Loading...
Resolution 218-1987 " " Louis LaTorre, Director Social Services Department RESOLUTION NO. 218 -1987 A RESOLUTION OF THE BOARD OF COUNTY COMMIS- SIONERS OF MONROE COUNTY, FLORIDA, APPROVING AND AUTHORIZING THE MAYOR TO EXECUTE A CONTRACT BY AND BETWEEN THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS AND THE CITY OF KEY WEST PORT AND TRANSIT AUTHORITY IN ORDER TO PROVIDE THE COUNTY WITH FLEET MAINTENANCE SERVICES. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, that said Board hereby approves and authorizes the Mayor to execute a Contract by and between the Monroe County Board of County Commissioners and the City of Key West Port and Transit Authority, a copy of same being attached hereto, in order to provide the County with fleet maintenance services. BE IT FURTHER RESOLVED that authority is granted to the Mayor and Chairman of the Board to enter into a joint participation agreement for a service development project involving the maintenance contract between the City of Key West Port and Transit Authority and Monroe County. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 2nd day of June, A.D. 1987. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA (SEAL) ATTEST: DANNY L. KOLHAGE, Clerk ~ //0. ~~~.1P.~ ERK ' APPROVED AS TO FORM' A~~EGAl SUFFICIENCY. J 8yh:.tA-~- ~4()]L;L .. f Attorne'l's Office - )/ {_ I OTHER GOVERNMENTAL AGENCIES CONTRACT BETWEEN MONROE COUNTY BOARD OF COUNTY COMMISSIONERS AND CITY OF KEY WEST PORT AND TRANSIT AUTHORITY THIS CONTRACT is entered into between the Monroe County Board of Couhty Co~issioner~ hereinafter referred to a. the "County", and City of Key West Port and Transit Authority, hereinafter referred to as the "Providerll. The parties agree: 1. The Provider agrees: A. To provide services according to the conditions specified in Attachment I. B. Federal and St.t~ Laws and Regulations 1. If this contract contains federal funds, the provider shall comply with the provisions of 43 CFR, Part 74, and other applicable regulations if specified in Attachment II. I C . Aud i t and Record. 1. To maintain books, records and documents in accordance with accouDting procedure. and practices Mhich sufficiently and properly reflect all expenditure. of funds provided by the county under this contract. 2. To ..sure that the.e records shall be Subject at 411 ti-.s to inspection, review, or audit by .tate personnel and other personnel duly authorized by the county, as w811 as by federal personnel. 3. To maintain and file with the county such progres., fiscal, inventory and other reports as the county may require within the period of this contract. 4. To include these aforementioned audit and record- keeping requirements in all approved subcontracts and assignments. 5. To allow public access to all documents, papers, letters or other material subject to the provisions of Chapter 119, F.S., and made or received by the provider in conjunction with this contract. It is expressly understood that substantial evidence of the provider's refusal to comply with this provision shall ~mnstitute a breach of contract. ;"''';':l,~' D. Retention of Records 1. To retain all financial records, supporting documents, statistical records, and any other documents pertinent to this contract for a period of five (5) years after termination of this contract, or if an audit has been initiated and audit findings have not been, resolved at the end of five (5) years, the records shall be retained until resolution of the audit findings. 2. Persons duly authorized by the county, and federal au~itors, pursuant to 45 CFR, Part 74.24(a) , (b), and (d) shall have full ~ccess to, and the right to examine any of said records and documents during said retention period. E. Monitoring 1.. To provide progress reports, including data reporting requirements as specified in Attachment I. These reports will be used for monitoring progress or performance of the contractual services as specified in Attachment I. 2. To provide access to, or to furnish whatever information is necessary to effect this monitoring. 3. To permit the county to monitor the aforementioned service program operated by the provider or subcontractor or assignee according to applicable regulations of the state and federal governments. Said monitoring will include access to all records. F. Insurance If the provider is a county or municipality, the provider shall furnish the department written verification of liability coverage in accordance with Section 768.28, F.S. 6. Assignments and Subcontracts The provider shall neither assign the responsibility of this contract to another party nor subcontract for any of the work contemplated under this contract without prior written approval of the county. No such approval by the county of any assignment or subcontract shall be deemed in any event or in any manner to provide for the incurrence of any obligation of the county in addition to the total dollar amount agreed upon in this contract. All such assignments or subcontracts shall be subject to the conditions of this contract (except Section 1, Paragraph K) and to any conditions of approval that the county shall deem necessary. H. Financial Reports To provide financial reports to the county as specified in Attachment I. '~;,;'. .,. I. Return of Funds The provider agrees to return to the county any overpayments due to unearned funds or funds disallowed pursuant to the terms of