the 'on Form(s) whose household income falls within current Florida income Eligibility benefits from the ies aknown listed on the Site Information or Temporary' Assistant.. to Needy Guidelines oral whose householdAssistance b SNAP) Supplemental Nutrition Assistant Program10 c. The Contractor agrees to provide these benefits to children from households that are experiencing strikes, layoffs, and unemployment which causes the household income to fall within the criteria set forth in the current income eligibility guidelines. d. The Contractor agrees to collect meal payments outside'of the meal period in a manner that does not identify the eligibility status of children receiving free or reduced -price meals to those not involved in the collection of meal payments. To protect the anonymity of eligible children receiving free or reduced -price meals, one of four methods will be used for collection: 1) daily collection at a designated time and place; 2) weekly collection at a designated time and place; 3) monthly collection at a designated time and place; or 4) billing statement to parents/participants. e. The Contractor agrees that there will be no overt identification of free and reduced -price meal recipients and no discrimination against any participants on the basis of race, color, national origin, sex, age, or disability. f. The Contractor agrees to implement the following policy in determining the eligibility of program participants. (1) The Contractor agrees to send to each household a Parent Letter and Application for Free or Reduced -price Meals based on the samples and procedures provided by the Department. of Health. Parents/Guardians will be requested to complete the Application and return it to the Contractor's or site's determining official for review. Such -Applications will be maintained on file for three years after the end of the year in which they pertain. Applications may be filed at any time during the year. Any family member enrolling a child in a site for the first time, at any time during the year, will be supplied with such documents. If a child transfers•from one site to another under the jurisdiction of the same contractor, the eligibility for free or reduced -price meals will be transferred. All qualifying children from the same household will receive the same benefits. Within fourteen calendar days of receipt of Applications, parents/guardians will be notified individually of the approval or denial of their Application. Children will .be served meals based on eligibility category immediately upon the determination of their eligibility. When an' Application is rejected, parents or guardians will be informed 'of the reason for.denial, the availability of a hearing procedure, and the name and address of the designated hearing official. • (2) The Contractor agrees to designate the administrative position responsible for reviewing Applications and making determinations of .eligibility. This official will use the criteria outlined in this .policy to determine which individual children are eligible to receive free or reduced -price meals. g. The Contractor agrees to annually provide a public release containing information from the sample to the media serving the area from which the center draws its attendance. h. The Contractor agrees to establish an appeal and hearing procedure for use when participant benefits are denied or terminated as a result of verification. During the appeal and hearing the child will continue to receive free or reduced price meals. Prior to initiating the hearing procedure, the parent/guardian or local official will be permitted to request a conference to discuss the situation, present information, and obtain an .explanation of information submitted on the Application and decisions made. Such a conference will not in any way be allowed to prejudice or diminish the right 10 a fair.hearing. The hearing procedure will provide the household and/or designated representative with: (1) A simple, publicly announced method to make an oral or written request for a hearing. (2) An opportunity to be assisted or represented by an attorney or other person in -presenting its appeal. (3) An opportunity to examine, prior to and• during the hearing, any documents, and records presented to support •the decision under appeal. (4). A hearing held with reasonable promptness and convenience, and with adequate • notice . given as to the time and place of the hearing. (5) An opportunity to present oral or documentary evidence and to make an argument that supports its position. (6) An opportunity to question or refute any testimony or other evidence and to confront and cross-examine any adverse witnesses. (7) A hearing conducted and the final determination made by a hearing official who did not participate in making the decision being appealed or in any previously held conference. (8) A determination by the hearing official based on the .oral and documentary evidence presented at the hearing and made a part of the hearing record. (9) Written notification of the decision of the hearing official. j. The Contractor agrees to prepare a written record for each hearing, which includes the challenge. or the decision under appeal, any documentary evidence and a summary of any oral testimony presented of the hearing, the decision of the hearing official, including the reasons therefore, and a copy of the notification to the parties concerned with the decision of the hearing official. k. The Contractor agrees to preserve a written record of each hearing for a period of three years and make available for examination by the parties concerned or their representatives at any reasonable time and .place during the period. T. MEET ADDITIONAL REQUIREMENTS WHEN SERVING AS A SPONSOR 1. Comply with all CCFP requirements relevant to its function as a Sponsor Organization; 2. Conduct all Administrative Reviews for suspension and/or disqualification consistent with the requirements of 7 CFR §226 and applicable procedure manuals and Department requirements; Incrementally report the result of all reviews to the Department as instructed; 4. Reopen administrative reviews when the Department so directs and conduct such reviews in compliance with 7 CFR §226 and the Department's instructions; itate the issue of a formal 5. Record the reopened administrative resolut on of ideflclenclos the Depertmentridentlfiesfinding and forward that finding to the parties and Deprtment in U. CONTRACT AMENDMENT PROCEDURES a, The Department shall have the right to amend the Contract from time to time as required under the 1. Contract Amendment d Program's regulations or for operational necessity. b. Such amendment, executed by t no later t 2Depar of receipt shall bef amendment: to the Contractor's last reporte mailing address. () ContSignothe ar mendment and return a copy to the