HomeMy WebLinkAboutMINUTES - 02161982 - COB BOX 69 THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY CALIFORNIA
1984
Adopted this Order on July 31 , , by the following vote:
AYES: Supervisors Powers , Fanden , McPeak, Torlakson. Shcorder
NOES: None.
ABSENT: None.
ABSTAIN: None.
SUBJECT: Approval of Contract #23-012-2 with Knight and Carlson
The Board having considered the recommendations of the Director, Health
Services Department, regarding approval of Contract 423-012-2 with Knight and
Carlson for consultation and technical assistance in recovering Medicare and
Medi-Cal reimbursement from past reporting periods; IT IS BY THE BOARD ORDERED that
said contract is hereby APPROVED and the Chairman is AUTHORIZED to execute the
contract as follows:
Number: 23-012-2
Department: Health Services - Management and Administration Division
Contractor: KNIGHT AND CARLSON
Term: August 1, 1984 through June 30, 1985
Payment Limit: $35,000
t hereby certify that this is a true and correct copy of
an action taken and entered on the minutes of the
Board of Superviao on the date shown.
ATTESTED; <
J:R. OLS ON, C UNTY CLEF-,K
and ex Officio Clerk of the Board
By Deputy
i
I
i
Orig. Dept.: Health Services Dept ./CGU
cc: County Administrator
Auditor-Controller
Contractor
EAS:sh
/):� P
Contra Costa County Standard Form 7/84
4/84
STANDARD CONTRACT 0
(Purchase of Services)
1. Contract Identification. Number 23-012-2
Department: Health Services (Management and Administration Division)
Subject: Consultation and technical assistance in recovering reimbursement
from past reporting periods
2. Parties. The County of Contra Costa, California (County), for its Department named
above, and the following named Contractor mutually agree and promise as follows:
Contractor: KNIGHT AND CARLSON
Capacity: Partnership
Address: Quail Court Office Park, Walnut Creek, California 94596
Mailing Address: P.O. Box 457, Walnut Creek CA 94596
3. Term. The effective date of this Contract is August 1. 1984 and it
terminates Vino tn, 14R5 unless sooner terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall
not exceed $ 1s,nnn
5. County's Obligations. County shall make to the Contractor those payments described
in the Payment Provisions attached hereto which are incorporated herein by
subject to all the terms and conditions contained or incorporated herein.
6. Contractor's Obligations. Contractor shall provide those services and carry out that
work described in the Service Plan attached hereto which is incorporated herein by
reference, subject to all the terms and conditions contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions
and Special Conditions (if any) attached hereto, which are incorporated herein by
reference.
8. Project. This Contract implements in whole or in part the following described
Project, the application and approval documents of which are incorporated herein by
reference: Not applicable
9. Legal Authority. This Contract is entered into under and subject to the following
legal authorities : California Government Code Section 31000
10. Signatures ) These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
BOARD OF SUPERVISORS_:,-,
ATTESY-9
James R. Olsson, County Clerk
By �, Ta-A /V By Chairman DesigneeDeputy
CONTRACTOR/CONSULTANT
By:
(Designate official bud Iiness capacity) (Designate Oficial business capacity)
Note to Contractor/Consultant: (1) Sign above and have a Notary Public execute the
acknowledgement form on )page two and (2) as to your signatures, if a corporation, one
signature must be the president, vice-president, secretary or assistant secretary as
required by Civil Code §1190.1 and both signatures must conform to designated represen-
tative groups pursuant to' Corporations Code §313.
1v
Contra. Costa County • Standard Form 4/84
APPROVALS/ACKNOWLEDGEMENT
I —
Number 23-012-2
APPROVALS
I
RECOMMENDED BY DEPARTMENT FORM APPROVED
By}( By J
esignee
APPROVED: COUNTY ADMINISTRATOR
By
Designee
ACKNOWLEDGEMENT
State of California ACKNOWLEDGEMENT (by Corporation,
Partnership, or Individual )
County of
The person(s) signing above for Contractor/Consultant, personally known to
me in the individual or business capacity(ies) stated, or proved to me on
the basis of satisfactory evidence to be the stated individual or the
representatives) of the partnership or corporation named above in the
capacity(ies) stated, personally appeared before me today and acknowledged
that he/she/they executed it, and acknowledged to me that the partnership
named above executed it or acknowledged to me that the corporation named
above executed it pursuant to its by-laws or a resolution of its board of
directors.
Dated:
[Notarial Seal]
-Nofary u c eputyCounty er
/� -2-
• i
Contra Costa County • Standard Form 4/84
PAYMENT PROVISIONS
(Fee BasisconEr-3—cf—sli
Number 23-012-2
1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the
0 owing—Payment Provisions, County- will pay ontractor the following fee:
[Check one alternative only. ]
[ ] a. $ monthly, or
[ ] b. $ per unit, as defined in the Service Plan, or
[ ] c. $ , after completion of all obligations and conditions herein
and as u compensation for all services, work, and expenses provided or
incurred by Contractor hereunder.
[X] d. A fee rate, as specified in Attachment "A" which is incorporated herein by
reference, per service unit as defined in Paragraph 6. of the Service Plan,
but not to exceed the total payment limit of $35,000.
2. Payment Demands_. Contractor shall submit written demands. Said demands shall be
made on County Demand Form D-15 and in the manner and form prescribed by County.
Contractor shall submit said demands for payment for services rendered no later than
30 days from the end of the month in which said services are actually rendered.
Upon approval of said payment demands by the head of the County Department for which
this Contract is made, or his designee, County will make payments as specified in
Paragraph 1. (Payment Amounts) above.
3. Right to Withhold. County has the right to withhold payment to the Contractor
when, in the opinion of the County expressed in writing to the Contractor, (a) the
Contractor' s performance, in whole or in part, either has not been carried out or is
insufficiently documented, (b) the Contractor has neglected, failed or refused to
furnish information or to cooperate with any inspection, review or audit of its
program, work or records, or (c) Contractor has failed to sufficiently itemize or
document its demand(s) for payment.
4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, reply-
ing to, and/or complying with any audit exceptions by appropriate County, State or
Federal audit agencies occurring as a result of its performance of this Contract.
Contractor also agrees to pay to the County within 30 days of demand by County the
full amount of the County's liability, if any, to the State and/or Federal government
resulting from any audit exceptions, to the extent such are attributable to the
Contractor' s failure to perform properly any of its obligations under this Contract.
Initials:
�o_60
ontractorountt�y Gept.
I
SERVICE PLAN
i
Number 23-012-2
1. Independent Status. Contractor is an independent contractor and County
shall neither direct nor have control over Contractor, Contractor's activities, or
the methods and details by which Contractor fulfills its obligations under this
Contract. In providing services hereunder, Contractor shall work cooperatively with
County's Director, Health Services Department and his designee (County's Health
Services Finance Officer) .
2. Progress Reports. Contractor shall submit periodic progress reports,
written or oral, upon request to the County's Director, Health Services Department or
his designee, detailing Contractor's accomplishments in providing services hereunder.
3. Expenses. Contractor's fee, as set forth in Payment Provision, Paragraph
l.d., includes full compensation for all services, work, and expenses provided or
incurred by Contractor under this Contract, including all travel, mileage, and per
diem expenses .
4. County's Activity Support. County shall provide for Contractor certain
office space and assistance as may be mutually determined to be necessary to support
Contractor's activities hereunder, but excluding the use of County cars .
5. Service Activities . During the term of this Contract, Contractor shall
provide certain consultation and technical assistance services to Health Services
accounting staff with regard to bad debt reimbursement issues and recovering Medi-Cal
and Medicare reimbursement from past cost reporting periods for FYE June 30, 1979
through June 30, 1983.
6. Service Unit Definition. A unit of service, for reporting purposes, shall
be defined as the provision of the services described in Paragraph 5. above by a paid
member of Contractor's staff for one full hour; portions of an hour spent by each
paid Contractor's staff member in providing services shall not be reported, except as
the cumulative totals equal one full hour. Time spent in travel and activities
involving no service and time spent by administrative staff or service support
persons shall not be included.
Initials:
Contractor County Dept.
