Loading...
HomeMy WebLinkAboutLetter - Extension & Amend. Agrmt. Hotel&MotelM I AM I•DADE miamidade.gov July 20, 2012 Sergio Torres, Administrator City of Miami Homeless Programs Miami Riverside Center (M.R.C.) 444 S.W. 2nd Avenue, 10 th Floor Miami, Florida 33130 Homeless Trust 111 N.W. 1st Street • 27th Floor Suite 310 Miami, Florida 33128-1930 T 305-375-1490 F 305-375-2722 Re: PC-1 12-HTMT-1-r Extension and Amendment Agreement Hotel/Motel Placement Dear Mr. Torres: Please find for your review and signature, three (3) originals of the Agreement between Miami -Dade County, through the Miami -Dade County Homeless Trust and City of Miami for the project funded under the above referenced grant. Please have the City Manager sign all three copies where indicated and return to Mike Pimentel for further processing. Please feel free to contact Mr. Pimentel at 305-375-5738, if you have any questions or require additional information. We appreciate your efforts in addressing the needs of the homeless of our community. Assistant Director ORIGINAL CONTRACT The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-HM1S-1) CONTRACT l� rday— �l This Contract made and entered into as of this ( of 20 L � by and ;between Miami -Dade County, at 111tpNit�all5s Sheet ! on 27thfFloor, Miamithe State �Florda 33128tFlorida he "County"), having its principal office and The City of Miami/FEIN#: 59-6000375, a corporation organized and existingtiunder nd r the laws of the State of Florida, hraiditionsng its and covenants principal nts for at 444 SenderingAvenue, of human and social 33130 ("Provider"), states co services ("Services") for the County. WHEREAS; the Home Rule Charter authorizes the County to provide for the uniform health and welfare of the residents throughoutthe Couy and e Charter sharllprovides performedall under'the not otherwise specifically assigned to others under th supervision of the Mayor or the Mayor's designee; and WHEREAS, the Provider provides or will develop services of value to the County and has demonstrated an ability or desire to provide these services; and WHEREAS, the County is desirous of assisting the Provider in providing those services and the Provider is desirous of providing such services; and WHEREAS, the County has appropriated funds for the proposed services; NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the parties hereto agree as follows: ARTICLE 1. DEFINITIONS The following words and expressions used in this Contract shall be construed as follows, except when it is clear from the context that another meaning is intended: a) The words "Agreement" "Contract" or "Contract Documents" shall mean collectively these terms and conditions, the Scope of Services Attachment A and the Budget Documents Attachment B and all other attachments hereto, as well as all amendments or budget revisions issued hereto. b) The words "Contract Manager" shall mean Miami -Dade Coou r tty's e dike auth ruhe r of the Homeless Trust ("County") or the Director's designee, representative designated to manage the Contract. c) The word "Days" shall mean Calendar Days, unless otherwise specifically noted. d) The word "Deliverables" shall mean all documentation and any items of any nature submitted by the Provider to the County for review and approval pursuant to the terms of this Contract. e) The words "directed", "required", "permitted", "ordered", "designated", "selected', "prescribed" or words of like' import selectionean or prescription theofthee CountyesuConteact permission, order, designation, Page 1 of 26 1) The City of Miami Feeding Coordination (PC09 ] O-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC09 ] 0-HMIS- ] ) Manager; and similarly the words "approved", acceptable", "satisfactory", "equal", "necessary", or words of like import to mean respectively, approved by, or acceptable or satisfactory. to, equal or necessary in the sole discretion of the County's Contract Manager. f) The words "Effective Term" shall mean the date on which this Contract is effective, including start date and end date. g) The words "Extra Work" or "Change Order" or "Additional Work' shall mean resulting in additions or deletions or modifications to the amount, type or value of the Work and Services as required in this Contract, as directed and/or approved by the County. h) "HIPAA" means Health Insurance Portability and Accountability Act of 1996. i) The words "Scope of Services" shall mean the document appended hereto as Attachment A, which details the work to be performed by the Provider. The word "subcontractor" or "sub consultant" shall mean any person, entity, firm or corporation, other than the employees of the Provider, who furnishes labor and/or materials, in connection with the Work, whether directly or indirectly, on behalf and/or under the direction of the Provider and whether .or not in privities of contract with the Provider. k) The words 'Work", "Services" "Program", or "Project" shall mean all matters and things required to be done by the. Provider in accordance with the provisions of this Contract. ARTICLE 2. AMOUNT PAYABLE. Subject to available funds, the maximum amount payable for services rendered under this contract shall not exceed: 1. Emergency Hotel/Motel Placement Program $75,000.00 2. Feeding Coordination Program $15,000.00 3. HMIS Staffing Program $24,666.00 Total Contract Amount: $114,666.00 Both parties agree that should available County funding be reduced, the amount payable under this Contract may be proportionately reduced at the sole discretion and option of the County. All services undertaken by the Provider before the County's execution of this Contract shall be at the Provider's risk and expense. It is the responsibility of the Provider to maintain sufficient financial resources to meet the expenses incurred during the period between the provision of services and payment by the County. . The County, at its sole discretion, may allow Provider an advance of NIA once the Provider has submitted an appropriate request and submitted an invoice in the form required by the County. Page 2 of 26 The City of Miami Feeding Coordination (PC09] O-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-}{MIS-1) ARTICLE 3. SCOPE OF SERVICES The Provider shall render services in rd. nce with the Scope of Services incorporated herein and attached hereto as Attachment The Provider shall implement the Scope of Services as described in Attachment A in a manner deemed satisfactory to the County. Any modification or amendment to the Scope of Services shall not be effective until approved by the County and Provider in writing. ARTICLE 4. BUDGET SUMMARY The Provider agrees that all expenditures or costs shall be made in Baccordance with the Budget, which. is attached hereto and incorporated herein as Attachment The parties agree that the Provider may, with the County's prior written approval; revise the schedule of payments or the line item budget, and such revision shall not require an amendment to this Contract. ARTICLE 5. EFFECTIVE TERM ctoer Both parties agree that the Effective Term $et�bContract 2010.shallContingent ofmmence on Othe ex stence of and terminate at the close of business on sufficient funding and the approval of the County, this Contract may be extended for two (2) additional one (1) year terms, at the County's sole discretion. ARTICLE 6. INDEMNIFICATION BY PROVIDER A. Government Entity. Government entity shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and ail liability, e County or its ffssrs, sses or damages, including attorneys fees cincur as asts of efense, resutt ofhich cl claims, demands, suits, causes employees, agents or instrumentalitiesmay out of,relating to or resulting from the of actions or proceedings of any kind or nature arising nts, servants, performance of this Contract by the gGovemment entity shall paovemment entity or its yloyalleclaimseand losses in partners, principals or subcontractors any connection therewith and shall investigate and defend all claims, suits actions of , and kind d or nature in the name of the County, where applicable, including appellate all pay all costs, judgments, and aitomey's fees rof Sects onid768.28, Fla. rSta, this indemnification shall only be to the extent and within the limitations subject to the provisions of that Statute whereby the government entity rsh allll not be held exceeds pay a personal injury or property damage claim or judgment by any the sum of $100,000, or any claim or judgment or portions thereof, which, when totaled with all other claims or judgment paid by the govemment ity allapersonal injuryrising out of hor propertye same cdamage ident or occurrence, exceed the sum of $200,000 from any and claims, liabilities, losses or causes of action which may arise as a result of the negligence of the government entity. • B. All Other Providers. Provider shall indemnify hold and harmless tythe County and its officers, employees, agents and instrumentalities from any Page 3 of 26 The City of Miami . Feeding Coordination (PC09] O-FC), Emergency Hotel/Motel Placement (PC09] 0-HTMT-1).HMIS Staffing (PC09] 0-HMIS-1) damages, including attomeys' fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Contract by the Provider or its employees, agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including 'appellate proceedings, and shall pay all costs, judgments, and attomey's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees,agents and instrumentalities as herein provided. C. Term of Indemnification. The provisions of Article 6 shall survive the expiration or termination of this Contract. ARTICLE 7. INSURANCE If the total dollar value of all County contracts with the Provider exceeds $25,000 then the following insurance coverage is required: A. Government Entity. If the Provider is the State of Florida or an agency or political subdivision of the State as defined by section 768.28, Florida Statutes, the Provider shall fumish the County, .upon request, written verification of liability protection in accordance with section 768.28, Florida Statutes. Nothing herein shall be construed to extend any party's liability beyond that provided in section 768.28, Florida Statutes. The provider shall also fumish the County, upon request, written verification of Workers Compensation protection in accordance with Florida Statutes, Chapter 440. B. All Other Providers. 1. Minimum Insurance Requirements: Certificates of Insurance. The Provider shall submit to Miami -Dade County, c/o Miami Dade County Homeless Trust (COUNTY), 111 N.W. 1st Street, 27th Floor, Miami, Florida 33128-1994, original Certificate(s) of Insurance indicating that insurance coverage has been obtained which meets the requirements as outlined below: A. All insurance certificates must list the County as 'Certificate Holder" in the following manner. Miami -Dade County 111 N.W. 1st Street, Suite 2340 Miami, Florida 33128 B. • Worker's Compensation Insurance for all employees of the Provider as required by Florida Statutes, Chapter 440. C. Commercial General Liability Insurance in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. Miami -Dade County must be shown as an additional insured with respect to this coverage. Page 4. of 26 The City of Miami Feeding Coordination (PC09I0-FC), Emergency HoteVMotel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-HMIS- I ) D. Automobile Liability Insurance covering all owned, non -owned, and hired vehicles used in connection with the Work provided under this Contract, in an amount not less than $300,000* combined single limit per occurrence for bodily injury and property damage. *NOTE: For Providers supplying vans or mini -buses with seating capacities of fifteen (15) passengers or more, the limit of liability required for Auto Liability is $500,000. E. Professional Liability Insurance in the name of the Provider, when applicable, in an amount not Tess than $250,000. F All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: 1. The company must be rated no less than "B" as to management, and no less than 'Class V" as to financial strength, according to the latest edition of Best's Insurance Guide published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the County's Risk Management Division. OR 2. The company must hold a valid Florida Certificate of Authority as shown in the latest `List of All Insurance Companies Authorized or Approved to Do Business in Florida," issued by the State of Florida Department of Insurance, .and must be a member of the Florida Guaranty Fund. G. Certificates will indicate that no modification or change in insurance shall be made without thirty (30) days advance written notice to the Certificate Holder. H. Compliance with the foregoing requirements shall not relieve the Provider of its liability and obligations under this Section or under any other section of this Contract. The County reserves the right to inspect the Provider's original insurance policies at any time during the term of this Contract. J. Applicability of this Article Providers whose combined total award for all services funded under this Contract exceed a $25,000 threshold. In the event that the Provider whose original total combined award in Tess than $25,000, but .receives additional funding during the contract period which makes the total combined award exceed $25,000, then the requirements in this Article shall apply. • K. Failure to Provide Certificates of Insurance. The Contractor shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in .force 'for the duration of the effective term of this Contract. If insurance certificates are scheduled to expire during the effective term, the Provider shall be responsible for submitting new or renewed insurance certificates to the. County prior to expiration. Page 5 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC09 ] 0-1-ITMT-l) HMIS Staffing (PC09] 0-HMIS- ] ) In the event that expired certificates are not replaced with new or renewed certificates which cover the effective term, the County may suspend the Contract until such time as the new or renewed certificates are received by the County in the manner prescribed herein; provided, however, that this suspended period does not exceed thirty (30) calendar days. Thereafter, the County may, at its sole discretion, terminate this Contract. ARTICLE 8. PROOF OF LICENSURE/CERTIFICATION AND BACKGROUND SCREENING • A. Licensure. If the Provider is required by the State of Florida or Miami -Dade County to be licensed or certified to provide the services or operate the facilities outlined in the Scope of Services (Attachment A), the Provider shall maintain a copy of all required current licenses or certificates. This documentation should remain on file at the Provider's agency and shall be made available to the County for on -site review and audit. Examples of services or operations requiring such licensure or certification include .but are not limited to residential substance abuse centers, child care, day care, nursing homes, and boarding homes. If the Provider fails to furnish the County with the licenses or certificates requested under this Section, the County shall not disburse any funds until it is provided with such licenses or certificates. Failure to provide the licenses or certificates within forty-five (45) days of the County's request may result in termination of this Contract. S. Background Screening. In the event criminal background screening is required by law, the State of Florida and/or the County, only employees and subcontracted personnel with a satisfactory national criminal background check through an appropriate screening agency (i.e., the Florida Department of Juvenile