Department; or (2) Provide the Department written notice of its tne tent to withdraw from the Program. c. Amendments to the Contract shall be effective upon of: (1) 30 days after receipt of the amendment; or (2) 35 days after the Notice of Amendment is mailed to the Contractor. The Amendment shall be adopted by reference into the original Contract and considered effective d. against all parties at the endthe applicable 30 day period unteas: (1) The Contractor submits written notice of objection to the amendment and Its Intent o withdraw from the (2) gram within 30 drtta enbwithdrawsceipt fthe amendment; the amendment, or • The Depa m a. 2. The Contractor shall. the Department by not objecting within 30 Elect to comply with the contract amendments issued by b.Provide de written notice of objection and withdrawal from the Program to the Department within the days from the date of receipt of the. proposed amendment; or earlier of: ritten notice of contract amendment; or (1) 30 days from the date of the receipt of th e w (2) 35 days after the Department malls the Contractor notice of the contract amendment. V. FOOD SAFETY AND SANITATION REQUIREMENTS y 1. The Contractor hereby expressly agrees that the olocal,rstat ll only claarl health andisafety approvedreimbursement for those meals that are served according to applicable requirements. 2. agrees that it understands that its participaocal,c t child The terms and conditions of this Contract shall in no fashion be used for purposes other than participation in theeresponsible The Cr any additional hereby further ag child care tity with a food permitdbyor formal facilities are solely responsible for any additional iicensure or certifications that may be required by federal authority. The terms of this Contract do not provide any comI with all food safety and sanitation requirements as approval for Its food preparation facility or operation. 3. Participating cheda�ationecooking are cnters uand/or st serving of meals. they apply to the food storage, p P II. THE DEPARTMENT AGREES TO: A. PROVIDE AUTHORIZED REIMBURSEMENT applicable rules, costs he Reimburse the Contractor frocedures,4 and/or manuals.nd other allowable Claims ; or s fu rther ubur me tnot filed with the regulations, atmest c 0 daysinstructions, policies, pallbe from USDA,lowedgrant Department within though is not required to, at its sole ose of the nd discretion and with claimany necessary approval an exception may,Payrnent of any late claims is subject to availability of funds. an exception to this requirement. terms of this Contract, or any ION policies, instructions, procedures, or B. - PROVIDE REQUIRED PROCEDURE FOR REVIEW OF ADMINISTRATIVE ACTION Should the Contractor violate any governing the program, and as a result, the Department acts to withhold in the program, the Contractor shall be informed of its manuals, or the -rules, or tregulations the and laws funds l rights.o restrict or timely request foranappeal, participation appeal bUpon timely req the Contractor shall be accorded an administrative review only if required by federal law pursuant to Title 7 Code of Federal Regulations Part 226. C. CONDUCT PERIODIC INSPECTION AND REPORTS a era, documents, goodsfa of the and services which are relevant to this Contract nvanand/or interview anyt shall To inspect or evaluate thContractor's records (including electronic storage media), p Contractor's and/or nts or employees. Contractor's Upon completion of any such inspection Department's event shalt Contracthr's clients or A ort shall describe the Dep ation provide the Contractor a written report of its findings. The written report of the Contractor's performance of its responsibilities and obligations as outlined in this Contract. D. SPECIFY IN WRITING WHEN RESPONSE TO DEFICIENCIES ARE DUE provide the Contractor a To provide the Contractor a written feWhenrt lits findings and a date certain appl cable, the Department shall alsowhich ts ittene Contractor must p written a writtenoSerious e actionnplan (CAP). written Notice of.Serious Deficiency with a date certain by which the Contractor must provide E. NOTIFY CONTRACTOR ff ctor D CISION IN WRITING notice of the acceptance or rejection of the Contractor's CAP. The To provide the Con nanartm ant shall issue written notice to the last 2 ported address for the Contractor and those responsible individuals and responsible principals described in the applicable governing regulation and procedure manuals when the rejection of a CAP requires termination of this Contract and disqualification of the Contractor and responsible individuals and responsible principals. I11. THE DEPARTMENT AND THE CONTRACTOR MUTUALLY AGREE: A. DEFINITION OF TERM • The parties hereby agree that the term conviction shall mean having been found guilty, with or without adjudication of guilt, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. B. EFFECTIVE AND ENDING DATES This .shall be a permanent contract as of the date on which the Contract has been signed by both parties, pursuant to Title 7 Code of Federal Regulations Part 226.11. The Contractor shall provide annual confirmation of compliance and all other records required pursuant to this Contract and notice issued by the Department. C. CONTRACT IS LEGAL BINDING AGREEMENT This Contract is a legal binding agreement between the Contractor and the Department. Consistent with the requirements of 7 CFR §226.6(b)(4), the terms of this Contract are applied uniformly throughout the state .and are not subject to negotiation. The entire contract between the parties shall be in writing and be subject to the contract amendment procedure described in this Contract. D. CONDITIONAL CONTRACT 1. The parties intend this Contract 'to be conditioned upon the Contractor remaining eligible to participate in the CCFP. The requirements in this section apply if this Contract is being entered into during a,period in which the .Department has notified the Contractor that it intends to terminate the Contractor's current CCFP Contract...... 