I
I
I
I
EXHIBIT A
Number 23-012-2
KNIGHT AND CARLSON
CUSTOMARY RATES
Hourly RatesU� �?
Principal 4/90. 00 - -@5:$6 per hour
-fy0.00 - rt/00.00 �,�a�`�4
Professional Staff -$43-A6 --�99 per hour
Clerical .$--24-xW per hour
Initials: ( ROOS
Contractor County Dept.
lv
' Contra Costa County • • Standard Form 4/84
GENERAL CONDITIONS
(Purchase of 7ervices)
I. Compliance with Law. Contractor shall be subject to and comply with all
Federal , state an localaws and regulations applicable with respect to its perfor-
mance under, including but not limited to, licensing, employment and purchasing
practices; and wages, hours and conditions of employment, including discrimination.
2. Inspection. Contractor' s performance, place of business and records per-
taining to is ontract are subject to monitoring, inspection, review and audit by
authorized representatives of the County, the State of California, and the United
States Government.
3. Records. Contractor shall keep and make available for inspection and
copying by au-M razed representatives of the County, the State of California, and the
United States Government, the Contractor's regular business records and such addi-
tional records pertaining to this Contract as may be required by the County.
a. Retention of Records. The Contractor shall retain all documents per-
taining to th s Contract for five years from the date of submission of Contractor's
final payment demand or final Cost Report; for any further period that is required by
law; and until all Federal/State audits are complete and exceptions resolved for this
contract's funding period. Upon request, Contractor shall make these records avail-
able to authorized representatives of the County, the State of California, and the
United States Government.
b. Access to Books and Records of Contractor Subcontractor. Pursuant to
Section 1861(v)( 1 ) of the Social Security Act, and any regulations promulgated
thereunder, Contractor shall , upon written request and until the expiration of four
years after the furnishing of services pursuant to this Contract, make available to
the Secretary of Health and Human Services or to the Comptroller General , or any of
their duly authorized representatives, this Contract and books, documents, and
records of Contractor that are necessary to certify the nature and extent of all
costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a sub-
contract with a value or cost of $10,000 or more over a twelve-month period, such
subcontract shall contain a clause to the effect that upon written request and until
the expiration of four years after the furnishing of services pursuant to such sub-
contract, the subcontractor shall make available, to the Secretary or to the
Comptroller General , or any of their duly authorized representatives, the subcontract
and books, documents, and records of the subcontractor that are necessary to verify
the nature and extent of all costs and charges hereunder.
This special condition is in addition to any and all other terms regarding the main-
tenance or retention of records under this Contract and is binding on the heirs, suc-
cessors, assigns and representatives of Contractor.
4. Reportinp Requirements. Pursuant to Government Code §7550, Contractor shall
include fn--aTT documentsfn--a or written reports completed and submitted to County in
accordance with this Contract, a separate section listing the numbers and dollar
amounts of all contracts and subcontracts relating to the preparation of each such
document or written report. This section shall apply only if the payment limit under
this Contract exceeds $5,000.
-1-
Contra Costa County • • Standard Form 4/84
GENERAL CONDITIONS
(Purchase of Se'rvices)
5. Termination.
a. Written Notice. This Contract may be terminated by either party, at their
sole discretion, upon r y-day advance written notice thereof to the other, and may
be cancelled immediately by written mutual consent.
b. Failure to Perform. The County, upon written notice to Contractor, may
immediately terminate this Contract should the Contractor fail to perform properly any
of its obligations hereunder. In the event of such termination, the County may proceed
with the work in any reasonable manner it chooses. The cost to the County of completing
Contractor' s performance shall be deducted from any sum due the Contractor under this
Contract, without prejudice to the County's rights otherwise to recover its damages.
c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event
that Federal . State, or ot non-County funding for this Contract ceases, this Contract
is terminated without notice.
6. Entire Agreement. This Contract contains all the terms and conditions agreed
upon by ie -pares. -zcept as expressly provided herein, no other understanding,
oral or otherwise, regarding the subject matter of this Contract shall be deemed to
exist or to bind any of the parties hereto.
7. Further Specifications for ORerating Procedures. Detailed specifications of
operating procedures ana DUdgets required Dy this Contract, including but not limited
to, monitoring, evaluating, auditing, billing, or regulatory changes, may be devel-
oped and set forth in a written Informal Agreement between the Contractor and the
County. Such Informal Agreements shall be designated as such and shall not be amend-
ments to this Contract except to the extent that they further detail or clarify that
which is already required hereunder. Such Informal Agreements may not enlarge in any
manner the scope of this Contract, including any sums of money to be paid the
Contractor as provided herein. Informal Agreements may be approved and signed by the
head of the County Department for which this Contract is made or his designee.
8. Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended by a
written document execu e y the Contractor and the Contra Costa County Board of
Supervisors or, after Board approval , by its designee, subject to any required State
or Federal approval .
b. Administrative Amendments. Subject to the Payment Limit, the Payment
Provisions and the Service Plan may a amended by a written administrative amendment
executed by the Contractor and the County Administrator or his designee, subject to
any required State or Federal approval , provided that such administrative amendments
may not materially change the Payment Provisions or the Service Plan.
9. Disputes. Disagreements between the County and Contractor concerning the
meaning, requ rements, or performance of this Contract shall be subject to final
determination in writing by the head of the County Department for which this Contract
is made or his designee or in accordance with the applicable procedures (if any)
required by the State or Federal Government.
/ -2-
Contra Costa County • • Standard Form 4/84
GENERAL CONDITIONS
(Purchase of Services)
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and
construed in accordance with the laws of the State of California.
b. Any action relating to this Contract shall be instituted and prosecuted
in the courts of Contra Costa County, State of California.
11. Conformance with Federal and State Regulations. Should Federal or State
regulations touching upon the sus ec�Ot tnIS Lontract be adopted or revised during
the term hereof, this Contract shall be amended to assure conformance with such
Federal or State requirements.
12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General
Condition-s-,-Tn-spections or approvals, or statements by any officer, agent or employee
of the County indicating the Contractor's performance or any part thereof complies
with the requirements of this Contract, or acceptance of the whole or any part of
said performance, or payments therefor, or any combination of these acts, shall not
relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall
the County be thereby estopped from bringing any action for damages or enforcement
arising from any failure to comply with any of the terms and conditions of this
Contract.
13. Subcontract and Assignment. This Contract binds the heirs, successors,
assigns and represen a ves ot Lontractor. The Contractor shall not enter into
subcontracts for any work contemplated under this Contract and shall not assign
this Contract or monies due or to become due, without the prior written consent of
the County Administrator or his designee, subject to any required State or Federal
approval .
14. Independent Contractor Status. This Contract is by and between two independent
contractors and is not intended to an shall not be construed to create the relationship
of agent, servant, employee, partnership, joint venture or association.
15. Conflicts of Interest. Contractor, its officers, agents, and employees,
pursuant to California Government Code Sections 81100 et seq., shall not make, par-
ticipate in making, or in any way attempt to use the position afforded them by this
Contract to influence any governmental decision in which he or she knows or has
reason to know that he or she has a financial interest.
16. Confidentiality. Contractor agrees to comply and to require its employees,
agents an par vers to comply with all applicable State or Federal statutes or regu-
lations respecting confidentiality, including but not limited to, the identity of
persons served under this Contract, their records, or services provided them, and
assures that:
a. All applications and records concerning any individual made or kept by
Contractor or any public officer or agency in connection with the administration of or
relating to services provided under this Contract will be confidential , and will not be
open to examination for any purpose not directly connected with the administration of
such service.
-3-
4 Contra Costa County • Standard. Form 4/84
GENERAL CONDITIONS
(purchase of Tervices)
b. No person will publish or disclose or permit or cause to be published
or disclosed, any list of persons receiving services, except as may be required in
the administration of such service. Contractor agrees to inform all employees,
agents and partners of the above provisions, and that any person knowingly and
intentionally disclosing such information other than as authorized by law may be
guilty of a misdemeanor.
11. Nondiscriminatory Services. Contractor agrees that all goods and services
under this off snail De a— via lable to all qualified persons regardless of age,
sex, race, religion, color, national origin, or ethnic background, or handicap, and
that none shall be used, in whole or in part, for religious worship or instruction.