this contract that were disbursed to the provider by the county. Such funds shall be considered county funds and shall be refunded to the county. The refund shall be due within 30 days following the end of the contract or at the time the overpayment is discovered unless otherwise authorized by the county in writing and attached to this contract. J. Tr~nsportation Disadvantaged If clients will be transported under this contract, the provider will subcontract with the designated Community Coordinated Transportation Provider, or otherwise comply with the provisions of Chapter 427, Florida Statutes. The provider shall submit to the department the reports required pursuant to Volume 10, HRS Accounting Procedures Manual. K. Civil Rights Certification In the event any funding for this agreement is part of any Federal grant, loan, contract (except contract of insurance or guaranty), property, discount, or other Federal financial assistance to programs or activities receiving or benefiting from Federal financial assistance, then The provider assures that it will comply with: 1 . 42 U.S.C. basis of activities assistance. Title VI of the Civil Rights Act of 1964, as amended, 2000d et seq., which prohibits discrimination on the race, color, or national origin in programs and receiving or benefiting from Federal financial 2. amended, basis of benefiting Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, which prohibits discrimination on handicap in programs and activities receiving from Federal financial assistance. as the or 3. Title IX of the Education Amendments of 1972, as amended, 20 U.S.C. 1681 et seq., which prohibits discrimination on the basis of sex in education programs and activities receiving or benefiting from Federal financial assistance. 4. The Age Discrimination Act of 1975, as amended, 42 U.S.C. 6101 at seq., which prohibits discrimination on the basis of age in programs or activities receiving or benefiting from Federal financial assistance. 5. The Omnibus Budget Reconciliation Act of 1981, P.L. 97- 35, which prohibits discrimination on the basis of sex and ..,- '~l ,... religion in programs and activities receiving or benefiting from Federal financial assistance. 6. All regulations, guidelines, and standards lawfully adopted under the above statutes. The provider agrees that compliance with this assurance constitutes a conditio~ of continued receipt of or benefit from Federal financial assistance, and hence continuation of this contract without breach, and that it is binding upon the provider, its successors, transferee, and assignees for the I period during which such assistance funds this agreement. The provider further assures that all contractors, subcontractors, subgrantees or others with whom it arranges to provide services or benefits to participants or employees in connection with any of its programs and activities are not discriminating against those participants or employees in violation of the above statutes; regulation~, guidelines, and standards. In the event of failure to comply, the provider understands that the County and/or state grantor(s) may, at its/their discretion, seek a court order requiring compliance with the terms of this assurance or seek other appropriate judicial or administrative relief, or terminate this contract as breached under the terms of Article III, Section 8(3) of this contract. II. The County Agreesl A. Contract Amount To pay for contracted services according to the conditions of Attachment I in an amount not to exceed $15,000, subject to the availability of funds. 8. Contract Payments Upon receipt of an invoice and receipt, inspection, and approval of the goods or services, the County shall process the invoice within fifteen (1~) days. The payment of the invoice shall be mailed by the County to the provider within 45 days after receipt of the invoice and receipt, inspection, and approval of the goods and services. III. The Provider and County Mutually Agree: A. Effective Date 1. This contract shall begin on April 1, 1987 or the date on which the contract has been signed, whichever is later. 2. This contract shall end on September 30, 1987. 8. Termination 1. Termination at Will '.'F_~~ This contract may be terminated by either party upon no less than thirty (30) days notice, without cause. Said notice shall be delivered by certified mail, return receipt requested, or in person with proof of delivery. 2. Termination Because of Lack of Funds' In the event County and/or state funds to finance this contract become unavailable, the county may terminate the contract upon no less than twenty-four (24) hours notice in writing to the provider. Said notice shall be delivered by certified mai~, ret~rn receipt requested, or in person with proof of delivery. . The County shall be the final authority as to the availability of funds; it shall, however, provide documentation of any unavailability of funds, along with proof of concurrance from the state grantor, to the provider. ~. Termination for Breach Unless the provider's breach is waived by the County in writing, the County may, by written notice to the provider, terminate this contract upon no less than twenty-four (24) hours notice. Said notice shall be delivered by certified mail, return ~ receipt requested, or in person with proof of delivery. Waiver of breach of any provision o~ this contract shall not be deemed to be a waiver of any other