2. The Parties hereby agree that should the Contractor choose to appeal a decision of the Department and request an administrative hearing, that hearing shall occur in sufficient time to permit the issue of a Final Order in the case within 60 days of thedate the Department receives the Contractor's request for hearing. Such determination shall be exclusively that of the Administrative Review Official (ARO) responsible for the appeal. The Contractor hereby agrees to cooperate in the efficient administration of the hearing process and that no continuance shall be requested nor granted that would require the Department to exceed the .60 day limitation of this clause and 7 CFR §226.6(k)(5)(ix). a. The Contractor agrees to provide an authorized representative to represent the interests of the institution and/or his or her interests should the Contractor request an in person hearing and subsequently be unable to attend in sufficient time to permit the issue of a Final Order within the 60 day limitation of 7 CFR 226.6(k)(5)(ix). b. Should the Contractor request an in person hearing and be unable to attend and fails to nominate an authorized representative to attend in their place, the Contractor shall waive the right to personal appearance and the requested administrative review and the Department's action shall become final. c. A Final Order shall be issued upon conclusion of the administrative review to occur no later than 60 days of the Department's receipt of the Petitioner's request for the administrative review. .Such timeframe is an administrative requirement for the Department and may not be used as a basis for overturning the Departments action if a decision is not made within the specified timeframe. 3....If the ARO upholds the Department's current intendedaction to terminate the Contract with the Contractor, the following additional potential results shall apply: • a. This current Contract shall be terminated upon the date of the Final Order, in the administrative case without further action or notification by the CCFP; b. Consistent with the ARO's Final Order the Contractor and each named responsible individual and responsible principal shall be disqualified from further participation in the CCFP and each name shall be entered on the USDA National Disqualified List. Those named parties shall be precluded from further participation in the CCFP for a period of seven years or until any funds due the Department are repaid, whichever occurs later; and c. Claims for goods or services provided after therendition of the Final Order shall not be payable. Necessary and reasonable costs of ceasing CCFP participation may be reimbursable, conditioned 'upon submission of required documentation and Department approval of those costs. However, the Department shall offset reimbursement for allowed close-out costs against any outstanding CCFP debt the Contractor may owe as of the date of the Final Order. 4. The termination of this Contract upon rendition of a Final Order shall not be automatically stayed pending any appeal of or challenge to the Final Order. a. Such Stay may only be obtained by filing a Motion for Stay Pending Appeal with the ARO. If the Motion for Stay is granted, the Contractor shall be permitted to continue to participate and receive CCFP reimbursement for eligible meals served, and allowable administrative costs incurred until the time for appeal has expired, the administrative review is completed, or the appeal is dismissed. The Contractor shall waive its right to seek such Stay if it fails to file a Motion for Stay within the period authorized in Sec. 120.68, F.S. b. The Contractor shall waive its right to appeal the Final Order if it fails to file one copy of a Notice of Appeal with the Agency Clerk of the Department of Health and a second copy, accompanied by the filing fees required by law, with the First District Court of Appeal, Tallahassee, Florida. The Notice of Appeal must be filed within 30 days of the rendition of the ARO's Final Order. o..,.;.....+ cis n.s E. PROCEDURES AND NOTICES BENT TO CONTRACTOR'S ADDRESS OF RECORD the Department 1. All written notices descrtricipagan tion shall be malon oleddor taken to the Latest addresss on file with Th Contractor's is CCFP reimbursement ocurrent participation The Contractor shall ensurethatits that the treet and Department mailingaddresses consider all noticeseaslth the Department at all rece received by the Contractor times. and 2. The parties agree five days after being sent to the last address the Contractor its responsible principal(s) and responsible individual(s) Y reported to the Department. applicableWS state and federal laws, regulations and policies does not F. TheePONuIe of TO OBSERVE Contract ALLGOVERNINGLAWS failure of this to cite all applicable requirements specified in state and federal laws, waive the Contractor's responsibility to comply with all regulations, and policy. G. NON -WAIVER 1. The Department shall have the right to declare any violation, deficiency, or default and take such ror i nlon, condition or covenant in this Contract shell not be action as may be lawful or authorizedihereunder, n any t inlaw or in equity. 2.• A Department waiver of term, p other term, provision, condition or covenant hereof, deemed to imply or constitute a further Department waiver of any and no payment by the Department shall be deemed a wairevat a ver of any default hereunder. 3, The Department and Contractor exp Y nee that the Department's failure to declare any g violation, deficiency or default immediately on occurrence,or or failure to take any action in connection with that occurrence, does not waive such violation, deficiency, y. CONTRACTOR'S NOTIFICATION OF RESPONSIBLE PARTIES 1. Pursuant to 7 CFR §226, the Contractor's e responsible po e lbl Director/CEO, Chairmanoftble Board and Board including but not limited to the CCFP Manager, Owner(s), Executive Dir pursuant to the terms of this Contract. These named Members, may become parties to a disqualification proceeding parties are defined in 7 CFR §226.2, which shall control which individuals shall be named parties in any disqualification proceeding. 2. The Contractor , Chairman of the Board,others Board Contract, it and inform anyits other CCFP responsible Ownerals Executiveresponsible s bte ndCEO,art to a id or volunvoluntary principals and responsible individuals thorganization, of to becoming9la individual t Ala comply disqualification with the participation non in the tractor or's ergan proceeding. The Contractor shall ensure that all responsible principals and responsible terms of this Contract and all governing requirements listed herein. 3. The. Department agrees that upon the determination of a serious deficiency, it shall notify the Contractor's responsible principals and applicable responsible individuals of the cited deficiencies. ( CONDITIONS OF TERMINATION be terminated without cause upon no Said noticeless than sirty hall 1.0) Termination at Will. This Contract a may to between the parties in writing. proofith e calendared days notice in ransm unless a lesser timed is -agreed f delivered by facsimile transmission, email, certified mail -return receipt requestel d, compensatedor in person 1for approved delivery.