Justice, Florida Department of Law Enforcement or Federal Bureau of Investigation) may work in direct contact with juveniles. Unless specifically requested by the County in writing, the Provider is not required to submit any background screening information to the County. This documentation should remain on file at the Provider's agency and shall be made available to the County for on -site review and audit. When applicable, if the Provider fails to furnish the County with proof of the satisfactory background screening required under this Article, the County shall not disburse any funds until the County is provided with documented proof that the required background screening was initiated. The County requires that only employees and subcontracted personnel with a satisfactory background check as described in Section 39.001 (2), Florida Statutes and through an appropriate screening agency (i.e., the Florida Department of Juvenile Justice, Florida Department of Law Enforcement, Federal Bureau of Investigation) work with direct contact with juveniles. Pursuant to Section 985.012(a) Florida Statutes, "each contract entered into...for services delivered on an appointment or intermittent basis by a provider that does not have regular custodial responsibility for children... must ensure that the owners, operators, and all personnel who have direct contact with children are of good moral character..." In order to ensure this condition "(b) The Department of Juvenile Justice... shall require employment screening Page 6 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC09]0-HTMT-1) HMIS Staffing (PC0910-HMIS-1) pursuant to chapter 435, using the level 2 standards set forth in that chapter for personnel in programs for children or youths.' Pursuant to the above passages from Florida Statutes, it is required that all provider agency • personnel working directly with children must have a completed Level 1 Screening response from the Florida Department of Law Enforcement that indicates that there has been no prior involvement in any of the disallowed conditions, before beginning work with client youths. Level 1 Screenings can be accomplished electronically on line with the Florida Department of Law Enforcement: www.idle.state.fl.us/CriminalHistory/. In addition, recognizing that Level 2 Screening can take several weeks, Level 2 Screening must be initiated prior to beginning work directly with clients. Any employee receiving positive response(s). to any of the enumerated charges as defined in Level 1 and Level 2 background checks must immediately cease working with children or .youths. All employee personnel files shall reflect the initiation and completion of the required background screening checks. From the date of execution of this Contract, Provider shall furnish the County with proof that background screening Level 1 was completed. If the Provider fails to furnish to the County proof that background screening Level 1 was completed and Level 2 was initiated prior to working directly with client youths, the County shall not disburse any further funds and this Contract may be subject to termination at the sole discretion of the County. The County requires that only employees and subcontracted employees with a satisfactory background check as described in Section 435.03(3)(a), and through an appropriate screening agency (i.e. Florida Department of Law Enforcement, Federal Bureau of Investigation) work in direct contact with the elderly, disabled and persons with mental illness, in settings such as but not limited to adult day care center, assisted living facilities, home equipment screening nursing homes, home health agencies, facilities for developmentally disabled, and .mental health treatment facilities. Within thirty (30) days of execution of this Contract, Provider shall fumish the County with proof that background screening was initiated. If the Provider fails to fumish to the County proof that background screening was initiated within thirty (30) days of execution of this contract, the County shall not disburse any further funds and this Contract may be subject to termination at the sole discretion of the County. ARTICLE 9. CONFLICT OF INTEREST A. The Provider agrees to abide by and be governed by Miami -Dade County Ordinance No. 72-82 (Conflict of Interest Ordinance codified at Section 2-11.1 et al. of the Code of Miami -Dade County), as amended, which is incorporated herein by reference as if fully set forth herein, in connection with its contract • obligations hereunder. B. No person under the employ of the County, who exercises any function or responsibilities in connection with this Contract, has at the time this Contract is entered into, or shall have during the term of this Contract, any personal financial interest, direct or indirect, in this Contract. Page 7 of 26 Feeding Coordination (PC09] 0-FC), Emergency Hotel/Motel Placement (PC0910-H7MT-] ffi H IIS Stan The City iami g(PC0910-HMJMIS-l) C. Nepotism. Notwithstanding the aforementioned provision, no relative of any officer, board of director, manager, or supervisor employed by the Provider shall be employed by the Provider unless the employment preceded the execution of this Contract by one (1) year. No family member of any employee may be employed by the Provider if the family member is to be employed in a direct supervisory or administrative relationship either supervisory or subordinate to the employee. The assignment of family members in the same organizational unit shall be discouraged. A conflict of interest in employment arises whenever an individual would otherwise have the responsibility to make, or participate actively in making decisions or recommendations relating to the employment status of another individual if the two individuals (herein sometimes called "related individuals") have one of the following relationships: 1. By blood or adoption: Parent, child; sibling, first cousin, uncle, aunt, nephew, or niece; 2. By marriage: Current or former spouse, brother- or sister-in-law, father- or mother-in-law, son- or daughter-in-law, step-parent, or step -child; or 3. Other relationship: A current or former relationship, occurring outside the work setting that would make it difficult for the individual with the responsibility to make a decision or recommendation to be objective, or that would create the appearance that such individual could not be objective. Examples include, but are not limited to, personal relationships and significant business relationships. For purposes of this section, decisions or recommendations related to employment status include decisions related to hiring, salary, working conditions, working responsibilities, evaluation, promotion, and termination. An individual, however, is not deemed to make or actively participate in making decisions or recommendations if that individual's participation is limited to routine approvals and the individual plays no role involving the exercise of any discretion in the decision -making processes. If any question arises whether an individual's participation is greater. than is permitted by this paragraph, the matter shall be immediately referred to- the Miami -Dade County Commission on Ethics and Public Trust. This section applies to both full-time and part-time employees and voting members of the Provider's Board of Directors. D. No person, including but not limited to any officer, board of directors, manager, or supervisor employed by the Provider, who is in the position of authority, and who exercises any function or responsibilities in connection with this Contract, has at the time this Contract is entered into, or shall have during the term of this Contract, received any of the services, or direct or instruct any employee under their supervision to provide such services as described in the Contract. Notwithstanding the before mentioned provision, any officer, board of directors, manager or supervisor employed by the Provider, who is eligible to receive any of the services described herein may utilize such services if he or she can demonstrate that he or she does not have direct supervisory responsibility over the Provider's employee(s) or service program. Staff members, or their immediate family members (spouse, children, siblings, mother or father) of Homeless Trust funded programs, who are eligible for and wish _to receive services from a Homeless Trust funded program must receive the approval of the Executive Director of their employer (i.e. the Provider) prior to applying for and receiving those services. This approval Page 8 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel. Placement (PC0910-HTMT-1) IMIS Staffing (PC09] 0-HMIS-1) must be in writing and accompany any referral for such services. Any Provider knowingly accepting a referral of an employee of a Homeless Trust funded program, and providing services without the writtenapproval of the Executive' Director of the Provider, will be subject to the recoupment/disallowance of any funds paid for services to this individual and/or their 'immediate family member. When the services are to be provided at the same agency the employee works for, this information must be disclosed in writing to the director of the Homeless Trust, which shall be reviewed for eligibility determination and a sign off must come from the County. This provision does not apply to staff members seeking emergency shelter, medical or legal services. Providers must complete a Client Services Authorization Form (Attachment -P) for staff members seeking services. ARTICLE 10. CIVIL RIGHTS The Provider agrees to abide. by Chapter 11A of the Code of Miami -Dade County ("County Code"), as amended, which prohibits discrimination in employment, housing and public accommodations on the basis of race, creed, religion, color, sex, familial status, marital status, sexual orientation, pregnancy, age, ancestry, national origin or' handicap; Title VII of the Civil Rights Act of 1968, as amended, which prohibits discrimination in employment and public accommodation; the Age Discrimination Act of 1975, 42 U.S.C. §6101, as amended, which prohibits discrimination in .employment because of age; the Rehabilitation Act of 1973,. 29 U.S.C. §794, as amended, which prohibits discrimination on the basis of disability; the Americans with Disabilities Act, 42 U.S.C. §12101 et seq., which prohibits discrimination in employment and public accommodations because of disability; the Federal Transit Act, 49 U.S.C. §1612, as amended; and the Fair Housing Act, 42 U.S.C. §3601 et seq. It is expressly understood that the Provider must submit an•affidavit attesting that it is not in violation of the Acts. If the Provider or any owner, subsidiary, or other firm affiliated with or related to the Provider is found by the responsible enforcement agency, the Courts or the County to be in violation of these acts, the County will conduct no further business with the Provider. Any contract entered into based upon a false affidavit shall be voidable by the County. If the Provider violates any of the Acts during the tern of any contract the Provider has with the County, such contract shall be voidable by the County, even if the -Provider was not in violation at the time it submitted its affidavit. The Provider agrees that it is in compliance with the Domestic Violence Leave, codified as § 11A-60 et seq. of the Miami -Dade County Code, which requires an employer, who in the regular course of business has fifty (50) or more employees working in Miami -Dade County for each working day during each of twenty (20) or more calendar work weeks to provide domestic violence leave to its employees. Failure to comply with this local law may be grounds for voiding or terminating this Contract or for commencement of debarment proceedings against Provider. ARTICLE 11. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT; Any person or entity that performs or assists Miami -Dade County with a function or activity involving the use or disclosure of "individually identifiable health information (iIHI)" and/or "Protected Health Information (PHI)" shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the Miami -Dade County Privacy Standards Administrative Order. HIPAA mandates for privacy, security and electronic transfer standards, Page 9 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-HM1S-1) include but are not limited to: 1. Use of information only for performing services. required by the contract or as required by law; 2. Use of appropriate safeguards to prevent non -permitted disclosures; 3. Reporting to Miami -Dade County of any non -permitted use or disclosure; 4. Assurances that any agents and subcontractors. agree to the same restrictions and conditions that apply to the Provider and reasonable assurances that IIHI/PHI will be held confidential; • 5. Making Protected Health Information (PHI) available to the customer; 6. Making PHI available to the client for review and amendment; and incorporating any amendments requested by the client; 7. Making PHI available to Miami -Dade County for an accounting of disclosures; and 8. Making intemal practices, books, and records related to PHI available to Miami -Dade County for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records and/or electronic transfer of data). The Provider must give its clients written notice of its privacy information practices, including specifically, a description of the types of uses and disclosures that would be made with protected health information. Provider must post, and distribute upon request to service recipients, a copy of the County's Notice of Privacy Practices. ARTICLE 12. NOTICE REQUIREMENTS Notice under this Contract shall be .sufficient if made in writing, delivered personally or sent via U.S. mail, electronic mail, facsimile, or certified mail with return receipt requested and postage prepaid, to the parties at the following addresses (or to such other party and at such other address as a party may specify by notice to others) and as further specified within this Contract.. If notice is sent via electronic mail or facsimile, confirmation of the correspondence being sent will be maintained in the sender's files. If to the COUNTY: if to the PROVIDER: Miami -Dade County Homeless Trust 111 N.W. 1st Street, 27th Floor Miami, Florida 33128 Attention: David Raymond, Executive Director Electronic mail: dray@miamidade.gov Pedro Hernandez City Manager The City of Miami 444 SW 2nd Avenue Miami, Florida 33130 Electronic mail: pgh@miamigov.com Either party may at any time designate a different address and/or contact person by giving written notice as provided above to the other party. Such notices shall be deemed given .upon Page 10 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-HM1S-1) receipt by the addressee. ARTICLE 13. AUTONOMY Both parties agree that this Contract recognizes the autonomy of the contracting parties and implies no affiliation between the contracting parties. It is expressly understood and intended that the Provideris only a recipient of funding support and is not an agent or instrumentality of the County. Furtherrnore, the Provider's agents and employees are not agents or employees of the County. ARTICLE 14. SURVIVAL The parties acknowledge that any of the obligations in this Contract, including but not limited to Provider's obligation to indemnify the County, will survive the term, termination, and cancellation hereof. Accordingly, the respective obligations of the Provider under this Contract, which by nature would continue beyond the termination, cancellation or expiration thereof, shall survive termination, cancellation or expiration