breach a~d shall not be construed to be. a modification of the terms of this contract. The provisions herein do not limit the County's right to remedies at law or to damages. C. Notice and Contract The contract manager for the County for this contract is Louis LaTorre. The representative of the provider responsible for the administration of the program under this contract is Mike Derbonne. In the event that different representatives are designated by either party after execution of this contract, notice of the name and address of new representative will be rendered in writing to the other party and said notification attached to originals of this contract. D. Renegotiation or Modifications 1. Modifications of provisions of this contract shall only be valid when they have been reduced to writing and duly signed. The parties agree to renegotiate this contract if federal and/or state revisions of any applicable laws, or regulations make changes in this contract necessary. 2. If this contract contains a fixed-price method of payment section, and the rate of payment is determined through the appropriations process, then this contract may be amended to -:~.~ j J... ~ -l 1 :J .~ reflect the new rate established through the appropriations process retroactive to the effective date of this contract. '; ," I 3. If the contract contains either a cost-reimbursement or a fixed-price method of payment, the rate of payment and the total dollar amount may be adjusted prospectively:to reflect price-level increases determined through the apprQpriations process and sUbsequently identified in the County's operating budget. E. Name and Address of Payee _The name and address of the official payee to whom the payment shall be made. City of Key West, Port and Transit Authority 524 Angela Street Key West, FL 33040 F. All Terms and Conditions Included ~~ This contract and its attachments as referen~ed, (I and II), contain all the terms and ~onditions agreed upon by the parties. 'I / IN WITNESS THEREOF, the partfes hereto have ~.u.ed this page contract to be executed by their undersigned officials .s duly authorized. .~ PROVIDER - City of Key West Port and Transit Authority MONROE COUNTY BOARD OF COUNTY COMMISSIONERS j (~ ~ Signed by. Signed bYI Name I Name I Title. Titlel Date. Date. APPROVED AS TO F~:Zl BY ~r:=aP ~Il ,"""mey'. Office =- Ii- .., ~.c.. '- ..:f ~" ., 'tf; ATTACHMENT I , t? ;:;;, Service Specifications and Conditions ..f~ ., .:. 1 . Genera 1 '....; k ". In order to assist the Monroe County Social Services Department in providing increased clients and trips for the Transportation Disadvantaged under a Florida Department of T~ansportation Service Development Project, Port and Transit Authority-proposes to provide fleet maintenance services at a cost of $12,500 for the period April 1 to September 30, 1987. 2. Services to be Provided 1. Rehabilitate vehicles when economically feasible and requested by the Social Services Department. .-,.1 ~ 2. Perform repair work as requested. 3. Provide road-call service in Key West and Stock Island areas. 4. Perform scheduled prevent~tive maintenance work. 5. Provide scheduled and systematic inspections. :~ :;';;.l~ ., c~ ~ i.";; ~ 6. Maintain a work order records system with log that will identify all labor and parts cost. Initial inventory parts will be separately identified. , ~"I ~~ ,1 i; 3. Parts and Materials ::;\ 'I ~~ ~ Parts and materials needed for vehicle work will be picked up by a P.A.T.A. mechanic, using a Monroe County Purchase Order. P.A.T.A. can not be responsible for delays in the procurement of parts. Initial Parts inventory of $2,500 to be supplied, based on P.A.T.A. recommendations. ., ~ ::~ ~ 4. Level of Effort ~~ [j J , ., ~ In order to maintain a high 'evel of maintenance effort without down time and unnecessary service interruption, the Social Services Department must send vehicles to the P.A.T.A. maintenance facility on a scheduled basis for preventative maintenance and inspection at 627 Palm Avenue. P.A.T.A. will perform work on social services vehicles which are gaSOline, with no interruption of service due to their own vehicle needs. A full time gasoline mechanic will be retained. Since P.A.T.A. vehicles are diese', this should eliminate any confilicts of priority. :11."," -;~ Page Two 5. Service Monitoring The following records will be maintained by P.A.T.A. for the purpose of contract monitoring: a. Work Order which indicates parts and labor cost for each, Vehicle worked on. b. Work Order'Log - list work orders by date initiated and completed. c. Inspection Reports for each vehicle. d. Proposed preventative maintenance schedule. e. Maintenance History record maintained for each vehicle. 6. Financial Reports Monthly invoice of $2,083.33 with work orders attached. Statistical data to be jointly developed by P.A.T.A. and Social Services Department as needed. 7. Contract Payments To be submitted monthly at $2,083.33 for contract period. Invoice to be accompanied, by copy of all vehicle work orders. Summary of direct labor/indirect labor and administrative hours to be included. A summary of adherence to vehicle preventative maintenance and inspection schedules for each vehicle. Parts used from parts inventory will be listed and priced. '10'~'~'V~."" \' ~~..'.,,<. 1-.. ,'~: " ATTACHMENT II Joint Participation Agreement FOOT and Monroe County Social Services Department c.~.: ~ '.".'."'"; "'~-'.o:-