• a. In the event termination of this Contract at will, the Contractor w Program costs lawfully incurred prior to termination: The Contractor shall be permitted to voluntarily terminate this Contract after the date the b.Hresult in the processs self and therefore may ermination Department issues a Notice of Snot die ontinue the serious deficiency rover, the beingomayontth the under such theircomsacncea does not d DA _names of Contractor and its responsible principal(s) and responsible individual(s) placed National Disqualified List. 2. Termination Because Lack Contact Funds. uponlno less than twenty-four funds fourr (24) hours notice intbecome writ writing to unavailable, the Department mayshall beterminate-the The Department shall be the final authority as to the availability and the Contractor. Said notice shallobf deedVery red by facsimile transmission, email,. certified mail - return receipt requested, or in person with proof s adequacy of funds. 3. Termination for Cause. The Department mayf the mina e this Cofietractts identified abut not lr cause fr the imited to,' noncompliance with any provision of this Contract or for any o those in Attachment 1. permanent unless either the Department or Contractor takes the edesignatedother • 4 The Contract shall be pe__. additional actions described in this e Contract. reccntract may be e pt of the Contracfor s written noticeof otherwise prohibited -- provlsioris•of"th'is-Coritr:acl; upon P • a. Objection to a Contract Amendment; and b. Election to withdraw from the Program within 30 days of receipt of the Departments' written notification of a proposed amendment to the Contract. J. ENFOR 1. applicable law. instructions, or force and effect CEMENT Each provision oflhis Crrrttract"shall"be interpreted mCCu0hrules�egutabons, pollicies,dprolcedu procedures, If any term or provision of the Contract or of any manuals is found to be illegal or unenforceable, stn f orceable, the remainder of the Contract shall remain in full and such term or provision shall 14 2. Subsequent to execution of this Contract, if a direct conflict between the terms of this Contract and Federal Program requirements stated in Title 7 Code of Federal Regulations Part 226 and associated Program regulation and policy occurs, such conflict shall be resolved in favor of the current Federal Program requirement for only those parts of this Contract's requirements in direct conflict with Federal Program requirements. All other provisions shall remain unchanged. K. EXCLUSIVE VENUE PROVISION 1. Venue for any action arising from the terms of this Contract or the application of state or federal law to any dispute between the parties to this Contract shall be Leon County, Florida to the exclusion of all other courts and jurisdictions. 2. Any action regarding this Contract or the application of state or federal law to any dispute between the parties to this Contract shall be brought to the Department for an administrative hearing that shall be conducted in Leon County, .Florida to the exclusion of all other courts and jurisdictions. 3. Any non -administrative action regarding this Contract or the application of state or.federal law to any dispute between the parties to this Contract shall be conducted in Leon County, Florida to the exclusion of all other courts and jurisdictions. 4. Any appeal of a lower court or administrative hearing shall be.to the First District Court of Appeal, in Leon County, Honda to the exclusion of all othercourts and jurisdictions. L. ENTIRE CONTRACT; AMENDMENTS 1. This Contract constitutes the entire Contract between the parties. 2. The Contract may be amended only by: a. The Department issuance of an amendment; and b. Expiration of time for. the Contractor to reject an amendment and withdraw from the Program•as described in the Contract. 3. • Amendments issued by the Department and accepted by the Contractor consistent with the terms of the Contract shall take precedence over any ten-ns or conditions in the original Contract unless expressly stated otherwise in the Amendment. M. CONSTRUCTION OR INTERPRETATION OF CONTRACT 1. Whenever possible, each provision of this Contract shall be interpreted in such a way as to be effective and valid under applicable law. If a provision is found to be ineffective, that provision shall be ineffective only to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Contract. 2. Titles and Headings. Titles and headings to articles, sections, or paragraphs in this Contract are inserted for convenience of reference only and are not intended to effect the interpretation or construction of the Contract. 3. Remedies Cumulative. The remedies provided in this Contract shall be cumulative, and the assertion by any party of any right or remedy shall not preclude the assertion by such party .of any other rights or the seeking of any other remedies. 4. Conflict between This Contract and Federal Program Requirements. a. The terms of this Contract shall govern the conduct of the parties; • b. Any direct conflict between the terms of this Contract and CCFP Federal Program requirements stated in 7 CFR §226 and associated Program regulations and policies shall be resolved in favor of the current Federal Program requirement for only those parts of this Contract's requirements in direct conflict with. Federal Program requirements. All other provisions shall remain unchanged. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK Revised 6/2011 c ru FEuR_E PAC -kg As the Contractor's authorized representative empowered to commit to the terms of this Contract, Ihave been Floridah an pressry advis ed to seek legal advice regarding the terms of hindivis'Contract wttnterests of associated attorney iii ensed in theindi to of Department or its agents regarding this Contra t an d the als Frepresenting the interests of the corporation and/orresent. Ihave considered seeking appropriate named herein, Ihave notorelied upon anye advice empowered to rep a legal e.1rights fore re myself othose whooI am amp advice. I have read the above Contract and understand each section and paragraph. self and those who I am Bypo 9agree to notify the Contractor's responsible principals and responsible signature I eoknnwleegprhssly enter into this Contract freely Director/CEO, behalf. Chairman of the Board, empowered including repreaeExecutive D aroing the er Board is Members ando the CCFP Manager, orin ipalsOwna s), Members, and any other responsible principals and responsible individuals of their liability rag compliance with this Contract. Contract and Its subjec�attachment�o be INA WITNESS THEREOe, the ndtAt hereoo have dopsed this 16 page Attachment 1, Attachment 2, and Attachment 3, adopted and incorporated into this Contract b reference, executed by their undersigned official as duly authorized. CONTRACTOR: A-2384 (Authorization Number) Cit of Miami —parks and Recreation (Legal Name of Organization) (D/B/A Name) W 2nd Avsnue (Address) 31 EE ATTACHED SIGNATURE SHEET SIGNATURE of Chairman of the Board, President, Executive Director, Majority Owner, or Delegated Authority PRINTED NAME: TITLE: DATE. _--- ,cf -c:\ m BUREAU OF 1i'\\ CNILDCAAE.;,,:i ) NOV 2011 w Atl, GRAMS p "TA FL i T STATE OF FLORIDA DEPARTMENT OF HEALTH: • Maria Williamson, Chief, Bureau of Childcare Food Programs DATE: / 16 CITY OF MIAMI, a Florida Municipal Corporation By: Jo ay Marti -z, City anager Date: Attest: By j/4-81 Priscilla A. Thompson, City Cleilc Date: / " 74/ Approved as to Form and Correctness: By: :Tub Bru, Cite kttorne3A Date: /7 c 7b i Approved as to Insurance .equ'rffments: By: Calvin "Ellis, ' 'sk M•nagement Date: /0 M r l� Authorized by Miami City Commission Resolution No. R-11-0373. adopted September 27. 