hereof. ARTICLE 15. BREACH OF CONTRACT: COUNTY REMEDIES A. Breach. A breach by the Provider shall have occurred under this Contract if: (1) the Provider fails to provide the services outlined in the Scope of Services (Attachment A) within the effective tens of this Contract; (2) the Provider ineffectively or improperly uses the County funds allocated under this Contract; (3) the Provider does not fumish the Certificates of Insurance required by this Contract or as determined by the County's Risk Management Division; (4) if applicable, the Provider does not fumish upon request by the County proof of licensure/certification or proof of background screening required by this Contract; (5) the Provider fails to submit, or submits incorrect or incomplete, proof of expenditures to support disbursement requests or advance funding • disbursements or fails to submit or submits incomplete or incorrect detailed reports of expenditures or final expenditure reports; (6) the Provider does not submit or submits incomplete or incorrect required reports; (7) the Provider refuses to allow the County access to records or refuses to allow the County to monitor, evaluate and review the Provider's program; (8) the Provider discriminates under any of the laws outlined in Article 10 of this Contract; (9) the Provider, attempts to meet its obligations under this Contract through fraud, misrepresentation, or material misstatement; (10) the Provider fails to correct deficiencies found during a monitoring, evaluation, or review within the specified time as described and defined in its Performance improvement Plan (PIP); (11) the Provider fails to issue prompt payments to small business subcontractors or follow dispute resolution procedures regarding a disputed payment; (12) the Provider fails to submit the Certificate of Corporate Status, Board of Directors requirement, or proof of tax status; and (13) the Provider fails to fulfill in a timely and proper manner any and all of its obligations, covenants, agreements, and stipulations in this Contract; (14) the Provider fails to meet any of the terms and conditions of the Miami -Dade County Affidavits (Attachment C) and the State Affidavits (Attachment D) ❑ Applicable Q Not Applicable or (15) the Provider fails to fulfill in a timely and proper manner any and all of its obligations, covenants, agreements and stipulations in this Contract. Waiver of breach of any provisions of this Contract shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Contract. Page 11 of 26 The City of Miami Feeding Coordination (PC09 ] O-FC); Emergency Hotel/Motel Placement (PC09 ] 0-HTMT-]) HMIS Staffing (PC09 ] 0-HMIS-1) In the event that the County determines certain Contract goals (as defined in the Scope of Services) are not being met then the County, in its sole discretion may place the Provider on a Performance Improvement Plan (PIP)..The following is.a.delineation of the instances where a PIP may be required: a. HMIS- Based on Provider's past performance on prior contracts in the area of Homeless Management Information System compliance it is subject to a PIP during this contract term. The Provider is required to submit a Monthly Progress Report and an HMIS-generated Monthly Progress Report for each month of the contract. Compliance will be determined when it is deemed that the two (2) reports are in substantial conformity with each other fora period of two consecutive months. (Substantial conformity as meaning a minimum of 95% accuracy on all elements). At the time of compliance, the Provider shall only be required tosubmit the HMIS-generated Monthly Progress Report. 0 Applicable Q Not Applicable b. Utilization — Based on Provider's past performance on prior contracts in the area of utilization compliance, this contract is subject to a PIP. During this contract term, the Provider must submit all invoices in a timely manner. The Provider shall invoice at a rate of 95% of targeted expenditures for the invoicing period. If the Provider fails to comply, all rights to payments will be forfeited if the County so chooses. Failure to submit accurate invoices for appropriately documented and eligible expenditures at a rate of 95% of targeted expenditures by the end of the third quarter of this contract term may result in the termination of this contract by the County. ❑ Applicable Q Not Applicable c. Program Performance — Based on Provider's past performance on prior contracts in the area of program goals and outcome objectives, this Contract is subject to a PIP. During this Contract .term, the Provider must achieve those goals specified in the Contract. Performance against these annual goals shall be evaluated on a quarterly basis, and if by the end of the third quarter of the contract period substantial compliance (meeting the targeted goals) is not achieved, it may result in the termination of this contract with the County. ❑ Applicable Q Not Applicable The above is subject to the review and approval of the County B. County Remedies. ff the Provider breaches this Contract, the County may pursue any or all of the following remedies: 1. The County may terminate this Contract by giving written notice to the Provider of such termination and specifying the effective date thereof. In the event of termination, the County may: (a) request the return of finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, reports prepared and secured by the Provider with County funds under this Contract; (b) seek reimbursement of County funds allocated to the Provider undertthis"Contract; (c) terminate or cancel any other contracts entered into between the County and the Provider. The Provider shall be responsible for all direct and indirect costs associated with such termination, including attorney's fees; 2. The County may suspend payment in whole or in part under this Contract by providing written notice to the Provider of such suspension and specifying the effective date Page 12 of 26 The City of Miami Feeding Coordination (PCO910-FC), Emergency HoteUMotel Placement (PC0910-HTMT-l) HMIS Staffing (PC0910-HMIS-1) thereof. If payments are suspended, the County shall specify in writing the actions that must be taken by the Provider ascondition precedent to resumption of payments and shall specify a reasonable date for compliance. The County may also suspend any payments in whole or in part under any other contracts entered -into between the County and the Provider. The Provider shall be responsible for all direct and indirect costs. associated with such suspension, including attomey's fees; 3. The County may seek enforcement of this Contract including but not limited to filing an action in a court of appropriate jurisdiction. The Provider shall be responsible for all direct and indirect costs associated with such enforcement, including attomey's fees; 4. The County may debar the Provider from future County contracting; 5. if, for any reason, the Provider should attempt to meet its obligations under this Contract through fraud, misrepresentation or material misstatement, the County shall, whenever practicable terminate this Contract by giving written notice to the Provider of such . termination and specifying the effective date. The County may terminate or cancel any other contracts which such individual or entity has with the County. Such individual or entity shall be responsible for all direct and indirect costs associated with such termination or cancellation, including attomey's fees. Any individual or entity who attempts to meet its contractual obligations with the County through fraud, misrepresentation, or material misstatement may be . debarred from county contracting for up to five (5) years; 6. Any other remedy available at law or equity. C. Authorization to Terminate Contract The Mayor or the Mayor's, designee is authorized to terminate this Contract on behalf of the County. D. Failures or waivers to insist on strict performance of any covenant, condition, or provision of this Contract by the County shall not be deemed a waiver of any rights or remedies, nor shall it relieve the Provider from performing any subsequent obligations strictly in accordance with the term of this Contract. No waiver shall be effective unless in writing and signed by the parties. Such waiver shall be limited to provisions of this Contract specifically referred to therein and shall not be deemed a waiver of any other provision. No waiver shall constitute a continuing waiver unless the writing states otherwise. E. Damages Sustained. Notwithstanding the above, the Provider shall not be relieved of liability to the County for damages sustained by the County by virtue of any breach of the Contract, and the County may withhold any payments to the Provider until such time as the exact amount of damages due the County is determined. The County may also pursue any remedies available at law or equity to compensate for any damages sustained by the breach.. The Provider shall be responsible for all direct and indirect costs associated with such action, including attomey's fees. ARTICLE 16. TERMINATION FOR CONVENIENCE The County may terminate this Contract, in whole or part, when both parties agree that the continuation of the activities would not produce beneficial results commensurate with further expenditure of the funds. Both parties shall agree upon the termination conditions, including the effective date and in the case of partial termination, the portion to be terminated. However, if the County determines in the case of partial termination that the reduced or modified portion of the Page 13 of 26 The City of Miami Feeding Coordination (PC09] O-FC), Emergency HoteUMoieJ Placement (PC0910-HTMr-1) HMIS Staffing (PC09]0-HMIS-1 ) grant will not accomplish the purposes for which the grant was made it may terminate the grant in its entirety. The Provider understands and acknowledges that if the County determines in its sole discretion that termination of the Contract is necessary for the healthy, safety, or welfare of the County then it may due so upon twenty-four (24) hours notice to the Provider. ARTICLE 17. PAYMENT PROCEDURES The County agrees to pay the Provider for services rendered under this Contract based on the payment schedule, timely provision by the Provider of required reports and of supporting documentation of expenses and activities as described in this Contract, and the line item budget (Attachment B). Payment shall be made in accordance with procedures outlined below and if applicable, the Sherman S. Winn Prompt Payment Ordinance (Ordinance 94-40). 1. Performance Based Contract: How payment will be made. Payment requests shall be made to the County on a monthly basis and shall be signed 'by the Executive Director and the Financial Officer of the Provider, unless otherwise approved in writing, on the form incorporated herein as Attachment E "Primary Care Invoice for Services". The payment request for the previous month is due by the 15th of the month following the month for which payment is invoiced. 2. Any reimbursement may bewithheld pending the receipt and approval by the County of all reports and documents required herein. 3. Maximum monthly reimbursements are limited to N/A. a. Hotel/motel placement cost amounts may vary from month to month depending on the service need Requests in excess of $6,250.00/monthly must be approved by the County prior to any such expenditure. b. HMIS staffing costs are paid on a quarterly basis. The maximum quarterly reimbursement is limited to $3,083.25. c. The maximum monthly reimbursement amount for feeding coordination is limited to $1,250.00. 4. As applicable, during the period of NIA through NIA the Provider will submit a record of those individuals served utilizing Social Security Administration repayments as specified in the Scope of Services. The Provider will utilize these funds to serve those clients as specified and authorized in the Scope of Services 5. N/A Providers with cumulative utilization rates greater than ninety-five percent (95%) during the first nine (9) months of this Contract may exceed this maximum number of billable bed days during the last quarter of the Contract term, up to the total Contract award amount, with the prior approval of the Executive Director of the Homeless Trust. • 6. N/A Providers with cumulative utilization rates lower than ninety-five percent (95%) may be subject to a reduction in funding. 7. Within thirty (30) days of the termination or expiration of this Contract, a final report of expenditures shall be submitted to the County. If after the receipt of such final report, the County determined that the Provider has been paid funds not in compliance with the Contract, and to which it is not entitled, the Provider will be required to return such funds to the County or submit documentation demonstrating that the expenditure was in compliance with this Contract. The County shall have the sole and absolute discretion to determine if the Provider is entitled to such funds and the County's decision in this matter shall be final and binding. Page 14 of 26 The City of Miami Feeding Coordination (PC09) 0-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-HMIS-I) B. Monies Owed to the County: The County reserves the right, inits sole discretion, to reduce payments to the Provider in order to recapture any monies owed to the County. In accordance with County Administrative Order No. 3-29, the Provider that is in arrears to the County is prohibited from obtaining new County contracts or extensions of contracts until such time as the arrearage has been paid in full or the County has agreed in writing to an approved payment plan. The County reserves the right, at its sole discretion to convert this Contract to a cost -based Contract in which the Provider shall be paid through reimbursement payment based on the budget approved under this Contract and when documentation of completed and, satisfactory service delivery is provided. Thus, it is imperative that the Provider maintain appropriate supporting documentation for all expenditures from the beginning of the Contract term (i.e., receipts, bank statements, cancelled checks, employee timesheet, etc.). Once the County, in its sole discretion has made the determination to convert to a cost -based method, the Provider shall submit to the Contract Manager, the Monthly Reimbursement foram provided by the County on a monthly basis. Monthly reimbursement requests (both retroactive and current) and accompanying supporting documentation must be received by the County no later than the 25th of the month following the month for which reimbursement is requested. - C. No Payment of Subcontractors. in no event shall County funds be advanced or paid by the County directly to any subcontractor hereunder. Payment to approved subcontractors shall be made by the Provider following requirements and limitations as detailed in Article 21 of this Contract D. Processing the Request for Payment After the County staff reviews the payment request, the County will submit a payment request to the County's Finance Department. The County's Finance Department will issue payment via Automated Clearing House (ACH) or mail the check directly to the Provider at the address listed in Article 12 of this Contract, unless otherwise directed by the Provider in writing. The parties agree that the processing of a payment request from date of submission by the Provider .shall take a maximum of thirty (30) days from receipt of a complete and accurate payment request, pursuant to the County's Sherman S. Winn Prompt Payment Ordinance (Ordinance 94 90), Section 2-8.1.4 of the Code of .Miami -Dade County, Administrative