18. Indemnification. The Contractor shall defend, save harmless and indemnify
the County and its o cers, agents and employees from all liabilities and claims
for damages for death, sickness or injury to persons or property, including without
limitation, all consequential damages, from any cause whatsoever arising from or
connected with the operations or the services of the Contractor hereunder,
resulting from the conduct, negligent or otherwise, of the Contractor, its agents
or employees.
19. Insurance. During the entire term of this Contract and any extension or
modificat"T n tereof, the Contractor shall keep in effect insurance policies
meeting the following insurance requirements unless otherwise expressed in the
Special Conditions:
a. Liabilit Insurance. The Contractor shall provide comprehensive
liability insurance, including coverage for owned and non-owned automobiles, with a
minimum combined single limit coverage of $500,000 for all damages, including con-
sequential damages, due to bodily injury, sickness or disease, or death to any per-
son or damage to or destruction of property, including the loss of use thereof,
arising from each occurrence. Such insurance shall be endorsed to include the
County and its officers and employees as additional insureds as to all services
performed by Contractor under this agreement. Said policies shall constitute pri-
mary insurance as to the County, the State and Federal Governments, and their offi-
cers, agents, and employees, so that other insurance policies held by them or their
self-insurance program(s) shall not be required to contribute to any loss covered
under the Contractor's insurance policy or policies.
b. Workers' Compensation. The Contractor shall provide workers' compen-
sation insurance coverage for its employees.
c. Certificate of Insurance. The Contractor shall provide the County
with (a) certificate(s) nsurance evidencing liability and worker's compensation
insurance as required herein no later than the effective date of this Contract. If
the Contractor should renew the insurance policy(ies) or acquire either a new
insurance policy(ies) or amend the coverage afforded through an endorsement to the
policy at any time during the term of this Contract, then Contractor shall provide
(a) current certificate(s) of insurance.
d. Additional Insurance Provisions. The insurance policies provided by
the Contractor shall nc u e a provision for thirty (30) days written notice to
County before cancellation or material change of the above specified coverage.
-4-
i
Contra Costa County • • Standard Form 4/84
GENERAL CONDITIONS
(Purchase of Se'rvices)
20. Notices. All notices provided for by this Contract shall be in writing
and may -e'dTivered by deposit in the United States mail , postage prepaid.
Notices to the County shall be addressed to the head of the County Department for
which this Contract is made. Notices to the Contractor shall be addressed to the
Contractor's address designated herein. The effective date of notice shall be the
date of deposit in the mails or of other delivery. The effective date of notice to
the County shall be the date of receipt by the head of the County Department for
which this Contract is made.
21. Primacy of General Conditions. Except for Special Conditions which
expressly supersede General Conditions. -the Special Conditions (if any) and Service
Plan do not limit any term of the General Conditions.
22. Nonrenewal . Contractor understands and agrees that there is no represen-
tation, imp�ca ion, or understanding that the services provided by Contractor
under this Contract will be purchased by County under a new contract following
expiration or termination of this Contract, and waives all rights or claims to
notice or hearing respecting any failure to continue purchase of all or any such
services from Contractor.
23. Possessory Interest. If this Contract results in the Contractor having
possession o'i;claim to or right to the possession of land or improvements, but
does not vest ownership of the land or improvements in the same person, or if this
Contract results in the placement of taxable improvements on tax exempt land
(Revenue & Taxation Code 4107) , such interest or improvements may represent a
possessory interest subject to property tax, and Contractor may be subject to the
payment of property taxes levied on such interest. Contractor agrees that this
provision complies with the notice requirements of Revenue & Taxation Code 4107.6,
and waives all rights to further notice or to damages under that or any comparable
statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that
services unde is Contract may provide some aid or assistance to members of the
County' s population, it is not the intention of either the County or Contractor
that such individuals occupy the position of intended third-party beneficiaries of
the obligations assumed by either party to this Contract.
25. Co ri hts and Rights in Data. Contractor shall not publish or transfer
any mater a —sproauced or resulting from activities supported by this agreement
without the express, written consent of the County Administrator. If any material
is subject to copyright, the County reserves the right to copyright such and the
Contractor agrees not to copyright such material . If the material is copyrighted,
the County reserves, a royalty-free, nonexclusive, and irrevocable license to repro-
duce, publish, and use such materials, in whole or in part, and to authorize others
to do so.
-5-
• • 0
=� CONTRA COSTA COUNTY
HEALTH SERVICES DEPARTMENT
Contra Costa County
RECEIVED
Philip J. Batchelor 'JUL 2 41984
To: County Administrator Date: July 24, 1984
Attention: C. L. Van Marter Office
CountyAdministrator
William B. Walker, M.D.
From: Acting Director Subject: CONTRACT #23-012-2
By: Elizabeth A. Spooner
Contracts & Grjamts Administrgtor
lAr
Attached'�or presentation to the Board of Supervisors is the following
contract for the Department 's Management and Administration Division:
Number: 23-012-2
Contractor: KNIGHT AND CARLSON
Term: August 1, 1984 through June 30, 1985
Payment Limit: $35,000
Funding: Enterprise I
Service: Consultation and technical assistance in recovering Medicare
and Medi-Cal reimbursement from past reporting periods
This contract has been approved by the Department's Contracts and Grants
Administrator in accordance with the guidelines approved by the Board's Order
of December 1, 1981 (Guidelines for contract preparation and processing,
Health Services Department) .
It is, therefore, recommended that this contract be approved and submitted to
the Board at their next meeting on Tuesday, July 31, 1984.
EAS:sh
Attachments
cc: Clerk of the Board
ZJ
CL
I
THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
1983
Adopted this Order on June 21 , by the following vote:
AYES: Supervisors Powers , Fanden, McPeak, Torlakson, Schroder .
NOES: None .
ABSENT: None .
ABSTAIN: None .
SUBJECT: Approval of Contract 4123-012-1 with Knight and Carlson
The Board having considered the recommendations of the Director,
Health Services Department, regarding approval of Contract 4123-012-1 with
Knight and Carlson for consultation and technical assistance in recovering
Medi-Cal and Medicare reimbursement from past reporting periods; IT IS BY
THE BOARD ORDERED that said contract is hereby APPROVED and the Chairman is
AUTHORIZED to execute the contract as follows:
Number: 23-012-1
Department: Health Services - Management and Administration
Contractor: KNIGHT AND CARLSON
Term: July 1, 1983 through June 30, 1984
Payment Limit: $50,000
t hereby certify that this Is a true andceaTect copy of
an actiondaken and entered on the minutes of t e
Board of Supe s s on the date shown..
ATTESTED; A46
J.R. OL SOM COUNTY CLERIC
and ex officio Clerk of the Board
Deputy
Orig. Dept.: Health Services Dept./CGU
CC: County,Administrator
Auditor—Controller
Contractor
EAS:ta� //
'/Cantr,�L Costa County - Standard Form
STANDARD CONTRACT
(Purchase of Services)
1. Contract Identification. Number 23-012-1
Department: Health Services (Management and Administration
Subject : Consultation and technical assistance in recovering reimbursement
from past reporting periods.
2. Parties . The County of Contra Costa, California (County) , for its
Department named above, and the following named Contractor mutually agree and
promise as follows :
Contractor : KNIGHT AND CARLSON
Capacity : Partnership
Address : Quail Court Office Park, Walnut Creek, California 94596
Mailing Address: P.O. Box 457, Walnut Creek, California 94596
3 . Term. The effective date of this Contract is July 1, 1983 and it
terminates June 30, 1984 unless sooner terminated as provided herein.
4 . Payment Limit. County' s total payments to Contractor under this Contract
shall not exceed $ 50,000
5 . County ' s Obligations. County shall make to the Contractor those payments
described in the Payment Provisions attached hereto which are incorporated
herein by reference, subject to all the terms and conditions contained or
incorporated herein.
6 . Contractor ' s Obligations . Contractor shall provide those services and
carry out that work described in the Service Plan attached hereto which is
incorporated herein by reference, subject to all the terms and conditions
contained or incorporated herein.
