Loading...
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.