Order No. 3-19, and the Florida Prompt Payment Act, if supporting documentation/invoices are property documented as determined by the County in its sole discretion. It is the responsibility of the Provider to maintain sufficient financial resources to meet the expenses incurred during the period between the provision of services and payment by the County. E. Reporting Requirements. Failure to submit to the County the reports listed below in a manner deemed correct and acceptable by the County by the 15th day after the end of the month in which the service was delivered, or failure to submit to the County supporting documentation of Contract expenditures or activities within fourteen (14) days of any County request, shall be considered.a_breach-of this .Contract and ..ma.y-result_in-.withholding.pa.ymentr.... non-payment, or termination of this Contract. Applicable as indicated 1. Monthly Payment Requests (Attachment F). Q 2. Monthly Performance Reports (Attachment G) El 3. Outcome Performance Measurements Monthly Report (Attachment H) ❑ 4. Client Contribution Report (Attachment I) 0 5. Client Attendance Roster (Attachment J) ❑ 6. Quarterly Vacancy / Permanent Housing Placement Report(Attachment K) ID Page 15 of 26 The City of Miami Feeding Coordination (PC091 O-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC09] O-HMIS-1) Performance Reports. The Provider agrees to participate in the Homeless Management Information System (HMIS) selected and, established by the County. Participation will include, but is not limited to, input of client data upon intake, daily updates of bed availability information, as well as updates of client files upon client contact, and maintaining current data for statistical purposes. The Provider understands that they are responsible for any ongoing cost to access the HMIS system. The Provider shall furnish the County with Monthly, Quarterly, and Annual Performance Reports in accordance with the activities and goals detailed in the Scope of Services. The reports shall explain the Providers progress for the quarter. The data should be quantified when appropriate. The final progress report shall be due no later than thirty (30) days after the expiration or termination of this Contract. Continuation. of. this .Contract and future funding is contingent upon meeting established performance goals. Progress reports, produced through the Homeless Management Information System (HMIS) invoices for services and client attendance rosters signed by the Executive Director of the agency shall by submitted by the Provider, as required. F. Final Report/Recapture of Funds. Upon the expiration or termination of this Contract, the Provider shall submit the final Annual Performance Report and Annual Actual Expenditure Report (Attachment L) to the County no later than thirty (30) days after .the expiration or termination of this Contract after receipt of such final reports, the County determines that the Provider has been paid funds not in accordance with the Contract, and to which it is not entitled, the Provider shall return such funds to the County, or the County may reduce, by the amount of such funds, from any subsequent payment to which the Provider is entitled, or the Provider may .submit appropriate documentation within seven (7) days of notice from the County. The County shall have the sole discretion in determining if the Provider is entitled to such funds and the County's decision on this matter shall be final and binding. Additionally, any unexpended or unallocated funds shall be recaptured by the County. Additionally, the Provider agrees to assign any proceeds to the County. from any contract, including this Contract, between the County, its agencies or instrumentalities and the Provider or any firm, .corporation, partnership or joint venture in which the Provider has a controlling financial interest in order to secure repayment of any reimbursements for services provided under this or any other contract for which the County discovers was not reimbursable through its inspection, review and/or audit pursuant to this Contract. ARTICLE 18. PROHIBITED USE OF FUNDS A. Adverse Actions or Proceeding. The Provider shall not utilize County funds to retain legal counsel for any action or proceeding against the County or any of its agents, instrumentalities, employees, or officials. The Provider shall not utilize County funds to provide legal representation, advice, or counsel to any client in any action or proceeding against the County or any of its agents, instrumentalities, employees, or officials. B. Religious Purposes. .County funds shall not be used for religious purposes. C. Commingling Funds. The Provider shall not commingle funds provided under this Contract with funds received from any other funding sources. The Provider shall establish a Page 16 of 26 Feeding Coordination (PC09] 0-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-IHMIS StaffingTheC City of Miami (PC0910-HMIS-1) separate account exclusively for receipt of the funds received pursuant to this Contract. D. Double Payments. . Provider- costs claimed under this Contract may not also be claimed under another contract or grant from the County or any other agency. Any claim for double payment by Provider shall be considered a material breach of this -Contract. ARTICLE 19. REQUIRED DOCUMENTS, RECORDS, REPORTS, AUDITS, MONITORING AND REVIEW A. . Certificate of Corporate Status. • The Provider must submit to the Contract Manager, within .thirty (30) days from the date of execution of this Contract, a certificate of corporate status in the name of the Provider, which certifies the following: that the Provider is organized under the laws of the State of Florida; that all fees and penalties have been paid; that the Providers most recent annual report has been filed; that its status is active; and that the Provider has not filed Articles of Dissolution. B. Board of Director Requirements. The Provider shall ensure that . the Provider's Board of Directors is apprised of the programmatic, fiscal, and administrative obligations under this Contract funded through County Funds by passage of a formal resolution authorizing execution of this Contract with the County. A copy of this corporate resolution must be submitted to the County prior to contract execution. A current list of the Provider's Board of Directors and officers must be included with the submission_ The Provider acknowledges and understands that all contract documents shall be signed by either the Provider's President or Vice President. The Provider's resolution shall at a minimum: list the name(s) of the Board's President, Vice President and, only in the event that the President or Vice President. is not available to execute the contract documents, any other persons authorized to execute this Contract on behalf of the Provider, affirmatively state that a quorum was present at the time of adoption of the resolution; and reference the service categories and dollar amounts in the award, as may be amended. C. Proof of Tax Status. The Provider is required to submit to the County the following documentation: (a) W-9 Form (Attachment M); (b) The I.R.S. tax exempt status determination letter; (c) the most recent I.R.S. form 990; (d) the annual submission of I.R.S. form 990 within (6) months after the Provider's fiscal year end; (e) IRS form 941 - Quarterly Federal Tax Return Reports within thirty-five (35) days after the quarterends and if the form 941 reflects a tax liability, proof of payment must be submitted within forty-five (45) days after the quarter ends. D. Conflicts of Interest Section 2-11.1(d) of Miami -Dade County Code as amended, requires any County employee or any member of the employee's immediate family who has a controlling financial interest, direct or indirect, with Miami -Dade County or any person or agency acting for Miami -Dade County competing or applying for any such contract as it pertains to this solicitation, to first request a conflict of interest opinion from the County's Ethic Commission prior to their or their immediate family member's entering into any contract or transacting any business through a firm, corporation, partnership or business entity in which the employee or any member of the employee's immediate family has a controlling financial interest, direct or indirect, with Miami -Dade County or any person or agency acting for Miami - Dade County. Further, any such contract, agreement or business engagement entered in violation of this subsection, as amended, shall render this Contract voidable. Page 17 of 26 Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffin The City of Miami g (PC09 ] 0-HMIS-1) E. Accounting Records. The .Provider shall keep accounting records which conform to generally accepted accounting principles. All such records will be retained by the Provider for no less than three (3) years beyond the term of this Contract, and shall be made . available for review upon request from County authorized personnel. F. Financial Audit If the Provider has or is required to have an annual certified public accountant's opinion and related financial statements, the Provider agrees to provide these documents to the County no later than one hundred eighty (180) days following the end of the Provider's fiscal year, for each year during which this Contract remains in force or until all funds received pursuant to this Contract have been so audited, whichever- is later. G. Access to Records: Audit. The County reserves the right to require the Provider to submit to an audit by an auditor of the County's choosing or approval. The Provider shall provide access to all of its records which relate to this Contract at its place of business during regular business hours. The Provider agrees to provide such assistance as may be necessary to facilitate their review or audit by the County to ensure compliance with applicable accounting and financial standards. H. . Quarterly Reviews. of Expenditures and Records. The County Commission Auditor may perform quarterly reviews of Provider's expenditures and records. Subsequent payments to the Provider shall be subject to a satisfactory review of Provider's records and expenditures by the County Commission Auditor, including but not limited to, review of supporting documentation for expenditures and the existence of sufficient documentation to support eligible expenditures. The Provider agrees to reimburse the County for ineligible expenditures as determined by the County Commission Auditor. 1. Quality Assurance / Recordkeeping. The Provider shall maintain, and shall require that the Provider's subcontractors and suppliers maintain, complete and accurate program and -fiscal records to substantiate compliance with the requirements set forth in the Attachment A, Scope of Services, of this Contract. The Provider and its subcontractors and suppliers, shall retain such records, and all other documents relevant to the Services furnished under this Contract for a period of Q three (3) years or 0 years (for State contracts) from the expiration date of this Contract. The Provider agrees to participate in evaluation studies, quality management activities, Corrective Action Plan activities, and analyses carried out by or on behalf of the County to evaluate the effectiveness of client service(s) or the appropriateness and quality of care/service delivery. Accordingly, the Provider shall allow authorized County staff involved in such efforts to examine and review the Provider's premises and records. J. Confidentiality Requirements. To establish and implement policies and procedures which ensure- compliance with- the -following security -standards -and any -and all- - applicable State and Federal statutes and regulations for the protection of confidential client records and electronic exchange of confidential information. The policies and procedures must ensure that: (1) There is a controlled and secure area for storing and maintaining active confidential information and files, including but not limited to medical records; Page 18 of 26 The City Mia i Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-oHMIS 1 a ) (2) • Confidential records are not removed from the Provider's premises, unless otherwise authorized by law or upon written consent from the County; Access to confidential information is restricted to authorized personnel of the Provider, the County, the United States Department of Health and Human Services; the United States Comptroller General, and/or the United States Office of the Inspector General; (4) Records are not left unattended in areas accessible to unauthorized individuals; (3) (7) (8) Access to electronic data is controlled; Written authorization, signed by the client, is obtained for release of copies of client records and/or information. Original documents must remain on file at the originating Provider site; An orientation is provided to new staff persons, employees, and volunteers. All employees and volunteers must sign a confidentiality pledge, acknowledging their awareness and understanding of confidentiality laws, regulations, and policies; Procedures are developed and implemented that address client chart and medical record identification, filing methods, storage, retrieval, organization and maintenance, access and security, confidentiality, retention, release of information, copying, and faxing. K. Monitoring: Management Evaluation and Performance Review. The Provider agrees to permit County authorized personnel to monitor, review and evaluate the program/work which is the subject of this Contract. The County shall monitor fiscal, administrative, and programmatic.compliance with all the terms and conditions of the Contract. The Provider shall permit the County •to conduct site visits, client assessment surveys, and other techniques deemed reasonably necessary to fulfill the monitoring function:. A report of the . County's findings will be delivered to the Provider and the Provider will rectify all deficiencies cited within the period of time specified in the report. If such deficiencies are not corrected within the specified time the County may suspend payments or terminate this Contract. The County may conduct one or more formal management evaluation and performance reviews of the Provider. Continuation of this Contract or future funding is dependent upon the County being satisfied with the results of the evaluations. L. Client Records. The Provider shall maintain a separate individual client chart for each client/family served, where appropriate. This client chart shall include all pertinent information .regarding case activity. At a minimum, the client chart shall contain referral and intake information, treatment plans, and case notes documenting the dates services were provided and the type of service provided. These client charts shall be subject to the audit and inspection requirements under Article 19, Sections F, G and H of this Contract. M. Disaster Plan/Continuity of Operations Plan (COOP). The Provider shall develop and maintain an Agency Disaster Plan/COOP. At a minimum, the Plan will describe how the Provider establishes and maintains an effective response to emergencies and Page 19 of 26 The City of Miami Feeding Coordination (PC091 0-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-HM1S-1) disasters, and must comply with any Florida Statutes related to Emergency Management that are applicable to the Provider. The Disaster Plan/COOP must be submitted to the County no later than April 1st of the contract term and is also subject to review and approval of the County in its sole discretion. The Provider will review the