7 . General and Special Conditions. This Contract is subject to the General
Conditions and Special Conditions (if any) attached hereto , which are incorpo-
rated herein by reference.
8 . Project. This Contract implements in whole or in part the following
described Project, the application and approval documents of which are
incorporated herein by reference:
Project described in Exhibit "B", Contractor's letter dated December 3, 1981 to
Mr. Bob Nash, which is incorporated herein by reference.
9. Legal Authority. This Contract is entered into under and subject to the
following legal authorities:
Government Code Section 31000.
10. Signaturea The/. CALIFORNIA
gnatures attest the parties ' agreement hereto :
COUNTY
0 TNTY 0 CONTRACTOR
By X By
De gnee, Boar of Supervisors ,
(Designate 6fficial capacity)
Attest J. Olsson, County Clerk
�01_,6s
State of California By ) as.
Deputy County of Contra Costa )
Recommen d by ep rt ent ACKNOWLEDGEMENT (CC 1190. 1)
The person signing above for Contractor ,
By 0_4known to me in those individual and
Designee business capacities , personally appeared
before me today and acknowledge that he/
Form Approved: they signed it and that the corporation
i executed this instrument pursuant to its
B bylaws or a resolution of its board of
directors.
uty County Clerk
(6-5-80) /6 Dated: 6
ELIZABETH A.SPCC^!ER
DEPU_
Conirc
Contra Costa County • Standard Form
PAYMENT PROVISIONS
(Fee Basis Contracts)
Number 23-012-1
1 . Payment Amounts. Subject to the Payment Limit of this Contract
and subject to the following Payment Provisions, County will pay Contractor
the following fee :
[Check one alternative only. ]
[ ] a. $ monthly, or
[ ] b. $ per unit, as defined in the Service Plan, or
[ ] c. _. $ , after completion of all obligations and
conditions herein and as full compensation for all services,
work, and expenses provided or incurred by Contractor hereunder .
[X] d. A fee rate, as specified in Attachment "A" which is incorporated herein
by reference, per service unit, as defined in Paragraph 6 of the Service
Plan; additionally, County will reimburse Contractor an amount not to
exceed $1,900 for allowable expenses as specified in Paragraph 3 of
the Service Plan; but not to exceed the total payment limit of $50,000.
2. Payment Demands . Contractor shall submit written demands. Said
demands shall be made on County Demand Form D15 and in the manner and form
prescribed by County. Contractor shall submit said demands for payment
for services rendered no later than 90 days from the end of the month in
which said services are actually rendered . Upon approval of said payment
demands by the head of the County Department for which this Contract is
made, or his designee , County will make payments as specified in Paragraph
1 . (Payment Amounts) above.
3 . Right to Withhold . County has the right to withhold payment to
the Contractor when, in the opinion of the . County expressed in writing to
the Contractor, (a) the Contractor ' s performance, in whole or in part ,
either has not been carried out or is insufficiently documented , (b) the
Contractor has neglected , failed or refused to furnish information or to
cooperate with any inspection, review or audit of its program, work or
records, or (c) Contractor has failed to sufficiently itemize or document
its demand (s) for payment.
4 . Audit Exceptions . Contractor agrees to accept responsibility for
receiving , replying to, and/or complying with any audit exceptions by
appropriate County, State or Federal audit agencies occurring as a result
of its performance of this Contract. Contractor also agrees to pay to the
County within 30 days of demand by County the full amount of the County ' s
liability, if any, to the State and/or Federal government resulting from
any audit exceptions , to the extent such are attributable to the Contractor ' s
failure to perform properly any of its obligations under this Contract .
Initials : Yij � X
Contractor -County Dept.
(6-4-80)
/ v
•
SERVICE PLAN
Number 23--012--1
1. . Independent Status. Contractor is an independent contractor and County
shall neither direct nor have control over Contractor, Contractor's activities, or
the methods and,details by which Contractor fulfills its obligations _under this
Contract. , In providing service hereunder, Contractor shall work cooperatively
with County's Director, Health Services Department and his designee (County's
Health Services Finance Officer).
2. Progress Reports. Contractor shall submit periodic Progress Reports,
written or oral, upon request to the County's Director, Health Services ,Department
or his designee, detailing Contractor's accomplishments in providing services
hereunder.
3. Expenses. Contractor's fee, as set forth in Payment Provision, Paragraph.l.d.,
includes full compensation for all services, work, and expenses provided or incurred by
Contractor under this Contract, including all travel and per diem expenses, except that
County shall reimburse Contractor an amount not to exceed $1,900 for other allowable
expenses such as: mileage for travel by Contractor's automobile at .a rate of $0.23 per
mile, per diem, communications, report production and computer usage.
4. County's Activity Sup22rt. County shall provide for Contractor certain
office space and assistance as may be mutually determined to be necessary to support
Contractor's activities hereunder, but excluding the use of County cars.
5. Service Activities. During the term of this Contract, Contractor shall provide
certain consultation and technical assistance activities as _described in Exhibit "B",
Contractor's letter dated December 3, 1981, to Mr. Bob Nash, which is incorporated
herein by reference.
6. Service Unit Definition.. A unit of service, for reporting purposes, shall
be defined as the provision of the services described in Exhibit "B" by a paid member
of Contractor's staff for one full hour; portions of an hour spent by each,paid
Contractor's staff .member in providing services shall not be reported, except as the
cumulative totals equal one full hour. Time spent in travel and such activities
involving no service, and time spent by administrative staff or service support persons
shall not be included.
7. Exhibits.
a. This contract includes two exhibits which are identified as follows:
Exhibit "A" entitled "Knight and Carlson Customary Rates;" and
Exhibit "B" is Contractor's letter of December 3, 1981, to Mr. Bob Nash,
Re: Proposed Reimbursement Services.
b. Any conflict between the terms stated in the contract and those stated in
the Exhibits shall be resolved in favor of the terms in the contract.
Initials: x
Contractor County Dept.
SPECIAL CONDITIONS
Number 23-012-1
1. Reporting Requirements. Pursuant to Government Code § 7550, Contractor shall .
include in all documents or written reports completed and submitted to .County in accor-
dance.with.this Contract, ,a, separate section listing,the numbers and dollar amounts of
all contracts and subcontracts relating to the preparation of each such.document _or, _ _ -
written report. This section shall apply only if the payment limit under this Contract
exceeds $5,000.
2. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section
1861, (v) (1) of the Social Security Act, and any regulations promulgated thereunder, ,
Contractor shall, upon written request and until the expiration of four years after the
furnishing of services .pursuant to this Contract, make available to the Secretary of
Health and Human Services or to the Comptroller General, or any of their duly authorized
representatives, this Contract and books, documents, .and records of Contractor that are
necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a sub-
contract with a value or cost of $10,000 or more over a twelve-month period, such
subcontract shall contain a clause to the effect that upon written request and until
the expiration of four years after the furnishing of services pursuant to such sub-
contract, the subcontractor shall make available, to the Secretary or to the
Comptroller General, or any of their duly authorized representatives, the subcontract
and books, documents, and records of the subcontractor that are necessary to verify
the nature and extent of all costs and charges hereunder.
This special condition is in addition to any and all other terms regarding the main-
tenance_or retention of records under this Contract and is binding on the heirs, suc-
cessors, assigns and representatives of Contractor.
3. Payment Demands. Paragraph 2. (Payment Demands) of the Payment Provisions is
hereby modified in its entirety to read as follows:
"Contractor shall submit written demands. Said demands shall be made on
County Demand Form D15 and in the manner and form prescribed by County.
Contractor shall submit said demands for payment for services rendered no
later than 90 days from the end of the month in which said services are
actually rendered. However, Contractor's demands will be payable.only_when
recovery from Contractor's efforts in accordance with this contract exceeds
the payments demanded. _ No payment by County will be due Contractor prior to
the actual realization, by County, of additional reimbursement from the
Medicare and Medi-Cal Programs due to Contractor's services under this
contract. Upon approval of said payment demands by the head of the County
Department for which this Contract is made, or his designee, County will make
payments as specified in Paragraph 1. (Payment Amounts) above."
Initials: _
Con County Dept.
