Resolution 200-1982i
RESOLUTION NO. 200-1982
RESOLUTION AUTHORIZING THE CHAIRMAN OF THE BOARD OF
COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, TO
EXECUTE AN ENTRANT IMPACT AID CONTRACT FOR HEALTH
SERVICES FIXED -PRICE CONTRACT BY AND BETWEEN THE
STATE OF FLORIDA DEPARTMENT OF HEALTH AND REHABILI-
TATIVE SERVICES AND MONROE COUNTY BOARD OF COUNTY
COMMISSIONERS.
BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE
COUNTY, FLORIDA, as follows:
That the Mayor and Chairman of the Board of County Commis-
sioners of Monroe County, Florida, is hereby authorized to execute
an Entrant Impact Aid Contract for Health Services Fixed -Price
Contract by and between the State of Florida Department of Health
and Rehabilitative Services and Monroe County Board of County
Commissioners, a copy of same being attached hereto.
Passed and adopted by the Board of County Commissioners of
Monroe County, Florida, at a regular meeting of said Board held
on the 26th day of July, A.D. 1982.
BOARD OF COUNTY COMMISSIONERS
OF MONROE COUNTY, FLORIDA
By
l!'
(Seal)
Attest:, �'Pnu
Clerk
i
`i'it:,'�T Ttl'i C', i:ID CJ,�'1'i{A"-- FOR iil AL'=J, SrRVICES
STATE OF FLORIDA
DEPARTi•;.NT OF HEALTH AND IZEHABILITATIVI: SERVICES
A IN, D
MONROE COUNTY BOARD OFCOUNTY COMMISSIONERS
I
THIS CONTRACT is entered into between the State of Florida,
Department of Health and Rehabilitative Services, hereinz)fter
referred to as the "Department", and Monroe County Board of Count
Cor�?missioners hereinafter referred to as the "Provider".
r
I. The Provider agrees:
A . To provice services in accordance with the conditions
specified in attachment I.
B. Federal and State Laws and IZegulatiions
y with ` 1J.'-1_e VI V'-Tj Cis iI.
of 1964 and to comply, �,.ith a1.1 the provisions of
Section 504 of the Rehabi.].itati_on ;.ct of 1373,
Nondiscrii;linatlon AgaiI?st the 'Iandi Capped, as emended
(4.5 CFR, Part 84) .
L. 1t i5 ek i+ cSSly uilCi rS L U tl?at L1 DUii receipt O
substantial evidence of such di_scrimation,. the
Department shall have the right to terriinate this
contra..t nor breach.
3. To co::i.ply with the applicable provisions of 45 CFR,
b
Part / 4 .
4. To meet the Federal standards set forth in Title V
of the Refugee Education Assistance Act of 1.900,
Public La,d 96-422 .. To meet any additional standards
or conditions established throulgll amentlments to the
foremo-rationed laws and regulations.
5. To co;,ip]_y with applicable standards, orders, or
regulationsissued pursuant to the Clean Air Act as
amended (42 USC 1857 et. seq.) and the Federal Water
C. Audits and .3:ecords `-
1. 'i'o maintain books, records and docuriionts in accordance
with accounting procedures and practices which
sufficiently and properly reflect all expenditures of
f-unds.provided by the Department under this contract.
2. To assure that these records shall be subject at all
times to inspection, review, or audit by State personnel
and other personnel duly authorized by the Department,
as well as by Federal personnel.
3. To maint:ain.and file with the Department such progress,
expenditure, inventory and client reports as the
Department may require within the period of this
contract, provided the Department shall not require
reports for periods already past.
4. To include a5oreir: nt-;. ^ned a.ud.it any? recordk -4pj-•,g
requirements i'n 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 wit'n this contract. It is -expressly
understood that upon receipt of substantial evidence of
the Provider's refusal to comply with this provision,-
- the Department shall have the right to terminate this
•
contract for breach.
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 r-esol-ution of the audit findings.
2. pursuant to 45 CFRI Part 74.24 (a) and (b) , Federal
auditors and persoi;'is duly author_ i_zcd by the Department
shall have full access to, and the right to examine any
said materials during said period. The Provider will not
be responsible for bearing the cost of an independent
audit.
Monitoring•
1. To provide periodic progress records, including data
reporting requirements requested from the Department
and/or Federal agencies. These reports will be used for
monitoring progress reports, including data reporting
reaui'rements requested from the Department and/or Federal
agencies. These reports will be used for monitoring
progres or performance'.to determine conformity with
intended program purposes.