Plan annually, revise it as needed, and maintain a written copy on file at the Provider's site. ARTICLE 20. Office of Miami -Dade County Inspector General and the Commission Auditor The Provider understands that it may be subject to an audit, random or otherwise, by the Office of Miami -Dade County Inspector General or an Independent Private Sector Inspector General retained by the Office of the Inspector General, or the County Commission Auditor. Independent Private Sector Inspector General Reviews. The attention of the Provider is hereby directed to the requirements bf(Miami-Dade County Code Section 2-1076; in that the Office of the Miami -Dade County Inspector General (IG) shall have the authority and power to review past, present and proposed County programs, accounts, records, contracts and transactions. The IG shall have the power to subpoena witnesses, administer oaths and require the production of records. Upon ten (10) days written notice to the Provider from IG, the Provider shall make all requested records and documents available to the. IG for inspection and copying. The IG shall have the power to report and/or recommend to the Board of County Commissioners whether a particular project, 'program, contract or transaction is or was necessary and, if deemed necessary, whether the method used for implementing the.project or program is or was efficient both financially and operationally. Monitoring of an existing project or program may include reporting whether the project is on time, within budget and in conformity with plans, specifications, and applicable law. The IG shall have the power to analyze the need for, and reasonableness of, proposed change orders. The IG may, on a random basis, perform audits on all County contracts throughout the duration of said contract (hereinafter "random audits"). This random audit is separate and distinct from any other audit by the County. To pay for the functions of the Office of the Inspector General, any and all payments to be made to the Provider under this contract will be assessed one quarter (1/4) of one percent of the total amount of the payment, to be deducted from each progress payment as the same becomes due unless this Contract is federally or state funded where federal or state law or regulations preclude such a charge. The Provider shall in stating its agreed prices be mindful of this assessment, which will not be separately identified, calculated or adjusted in the proposed budget form. The IG shall have the power to retain and coordinate the services of an independent private sector inspector general (IPSlG) who may be engaged to perform said random audits, as well as audit, investigate, monitor, oversee, inspect, and review the operations, activities and performance and procurement process including, but not limited to, project design, establishment of bid specifications, bid submittals, activities of the contractor, its officers, agents and employees, lobbyists, County staff and elected officials in order to ensure compliance with contract specifications and detect corruption and fraud. ARTICLE 21. SUBCONTRACTORS and ASSIGNMENTS A. Subcontracts. The parties agree that no assignment or subcontract will be . Page 20 of 26 The City of Miami Feeding Coordination (PC09 ] 0-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-HM1S-1) made or let in connection with this Contract without the prior written approval of the County in its sole discretion, which shall not be unreasonably withheld, and that all subcontractors or assignees shall be govemed by all of theterms and conditions of this Contract. 1) If the Provider will cause any part of this Contract to be performed by a Subcontractor, the provisions of this Contract will apply to such Subcontractor and its officers, agents and employees in all respects as if it and they were employees of the Provider; and the Provider will not be in any manner thereby discharged from its obligations and liabilities hereunder, but will be liable hereunder for all acts and negligence of the Subcontractor, its officers, agents, and employees, as if they were employees of the Provider. The services performed by the Subcontractor will be subject to the provisions hereof as if performed directly by the Provider. 2) The Provider, before. making any subcontract for any portion of the services, will state in writing to the County the name of the proposed Subcontractor, the portion of the Services which the Subcontractor is to perform, the place of business of such Subcontractor, and such other information as the County may require. The County will have the right to require the Provider not to .award any subcontract to a person, firm, or .corporation disapproved by the County in its sole discretion. 3) Before entering into any subcontract hereunder, the Provider will inform the Subcontractor fully and completely of all provisions and requirements of this Contract relating either dir-ectly or indirectly to -the Services to be performed. Such Services performed by such Subcontractor will strictly comply with the requirements of this Contract. 4) In order to qualify as a Subcontractor satisfactory to the County in its sole discretion, in addition to the other requirements herein provided, the Subcontractor must be prepared to prove to the satisfaction of the County that it has the necessary facilities; skill and experience, and ample financial resources to perform the Services in a satisfactory manner. To be considered skilled and experienced, the Subcontractor must show to the satisfaction of the County in its sole discretion that it has satisfactorily performed services of the same general type which is required to be performed under this Contract. i) The County shall have the right to withdraw its consent to a subcontract if it appears to the County that the subcontract will delay, prevent, or otherwise impair the performance of the Contractor's obligations under this Contract. All Subcontractors are required to protect the confidentiality of the County's and County's proprietary and confidential information. Provider shall furnish to the County copies of all subcontracts between Provider and Subcontractors and suppliers hereunder. Within each such subcontract, there shall be a clause for the benefit of the County permitting the County to request completion of performance by the Subcontractor of its obligations under the subcontract, in the event the County finds the Contractor in breach of its obligations, the option, to pay the Subcontractor directly for the performance by such subcontractor. Page 21 of 26 The City of Miami Feeding Coordination (PC09] O-FC), Emergency•Hotel/Motel Placement (PC0910-HTMT-1) HMIS Sting (PC09I0-HMIS-1) Notwithstanding, the foregoing shall neither convey nor imply any obligation or liability on the part of the County to any subcontractor hereunder as more fully described herein. B. Prompt Payments to Subcontractors. The Provider shall issue prompt payments to subcontractors that are small businesses (annual gross sales of $750,000 or Tess with its principal place of business in Miami -Dade County) and shall have a dispute resolution procedure in place to address disputed payments. Pursuant to the County's Sherman S. Winn Prompt Payment Ordinance (Ordinance 94-40), Section 2-8.1.4 of the Code of Miami -Dade County, Administrative Order No. '3-19, and the Florida Prompt Payment Act, payments must be made within thirty (30) days of receipt of a proper invoice. Failure to issue prompt payments to small business subcontractors or adhere to dispute resolution procedures may be grounds for suspension or termination of this Contract or debarment. ARTICLE 22. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS Provider agrees to comply, subject to applicable professional standards, with the provisions of any and all applicable Federal, State and the County's orders, statutes, ordinances, rules and regulations that may pertain to the Services required under this Contract, including but not limited to: a) Miami -Dade County Florida, Department of Business Development Participation Provisions, as applicable to .this Contract. b) Miami -Dade County Code, Chapter 11A, including but not limited to Articles 111 and IV. All Providers and subcontractors performing work in connection with this Contract shall provide equal opportunity for employment and services without regard to race, creed, religion, color, sex, familial status, marital status, .sexual orientation, pregnancy, age, ancestry, national origin or handicap. The aforesaid provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Provider agrees to post in a conspicuous place available for employees and applicants for employment, such notices as may be required by the Dade County Equal Opportunity Board or other authority having jurisdiction over the work setting forth the provisions of the nondiscrimination law. c) Conflict of Interest and Code of Ethics Ordinance, Section 2-11.1 et seq. of the Code of Miami -Dade County, as amended. d) Miami -Dade -County Code Section 10-38, Debarment of contractors from County work. e) Miami -Dade County Ordinance 99-5, codified at 11A-60 et seq. Code of Miami - Dade County pertaining to complying with the County's Domestic Leave Ordinance. f) Miami -Dade County Ordinance 99-152 codified at Section 21-255 et seq. prohibiting the presentation, maintenance, or prosecution of false or fraudulent claims against Miami -Dade County. Page 22 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-1) HMIS Staffing (PC09 1 0-HMIS- 1 ) Notwithstanding any other provision of this Contract, Provider shall not be required pursuant to this Contract to take any action or abstain from taking any action if such action or abstention would, in the good faith determination of the Provider, constitute a violation of any law or regulation to which Provider is subject, including but not limited to laws and regulations requiring that Provider conduct its operations in a safe and sound manner. ARTICLE 23. MISCELLANEOUS A. Publicity. It is understood and agreed between the parties hereto that this Provider is funded by Miami -Dade County. Further, by the acceptance of these funds, the • Provider agrees that events funded by this Contract shall recognize and adequately reference the County as a funding source. The Provider shall ensure that all publicity, public relations, advertisements and signs recognizes and references the County (by inserting the Miami -Dade County Homeless Trust Logo on all materials) for the support of all contracted activities: This is to include, but is not limited to, all posted signs, pamphlets, wall plaques, cornerstones, dedications, notices, flyers, brochures, news releases, media packages, promotions, and stationery. The use of the official Miami -Dade County Homeless Trust logo is permissible for the publicity purposes stated herein. Provider shall submit sample or mock up of such publicity or materials to the County for review and approval. The Provider shall ensure that all media representatives, when inquiring about the activities funded by this Contract, are informed that the County is its funding source. B. Governing Law and Venue. This Contract is made in the State of Florida and shall be governed according to the laws of the State of Florida. Venue for this Contract shall be Miami -Dade County, Florida. C. Modifications. Any alterations, variations, modifications, extensions, or waivers of provisions of this Contract including, but not limited to, amount payable and effective term shall only be valid when they have been reduced to writing, duly approved and signed by both parties and attached to the original of this Contract. The County and Provider mutually agree that modification of the Scope of Services, schedule of payments, billing and cash payment procedures, set forth herein and other such revisions may be made as a written amendment to this Contract executed by both parties. The Mayor or the Mayor's designee is authorized to make modifications to this Contract as described herein on behalf of the County. The Office of the Inspector General shall have the power to analyze the need for, and. the reasonableness of proposed modifications to this Contract. D. Counterparts. This Contract is executed in three (3) counterparts, and each counterpart shall constitute an original of this Contract. E. Headings, Use of Singular and Gender. Paragraph headings are for convenience only and are not intended to expand or restrict the scope or substance of the provisions of this Contract. Wherever used herein, the singular shall include the plural and plural shall include the singular, and pronouns shall be read as masculine, feminine, or neuter as the context requires. Page 23 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-]) HMIS Staffing (PC0910-1-MIS-] ) F. Review of this Contract. Each party hereto represents and warrants that they have consulted with their own attorney concerning each of the terms contained in this Contract. -No inference, assumption, or presumption shall be drawn from the fact that one party or its attorney prepared this Contract. It shall be conclusively presumed that each party participated in the preparation and drafting of this Contract. G. The County's Consultant. The County understands that in order to facilitate the implementation of this Contract, the County may from time to time designate a development consultant to work with the Provider. The County's consultant shall be considered the County's designee with respect to all portions of this Contract with the exception of those provisions relating to payment of the Provider for services rendered. The County shall provide written notification to the Provider of the name, address, and employees of the County's consultant. H. Contracts with Municipalities or Counties Outside Miami -Dade County to Provide Homeless Housing in Miami -Dade County. The Provider desiring to transact business or enter into a Contract with the County for the provision of homeless housing and/or services swears, verifies, affirms and agrees that (1) it has not entered into any current contract, arrangement of any kind, or understanding with any municipality outside of Miami -Dade County or any County (collectively "locality") to provide housing and services for homeless persons in Miami -Dade County who are transported to Miami -Dade County by or at the behest of such locality and (2) during the term of this Contract, it will not enter into any such contract, arrangement of any kind, or understanding; provided, however, upon the written request of the Contractor prior to entering into such contract, understanding that the County may, in its sole and absolute discretion, find and determine within sixty (60) days of such request that a proposed contract should not be prohibited hereby, as the best interests of the homeless programs undertaken by and on behalf of Miami -Dade County would not be negatively affected by such contract, arrangement, or undertaking. Incident Reports. The Provider must report to the Miami -Dade County Homeless Trust information related to any critical incidents occurring during the administration of its programs. The Provider is.to utilize the "Incident Report" ford attached as Attachment N. In addition to reporting this incident to the appropriate authorities, the Provider must within twenty-four (24) hours of any incident, .submit in writing a detailed account of the incident. This incident report should be addressed to the County. This incident report should be addressed to Miami -Dade County Homeless Trust, 111 NW First Street, 27th Floor, Suite 310, Miami, Florida 