2011. (Copy Attached) FLORIDA DENARTNIDNT OF k� /fTATrJrf CHILD CARE FOOD PROGRAM PERMANENT CONTRACT ATTACHMENT 1 COMMON EXAMPLES.OF SERIOUS DEFICIENCIES This attachment incorporates the most common examples of serious deficiencies listed'in Title 7 Code of Federal Regulations Part 226 and provides example descriptions of non-compliance with program requirements. The list of deficiencies shall be updated from time to time in contract amendment pursuant to the terms of this Contract. Contractors who commit or engage in any serious deficiencies described in the federal and state laws, regulations, procedure manuals and policies shown in Section I of this Contract, including but not limited to those incorporated herein, shall be subject to termination and disqualification from the Child Care Food Program (CCFP). 1. Submission of false information to the Department and/or filing claims based on false or fraudulent records • Failure to disclose ineligible officers, directors, key employees • Listing fictitious employees/officers/board members on an application • Claiming tax-exempt status when denied, rescinded, or in any fashion no longer available • Submitting the IRS tax-exempt determination letter of a different or defunct organization • • Concealing a conviction for any activity occurring during theprevious seven years that indicates a lack of business integrity • Falsification of documentation to support claims • Falsification of information or documents in order to obtain. and/or maintain CCFP participation 2. Permitting an individual on the USDA National Disqualified List to serve in a principal capacity with the Contractor or at a site sponsored by the Contractor 3. Failure to operate the CCFP in conformance with performance standards established in Title 7 Code of Federal Regulations Part 226.6(b)(2)(vil), regarding financial viability -and financial management, administrative capability, and program accountability • Failure to ensure provision of adequate financial resources for daily program operations ......... • Failure to maintain adequate funds to withstand temporary interruptions in program payments and/or fiscal claims against the Contractor • Failure to maintain an adequate number and type of qualified staff to ensure proper CCFP operations • Failure to establish and implement intemal controls and other systems to ensure fiscal accountability • Failure of the Board of Directors to provide adequate program oversight 4. Failure to maintain adequate records • Failure to maintain appropriate records to document compliance with CCFP requirements including budgets,. approved budget amendments, and when applicable, management plans and records pertaining to facility operations Consistently missing/incomplete records during different reviews, complaint investigations, or audits Missing/incomplete/incorrect invoices, receipts, canceled checks, inventories resulting in false/inflated/unsubstantiated claimed costs • Cost records not maintained according to generally accepted accounting principles resulting in false/inflated/unsubstantiated claimed costs 5. Failure to adjust catered meal orders to conform to variations in the number of participants • Claiming meals based on the number of meals ordered/planned or the number of participants on the center roster, rather than the number of meals actually served 6. Non-compliance with applicable bid procedures and contract requirements of federal Child Nutrition Programs • Failure to competitively procure goods and services • Anti -competitive practices, such as collusion, kickbacks, conflicts of interest • Inclusion of non-competitive provisions in a bid, e.g., "successful bidder for a contract to provide meals must establish a scholarship fund" Ra,fienrl R/9M Child Care Food Program Permanent Contract Attachment 1, Page 2 7. Claiming reimbursement for meals not served to participants • • Claiming meals delivered or planned for as meals served to o articfor ai particular meal pants • Claiming meals for participants not present on a given day • Claiming meals served to non-existent children • Claiming meals served to non -enrolled children or to staff • Inflating meat counts facilities • Claiming nonexistent and non -participating .. Claiming meals for ineligible facilities • Claiming dual participating facilities • Claiming the same participant for the same meal at more than one facility 8. Claiming reirribursement for meals that do not meet CCFP requirements g, Use of a food service management company (caterer) that is in violation of health codes 10. Failure of a sponsoring organization to disburse payments to Its facilities in accordance with its management plan andlor CCFP requirements • Payments sent without endorsements or otherwise incomplete • • Payments made for other than the full amount the supplying facility or vendor is entitled to Payments made to a facility other than the facility that eamed the payment p permission of the facility deposits not initiated within 5 day timeframe of receipt of associated • Payments made to an entity/person other than the facility without express written p Checks not mailed or direct thereafter time frame • reimbursement from the Department or first business to daythereafter after facility bank account within 5 day Failure to ransfer full full ot y payments or failure to maintain full amount of facility facilitypayments in advances commingled bank account until checks clear Using facility reimbursement funds to paydaycare homes •• Using day care home funds to pay sponsored centers or center funds topan the CCFP Budget • Retaining sponsored center funds in excess of the percentage approved 11. History of administrative or financial mismanagement in any USDA child nutrition program Fod Service Program, National School Lunch • Institution left another child nutrition program (e.g, Summer Food in its operation Program, etc.) because of a serious documented problemapplies • Failure to maintain required corrective actions art of the CCFP (child care center for example) Institution terminated for serious deficiency in one p to administer a different part (day care homes for example) proprietary a ro rietary child care center during a calendar month in 12. Claiming reimbursement for meals served by it which the center does not meet Title nn eligibility requirements or Free and Reduced eligibility requirements, as applicable I 13. Failure