EXHIBIT A
Number 23-012-1
KNIGHT AND CARLSON
CUSTOMARY RATES
Hourly Rates
Principal $ 85.00 per hour
Professional Staff $ 45.00 - $75.00 per hour
Clerical $ 24.00 per hour
Initials: x/&t x
Contractor County Dept.
EXHIBIT B
Number 23-012-1
KNW.III b ( :Ak I SON
411AW-AA1 (—If4t"O 1140
11. 1 AM j., lo, - I A. F. i]• tic'A 4t)I QtJAiL COkiRT U F r1CZ PARK
14 11 A WALNUI CRt:L:K1LAAAt()14N1A 04596
December 3 , 1981
Hi- ho l) Hash, Fiscal Officer
('t)Mfl't CoSti't CoUilty HoSr).it-ill
.)I
--WO Alhau-kbra Avenue
Ma r 11(!Z CA 94553
Id.,*: Pcuposed Reimbursement Services
Dear Bob:
As we discussed recently , KNIGHT & CARLSON is pleased
" to r;Iihmit the following proposal for additional reimbursement
services to Contra Costa County Hospital. Through the work
that we have performed to (late we have identified certain
itc--iii:3 where we are confident additional reimbursement can be
r'2alizu(I from past cost reporting periods. Additionally,
you licive rE-quested that we attempt to resolve the Medicare
bad debt reimbursement issues involving cost reporting periods
from FYE 6/30/68 through PYE 6/30/77 . In recognition of your
fiscal constraints, we have proposed to do this work at our
standard fee-for-service rates with a guarantee that our fees
will not exceed your net recovery. Memo billings will be sent
ts) you on a periodic basis with no payment due until such time
as an actual recovery has been realized by . the Hospital that
is sufficient to pay for our services.
PROPOSAL
Medi.ca-r-e Bad Debts
The Medicare Intermediary , Blue Cross of Northern
C;i1ifornia , for your FYE' s 6/30/68 through 6/30/77 has disallowed
ruill1hUrsement of approximately $300 , 000 for Medicare bad debts.
Thi:; issue was disputed with the Intermediary in a timely
fashion but a formal appeal was never filed to preserve your
appciii. rights. To date the Hospital ' s staff has been unable to
rusol.vo this issue with Blue Cross . The last formal correspon-
dence on this issue was a letter dated September 17 , 1980
requesting an extensive amount of additional documentation from
the hospital.
Initials:
Contractor County Dept.
Number 23-012-1
Ni- . Bob Nash
Pr(,l)oSal
hc,comber 3 , 1981
Pacic: 2
Subsequent to the ori(j.in of this dispute, the ilospi.tal
V)"I!. rucluired to change iiit:ermediar.ies. This leaves Blue
Cruss of Northern California in the position of having no
011- 10ind interest in the Hospital nor having any Federal funds
Inul,.1i_Le1 to work on this dispute. Therefore, we suggest that
We the allowed to work directly with Blue Cross of Northern
Cr,lifornia and volunteer to utilize our staff in completing
all documentation including the performance of applicable inter-
me,liar:y audit and revision functions in order to minimize the
effort required by Blue Cross of Northern California. I
licAi.eve that in this way we can reduce the scope of the work
which was requested by the Intermediary on September 17 , 1980
and expeditiously reach a favorable compromise on this issue.
WiLliout this effort, the likelihood of any recovery of the
... monies claimed is negligible. We will endeavor to minimize
the scope, of the work necessary and/or reach a compromise with
Blue Cross of Northern California on this issue. However, until
such time as Blue Cross of Northern California defines the
actual scope of work required it is impossible to estimate the
effort or fees that will be required . The minimum expected
recovery from this issue is $150 , 000.
l;:xc,eption Request
PYE 6/30/80
In addition to identification of additional capital
costs for FYE 6/30/80 , we recommend that an exception
request be filed for this year. Based upon the new pro-
cedures which were implemented in this year and further
refined in FYE 6/30/81 , we believe that an exception of
between $3 and $7 per patient day is obtainable based upon
the actual identification of salary-related costs sub-
ject to an increase for the California Bay Area Wage Index
and based upon additional identifiable overhead costs
applicable to the teaching programs being maintained at
the Hospital. This exception request is expected to in-
crease your Medicare and Medi-Cal reimbursement for FYE
6/30/80 by $200, 000 to $480 , 000 .
K
Other Prior Period Issues
In addition to the , specific items identified above, we are
awrLre that the loss of the disposal of depreciable assets for
PYE' 6/30/80 has not been claimed. Once these amounts are
Initials: X
Contractor County Dept. _
Number 23-012-1
Mi' , Bob Nash
1,1 o 1.)(')t5a I
li ,!ccmbor: 3 , 1981
c.Mciii :tLetl in accordance with Medicare principles, we
r'int icipate that your reimbursement will be increased by
0 . Also we would propose that we review your FYE
6/'W/18 and PYE 6/30/79 Medicare and Medi-Cal cost reports
to ;;c,;;(!k,, if. reimbursement enhancements are possible in those
I ti . Such enhancement can he obtained throii(jh the cor-
z e(:L i o)i of errors in the filing of the cost reports or through
the filing of request for exception on the 223 routine cost
I imitations.
Fees
Our fees for this service will be accrued at our
CU'It.0111ilry rates, see Exhibit A attached, plus actual out-of-
p()ckot expenses and mil.eacje allowance for travel . Our fees
wi 1 1, not be payable unless the recovery from our efforts
oxceuds the amount billed. No payment will be due prior to
thu .tctual realization of additional reimbursement from the
m(!dicctre and Medi-Cal Programs due to our efforts. Prior to
Lite realization of any additional reimbursement from our
efforts , periodic memo billings will be rendered to you. Our
fees and expenses are subject to an initial contract limitation
of $50 , 000. 00. This limit cannot be exceeded by us without
Lhe prior: written approval. of the County Board of Supervisors.
If this proposal meets with your approval and you would
like us to proceed, please sign, date and return one copy of
this letter.
Sincbrely,
Allen M. Carlson
AMC : emk
At ta chment
ACCL I D FOR CONTRA COSTA HOSPITAL
BY
TITLE :
DATE :
Initials:
Contractor County Dept.
Contra Costa County • Standard Form
I
GENERAL CONDITIONS
(Purchase of Services)
1. ComplianIe with Law. Contractor shall be subject to and comply
with all Federal, IState and local laws and regulations applicable with
respect to its performance under this Contract, including but not limited
to, licensing, employment and purchasing practices; and wages, hours and
conditions of employment.
2 . Inspection. Contractor ' s performance, place of business and
records pertaining to this Contract are subject to monitoring, inspection,
review and audit jby authorized representatives of the County, the State
of California, an1d the United States Government.
3 . Records.) Contractor shall keep and make available for inspection
and copying by authorized representatives of the County, the State of
California, and the United States Government, the Contractor' s regular
business records and such additional records pertaining to this Contract
as may be required by the County.
i
4 . Retention of Records. Contractor shall retain all documents per-
taining to this Contract for five years from the date of submission of
Contractor 's final payment demand or final Cost Report; for any further
period that is rlequired by law; and until all Federal/State audits are
complete andexceptions resolved for this contract ' s funding period.
Upon request, Contractor shall make these records available to authorized
representativesIof the County, the State of California, and the United
States Government.
5. Terminition.
a. Written Notice. This Contract may be terminated by either
party, at theirlsole discretion, upon thirty-day advance written notice
thereof to the other , and may be cancelled immediately by written mutual
consent .
b. Failure to Perform. The County, upon written notice to
Contractor , may immediately terminate this Contract should the Contractor
fail to perform properly any of its obligations hereunder . In the event
of such termination, the County may proceed with the work in any reason-
able manner itIchooses . The cost to the County of completing Contractor ' s
performance shall be deducted from any sum due the Contractor under this
Contract, without prejudice .to the County ' s rights otherwise to recover _
its damages.
C. Cessation of Funding. Notwithstanding Paragraph 5 .a. above,
in the event that Federal, State, or other non-County funding for this
Contract ceases, this Contract is terminated without notice.