33128; telephone (305) 375-1490 and facsimile (305) 375-2722. J. Totality of Contract / Severability of Provisions. This Contract and Attachments, with it recitals on the first page of the Contract and with its attachments as referenced below contain all the terms and conditions agreed upon by the parties: K. Property. This section applies to equipment with an acquisition cost of $5,000 or more per unit and all real property. a. Any real property under the Provider's control ,that was acquired/improved in whole or in part with funds from the Homeless Trust and any equipment purchased for $5,000 or more shall be disposed of, at the expiration or termination of this contract, in accordance with instruction from the Homeless Trust. Real Property is defined as land, including land Page 24 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency Hotel/Motel Placement (PC0910-HTMT-]) HMIS Staffing (PC091 OA-NIS-]) improvements, structures, and appurtenances thereto, including movable machinery and equipment. Equipment means tangible, nonexpendable, personal property having a useful life of more than one year and an acquisition cost of $5,000 or more per unit. All equipment with an acquisition cost of $5,000 or more per units and all real property purchased in whole or .in part with funds from this and previous contracts with the Homeless Trust, or transferred to the Provider t after being purchased in whole or in part with funds from the Homeless Trust shall be listed in the property records of the Provider and shall include a legal description, size, date of acquisition, value at time of purchase, owner's name if different from the Provider, information on the transfer or disposition of the property, and map indicating whether property is in parcels, lots or blocks and showing adjacent streets and roads. • Notwithstanding documentation required for reimbursement purposes, a copy of the purchase receipt for any asset described above purchased with Homeless Trust funds must also be included in the Provider's monthly reimbursement package submitted to the Homeless Trust in the month in which the item was purchased along with the "Provider Asset Inventory" (Attachment 0). c. All equipment with an acquisition cost of $5,000 or more per unit and all real property shall be inventoried annually by the Provider and an inventory report shall be submitted to the Homeless- Trust. This report shall include the elements listed in the paragraph listed above. Attachment A: Scope of Services Attachment B: Budget Attachment C: Miami Dade County Affidavits Attachment D: State Affidavits (not applicable) Attachment E: - Primary Care invoice for Services (not applicable) • Attachment F: Monthly Payment Requests Reports Attachment G: Monthly Performance Reports (not applicable) Attachment H: Outcome Performance Measurements Monthly Report (not applicable) Attachment l: Client Contribution Report (not applicable) . Attachment J: Client Attendance Roster (not applicable) - Attachment K: Vacancy/Permanent Housing Placement Report (Quarterly) (not applicable) Attachment L: Annual Performance Report & Annual Actual Expenditure Report Attachment M: W-9 Forrn Attachment N: Incident Report Attachment O: Provider Asset Inventory Report Attachment P: Client Services Certification Form No other agreement, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or bind any of the parties hereto. If any -provision of this Contract is held invalid or void, the remainder of this Contract shall not be affected thereby if such remainder would then continue to conform to the terms and requirements of applicable law and ordinance. Page 25 of 26 The City of Miami Feeding Coordination (PC0910-FC), Emergency HoteVMotel Placement (PC0910-HTMT-1) HMIS Staffing (PC0910-HMIS-1) IN WITNESS WHEREOF, the parties have executed this Contract, along with all of its Attachments, effective as of the contract date herein above set forth. THE CITY OF M opt By: ,!ek Name: PEDRO RNANDEZ Title: Date: By: Name: Title: Date: CITY MANAGER 1 ID AJ PRIS ILLA A. THO PSON CITY CLERK Approved as to Form and Correctness: By: Name: J L O. Title: Date: CITY ATTORNEY MIAMI-DADE COUNTY, FLORIDA By: Name: Title: Date: Attest: HARVEY RUVIN, Clerk Board of County Commissioners By: Print Name: Page 26 of 27 Approved as to Insurance Fjequire tnm s: By: Name: LEE AN ' ' HM Title: Date: Attest: Print Name: Title: RISK MANAGEMENT Authorized Person OR Notary Public Corporate Seal OR Notary Seal/Stamp: Page 27 of 27 Homeless Trust 111 NW 1st Street • 27th Floor • Suite 310 Miami, Florida 33128-1930 T 305-375-1490 F 305-375-2722 miamidade.gov October 18, 2011 Mr. Johnny Martinez, City Manager c/o Sergio Torres, Program Director City. of Miami . . 1490 NW 3rd Avenue, Suite 103 Miami, FL 33130 RE: 20.11-2012 Primary Care Program — The City of Miami Extension and Amendment of the Grant Agreement for the HMIS, Emergency Hotel/Motel Placement and Feeding Coordination Program Dear Mr. Martinez: Enclosed, please find for your review, the Amendment of the Agreement between Miami -Dade County, through the Miami -Dade County Homeless Trust and The City of Miami to provide housing and services to the homeless individuals in Miami -Dade County. Please review the Agreement thoroughly, as well as the attachments and become familiar with the amended contract language. In addition, please include an updated Attachment A, Scope of Services, and Attachment B, Budget for the 2011-2012 contract year. Please sign and complete all three (3) copies of the Extension and Amendment Agreement and return it to our office, attention Terrell T. Ellis, Contract Monitoring and Management Supervisor no later than Thursday, October 27, 2011. One fully executed Agreement will be returned to your agency for your files. Miami -Dade County requires that the President/Chairman of the Board execute the Agreement on behalf of the agency. However, the Executive Director may execute the Agreement if approved by a resolution of the agency's Board. A copy of the applicable Board resolution(s) must be submitted with the Agreement. In addition, the corporate seal must be affixed to the signature page of the document. The Miami -Dade County Homeless Trust looks forward to continuing work with your agency in implementing this project. If you have any questions, please contact me or Terrell T. Ellis, Contract Monitoring and Management Supervisor at (305) 375-1490. Sincerely, id Raymond ecutive Director Enclosures I have rec d the Agreements for the abovementioned grants. /0 00 Signature of A t rized Agency Representative Date Printed Name of Agency Representative EXTENSION AND AMENDMENT #2 OF THE AGREEMENT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI HOTEL/MOTEL PLACEMENT PROGRAM/CONTRACT #PC=1112-HTMT-1 FEEDING COORDINATION PROGRAM/CONTRACT #PC-1112-FC HMIS STAFFING PROGRAM/CONTRACT #PC-1112-HMIS-1 THIS AMENDMENT OF AGREEMENT #2 (the "Agreement Amendment") is made as of —by ..-and ,..between.._:Miami-Dade .:County, .through the, Miamihade Cnurity Homeless Trust (the "County") and The City of Miami, a provider of services to homeless individuals, hereinafter referred to as the "Provider". WITNESSETH: WHEREAS, On February 1, 2010, the County and the Provider entered into an Agreement ("Agreement") which provides funding for the provision of housing and services to homeless individuals in Miami -Dade County. WHEREAS, On January 18, 2011, said Agreement was amended and extended for one (1) year; and WFTFREAS, this Agreement provides for certain rights and responsibilities of the County; and WHEREAS, the Agreement allows for amendments and extensions at the sole discretion of the County; and WHEREAS, the County is desirous of extending and amending the Agreement for one (1) additional year pursuant to the terms of the Agreement; NOW, THEREFORE, . BE IT RESOLVED, for and consideration of the mutual agreements between the County and the Provider, which are set forth in this Amendment of the Agreement #2, the receipt and sufficiency of which are acknowledged, the County and the Provider amend this Agreement as follows: ARTICLE I — Recitals The foregoing recitals are true and correct and constitute a part of this Amendment of the Agreement #2. ARTICLE II — Ratification of the Agreement Other than expressly modified or amended herein, all other terms and conditions of the Agreement shall remain in full force and effect. The City of Miami Emergency Hotel/Motel Placement Program (PC-1112-HTMT-1), Feeding Coordination (PC-1112-FC), HMIS Staffing (PC-1112-HM1S-1) Article 4 is replaced as follows: ARTICLE 4. BUDGET SUMMARY The Provider agrees that all expenditures or costs shall be made in accordance with the 2011-2012 Budget, which is attached hereto and incorporated herein as Attachment B. The parties agree that the Provider may, with the County's prior written approval; revise the schedule of payments or the line item budget, and such revision shall not require an amendment to this Contract. Article 5 is replaced as follows: ARTICLE 5. EFFECTIVE TERM Both parties agree that the Effective Terrn of this Contract shall commence on October 1, 2011 and terminate at the close of business on September 30, 2012. SIGNATURES APPEAR ON THE FOLLOWING PAGE 3 GRANT NUMBER: 2011/2012 Primary Care Program City of Miami HMIS/Hotel-Motel/Feeding Coordination IN WITNESS WHEREOF, the parties and duly authorized officers the day and (SEAL) ATTEST: By: Witness By: PRISCILLA A. THOMPSON CITY CLERK Approved as to Form and Correctness: By: JULIE O. BRU CITY ATTORNEY ATTEST: HARVEY RUVIN, CLERK BY: DEPUTY CLERK (DATE) See memorandum dated hereto have caused Agreement to be executed by their respective year first above written. CITY OF MIAMI, FLORIDA A municipal corporation of the State of Florida By: JOHNNY. MARTINEZ CITY MANAGER Approved as to Insurance Requirements: By: CALVIN ELLIS RISK MANAGEMENT (AFFIX SUBRECIPIENT INCORPORATION SEAL) MIAMI-DADE COUNTY A political subdivision of the State of Florida CARLOS GIMENEZ COUNTY MAYOR approved as to form and legal sufficiency: The City of Miami Emergency Hotel/Motel Placement Program (PC-1112-HTMT-1), Feeding Coordination (PC-1112-FC), HMIS Staffing (PC-11 12-1-IMIS-1) ARTICLE III — Amendments The Agreement is hereby amended as follows: Article 2 is replaced as follows: ARTICLE 2. AMOUNT PAYABLE. Subject to available funds, the maximum amount payable for services rendered under this contract shall not -exceed: 1. Emergency Hotel/Motel Placement Program ($362,500.00 + $45,000 for additional placements) 2. Feeding Coordination Program 3. HMIS Staffing Program S 407,500.00 S 15,000.00 S 24,666.00 Total Contract Amount S447,166.00 Both parties agree that should available County funding be reduced, the amount payable under this Contract may be proportionately reduced at the sole discretion and option of the County. All services undertaken by the Provider before the County's execution of this Contract shall be at the Provider's. risk and expense. It is the responsibility of the Provider to maintain sufficient financial resources to meet the expenses incurred during the period between the provision of services and payment by the County. The County, at its sole discretion, may allow Provider an advance of N/A once the Provider has submitted an appropriate request and submitted an invoice in the fouii required by the County.' Article 3 is replaced as follows: ARTICLE 3. SCOPE OF SERVICES The Provider shall render services in accordance with the 2011-2012 Scope of Services incorporated herein and attached hereto as Attachment A. The Provider shall implement the Scope of Services as described in Attachment A in a manner deemed satisfactory to the County. Any modification or amendment to the Scope of Services shall not be effective until approved by the County and Provider in writing. 2 Attachment A The r i% ofivr.iarni ,curie (31 Services `CI I�i, .,.. is;t i' gym: r� `` to provide cmeroenCV hc.,tcl!motel placements of homeless families .vith TJThe, lovidcr s. n.- 1 tl,ild en fora period of up to seven (7) days in area ihotels,inntels. Families may be provided food vouchers on an as -needed basis of up to S2(i.0O may e r(�dem diem residinged an in hotels/motels. Families. with more than four(4) additional .5' per 1-5er uri Per clay. Reimbursements will only he Made for properly documented disbursement of mood vouchers. All reimbursements must be submitted to the County by the 154 day of each month following the month of service. All reimbursement requests n1 ust be approved by the County pror to the disbursement of funds_ • Requirernefw: of the Feeding Coordination Program: The Provider shall coordinate feeding programs for the homeless in the City of Miami to ensure feeding is conducted in a clean, convenient and Diu a list oe f all environment. partiipatinReorgonizatiiol s Liuison/Feedino Coordinator shall develop ago days prior to the end of each quarter, distribute and homeless individuals to later that thirty (� ) correspondence as needed to participating organizations; and ensure the coordination of outreach activities at the feeding sites listed below: E Camillus House, Inc. 726 NE 1sI Avenue Miami, Florida 33136 8 Miami Rescue Mission 2020 NE 151 Avenue Miami, Florida 33127 6 Mount Zion Baptist Church 30] Nib' 9th Street.Miami, Florida 33136 Reg uirements of the HMIS Staffing Praf4r trn: The Provider shall provide a dedicated HMIS Outreach staff pet on lieiudopurpose of this scstaf lient position is to maintain data current in the HMIS and mclt. es, data upon intake, updates of client files. compilation ofrepncsdand e!nierins data or sMclsiicall purposes. Failure to maintain this data current. as evideProuress Reports (MF'R) submitted to the. County each ninth. under the pitteed, Stitesr lanodsine ond urban Development (L.1 S1-ILID) sub -recipient c !_ ;)L'nty n1O\` reSU it in the termination of this Agreement. Attachment B PC-1112-HTMT-1 The City of Miami Emergency Hotel/Motel Placement— FY 11-12 CITY OF MIAMI HOMELESS ASSISTANCE PROGRAM Emergency Hotel/Motel Placement 2011-2012 Object Class Cost MDHT % City of Miami % Justification Emergency Housing, 7150 days/units @ Hotel/Motel $50.00 per day $357,500.00 100% Emergency Hotel/Motel placements for elegible families due to unavailability of beds within the continuum of care. 250 vouchers @ Food Vouchers $20.00 per voucher $5,000.00 - 100% Food vouchers for elegible families. TOTAL $362,500.00 t«!Chrn r1t i h C in of Marti �;s.�li5 5t„-1i —PC-1112-HMIS-1 CF.ri OF HOIVIELES Lion S:":LET' 1(109-2010 Contract BUDGET Object Gass 1. Supportive Service Costs . Personnel -Sala 1 F1 Homeless Program Clerk. HMIS Administrator @$14.49/h TOTAL Cost $32,445 City of Mlam! MfDHT % .% 76 % $24,666 24% S7,779 Just!fication Salaries for the City of Miami Homeless Program HMIS Administrator Attitchi�: nt 1.),---Pat (. e 2 o. 11tC:_.11V o tJ.a inn r; ,•,lin,= l„ ordination 'rocrrarn-PC-1112-FC CITY OF (.' •4F HOMELESS ASSET:0 CE PROGRAM E'ccdirg Coordinator 2009-2010 Contract BUDGET Object Class 1. Staffin Personnel -Sala 1 FT Homeless Program Feeding Coordinator @ $14.49/h TOTAL Cost $32,445 $J2,445 MDH T 46 15,00E MCH 31 % $ 10, 000 City of Miami 23°/O $7,445 Justification Salaries for the City of Miami Homeless Program Feeding Coordinator Date: To: From: Subject: October 4, 2011 Estephanie Resni Miami -Dade C tart County Attorney orney's Office Memorandum David Raymo xecutive Director Miami -Dad ounty Homeless Trust Approval of Agreement ❑ Sub -recipient ❑ U.S. HUD Grant Agreement ❑ State ET Other: Extension and Amendment Agreement Attached, please find for your review and approval, three (3) originals of the referenced Grant Agreement between Miami -Dade County, through the Miami -Dade County Homeless Trust and the agency listed below: Agency: The City of Miami Contract Number / Name: Contract Amount: PC-1112- HTMT-1/Emergency Hotel Motel Placement Program PC-1112-FC/Feeding Coordination Program PC-1112-H1VHS-1/H1VIIS Staffing Program PC-1112- HTMT-1 PC-1112-FC PC-1112-HI•IIS-1 SHP: ❑ F&B STATE: ❑ OTHER Authorized by Resolution: Authorized by A) 3-38: # R-859-09 S407,500.00 S15,000.00 S24,666.00 S447,166.00 (Specify): ❑ Q New Renewal ❑ ❑ New Renewal We are requesting your assistance with reviewing and approving the Agreement as to form and legal sufficiency as soon as possible. Please contact our office once the Agreements have been signed at (305) 375-1490. As always, thank you for your assistance. I approve the above referenced agreement for form and legal sufficiency. -5.1‘.. 