by a sponsoring organization to properly classify individuals or homes in the correct reimbursement category 14. Failure of a sponsoring organization to properly exercise its oversight responsibilities • Failure to adequately monitor • Failure to require full, permanent, and systemic corrective actions• providers when issues of noncompliance Failure to impose sanctions on centers, sites, or daycare home p are identified• sus ension, Termination, disqualification and appeal procedures, as Failure to follow serious deficiency, P applicable 5. The fact that the Contractor or any of its principals have been declared ineligible to participate in a 1 ' requirements publicly funded program due to violating that programs 18 Child Care Food Program Permanent Contract Attachment 1, Page 3 16. Failure to make payment(s) to subcontractor(s) for program services rendered • Payments made for other than the full amount the subcontractor is entitled to • Checks not mailed within 5 business days after receipt of reimbursement or first business day thereafter • Using reimbursement funds claimed for subcontractor costs for purposes other than to make payment debt used to support the claim for reimbursement. • Failure to make all reimbursement payments to subcontractors subsequent to the voluntary or involuntary termination of this Contract • Failure to pay all outstanding debts incurred and claimed as part of the CCFP claims the Contractor submitted 17. The following acts or omissions are also serious deficiencies: • Failure to retain and matte available all records required under this Contract to the Department or appropriately designated entity • Failure to make records associated with the CCFP available upon request at a reasonable time and place • Failure to maintain current licensure requirements • Misuse of CCFP funds • Serious mismanagement (e.g. failure to monitor properly) • Failure to obtain a required audit.and/or submit audit reports to the Department within required time frames • Failure to notify the Department of change in IRS status • Violations of IRS regulations • Failure to remit periodic payments (required by statute or regulation) to regulatory agencies (e.g. employee withholding for income taxes, social security, unemployment compensation) • Failure to implement corrective action(s) within required timeframes • Failure to follow-up/require and maintain corrective action for facility review findings • Creating fictitious records • Failure to make required repayment of program funds to the Department • Failure to comply with state incorporation requirements • Paying employees salaries based on the number of homes/centers recruited; paying recruitment bounties • or bonuses • Failure to attend training required by the Department • interfering or obstructing a Department on -site or program review of the Contractor's performance under the terms of. this Contract • Failure to immediately remove a responsible principal or responsible individual, an officer, executive director, CCFP manager, another manager or member of the board upon the individual's conviction for any activity that indicates a lack of business integrity as defined in Title 7 CFR §226 and to include fraud, antitrust violations, embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, receiving stolen property, making false claims, obstruction of justice, tax evasion, tax fraud, failing to file tax returns, passing worthless checks, submission of false or fraudulent information to a state or federal agency, and penury or any other activity indicating e lack of business integrity • Failure to comply with the terms of this Contract which shall be identified as a failure to operate the Program in conformance with the performance standards set forth in Title 7 Code of Federal Regulations Part 226.6(b)(1)(xvii) and (b)(2)(vii) • Failure to obtain Department approval prior to entering into a CCFP related subcontract subsequent to . execution of the Permanent Contract between the Contractor and Department • Failure of a participating child care center to comply with all food safety and sanitation requirements required of that facility as they apply to food storage, preparation, cooking and/or serving of meals • Simultaneously performing services under this Contract and also operating as a registered caterer with the Florida Department of Health selling catered meals to unaffiliated or affiliated CCFP Contractors and/or facilities • Failure of a Contractor authorized individual to acknowledge site review findings by providing an authorized signature and/or written exceptions to findings on the site review form upon completion of the site review 18. Failure to comply with any other financial and/or administrative requirements of Title 7 Code of Federal Regulations, Parts 226; 3015; 3016; 3019; and 3052, and/or failure to comply with applicable federal or Department of Health CCFP rules, regulations, policies, instructions, procedures and/or manuals FLORIDA DEPARTMFNr OP 1 IHEALTI�i CHILD CARE FOOD PROGRAM PERMANENT CONTRACT ATTACHMENT 2 SERIOUS DEFICIENCY PROCESS AND ADMINISTRATIVE REVIEW PROCEDURES All Contractors are required to. abide by the requirements set forth in Title 7 Code of Federal Regulations Part 226. All notices of serious deficiency, notices of proposed termination and notices of proposed suspension shall be provided by the Department to the Contractor and its executive director/CEO, owner(s), CCFP manager, chairman of the board of directors and other responsible principals or responsible individuals, as applicable, by facsimile transmission, e-mall, certified mall or equivalent delivery service. If the Department determines that a contractor has failed to comply with a requirement of Title 7 Code of Federal Regulations Parts 226, 3015, 3016, 3019, 3052 and/or FNS Financial Management Instruction 796-2, Revision 3 and subsequent revisions, which constitute a serious deficiency, the Department shall issue a Notice • of Serious Deficiency that specifies the serious deficiency or deficiencies and provides a date certain by -which the Contractor shall file a corrective.action plan with the Department. If the corrective action plan is timely filed and is acceptable to the Department, the Department will conduct an : unannounced follow-up review of the Contractor. • If the follow-up review establishes that the, serious deficiencies noted in the Notice of Serious Deficiency appear to have been fully and permanently corrected, the Department will so notify the Contractor. If the follow-up review does not establish that the serious deficiencies have been fully and permanently corrected the Department may issue a Notice of Proposed Termination and Disqualification of Responsible Principals and Responsible individuals or the Department may choose to permit additional time to file or amend