6. Entir,Ie Agreement . This Contract contains all the terms and con-
ditions agreed upon by the parties . Except as expressly provided herein,
no other understandings, oral or otherwise, regarding the subject matter
of this Contract shall be deemed to exist or to bind any of . the parties
hereto. I
7 . Further Specifications for Operating Procedures . Detailed speci-
fications of operating procedures and budgets required by this Contract,
including butlnot limited to, monitoring , auditing, billing, or regulatory
changes , may be developed and set forth in a written Informal Agreement
between the Contractor and the County. Such Informal Agreements shall be
designated as, such and shall not be amendments to this Contract except to
the extent that they further detail or clarify that which is already re-
quired hereunder. Such Informal Agreements may not enlarge in any manner
the scope oflthis Contract, including any sums of money to be paid the
Contractor as provided herein. Informal Agreements may be approved and
signed by the head of the County Department for which this Contract is
made or his designee.
(A-4616 REV 6/80) -1-
I
Contra Costa County • Standard Form
GENERAL CONDITIONS
(Purchase of Services)
8 . Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended
by a written document executed by the Contractor and the Contra Costa County
Board of Supervisors or, after Board approval, by its designee, subject to
any required State or Federal approval.
b. Administrative Amendments . Subject to the Payment Limit,
the Payment Provisions and the Service Plan may be amended by a written
administrative amendment executed by the Contractor and the County
Administrator or his designee, subject to any required State or Federal
approval, provided' that such administrative amendments may • not materially
change the Payment Provisions or the Service Plan.
9 . Disputes. Disagreements between the County and Contractor con-
cerning the meaning, requirements, or performance of this Contract shall
be subject to final determination in writing by the head of the County
Department for which this Contract is made or his designee or in accordance
with the applicable procedures (if any) required by the State or Federal
Government .
10. Choice of Law and Jurisdiction .
. a. This Contract is made in Contra Costa County and shall be,
governed and construed in accordance with the laws of the State .of
California.
b. Any action relating to ,this Contract shall be instituted and
prosecuted in the courts of Contra Costa County, State of California.
11 . Conformance with Federal and State Regulations . Should Federal or
State regulations touching upon the subject of this Contract be adopted or
revised during the term hereof , this Contract shall be amended to assure
conformance with such Federal or State requirements.
12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these
General Conditions , inspections or approvals, or statements by any officer , .
agent or employee of the County indicating the Contractor ' s performance or
any part thereof complies with the requirements of this Contract, or
acceptance of the whole or any part of said performance., or payments there-
for, or any combination of these acts, shall not relieve the Contractor' s
obligation to fulfill this Contract as prescribed ; nor shall the County be
thereby estopped from bringing any action for damages or enforcement arising
from any failure to comply with any of the terms and conditions of this
Contract .
13 . Subcontract and Assignment. This Contract binds cae heirs, suc-
cessors, assigns and representatives of Contractor . The Contractor shall
not enter into subcontracts for any work contemplated under ".his Contract
and shall not assign this Contract or monies due ' or to Lacome due, without
the prior written consent of the County Administrator or his designee,
subject to any required State or Federal approval.
14 . Independent Contractor Status . This Contract is by and between
two independent contractors and is not intended to and shall not be con-
strued to create the relationship of agent, servant, employee, partnership,
joint venture or association.
(A-4616 REV 6/80) -27
pppp
Contra Costa Couny • Standard Form
GENERAL CONDITIONS -
I (Purchase of Services)
i
I
15. Conflict of Interest. Contractor promises and attests that the
Contractor and an,y members of its governing body shall avoid any actual or
potential conflicts of interest. If Contractor is a corporation, Contractor
agrees to furnishjto the County upon demand a valid copy of its most recently
adopted bylaws and also a complete and accurate list of its governing body
(Board of Directors or Trustees) and to timely update said -bylaws- or- the list
of its governin:Jbody as changes in such governance occur .
16. Confidentiality. Contractor agrees to comply and to require its
employees, agents and partners to comply with all applicable State- or Federal
statutes or regulations respecting confidentiality , including but not limited
to , the identitylof persons served under this Contract, their records, or
services provided- them, and assures that:
a. All applications and records concerning any individual made or
kept by Contractor or any- public officer or agency in-connection with the
administration of or relating to services provided under this Contract will
be confidential , I and will not be open to examination for any purpose not
directly connected with the administration of such service.
b. No person will publish or disclose or permit or cause to be
published or disclosed , any list of persons receiving services, except as
may be required lin the administration of such service. Contractor agrees
to inform all employees, agents and partners of the above provisions, and
that any person Jknowingly and intentionally disclosing such .information
other than as authorized by law may be guilty of a misdemeanor .
17 . NondisIr.iminatory Services . Contractor agrees that all goods and
services under this Contract shall be available to all qualified persons
regardless of age, sex, race, religion, color, national origin, or ethnic
background, or handicap , and that none shall be used , in. whole or in part,
for religious worship or instruction.
18 . Indemnification. The .Contractor shall defend, save harmless and
indemnify the County and its- officers, agents and employees from all lia-
bilities and claims for damages for death, sickness or injury to persons or
property, including without limitation, all consequential damages, from any
cause whatsoever arising from or connected with the operations or the ser-
vices of the Contractor hereunder, resulting ,from -the conduct, negligent or
otherwise, of the Contractor , its agents or employees.
19 . InsuraLce. During the entire term of this Contract and any
extension or m2if-ication thereof, the Contractor shall keep in effect
insurance policies meeting the following insurance requirements unless
otherwise exprissed in Special Conditions : -
a. Liability Insurance. The Contractor -shall provide compre-
hensive liability insurance-, including coverage for owned and non-owned
automobiles, with a minimum combined single limit coverage of $500, 000
.. for all damges; including consequential damages, due to bodily injury,
sickness or disease, or death to any person or damage to or destruction
of property, including .the. loss of use thereof , arising from each
occurrence. Such insurance shall be endorsed to include the County and
its- officers and employees as additional named insureds as to all ser-
vices performed by Contractor under this agreement. .
b. wlrkers ' Compensation. - The Contractor shall provide workers '
compensation insurance coverage for its employees.
- i
(A-4616 REV 6/-80)- -3- I
1b y
Contra Costa County Standard Form
GENERAL CONDITIONS
(Purchase of Services)
C. Certificate of Insurance. The Contractor shall provide the
County with (a) certificate(s) of insurance 'evidencing liability and workers'
compensation insurance as required herein no later than the effective date
-
of this Contract. If the Contractor should renew the insurance policy (ies)
or acquire either a new insurance policy (ies) or amend the coverage afforded
through an endorsement to the policy at any time during the term of this
Contract, then Contractor shall provide (a) current certificate (s) of
insurance.
d. Additional Insurance Provisions. The insurance policies pro-
vided by the Contractor shall include a provision for thirty (30) days
written notice to County before cancellation or material change of the above
specified coverage. Said policies shall constitute primary insurance as to
the County; the State and Federal Governments, and their officers, agents,
and employees, so that other insurance policies held by them or their self-
insurance program(s) shall not be required to contribute to any loss covered
under .the Contractor ' s insurance policy or policies.
20. Notices . All notices provided for by this Contract shall be in
writing and may be delivered by deposit in the United States mail , postage
prepaid. Notices to the County shall be addressed to the head of the County
Department for which this Contract is made. Notices to the Contractor shall
be addressed to the Contractor ' s address designated herein. The effective
date of notice to the Contractor shall be the date of deposit in the mails
or of other delivery. The effective date of notice to the County shall be
the date of receipt by the head of the County Department for which this
Contract is made.
21 . Primacy of General Conditions . Except for Special Conditions
which expressly supersede General Conditions, the Special Conditions (if
any) and Service Plan do not limit any term of the General Conditions.
22. Nonrenewal . Contractor understands and agrees that there is no
representation,. implication, or understanding that the services provided by
Contractor under this Contract will be purchased by County under a new con-
tract following expiration or termination of this Contract, and waives all
rights or claims to notice or hearing respecting any failure to continue
purchase of all or any such services from Contractor .