5o e id-q-ll epi ►"yYr1 •i tLispco Estephanie Resnik Date 7 ( Assistant County Attorney 1nk 1" O I do not approve the above referenced agreement for form and legal sufficiency because: `adligr Please resubmit again for review after these problems have been addressed. Please return to Terrell Thomas Ellis, Contract Monitoring and Management Supervisor. Date: To: From: Subject: September 21, 2011 AGENDA. ITE`1 #5 Memorandum Miami -Dade County/Homeless Trust Members David Raymorri' ecutive Director Homeless Trusx' 2011-12 Food and Beverage funded programs- Request for Applications and contract renewals -ratification Background As you may recall, in 2008 and 2010 at the Homeless Trust Executive and Board meetings, the Board approved and . staff issued Request for Applications/Qualifications for Primary Care, Housing, Emergency Shelter Beds and Homeless Services for a variety of services. The services and resultant awards were as follows: December, 2010 (4 Year, 8 Month RFA next bid March, 2015)) • Identification Assistance- City of Miami Beach and City of Miami Outreach $25,000 each • Emergency Shelter Beds- Miami Rescue Mission- $118,260 for 18 beds • Emergency Shelter Beds- Harbor House $459,900 for 70 beds (increased from the original 30 beds with the Trust's approval. May, 2010 (5 year RFA next bid March 2015) e Memorandum of Agreement -City of Miami-$340,000 e Prevention- Camillus House-$500,000 July, 2009 (3 year RFA) e Emergency Housing- Salvation Army- $390,200 for 60 beds ® Revenue. Maximization- Community Partnership for Homeless (Emergency Housing) $352,100 for 54 beds. New Hope and Sundari (Transitional Housing) in the amounts of $260,000 (24 beds) and $92,100 (24 beds) respectively • Housing 1st Lutheran'Services of Florida- $818,000-case rate program goal of serving 40 clients • Coordinated Outreach- Citrus Health Network- $412,000- goal of serving 49 clients An analysis of performance, utilization and expenditure rates through the first three quarters (or more current data where available) of 2010-11 has been conducted. The results are outlined on the attached • spreadsheets. Staff Recommendations At the September Homeless Trust Executive Committee, staff recommended and the Executive Committee approved the following actions: Renewing each of the contracts for a one year teuii at the, current contract amounts. Further, due to the continued need for emergency shelter beds, (all of the newly funded 88 beds we recently added are full) Miami Rescue Mission has offered another 10 beds at a cost of $18/day. staff recommended and the Executive Committee approved increasing their contract by an amount of $65,700 for a total of $18 3,960. Additionally, the current level of funding for hotel assistance is $112,500 for the City of Miami, `"25,000 for Miami Beach and $5,0 00, for Citruc Health Network (Citrus is only for chronically homeless persons). Given the huge increase in demand for AMENDMENT # 1 EXTENSION AND AMENDMENT #1 OF THE AGREEMENT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI HOTEL/MOTEL PLACEMENT PROGRAM/CONTRACT #PC-1011-HTMT-1 FEEDING COORDINATION PROGRAM/CONTRACT #PC-1011-FC HMIS STAFFING PROGRAM/CONTRACT #PC-1011-HMIS-1 THIS AMENDMENT OF AGREEMENT (the "Agreement Amendment") is made as of • by and between Miami -Dade County, through the Miami -Dade County omeless Trust (the "County") and The City of Miami, a provider of services to homeless ndividuals, hereinafter referred to as the "Provider". WITNESSETH: WHEREAS, On February 1, 2010, the County and the Provider entered into an Agreement ("Agreement") which provides funding for the provision of housing and services to homeless individuals in Miami -Dade County. WHEREAS, this Agreement provides for certain rights and responsibilities of the County; and WHEREAS, the Agreement allows for amendments and extensions at the sole discretion of the County; and WHEREAS, the County is desirous of amending the Agreement pursuant to the terms of the Agreement; NOW, THEREFORE, BE IT RESOLVED, for and consideration of the mutual agreements between the County and the Provider, which are set forth in this Amendment of the Agreement, the receipt and sufficiency of which are acknowledged, the County and the Provider amend this Agreement as follows: ARTICLE I — Recitals The foregoing recitals are true and correct and constitute a part of this Amendment of the Agreement. ARTICLE II — Ratification of the Agreement Other than expressly modified or amended herein, all other terms and conditions of the Agreement shall remain in full force and effect. The City of Miami Emergency Hotel/Motel Placement Program (PC-1011-HTMT-1), Feeding Coordination (PC-]011-FC), HMIS Staffing (PC-1011-HMIS-I) ARTICLE III — Amendments The Agreement is hereby amended as follows: Article 2 is replaced as follows: ARTICLE 2. AMOUNT PAYABLE. Subject to available funds, the maximum amount payable for services rendered under this contract shall not exceed: 1. Emergency HoteUMotel Placement Program 2. Feeding Coordination Program 3. HMIS Staffing Program Total Contract Amount $ 112,500.00 $ 15,000.00 $ 24,666.00 $152,166.00 Both parties agree that should available County funding be reduced, the amount payable under this Contract may be proportionately reduced at the sole discretion and option of the County. All services undertaken by the Provider before the County's execution of this Contract shall be at the Provider's risk and expense. It is the responsibility of the Provider to maintain sufficient financial resources to meet the expenses incurred during the period between the provision of services and payment by the County. The County, at its sole discretion, may allow Provider an advance of N/A once the Provider has submitted an appropriate request and submitted an invoice in the faun required by the County. Article 3 is replaced as follows: ARTICLE 3. SCOPE OF SERVICES The Provider shall render services in accordance with the 2010-2011 Scope of Services incorporated herein and attached hereto as Attachment A. The Provider shall implement the Scope of Services as described in Attachment A in a manner deemed satisfactory to the County. Any modification or amendment to the Scope of Services shall not be effective until approved by the County and Provider in writing. 2 The City of Miami Emergency Hotel/Motel Placement Program (PC-101 1-HTMT-1), Feeding Coordination (PC-1011-FC), HMIS Staffing (PC-1011 -HM1S-1 ) Article 4 is replaced as follows: ARTICLE 4. BUDGET SUMMARY The Provider agrees that all expenditures or costs shall be made in accordance with the 2010-2011 Budget, which is attached hereto and incorporated herein as Attachment B. The parties agree that the Provider may, with the County's prior written approval; revise the schedule of payments or the line item budget, and such revision shall not require an amendment to this Contract. Article 5 is replaced as follows: ARTICLE 5. EFFECTIVE TERM Both parties agree that the Effective Term of this Contract shall commence on October 1, 2010 and terminate at the close of business on September 30, 2011. Contingent of the existence of sufficient funding and the approval of the County, this Contract may be extended for one (1) additional one (1) year term, at the County's sole discretion. SIGNATURES APPEAR ON THE FOLLOWING PAGE 3 The City of Miami Emergency Hotel/Motel Placement (PC10-11-HTMT-1), Feeding Coordination (PC1011-FC), HMIS Staffing (PC1011-HMIS-1) IN WITNESS WHEREOF, the parties have caused this five (5) page Amendment of the Agreement to be executed by their respective and duly authorized officers the day and year first above written. THE CITY OF MIAMI By: Name: Title: Date: By: Name: PRISCILLA A. THOMPSO Title: CITY CLERK Date: CARLOS A. MIGOYA CITY MANAGER Approved as to Form and Correctness: By: Name: JULIE O. BRU Title: CITY ATTORNEY Date: 4 MIAMI-DADE COUNTY, FLORIDA By: Name:64/ r Title: Date: /0 Attest: HARVEY RUVIN, Clerk Board of County Commissioners / Approved as to Insurance Require ents: ARY RESH'F$KY RISK MANAGEMENT By: Name: Title: Date: Attest: Print Name: Title: Authorized Person OR Notary Public Corporate Seal OR Notary Seal/Stamp: 5 Attachment A The City of ?Miami Scope of Services Requirements of the Emergency Hotel/Motel Placement Program: The Provider agrees to provide emergency hotel/motel placements of homeless families with children for a period of up to seven (7) days in area hotels/motels. Families may be provided food vouchers on an as -needed basis of up to $20.00 per diem while residing in hotels/motels. Families with more than four (4) members may be provided an additional $5.00 per person per day. Reimbursements will only be made for properly documented disbursement of food vouchers. All reimbursements must be submitted to the County by the l 5th day of each month following the month of service. All reimbursement requests must be approved by the County prior to the disbursement of funds. Requirements of the Feeding Coordination Program: The Provider shall coordinate feeding programs for the homeless in the City of Miami to ensure feeding is conducted in a clean, convenient and humane environment. The .Community Liaison/Feeding Coordinator shall develop and maintain a list of all participating organizations and homeless individuals no later that thirty (30) days prior to the end of each quarter; distribute correspondence as needed to participating organizations; and ensure the coordination of outreach activities at the feeding sites listed below: • Camillus House, Inc. 726 NE 1 si Avenue Miami, Florida 33 l36 O Miami Rescue Mission 2020 NE I' Avenue Miami, Florida 33127 ▪ Mount Zion Baptist Church 301 NW 9ih Street Miami, Florida 33 136 Req uirements. of the HIVLIS Staffing Program: The Provider shall provide a dedicated HMIS Outreach staff person. The purpose of this staff position is to maintain data current in the HMIS and includes, but is not limited to input of client data upon intake,• updates of client files, compilation of reports and entering data for statistical purposes. Failure to maintain this data current, as evidenced by HMIS generated Monthly Progress Reports (MPR) submitted to the County each month under the United States Housing and Urban Development (LJSHUD) sub -recipient Agreement between the Provider and the County may result in the termination of this Agreement. Attachment B, Page 1 of The City of Miami Emergency Hotel/Motel Placement—PC-0910-HTMT-1 CITY OF MIAMI HOMELESS ASSISTANCE PROGRAM Emergency Hotel/Motel Placement 2009-2010 Contract BUDGET Cost MDHT % City of Miami % Justification Object Class Emergency Housing, Hotel/Motel 1400 days/units @ $50.00 per day $70,000 100% Emergency Hotel/Motel placements for eligible families due to unavailability of beds within the continuum of care Food Vouchers 250 vouchers @ $20.00 per voucher $5,000 100% Food vouchers for eligible families, TOTAL $75,000 1 Attachment B-Page 2 of The City of Miami Feeding Coordination Program-PC-0910-FC CITY OF M1AMI HOMELESS ASSISTANCE PROGRAM Feeding Coordinator 2009-2(110 Contract BUDGET Object Class Cost WONT % MCH % . City of Miami % Justification 1. Staffing P Personnel -Salary 1 FT Homeless Program Feeding Coordinator @ $14.49/h $32,445 46 °Ya 31 % 23% Salaries for the City of Miami Homeless Program Feeding Coordinator TOTAL $32,445 $15,000 $10,000 $7,445 1 Attachment B The City of Miami HMIS Staffing — PC-09I0-HMIS-I CITY OF MIAMI HOMELESS ASSISTANCE PROGRAM Homeless Management Information System 2(109-20I0 Contract BUDGET Object Class Cost MDHT % City of Miami .% Justification 1. Supportive Service Costs P Personnel -Salary 1 FT Homeless ,Program Clerk. HMIS Administrator @$14.49/h S32,445 76 % 24 % Salaries for the City of Miami Homeless Program HMIS Administrator TOTAL $24,666 $7,779 Date: To: From: Subject: Memorandum December 15, 2010 Estephanie Resnik, Assistant County Attorney iami-Dade County Attomey's Office dRaymond, Executive Director iami-Dade County Homeless Trust Approval of Agreement ❑ Sub -recipient ❑ U.S. HUD Grant Agreement 0 State Other: Primary Care Services Attached, please find for your review and approval, three (3) originals of the referenced Grant Agreement between Miami -Dade County, through the Miami -Dade County Homeless Trust and the agency listed below: Agency: The City of Miami Contract Number / Name: PC-1011-HTMT-1/Hotel/Motel Placement Program PC-1011-FC/Feeding Coordination Program PC-1011-HMIS-1/HMIS Staffing Program Contract Amount: S 152,166.00 — Hotel/Motel $112,500.00 Feeding Coordination 15,000.00 HMIS Staffing 24,666.00 SHP: 0 F & B Lf STA1E: ❑ OTHER 0 (Specify): Authorized by Resolution: #R-859-09 0 ❑✓ New Renewal Authorized by A) 3-38: 0 0 New Renewal We are requesting your assistance with reviewing and approving the Agreement as to form and legal sufficiency as soon as possible. Please contact our office once the Agreements have been signed at (305) 375-1490. As always, thank you for your assistance. I approve the above referenced agreement for form and legal sufficiency. 