a corrective action plan. If the corrective action plan is not timely filed, the Department may take one of two actions. The Department may grant additional time to file or amend a corrective action plan. The Department may, alternatively, at its election issue a Notice of Proposed Termination and Disqualification of Responsible Principals and Responsible Individuals. If the corrective action plan is not acceptable to the Department it may take one of two actions. The Department may issue a Notice of Proposed Termination and Disqualification of Responsible Principals and Responsible • Individuals. The Department may also elect to conduct an unannounced follow-up review of the Contractor. During that review the Department shall determine if it shall grant the Contractor additional time to file: or amend a corrective action plan. Alternatively, the Department -may choose to proceed to issue a Notice of Proposed Termination and Disqualification of Responsible Principals and Responsible Individuals. If any program review identifies the same or. substantially the same serious deficiencies after a Notice of Serious Deficiency is temporarily deferred, the Department shall issue a Notice of Proposed Termination and Disqualification of Responsible Principals and Responsible Individuals since the previous serious deficiency(s) was not fully and permanently corrected. If the Department determines. that a contractor has filed a false or fraudulent claim, or if the Department determines that there is an imminent threat to the health or safety of program participants, or that the Contractor poses a threat to public health or safety, the Department may issue a Notice of Proposed Suspension and shall provide notice of the procedures for suspension review. In any such event, the Department shall propose termination and disqualification and provide notice of procedures for administrative review. Administrative Review Rights The Contractor is not entitled to administrative review of a Notice of Serious Deficiency. The Contractor is entitled to administrative review of other Department actions, as provided by Title 7 Code of Federal Regulations Part 226, which affect the Contractor's participation or reimbursements in the Child Care Food Program, including but not limited to proposed termination and disqualification. To obtain an administrative review, the Contractor and/or responsible principals or responsible individuals must request it in writing within 15 days of receipt of the Department's notice. The written request must be received by the Department of Health Agency Clerk, Sam Power, 4052 Bald Cypress Way, Bin No. A-02, Tallahassee, Florida 32399-1703; telephone number 850-245-4005, facsimile number 850-410-1448, within the time permitted. If no written request is submitted or if the written request is not received within 15 days of the Department's notice, then the Department's proposed action against the Contractor, responsible principals and responsible individuals shall no longer be subject to administrative review and the proposed action will become effective. The Agency Clerk will acknowledge receipt of the request for administrative review within 10. days and, if the request was timely filed, Revised 6/2011 20 Child Care Food Program Permanent Contract Attachment 2, Page 2 If the request for administrative review that not timely slynoled, the we appoint an adminify theve review official (ARO). If principals and responsible ger Department shall notify Contractorr, action has now taken effect. authorized and that the Department's proposed individuals must responsible principals, and responsible s after receipt of the Department action no later than submit documentationaySafter in support e If a timely written request is submitted, ibit} dtheh proposed e CContractor, res Department may f submit documentation in opposition its action within's notice ythe administrative of the Contractor's request official. The sative review. . the administrative and the Contractor. uest for administrative review. The administrative review officialwill n o consider 15 daysproposed actions based upon consider the Department's or or a responsible principal or Individual requests sucher a held in addition •to, or in lieu of, a review of written information only If It is not excluded by Title A hearing bill be h and the Contractor Codeeof Federal Regulationsqua 226.6(k)(9) prudent person Bide in the initial written request for dible,ltrustworthyreview. and woulda reasonably be eel relied upon by a p y hearingart may be represented by counsel, If a hearingeiis evidence nhut he or shed hr er normal daily ail and may cross examine wttnesaes. Witnesses may ve form. testify in the conduct oertiesomayrcalolrwltnessiesaotltetatlfy dither party permitted to testify in y adm requested, the p telephone and may official sworn over and telephone and may not used as days of the Department's receipt of a timely filed written request foriad iniew Live e will issue a decision within 60 r mfie t and mayam abu est administrative review, which is an administrative requirement for the Department and a basis for overturning the Department's action if a decision is not made within that agrees to cooperate in the 226, the Contractor that would processef and that no continuance shall be requested nor granted Consistent with the terms of this Contract and 7 CFR require h -administration Dpeof the heating uire the Department to exceed the 60 day limitation of this clause and 7 CFP.In} re 6s of the(institution and/or his req resent the The Contractor agrees to provide ct authorized representative ri g p arson hearing and subsequently be unable 5 IXttend in Should the sr her interests should the Conuractor renaest de in prequested administrative time tobe unable to attend and fails to nominate an authorized representative sufficientpermit the issue of a Final Order within the 60 day limitation of 7 C and the 6( )( to atarson hearing andpersonal appearance Contractor request an in p roe iew a in the iDepartment s action tshall become finor s.hall waive al fight to p� review individuals. The termination of this Contractao peon rendition Such tay ve review official's determination is thedfinal administrative determinationtobe afforded to the The administrate responsible principals and responsible i institution Final and Ystayed ending any appeal of or challenge to the ranted, the filing a Motion for Stay Pending.Appeal with the ARO. If the Motion for Stayis g a Order shall not be automatically p may only rbobtained by g and receive Program reimbursement ant for administrative eligible ev ew is serveContrd, and shall beallowable permitted to continue incurred toparticipate if it fails tos file a Motion review served, althea appeal administrative id°The Contractor tshall twave its right to seek such Stay completed, or