Loading...
Resolution 090-1981RESOLUTION NO. 90 -1981 RESOLUTION AUTHORIZING THE CHAIRMAN OF THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, TO EXECUTE A CONTRACT BY AND BETWEEN THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, AND THE AREA AGENCY ON AGING FOR DADE & MONROE COUNTIES - UNITED WAY OF DADE COUNTY, INC. FOR TITLE III - B TRANSPORTATION PROGRAM. BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, as follows: That the Chairman of the Board of County Commissioners of Monroe County, Florida, is hereby authorized to execute a Contract by and between the Board of County Commissioners of Monroe County, Florida, and the Area Agency on Aging for Dade & Monroe Counties - United Way of Dade County, Inc., a copy of same being attached hereto, for Title III - B Transportation Program. Passed and adopted by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board held on the 7th day of April, A.D. 1981. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By 7-,01 001&4 ; Mayor airmol (Seal) Attest: -� 1 � / APPROVED A5 TO FORM A1y4} GAL SIltiff)VCY.,., r C'2 T 31E"I .':RE:\ AGENCY ON AGI`:c, DADE it '40NROF COUNTIES - UNITED WAY 017 D:\DE COUN-['1' , INC. AND Monroe County Board of County Commissioners - Transportation Program TFNIS CONTRACT is entered into between the AREA AGENCY ON AGING 1-`OR DADE $ MONROE' COUNTIES - UNITED WAY OF DALE COUNTY, IN''., he--cinafter referred to as the AREA AGENCY, and Monroe County Board.of County Commissioners - Transportation Program , hereinafter referred to`as the "PROVIDER". The Parties agree: I. The PROVIDED. agrees: A. To provide services according to the conditions specified in Attachment 1. B. Federal and State Laws and Regulations. + 1. To comply with Title VI and VII, Civil Rights Act of 1964 2. To comply with all the provisions of Section 504 of the Rehabilitation Act of.1973, Nondiscrimination Against the Handicapped, as amended (45 CFR, Part 84). 3. It is expressly understood that upon receipt o= substantial evidence of such discrimination, the AREA AGENCY shall have the right to terminate this contract for breach. 4. To comply with the provisions of. 4S CFR, Part 74. S. To comply with all applicable standards, orders, or regulations issued' -pursuant to the Clean Air Act as amended (42 USC 1857 et seq.) and the Federal Water Pollution Control Act 'as amended�(33 USC.1251 et seq.) C. Audits and Records. 1. To maintain books,;records and documents in ::ctordance with accounting procedures and practices which sufficiently and properly reflect all expenditures. of Funds provided by the AREA AGENCY under this contract. To assure tha t" Lllcse records sha 1 L be sub) i ect -I--a11 ti:�cs to inspection,. rev`ie:•: or audit by :AREA 1GE\(''i and Ucpart;acnt ol. fLealth and Rehabilitative services, State oL Florida, personnel and other personnel duly authorized by'the Department as well as by Federal personnel. 3. To maintain and file with: the AREA AGENCY such progress, fiscal, inventory and other reports as the AREA AGENCY mav'require within the period of this contract. 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 three (3) years after termination of this contract, or if an audit has been initiated and audit findings have not been resolved at the end of three (3) years, the records shall be retained until resolution of the audit findings, 2. Pursuant.to 45 CFR, Part 74.24(a), (b), and (c), Federal auditors and persons duly authorizzed by the ARE. AGE\CY shall have full access to, and the right to examine any of said material during said period. E. Monitoring. 1. To provide periodic progress reports, including - data reporting requirements requested from the AREA :-,GENCY and/or Federal agencies. These reports will be used for monitoring progress,or.performance to determine conformity with intended program purposes. 2. To providc'ac.ceSs to and to furnish whatever information is'necessary to effect this monitoring. '3. -To permit the AREA AGE�N'CY to monitor the. afore- mentioned service program. operated by the PROVIDER according to applicable regulations of the Federal and Sate governments. 2. IndCr^;niii�ati n. D1:a,rccs to he 1 ial;lc tor, tl'rtd ha11 indC1,11 CV dCtend, and hold the ARLA AGENCY har,;rlcss from a . CIaIT S suits, Ud mcnts or dafrla'-'CS, including count .costs. ;uld attorricy"s , gees , a r 1 s ink out of the PROVIDER � S nc It cnt acts or omtssions in the.cour'so of the operation of this contract. G. Insurance. The responsibility for providing adequate liability insuv nce coverage on a comprehensive basis shall be that of the.. PROI'IDE?'. and shall be .provided at all times during the existence of this 'ontract. Upon the execution of this contract, the PROVIDER shall furnish the AREA AGENCY with written verification of the existence of such insurance coverage. h:. Safeguarding Information. Pursuant to 45.CFR, Part 205.50, the PROVIDER shall not use or disclose any inforniution concerning a,recipient of services under this contract for any purpose not in conformity wi;.h the Federal and State.regulations except on written consent of the recipient, or his responsible parent or guardian when authorized by lal•:. 'I. Client Information. The PROVIDER s}Yall submit to the AREA AGENCY management and program data, including client identifiable data, as deemed essential by the AREA AGENCY for inclusion in the Client Information System. J. Assignments of Contracts. The PROVIDER shall not assign the r:esponsiblity of this contract to another party without prior written approval of the AREA AGENCY. n. Financial Reports. To provide periodic f-inancial reports to the AREA AGENCY as specified in Section III, Paragraph G. A final expenditure report will be made to the AREA AGENCY. within thirty (30) days after the termination of this contract. 