403%.2 p/ 0 Date Estephanie Resnik Assistant County Attorney O I do not approve the above referenced agreement for form and legal sufficiency because: Please resubmit again for review after these problems have been addressed. ORIGINAL CONTRACT EXTENSION AND AMENDMENT #2 OF THE AGREEMENT BETWEEN MIAMI-DADE COUNTY AND THE CITY OF MIAMI HOTEL/MOTEL PLACEMENT PROGRAM/CONTRACT #PC-1112-HTMT-1 FEEDING COORDINATION PROGRAM/CONTRACT #PC-1112-FC HMIS STAFFING PROGRAM/CONTRACT #PC-1112-HMIS-1 TIIIS AMENDMENT OF AGREEMENT #2 (the "Agreement Amendment") is made as of ?, ( by and between _Miami -Dade County, through the Miami -Dade County Homeless trust (the "County") and The City. of Miami, a provider of services to homeless individuals, hereinafter referred to as the "Provider". WITNESSETH: WHEREAS, On February 1, 2010, the County and the Provider entered into an Agreement ("Agreement") which provides funding for the provision of housing and services to homeless individuals in Miami -Dade County. WHEREAS, On January 18, 2011, said Agreement was amended and extended for one (1) year; and WHEREAS, this Agreement provides for certain rights and responsibilities of the County; and WHEREAS, the Agreement allows for amendments and extensions at the sole discretion of the County; and WHEREAS, the County is desirous of extending and amending the Agreement for one (1) additional year pursuant to the terms of the Agreement; NOW, THEREFORE, BE IT RESOLVED, for and consideration of the mutual agreements between the County and the Provider, which are set forth in this Amendment of the Agreement #2, the receipt and sufficiency of which are acknowledged, the County and the Provider amend this Agreement as follows: ARTICLE I — Recitals The foregoing recitals are true and correct and constitute a part of this Amendment of the Agreement #2_ ARTICLE II — Ratification of the Agreement Other than expressly modified or amended herein, all other terns and conditions of the Agreement shall remain in full force and effect. The City of Miami Ernereency Hotel/Motel Placement Program (PC-) l l_-HTMT-I), Feeding Coordination (PC-1 i 12-FC), HMIS Staffing (PC -I l 12-HMIS-1) ARTICLE III — Amendments The Agreement is hereby amended as follows: Article 2 is replaced as follows: ARTICLE 2. AMOUNT PAYABLE. Subject to available funds, the maximum amount payable for services rendered under this contract shall not exceed; 1. Emergency Hotel/Motel Placement Program S 407,500.00 (S362,500.00 + S45,000 for additional placements) 2. Feeding Coordination Program S 15,000.00 3. RMIIS Staffing Program S 24,666.00 Total Contract Amount S447,166.00 Both parties agree that should available County funding be reduced, the amount payable under this Contract may be proportionately reduced at the sole discretion and option of the County. All services undertaken by the Provider before the County's execution of this Contract shall be at the Provider's risk and expense. Itis the responsibility of the Provider to maintain sufficient financial resources to meet the expenses incurred during the period between the provision of services and payment by the County. The County, at its sole discretion, may allow Provider an advance of N/A once the Provider has submitted an appropriate request and submitted an invoice in the form required by the County.' Article 3 is replaced as follows: ARTICLE 3. SCOPE OF SERVICES The Provider shall render services in accordance with the 2011-2012 Scope of Services incorporated herein and attached hereto as Attachment A. The Provider shall implement the Scope of Services as described in Attachment A in a manner deemed satisfactory to the County. Any modification or amendment to the Scope of Services shall not be effective until approved by the County and.Provider in writing. 2 The City of Miami Emergency Hotel/Motel Placement Program (PC-1l 12-HTMT-1), Feeding Coordination (PC-1112-FC), HMIS Staffing (PC-1112-HMIS-1) Article 4 is replaced as follows: ARTICLE 4. BUDGET SUMMARY The Provider agrees that all expenditures or costs shall be made in accordance with the 2011-2012 Budget, which is attached hereto and incorporated herein as Attachment B. The parties agree that the Provider may, with the County's prior written approval; revise the schedule of payments or the line item budget, and such revision shall not require an amendment to this -Contract. Article 5 is replaced as follows: ARTICLE 5. EFFECTIVE TERM Both parties agree that the Effective Term of this Contract shall commence on October I, 2011 and terminate at the close of business on September 30, 2012. SIGNATURES APPEAR ON THE FOLLOWING PAGE GRANT NUMBER: 2011 /2012 Primary Care Program City of Miami HM1S/Hotel-Motel/Feeding Coordination IN WITNESS WIHEREOF, the parties hereto have caused Agreement to be executed by their respective and duly authorized officers the day and year first above written. (SEAL) ATTEST: By: By: Witness PRISCILLA A. THOMPSON CITY CLERK I t — % - // Approved as to Form and Correctness: By: JULIE BRU CITY A yi ORNEY ATTEST: HARV 2,aki ,(VfN;,CLERK `) k c \ ,f„)''. v .:Y _ I I3tJTY/CLERK (DATE) See memorandum dated la CITY OF MIAMI, FLORIDA A municipal corporation of the State of Florida TNYRTIN ITY MAN ER Approved: as to Insurance Requirements: By: i' 1 C4LVIN ELLIS RISK MlkNAGEMENT I (AFFIX SUBRECIPIENT INCORPORATION SEAL) MIAMI-DADE COUNTY A political subdivision of the State of Florida CARLOS GIMENEZ COUNTY MAYOR \_ l i L,pproved as to form and legal sufficiency: City of Miami Legislation Resolution City Hail 3500 Pan American Drive Miami, FL 33133 v wv.miamigov.com File Number: 11-01030 A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), ESTABLISHING A SPECIAL REVENUE PROJECT ENTITLED: "2011-2012 HOMELESS HOTEUMOTEL, FEEDING AND HOMELESS MANAGEMENT INFORMATION SYSTEM ("HMIS") AGREEMENT", AND APPROPRIATING FUNDS, IN AN AMOUNT NOT TO EXCEED $447,166, CONSISTING OF A GRANT AWARD FROM THE MIAMI-DADE COUNTY HOMELESS TRUST, FOR AN ADDITIONAL TWELVE (12) MONTH PERIOD, TO PROVIDE HOTEUMOTEL ACCOMMODATION TO HOMELESS FAMILIES, STAFFING FOR HMIS, AND FEEDING PROGRAM COORDINATION; AUTHORIZING THE CITY MANAGER TO EXECUTE THE EXTENSION AND AMENDMENT NUMBER 2 OF THE AGREEMENT, IN SUBSTANTIALLY THE ATTACHED FORM, AND ALL NECESSARY DOCUMENTS IN ORDER TO IMPLEMENT THE ACCEPTANCE OF SAID GRANT. Final Action Date: L�J 0 D WHEREAS, the City of Miami ("City") has been awarded an extension and amendment of an initial grant for the total amount of $447,166, for the provision of services and staffing of the Miami Homeless Assistance Programs for 2011-2012; and WHEREAS, said funds will be used by the Miami Homeless Assistance Programs to temporarily accommodate homeless families and to provide funds to staff the Feeding Coordination Program and the Homeless Management Information System ("HMIS"); and WHEREAS, it is appropriate for the City Manager to accept said grant and to establish a new special revenue project for the appropriation of said grant award; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are adopted by reference and incorporated as if fully set forth in this Section. Section 2. The following new Special Revenue Project is established and resources are appropriated as described below: PROJECT TITLE : 2011-2012 Homeless HoteVivlotel Feeding and HMIS Agreement RESOURCES: . Miami -Dade County Homeless Trust 5447,166 APPROPRIATIONS: City of Miami Homeless Assistance Program cry of i f; ^'i • ?72e `moo L r N �� O CD 0 LU ca lL L: Fie .14. il...... , ;Version ) Pr .,,:.,i On: i //- 0/030 — Le51 S lG l t c) '1 File Number. 11-01030 for temporary accommodation of homeless families, HMIS, and feeding coordination slatting $447,166 Section 3. The City Manager is authorized {1) to execute the Extension and Amendment Number 2 of the Agreement between Miami -Dade County and the City, in substantially the attached form, and all necessary documents, for the programs specified herein, in order to implement the acceptance of said grant award. • Section 4. This Resolution shall become effective immediately upon its adoption and signature of the Mayor. {2) APPROVED AS TO FORM AND CORRECTNESS: JULIE O. BRU CITY ATTORNEY Footnotes: {1) The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attomey, including but not limited to those prescribed by applicable City Charter and Code provisions. {2) If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed •and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. 2 :12 ff 11- 1O 2;=%rrsio r r nh: 1 n.254'01. Homeless Trust 11 1 NW 1st Street • 27th Floor • Suite 310 Miami, Florida 33128-1930 T 305-375-1490 F 305-375-2722 miamidade.gov November 18, 2011 City Manager, Johnny Martinez c/o Sergio Torres, Program Director City of Miami, Homeless Programs 1490 N.W. 3`d Avenue, Suite 103 Miami, Florida 33130 Re: 2011— 2012 Primary Care Program — The City of Manzi Extension and Amendment of the Grant Agreements for the HMIS, Emergent , Hotel/Motel Placement and Feeding Coordination Program Dear Mr Enclosed . eas- find for your staff and file, one (1) fully executed original of the Agreement betwe- Miami -Dade County, through Miami -Dade County Homeless Trust and City of Miami, for the above referenced Primary Care grant. Please feel free to contact us at (305) 375-1490 if you any questions or require additional information. Thank yob•' your continued efforts with addressing the needed of the homeless of our co s iiity. Sinc av ' aymond Executive Director Enclosures I have received one fully executed Agreement for the above mentioned grant Signature of Authorized Agency Representative Date Printed Name of Agency Representative Attachment A i �" T'i— of.`::xn":r scope of Services nuf fly, HoteiThlotel of hQ171GICS`: raIl1111CS� Fide emerienc � hotel/motel p1'"' lacemer_ The i�rovid:r a��,�e��s t�:� provide I�,ntelsrir�ntel�. children for period of up to seven (7) clays In area i amities may he provided food vouchers on an is needed basis iij of Up to `r,n0.00 pny rpdiem while residing in hotels/motels. Families with more than additional 15.00 per petson-per ay:-• Reimburseniellts will only be n ade for properly documented disbursement of food vouchers. All reimbursements must be submitted to the Count' by the 35`h day of each month followin` the month of service. All reimbursement requests must be approved by the County prior to the disbursement of funds. ? Requi _rneiits of the Feeding Coordination program: )m The Provider shall coordinate feeding programs for the homeless in the City of Miami to ensure feeding is condi:tcted in a clean, convenient and humane environment. The Community Liaison/Feeding, Coordinator shall develop and maintain a list of all participating organizations d homeless individuals no later that thirty (30) days prior to the end of each quaver; distribute Sri and ensure the coordination of outreach correspondence as needed to Participating organizations; activities at the feeding sites listed below: E Camillus House, Inc_ 726 NE 1c Avenue Miami, Florida » 136 Miami Rescue Mission 2020 NE I' Avenue Miami, Florida 33127 Mount Zion Baptist Church 301 NW 9th Street Miami, Florida 33136 Requirements Of tale BJYflS Staffing J rfr'f4ram: The Provider shall provide a dedicated HMIS Outreach staff petsion.s Iin ipu posinput ofe ofthis c!iaf r,osition is to maintain data current in the l IMi3 and includes, current_ as evidenced by HMIS �,eneruced lvlimi.hly l - - data upon intake, updates of ciienl: files_ compilation of reports and enterinr� data for statistics purposes. Failure to maintain this data (.Ui Progress Reports (MPR) submitted to the Coun neachrm nth. under tlhen l:1heni edr;�tidrates i-io stne and� Urban Development (L.1S1-1L.. IL) sub -recipient Count ..; may rests it in the t''rm Motion of this A recnient. Attachment B PC-1112-HTMT-1 The City of Miami Emergency Hotel/Motel Placement-- FY 11-12 CITY OF MIAMI HOMELESS ASSISTANCE PROGRAM Emergency Hotel/Motel Placement 2011-2012 BUDGET Object Class Cost MDHT % City of Miami % Justification Emergency Housing, Hotel/Motel 7150 days/units @ $50.00 per day $357,500.00 100% Emergency Hotel/Motel placements for elegible families due to unavailability of beds within the continuum of care. Food Vouchers 250 vouchers @ $20.00 per voucher $5,000.00 100% Food vouchers for elegible families. TOTAL $362, 500.00 r'ity of f\riiari-ii, Stflifin; — PC-1112-H/\4IS-1 Ctry. 24)09-2030 Contrdct BUDGET Object Class 1. Supportive Service. Costs PersOnnel-Salary___ 1 FT Hon-ieless Program Clerk. HMIS Administrator @.$14.49/h TOTAL CoSt S32,445 City of Mini D % .°/u 76 % S94,1',66 24 % $7,779 Justification Salaries for the City of Miami Homeless Program HMIS Administrator :-1 `: (: 2 o: r':;. 1 iiC 1,r Oi .'Ii .. i <7r , r?i- PC-1112-FC 1. a!lintf � iiUe i=i.e�.�,,� , i�i1` CITY OF M_1_6-j HOMELESS AS.-.-ISTA.NC:17 PROGRAM" t io: dii gr C oor Z in:itor "2.00-2010 Contract BUDGET Object Class 1. Staffin, Personnel -Sala 1 FT Homeless Program Feeding Coordinator @ $14.491'n TOTAL Cost 539,445 $32 445 M Doi T 46 $ 1 5,000 MCH 31 % $10,000 City of . Miami % 23% 37,445 Justification Salaries for the City of Miami Homeless Program Feeding Coordinator MIAMI-DADE,, • ;r5<tr November 18, 2011 City Manager, Johnny Martinez c/o Sergio Torres, Program Director City of Miami, Homeless Programs 1490 N.W. 3rd Avenue, Suite 103 Miami, Florida 33130 Homeless Trust 111 NW 1st Street • 27th Floor • Suite 310 Miami, Florida 33128-1930 T 305-375-1490 F 305-375-2722 Re: 2011— 2012 Primary Care Program — The City of Miami Extension and Anzendnzent of the Grant Agreements for the HMIS, Enzergencj Hotel/Motel Placement and Feeding Coordination Program Dear Mr. Enclosed ease find for your staff and file, one (1) fully executed original of the Agreement betw2 Miami -Dade County, through Miami -Dade County Homeless Trust and City ofMianzi, for the above referenced Primary Care grant Please feel free to contact us at (305) 375-1490 if you any questions or require additional _ information. Thank yo -i your continued efforts with addressing the needed of the homeless of our cool .ii'nity. •-eei 1 Sinc y, av-aymond Executive Director Enclosures miamidade.gov I have received one fully executed Agreement for the above mentioned grant Signature ofAuthorized A.gcr_cy Representative Nate ofAgency er.cy ....;i.re.,entative I Attachment :E ... PC-1112-HTMT-1 The City of Miami Emergency Hotel/Motel Placement— FY 11-12 CITY OF MIAMI HOMELESS ASSISTANCE PROGRAM Emergency Hotel/Motel Placement 2011-2012 -BUDGET ........ Object Class Cost' MDHT% City of Niiami Justification Emergency Housing, Hotel/Motel Food Vouchers TOTAL 7150 days/units @ $50.00 per day 250 vouchers @ $20.00 per voucher $357; 500.00 $5,000.00 $362,500.00 100% 1 Emergency Hotel/Motel placements for elegible families due to unavailability of beds within the continuum of ,care. Food vouchers for elegible families. Attachment A Ti Scope o,rServices I:-: t ...s-r._..uite_iilrl Utel Placement The u- -es I,10 Lier'ency lcInirtc' :lauerleit homelessfan-lilies with � children for a period of up to seven (7) da�. s in area Il0iei5l;liottls. S20.00 per diem r�'hil�� Ivouchers on an as -needed basis of up to Families may be provided food nlenlbel'S may,• he provided an residi,l� in hotee1s/niOtels. )•'amities with more than four (4) additional n.,.G'0 p r pi rsor, perdue mlbursernent5 Will only be niade for properly' documented disbursement of food vouchers. All reimbursements must be submitted to the County by the] _u, day of each month fol'iowin, the month of service. All reimbursement requests ni List be approved by the County prior to the disbursement of funds. L_Re e.trients of F heFeeding _ Coordination rogr A homeless in the City of Miami to ensure ne Ur ovider shall coordinate feeding pro, anis for the F in a clean, convenient and humane environme.,nt. The Cominuf_i feeding, e c0 ]d.-Ct d of all participating organizations `nIl develop L;id ma?ni�ir! a list r`- �a r, �c Coordinatorthe end of ecCl? CiLaPer: distribute Lidi50n� e s in. individuals nsh+ -, ' ) days prior to th and homeless indli/]LiLaIS n0 later that thirty ! , and ensure the coordination of outreach correspondence S needed to particivatIDc or anizatio�_-; activities at -die feeding sites listed below: ' N " ]si ;�'�!eiiUE IVIJ��i?, Florida 33135 Camillus House, inc. 726 NE l5' _venue Miami, Florida 33127 4. I\�lianli Rescue Mission 2020 Mount Zion Baptist Church 303 N-V4191h Street Miami, Florida 33136 the ,iT IS t ffif _, Provider shall provide a dedicated HM]S Outreach daf person. The. purpose ose flor this cl a.d The , I o position is to maintain data current in the l-1NlIS and includes, - ent ns f reports by nterifl ,(Iota d ivli)nthal data anon Intake, updates of client files compilation of re.pUrCs and ence.rin�u (Iota for st:ntlstica DUFpOsCS- Failure to maintain this data current, r,� lv _ r-r� li'lil ,1��reenlent her',�'een the Provider and the Prow-ess Reports (1v1PR) submitted to the. County' tench month under the United States i-Iousin,, �IllclLlrhall Developl;leni (L.1S1-IUL,) soh r., p Cot; may result in the tern; illation of this A`-'reement. Object ClEiss 1. Supportive ServicE_--... Costs Personnel-Sal_n___ 1 FT Homeless Program Clerk. HMIS Administrator @S14.49/h TOTAL .ktatchrritrit Tht rit'," of Nri.i rn ETV'S - PC-1 1.12-I-11\ilIS-1 1)ROGRz,Zy'i (i09-2111) Coritn.ict i3L[DGET Cost S3?,-445 City of Miami D % 76 c/ci S').4-,P55 240A $7,779 Justification Salaries for the City of Miami Homeless Program HMIS Administrator