the for Stay within the period authorized in Sec. 120.68, F.S. with the The Contractor shall waive its right to appeal the Final Order if it fails to file one copy of a Notice of Appeal s required ith De artment of Health and a second copy, accompanied emus y the Bled no ffeehin 30 iredsby haw,the (with Agency Clerk of the P eal, Tallahassee, Florida, The Notice of App the First District Court of App of the ARO's Final Order. Disqualified List USDA National responsible principals and responsible individuals do not timely request administrative review or if administrativethe re Food If a Contractor, rvie u holds the Department's proposed action for disqualification from laced ondt Ca National Prormereview P responsible. principals and responsible individuals will be p Disqualified the Contractor andlor States Agriculture and will be prohibited from participating in the Child Disqualified List with the Unieed°dSof sevDenpyearsUtAddionally, of if a contractor, respo sibl pri n ipal, r relist onil the e Care Food Program for e P debts owed under the Child Care Food Program, they will individual has failed to repay debt has been repaid. 21 F.�1 LORJDA DEPARTMENT OF i J 1HEALT CHILD CARE FOOD PROGRAM PERMANENT CONTRACT ATTACHMENT 3 FINANCIAL AND COMPLIANCE AUDITS The administration of resources awarded by the Department of Health to the Contractor may be subject to audits and/or monitoring by the Department of Health, as described in this section. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised, and Section 215.97, F.S., (see "AUDITS" below), monitoring procedures may include, but not be limited to, on -site visits by Department of Health staff or contracted entities on behalf of:the Department, limited scope audits as defined by OMB Circular A- 133, as revised, and/or other procedures. By entering into this Contract, the Contractor agrees to comply and cooperate With any monitoring procedures/processes deemed appropriate by the Department of Health. In the event the Department of Health determines that a limited scope audit of the Contractor is appropriate, the Contractor agrees to comply with any additional instructions provided by the Department of Health to the Contractor regarding such audit. The Contractor further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS 1. In the event that the Contractor expends $500,000 or more in Federal awards during its fiscal year, the Contractor must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. In determining the Federal awards expended in its fiscal • year, the Contractor shall consider all sources of Federal awards, including Federal resources received from the Department of Health. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the Contractor conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in subparagraph 1 of this section, the Contractor shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised. 3, If the Contractor expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the Contractor expends less than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non -Federal resources (i.e., the cost of such audit must be paid from Contractor resources obtained from other than Federal entities.) 4. An audit conducted in accordance with this part shall cover the entire organization for the organization's fiscal year. Compliance findings related to agreements or contracts with the Department of Health shall be based on the agreement's or contract's requirements, including any rules, regulations, or statutes referenced in the contract or agreement. The financial statements shall disclose whether or not the matching requirement was met for each applicable contract or agreement. All questioned costs and liabilities due to the Department of Health shall be fully disclosed in the audit report with reference to the Department of Health contract or agreement involved. If not otherwise disclosed as required by Section .310(b)(2) of OMB Circular A-133, as revised, the schedule of expenditures of Federal awards shall identify expenditures by contract or agreement number for each contract or agreement with .the Department of Health in effect during the audit period. 5. Financial reporting packages required under this part must be submitted within the earlier of 30 days after receipt of the audit report or 9 months after the end of the Contractor's fiscal year end. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and required by this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, by or on behalf of the Contractor directly to each of the following: a. The Department of Health by email to sinoleaudits cnr doh.state.fl.us. Audits must be submitted to the Department must be accompanied by the "Single Audit Data Collection Form," which may be obtained from the Department's Contract Administrative Monitoring Unit. Files which exceed 8 MB may be submitted on a CD or other electronic storage medium and mailed to the following address: Revised 6/2011 22 Child Care Food Program Permanent Contract Attachment 3, Page 2 Contract Administrative Monitoring Unit Attention: Single Audit ReviewB01 (HAFACM) 4052 Bald Cypress Way, BinTallahassee, FL 32399-1729 b. The Federal Audit Clearinghouse and edesig ated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d)(1)(2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 101e Street Jeffersonville, IN 47132 c. • Other Federal agencies and pass -through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. required to be submitted to the Department of Health 6. Anyureports, management letter, ber other information Limn non rofit and for -profit pursuant to this Contract shall amittodvernmentan. entities) n or with OMB ( Circular A-133, Florida Statutes, and Chapters 10.550 (localgovernmental. organizations), Rules of the Auditor General, as ape Department of Health for audits done in to the Dep roan 7. accordance, when OMB Circular financial reporting packages Rules of the Auditor General, should indicate the date that the reporting fit accordance with Circular u 133 or Chapters 10.550 (local governmental entities) or 10.650none and for -profit organizations), R the reporting package. package was delivered to the Contractor in correspondence accompanying e audit report is issued, and shall allow the p ords t.of Health or g. The Contractor shall retain sufficient records demonstrating its compliance withthech terms of this Contract rec for a period of six yearseFinancial the dateor Auditor General access to s Ts designee, c the Chief ensure that working are made available to the Department of Health, or The Contractor shall ensure that audit won papers eriod of six years from the date the audit report is its designee, CFO, or Auditor General upon request fora p issued, unless extended in writing by the Department of Health. End of Text r, .., on Rr'')n11 23