3. L tUI'i.i o 1'l1ilC = \n\' tur„ls ,):tfle .\IIEA .\GFNCY ,Ind net cxl)cild(d Cor talc �_pAtract��d scr% is ,s h:l 11 he cons idcr�d :1IZC.1 \GI:`:C1" Cunds ; an:l shill be retur:lcd to the : PEA AGENCY. Any .funds expended in violation of this contract shall be rcCundcd in full to the AF\E:\ AGE`�CY, or if this•contract is still in force, shall be ltiichlleld by the :\I:E.\ AGENCY from any subsequent reimbursement reilues t . I I . The AREA AGENCY a -roes : To -pay for contracted services accordina. to the conditions of Attachment l in an amount not to exceed ; 55,404.00.; III. The PROVIDER and AREA.AGENCY mutually agree: A. Effective Date. 1. This contract shall begin on April 1, 1981 or the date on which the contract has been signed by both parties, whichever is later. ?. This contract shall end on December 31, 1981 B. Termination. 1. Termination. This contract may be terminated by either part), upon no less than thirty (.30) days notice pursuant to the -procedures outlined by the Older Americans Act. 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 funds to finance this contract become unavailable, the AREA AGENCY may terininate the contract upon reasonable nu'tice in writing to the PROVIDER. Said notice shall be de -livered by certified mail,.return receipt requested, or in person with pro.of of delivery. The AREA AGENCY shall be the final authority as to -the availa-bility.of funds. 4. J. ICI::1n:!,tlt?ll f}reac.II Is excused, the Al\"FA C(i%-lay f)v i riLtell .lot, cc of, breach to the 1:0I.1111.11;?tc, tflc contract. Termination shall be upon no less than twenty-Eour 2.1 flours notice in writing deli�•ercd by certified mail, return receipt requested, or in person i�ith proof of delivery. Waiver of breach of any provision of this contract shall not be deemed to be a waiver of any other breach and shall not be consrued.to be'a modification of the terms of the contract. C. - Notice and Contact. The.Contract Manager for the AREA AGD CY for this contract is LUIS M. BORGES. The representative of the PRO17IDER responsibl_, for the administration of the program under this contract is. George Dolezal In the event that different representatives are designated by either party after execution of th-s contract, notice of the name and address of the new _rep e-- sentative will be rendered in 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 thi.s contract if Federal and/or State revision of any applicable laws or regulations makes changes in this contract necessary. E. Name and Address of Payee. The name and address of the official, payee to whom the payment shall be made: George Dolezal;'Chairman, Monroe County Board of County Commissioners,. P.O. Box 1660, Key West, Fla. 33Q4C F. All Terms and Conditions Included. This contract and its attachments as referenced, Attachment I and Exhibits No 1 and No 2 ), contain all the terms and conditions agreed upon by the parties. S. �!�l111cabLc Lat% :�Il`•'' provisLOII� COilt,lLIIC 1lc_cirl. which :irc [lot In :1cLor- ith :I!y!11ic.11)1c Stag or Fed-;ra1 1awS ;Irld rc LlI Itions ;Lrc �!ano.0, ,p MOLHticcl in ;lccor(-1,Lncc ltiith sai.d LLWIS or resrllations. 11. Special Provisions . I 0 0 r v I IN WITNESS WHEREOF, the parties hereto have caused this 7 page contract to be executed by their undersigned official as duly authorized. DATED': P; Cv`I wit : �C�': C1' ON AGING FOP. DADE %01i� O G,.�� F,v]'ONROE COUNTIES - UNITED WAY By: ADE COUNTY, INC. Title: _ Mayor/Chairman Date: I LliLS ,�]. I>I�RGES Attest: Titic: DII:ECTOf: C er` Datc: \. SurvIccs to he rendered: 1. = "Ihc attac;ted A!-) For "FLtle I[I Fund�, (Cxhibi.t yand ;in%• rcvltiions thereto approved by t5c :1Rf-*a AGENCY, by physical attaciunent to this contract, is a part of this lc0a1 agreement and p-rescribcs the services to be rendered by the PROVIDER. B. Manner of service provision: 1. The services will be provided in the manner consistent with and as described in the Annlicatio.n for 'Tit le III Funding, (Exhibit No% 2) . C. Method of payment: 1. Payment shall be on an advance or reimbursement basis as prescribed by HRS Manual.SS-1, Title III and VII of the Older Americans Act, (financial management) and any revisions thereto. 2. The PROVIDER agrees to carry out the Application for Title III Funding, (Exhibit No. 2) according to the distribution of funds as detailed in the Application for Title III Funding, Budget Surimary, (Exhibit No. 1). D. Non -expendable Property:, 1. Nor. -expendable property is property which costs $100.00.or more per unit and ivhose life is expected to be in excess.of one year. 2. All such property shall be listed on the property record by description, manufacturer's model number, serial number, date of acquisition and unit cost. Such property shall be inven- toried annually, and an inventory report shall be submitted to the AREA AGENCY annually with updates as property is obtained. Dis- position of non -expendable property shall be in conformance with 45 CFR, Part 74.139 (a) and (b). 3. At no time shall the PROVIDER dispose of non - expendable property except with the permission of and in accordant) with instructions by -the AREA AGENCY. 1a. �1'J11 tell 111:1'IJ11 UL coilti'act the sal�l property sha 1 1 1)c JJs.po.2d 01 i11 :1 ,:I;Inncr co.rl:= is tent W L th. both Fcdera1 .and �•i,at re" 11, tions. Speci;Il Provisions I. The PROVIDER and the AREA AGENCY agree to perform t}:c scr•.ices of this contract in accordance with all Federal, State and local lay.s, rules, regulations and policies that pertain. to 01�gr American Act funds. 2. The PROVIDED, agrees to assess or collect no fees from eli ib.le clients without prior approval of the AREA AGENCY. 0 2a.