2. To provide access to, or to furnish whatever information .
is necessary to effect -this monitoring..
3. To permit the Department to monitor the aforementioned
service program operated by the Provider or subcontractor
according to applicable regulations of the Federal and
State governments. Said monitoring will include access to
all client records.
F. Indemnification
To the extent allowed by law, the Provider shall be liable; and
a4rees to be liable for, and shall indemnify, defend, and Mold
the Department harmless from all claims, suits, judgements or
damages, including court costs and attorneys fees, arisin4 out
of or in the course of -the operation of this contract.
G. Insurance
The responsibility for providing adequate liability insur�:nce
coverage on a comprehensive basis small be that of the Provider
and shall be provided at all times during the existence of this
contract. Upon the execution of this contract, the Provider
shall furnish the Department with written verification of the
ii. Safeguarding Information
The ProviOor shall not '`use or disclose any information
concerning a recipient of services under this contract for
any purpose not inconformity with the rederal and State
requirements except on written consent of -the recipient, or
his responsible parent or guardian when authorized by law.
I. Client Information
The Provider shall submit to the Department management and
program data, including client identifiable data, as deemed
essential by the Department.
J. Assignments of Contracts
The•Provider shall not assign the responsibility -of this
contract to another party without prior Written approval of
the Department, which approval shall not be unreasonably
withhe10.. '
K. Subcontract-s
The Provider may enter into -subcontracts for any of the woLk
contemplated under this contract provided all Subcontracts
shall be subject to the conditions of this contract•. Provider
will be responsible for the performance of any subcontractor.
L. Client Eligibility
Payment under this contract will be made onl.y'for Cuban and .
iiaitian Entrants who have documentation pursuant to the
February 1982 Office of Refugee Resettlement guidelinQs in
determining -acceptable immigration documentation. Eligible
Entrants must have resided in -the United States 18 months or
more and not. be receiving Aid to Families with Dependent
Children or Supplemental Security Income Program*. Entrants
who continue to be eligible for services under the existing
Cuban/Haitian Entrant Program are not eligible for services
provided through this contract."
..;i. 1' l 'lil', i :'�.ti.(.' o):
rurrish, u�>^:z r.r.r1u�:rot ;rich
Verify til t C lt_Cnt Cllr�l:)1 1-:.i-y 1:C1 C:e'i.l r;71ncr] ?.21 ;_CC0 dam ce
,r:it�1 i•eccra3 , 5�,.�� ,:r•d Jc_,;.+r�r:.l.i_ ]_ _ .
iJ. L71 1 evC:nce an L a J_r .il_..-r 11 ��._l Pr orr'(2d uJ. c. J
-he �rOViCCr. :tilll e:'tar)3.5 ;h a S.ISLC;l t111_0:.2gh :ti11C;1
,- ,_..
contract. Provider shall advi e recipients Of this �o
appo-al CC'_n .J.al or exclusion frc;n the Cr
i 0 tc:i:E' �CCG'�nt OL recipients' Choice Of of
,.heir righ� to a fair hearing in ti:ere eslJr'.•,_.t .�_ C-� :•r
4n applicant Cr recipient rcr i�ests a f a.._L" �ieur�i:•, ,
.�
-� _ t• --, L l r. t' !� -� Y r ,_• (' 1-1 t r- t - i r �
.✓epar Lmen l.. l'iill 1..0 l_ �.1�J. C•..1. }1:.1. (: 111-..� ..� pZG♦ C:e .. li •mil C...
l��vCc?b5 • • J
!ie P artiriC!n c:�YECs: r
* F r'r J' Cl c?CCor �l:l�: t(� t:l(' CCi:r�1tJ.G:,S Gf
i.Or COnt:C,.C':C-d �
Ett:aclur,ent 1 in an amount not to e::ce(d $ ^__ 153 '154.00.
I The irovider. and Depart-ment '. utually Pgr`e. _
A. iffec',ive Date
1. - Ttl.is contract shall begin on Julv 1, 1982; or the cafe cn"
- rlhich the contract has been signed by both parties,
�whicheve-r is later.
.'2... -This contract shall, end 'on December 31, 3.982 -
1. Termina - ion at
this contract _l;lay be. terrilina-'Ced by either 'party upon no
less . tilan thirty (30) Clays notice, t; l t;h011t culase; %O': ce
shall be delivered by certified mail, return receipt
requested, or in person with proof of del-ivery.
2. Termination Because of- Lack of iu;lds
in the evcnt funds .to finance this contract become
i- _ ;-lip sr-nari-Tn r- ni- T MI%T- i-e rminat-e the CC.n'l=r act
by certified inail,'r_et-urn receipt rCgU'ested, or in
person .rith proof of Oel.ivery. The Department Stall be
the final authority as to the availability of funds.
3. Termination for Breach
Unless the Provider's breach is excused, the Department
may, by written notice of breach to the Provider,
terminate the contract. Termination shall be upon no
Jess than twenty-four (24) hours notice in writing
delivered by certified mail, return receipt requested,
or in person with proof of delivery. Waiver of breach
of any provision of this contract.shall not be deemed to
be a t.raiver of any other breach and shall not be
construed to be a modification of the terms of the
contract.
C . Contact
The Coritract 2,11anager for the Department for this contract
is A. -'Nadine -Gay, Health Program Supervisor The
representative of the '>rovider responsible for the
administration of the program under this contract is
Louis.La Torre, Director, Monroe County Social Services
In the event that different representatives are designated
by either party after execution of this contract, notice of
the name and address cf the new representative will be
-rendered .n writing to the other party and said notification
attached to originals of this contract.
D. Renegotiation or Modification
modifications of provisions of this contract shall,only be
valid when they have been reduced to writing and duly
signed. The parties agree to renegotiate this contract if
rederal and/or State revisions of any -applicable law:,
regulations or budget allocations makes changes in this
contract nece--sar.y. The Department shall -be the final
authority.as to the availability of funds for this contract
E Ni-)Me auld Add-Itess 01: ra-
yee
ii
VIC: name ancl ()f the of f
shall be made: Monroe County Board of County Co
mnlissioners
P. 0. Box 1680 Key West Fla 33040
F. All Terms and Conditions included
This contract and its attachment's as referenced,
Attachment 1).
) , contain all the ter;7,1-,7 aAnd
conditions agreed upon by the parties.
.3.'N WITNESS THEREOF, the parties hereto have caused this
8 page contract to be executed by their
undersigned otffici�]..5,-
as duly aut-horized.-
P IR, C
BY:
TIT
July 26, 1982
ATTESTP.
RNlph Whitd,. Clerk
STATE' O].-1-FLORIPA
J)EPART,M_-':"',qT OF 11EALTH
AND
BY7
� 12
TITLE: District A(limini;,' nr
DATE:
L/
CON TAAC`1' 1iA 'AGE:
DATE:
�2-
CONTictACT ADMINIST:PATOR
DATE:
Entrant Impact Aid
Contract for Health Services
Attachment 1
1. Statement of Work
The County either directly or through approved subcontracts will
be responsible for providing personal health care services to eligible
Cuban and Haitian EntanCs which include but are not limited tc:
- Hospital Inpatient Services
- Hospital Outpatient Services
- Physician Services
- Prescribed Drug Services
- Primary Health Care Services
Services provided under each of these service categories must at
a minimum equal the benefit coverage described in Chapter 1OC-7, Florida
Administrative Code.
2. Method of'Payment
a. Subject to the availability of funds, the Department of Health
and Rehabilitative Services shall pay, during the period
July 1, 1982-through December 31, 1982, the Provider an amount
not to exceed $153,054.00 to be paid in monthly installments
of $26,112.00 . This is based on a monthly capitation rate
of $46.88 per capita for the eligible Cuban/Haitian. Entrants in
Monroe County as determined by the May 1982 General` Assistance
caseload under the Cuban/Haitian Entrant Program.
b. The' .Department shall pay the Provider on the basis of monthly
invoices, submitted in quituplicate, to the District Health
Program Office. These invoices may be submitted on the fifteenth
of the month prior to the month payment is requested.
c. All invoices requesting advance payments must include the fol-
lowing statement:
"Pursuant to authority provided in the 1982 Appropriations
Act and.by approval of the Executive Office of the Governor,
the Department hereby requests payment to Monroe County Board
of County Commissioners in the amount of $26,112.00 as a
periodic advance payment for contracted services in the
Impact Aid Program".
3. Reports _
The Provider shall submit to the Department a report of the
service's defined under the Statement of Work. Said resort must be received
by the Department no later than the 20th day of the mortth foilowinr the end
of the month in which services were made. The report shall be in such fo nnat
as may be required by the Department.