23. Possessory Interest. If this Contract results in the Contractor
having possession of, claim to or right to the possession of land or improve-
ments , but does not vest ownership of the land or improvements in the same
person, or if this Contract results in the placement of taxable improvements
on tax exempt land (Revenue & Taxation Code §107) , such interest or improve-
ments may represent a possessory interest subject to property tax, and
Contractor may be subject to the payment of property taxes . levied on such
interest. Contractor agrees that this provision complies with the notice
requirements of Revenue & Taxation Code §107 . 6, and waives all rights to
further notice or to damages under that or any comparable statute.
(A-4616 REV 6/80) -4-
tra
/. CONTRA COSTA COUNTY ConRECosta Count
HEALTH SERVICES DEPARTMENT CE�VED Y
JUN 13, 1983
"Ce of
Cont Af dmiistrato
r
To: M. G. Wingett, County Administrator Date: June 13, 1983
Attention: C. L. Van Marter
From: Arnold S. Leff, M.D., Director Subject: CONTRACT 1123-012-1
By: Elizabeth A. Spooner, Acting
Contracts & raryfd istrator
A tai the for P resentaation to the Board of Supervisors is the following contract
for the Department's Management and. Administration Division:
Number: 23-012-1
Contractor: KNIGHT AND CARLSON
Term: July 1, 1983 through June• 30, 1984
Payment Limit: $50,000
Funding: County. However, Contractor will be paid only when recovery from
Contractor's efforts exceeds payments demanded; no payments will
be due Contractor prior to the actual realization of additional
reimbursement from the Medicare and Medi-Cal programs.
Service: Consultation and technical assistance in recovering reimbursement
from past reporting periods.
This contract has been approved by the Department's Contracts and Grants
Administrator in accordance with the guidelines approved by the Board's Order
of December 1, 1981 (Guidelines for contract preparation and processing,
Health Services Department).
It is, therefore, "recommended that this contract be approved and submitted to
the Board at their next meeting on Tuesday; June 21, 1983.
EAS:ta
Attachments
cc: Clerk of the Board
RECEIVED
,IUB! 021 10g?
J. R. OLSSON
CL ARD PERVISORS
B — —.................. ---.Oe ur
l
A-41 3/81
/ • THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order on March 2 , 1982
by the following vote:
AYES: Supervisors Fanden, Schroder, Torlakson, McPeak.
NOES:
ABSENT: Supervisor Powers.
ABSTAIN:
SUBJECT: Approval of Contract 126-117 with Knight and Carlson
The Board having considered the recommendations of the Director, Health
Services Department, regarding approval of Contract 126-117 with Knight and
Carlson, for consultation and technical assistance concerning Medicare and Medi-Cal
reimbursement issues, IT IS BY THE BOARD ORDERED that said contract is hereby
APPROVED and the Board Chair is AUTHORIZED to execute the contract as follows:
Number: 26-117
Department: Health Services - Management and Administration
Contractor: Knight and Carlson
Term: March 15, 1982 through September 15, 1982
Payment Limit: $10,000
f aa►eoy certify that We Is a true and oomctcopyof
an action taken and anterad on tiw minutes of the
Board of Supe WWra On tho data Ntown.
ATTESTED. .._.
MAR1q8? :
-J R.-OLSSON, COUNTY C41RK
and ex oflk/o Clerk of Me Board
BY Deputy
C. Matthews
Orig. Dept.: Health Services Dept./CGU
CC: County Administrator
Auditor-Controller
Contractor
EJM:sh
/b
ra Costa County �" �' Standard Form
l ,
SHORT FORM SERVICE CONTRACT
1. Contract Identification: Number
Department : ea t ervices (Management and Administration Division)
Subject : Consultation and Technical assistance concerning Medicare and Medi-Cal
reimbursement issues
2. Parties . The County of Contra Costa, California (County) , for its Department
named above, and the following named Contractor mutually agree and promise as
follows :
Contractor : KNIGHT AND CARLSON
Capacity: Partnership
Address : Quail Court Office Park, Walnut Creek, California 94596
3 . Terml.g address:
eff effectivedatedate' oflnut thisrCon,tractoisia 94596 March 15, 1982
and
it terminates September 15, 1982 unless sooner terminated as provided herein.
� . Termination. This Contract may be terminated by the County, at its sole
iiscretion, upon five-day advance written notice thereof to the Contractor , or
2ancelled immediately by written mutual consent.
5 . Payment Limit . County ' s total payments to Contractor under this Contract
>hall not exceed $ 10,000
i. County ' s Obligations . In consideration of Contractor ' s provision of services
is described below, and subject to the payment limit expressed herein, County
shall pay Contractor, upon . submission of a properly documented demand for payment
in the manner and form prescribed by County (Demand Form D15) and upon approval
)f such demand by the head of the County Department for which this Contract is
nade or his designee , as follows :
[ Check one alternative only]
( y) hour; or
[ X] a. FEE RATE : $70 per service unit : ( ) session, as defined below; or
( ) calendar (insert day,
NOT TO EXCEED a total of 142.85 service unit (s) week or month)
] b . Payment in full after approval by the Department.
� . Contractor ' s Obligations . Contractor shall provide the following described
;ery ices : As described in the attached Special Conditions.
SPECIAL CONDITIONS : This Contract is subject to the attached Special Conditions
which are incorporated herein by reference.
3 . Independent Contractor Status . This Contract is by and between two independent
:ontractors . and is not intended to and shall not be construed to create the
relationship of agent , servant, employee, partnership , joint venture, or
Lssociation.
I . Indemnifi-cation. The Contractor shall defend, save harmless and indemnify
:he County and its -officers, agents and employees from all liabilities and claims
.or damages for death, sickness or injury to persons or property, including
Tithout limitation, all consequential damages , from any cause whatsoever arising
`.rom or connected with the operations or the services of the Contractor hereunder ,
resulting from the conduct, negligent or otherwise, of the Contractor , its agents
�r employees .
0. Legal Authority . This Contract is entered into under and subject to the
ollowing legal authorities : California Government Code Sections 26227 and 31000
1 . Signatures . These signatures attest the parties ' agreement hereto :
'OUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR
Y
y /\ i 1 By
Designee
(Designate official capacity)
.ec by Departm t
Y
De ignee (Form approved by County Counsel)
�ppKO�� , st�� b'UiCA/1 AYi'iZUV1iD
;Y. JUN 6. S , Co my unset
Designee By Uepaty�
A-4o�0 6/80) /�
SPECIAL CONDITIONS
Number 26w- 117
t
1. Independent Status. Contractor is an independent contractor and County
shall neither direct nor have control over Contractor, Contractor's activities, or
the methods and details by which Contractor fulfills its obligations under this
Contract. In providing service hereunder, Contractor shall work cooperatively.
with County's Director, Health Services Department and his designee (County's
Health Services Finance Officer) .
2. Progress Reports. Contractor shall submit periodic Progress Reports,
written or oral, upon request to the County's Director, Health Services Department
or his designee, detailing Contractor's accomplishments in providing services
hereunder.
3. Expenses. Contractor's fee, as set forth in Paragraph 6.a. (County's
Obligations) includes full compensation for all services, work, and expenses provided or
incurred by Contractor under this Contract, including all travel and per diem expenses.
4. County's Activity Support. County shall provide for Contractor certain
office space and assistance as may be mutually determined to be necessary to support
Contractor's activities hereunder, but excluding the use of County cars.
5. Service Activities. During the term of this Contract, Contractor shall provide
consultation and technical assistance concerning Medicare and Medi-Cal reimbursement
issues, in accordance with Contractor's proposal set forth in Contractor's letter of
Janaury 25, 1982, to Mr. Bob Nash, which is attached hereto and incorporated herein by
reference.
6. Conflict with Attachment. Any conflict between the terms stated in the
contract and those stated in the Attachment shall be resolved in favor of the terms in
the contract.
7. Reporting Requirements. Pursuant to Government Code § 7550, Contractor shall
include in all documents or written reports completed and submitted to County in accor-
dance with this Contract, a separate section listing the numbers and dollar amounts of
all contracts and subcontracts relating to the preparation of each such document or
written report. This section shall apply only if the payment limit under this Contract
exceeds $5,000.
8. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section
1861 (v) (1) of the Social Security Act, and any regulations promulgated thereunder, ,
Contractor shall, upon written request and until the expiration of four years after the
furnishing of services pursuant to this Contract, make available to the Secretary of
Health and Human Services or to the Comptroller General, or any of their duly authorized
representatives, this Contract and books, documents, and records of Contractor that are
necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a sub-
contract with a value or cost of $10,000 or more over a twelve-month period, such
subcontract shall contain a clause to the effect that upon written request and until
the expiration of four years after the furnishing of services pursuant to such sub-
contract, the subcontractor shall make available, to the Secretary or to the
Comptroller General, or any of their duly authorized representatives, the subcontract
and books, documents, and records of the subcontractor that are necessary to verify
the nature and extent of all costs and charges hereunder.
This special condition is in addition to any and all other terms regarding the main-
tenance or retention of records under this Contract and is binding on the heirs, suc-
cessors, assigns and representatives of Contractor.
Initials: &,a
Cont"" Tactor County Dept.
• •y/y
Number
KNIGHT & CARLSON
HOSPITAL FINANCIAL CONSULTING
ALLEN M. CAR LS ON,C•P.A. P. O• BOX 457 QUAIL COURT OFFICE PARK
THOMAS P. KNIGHT,M.B.A. )415) 932-8548
WALNUT CREEK,CALIFORNIA 94596
January 25, 1982
Mr. Bob Nash
Fiscal Officer
Contra Costa County Hospital
2500 Alhambra Avenue
Martinez , CA 94553
RE : Reimbursement Consultation Retainer Proposal
Dear Bob:
At our meeting last Friday, we discussed the ongoing need
for on-call reimbursement consultative services to Contra Costa
County Hospital. This need is especially acute at this time
due to the loss of your reimbursement staff last summer and the
planned departure of other key accounting personnel in the near
future. The personnel that will be leaving the hospital include
you as Director of Finance, on or about February 1, 1982. Also,
retiring in the near future are Mrs. Wanda 'TraWidki currently
heading up the patient accounting functions as they relate to
cost reporting and Mr. Ralph Crocker, who is the only other
accounting person who has been historically involved in the
cost report reimbursement mechanisms. This will leave Mr. Ron
Knapp, a recently hired staff accountant without prior reim-
bursement experience as the only currentemployee with knowledge
and responsibility .for cost reimbursement from the Medicare and
Medi-Cal Programs . In addition to your concerns for the Hospital
due to the upcoming personnel changes, there are several reim-
bursement issues which require immediate and ongoing attention.
Items identified for immediate attention which may require some
consultative assistance from our firm are as follows:
• Appeal of adverse Medi-Cal Informal Conference findings
for FYE 6/30/77 and 6/30/78.
• Medi-Cal Discharge limits and 55% occupancy standard
limit administrative appeals.
• Under payments for physician services caused by improper
reimbursement rates set by your fiscal intermediary
effective January 1 , 1981.
• Implementing new cost allocation statistics approved for
FYE 6/30/82.
Initials:
Conte County Dept.
Number
Mr. Bob Nash
Proposal
January 25, 1982
Page 2
e Development of accounting and reporting methodologies
for the transfer of additional PHP and HMO costs to the
1460 Enterprise Fund.
In addition to these current problems, our association for
the past few months has demonstrated the desirability of utilizing
KNIGHT & CARLSON for phone consultations and numerous reimburse-
ment-related problem areas that come up on a frequent basis. The
frequency of the need for assistance in answering questions and/or
completing small projects is expected to increase due to the
Hospital' s personnel changes and the numerous changes in the reim-
bursement mechanisms which are expected as a result of the Federal
and State budget constraints.
In order to have KNIGHT & CARLSON available immediately to
consult on small problems, we agreed that a retained agreement
would be desirable. Therefore, we propose that a purchase order
be issued with a contract maximum of $10,000 which will allow us
to perform work for Contra Costa County Hospital upon the re-
quest of the accounting department. Our billings under this
purchase order would be at our customary rates plus actual out-
of-pocket expeditures. Our current rates are as follows :
Al Carlson and Tom Knight - $75. 00 per hour
Gregg Sass - $65. 00 per hour
Ken Meehan - $60. 00 per hour
Judy Bain - $45. 00 per hour
Joe Fass - $40. 00 per hour
Elizabeth Kuhns - $20. 00 per hour
if this proposal is satisfactory to you, please take the
necessary steps to have a purchase order issued.
Sincerely,
Allen M. Carlson
AMC:emk
L
Initials:
Contractor County Dept.
CONTRA COSTA COUNTY
HEALTH SERVICES DEPARTMENT
To: M. G. Wingetlt, County Administrator Date: FEB 2 4 1982
Attention: C. L. Van Marter
From: Arnold S. Leff, M.D. , Director Subject: CONTRACT 126-117
By: Eugene 3. Morel
Contr '�&� GrantsAdministrator
Attachedfor presentation to the Board of Supervisors is the following
contract for the Department's Management and Administration Division:
Number: 26-117
�(T �Cl9.eL s ons
Contractor: ' ir9erofeEs—(��n nnfor. * l e 7 + a t ;
Term: larch 15, 1982 through September 15, 1982
Payment Limit: $10,000
Funding: Enterprise Fund
Service: Consultation and technical assistance concerning Medicare and
Medi-Cal reimbursement issues.
This contract has been approved as to legal form by County ,Counsel's Office.
It is, therefore, recommended that this contract be approved and submitted to
the Board at their next meeting on Tuesday, MAR 2 1982
EJM:sh
Attachments
cc: Ralph Crocker
Clerk of the Boar—
Pat Taff RECEIVED
FEES 26 1902
J. R. OLSSOW
CLERK BN RDA OFSSUPERVISORS
O
A-41 3/81
=B CONTRA COSTA COUNTY
HEALTH SERVICES DEPARTMENT
To: DISTRIBUTION LIST Date: July 6, 1982
From: Eugene J. Moel Subject: RENUMBERING OF CONTRACT
Contracts a Grants Administrator
Contract (126-098-1 with Knight and Carlson (for consultation and technical
assistancellin recovering reimbursement from past reporting periods) ,
effective March 1, 1982 through June 30, 1983, was incorrectly numbered.
Please change the number of the above contract from 1126-098-1 to 4123-012.
Please acclpt our apologies for the inconvenience.
Distribution List:
C. L. IVan Marter
Lourette Machado
Auditor-Controller (Accounts Payable)
Clerk lof the Board (Carolyn Matthews).<
Gordon Soares
Ken Corcoran
Carolyn Fernandez
Knight and Carlson rRECEIVED
L 7 1982
J. R. OLSSON
AFRI( BOARD OF SUPERVISORS
CO RACOSTA CO. De
A-41 3181 l/
THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA
February 16, 1982 b the following vote:
Adopted this Order on y g
AYES: Supervisors Powers , Fanden, Schroder,. Torlakson, McPeak.
NOES:
ABSENT:
ABSTAIN:
SUBJECT: Approval of Contract 426=0-98-1 with Knight and Carlson
X3-0 /
The Board having considered the recommendations of the Director, Health
Services Department, regarding approval of Contract with Knight and
Carlson for consultation and technical assistance in recovering reimbursement from
past reporting periods;. IT IS BY THE BOARD ORDERED that said contract is hereby
APPROVED and the Board Chair is AUTHORIZED to execute the contract as follows:
Number: -9,3-0 /A,
Contractor: Knight and Carlson
Term: March 1, 1982 through June 30, 1983
Payment, Limit: $50,000
1 hereby certify that this is a true and correct copy of
an action taken and entered on the minutes of the
Board of Supervisopsori the date shown.
1
ATTESTED: . 6 1982
J.R. OLSSON, COUNTY CLERK
and ex officio Clark of the Board
B , Deputy
Y P Y
C. Matthews
Orig. Dept.: Health Services Dept./CGU
CC: County Administrator
Auditor-Controller
Contractor
EJM:to ��
Contra Costa County Standard Form
�' ' • STANDARD CONTRACT
• (Purchase of Services)
1. Contract Identification. Number
Department: Health Services (Management and Administration
Subject : Consultation and technical assistance in recovering reimbursement from
past reporting periods.
2. Parties . The County of Contra Costa, California (County) , for its
Department named above, and the following named Contractor mutually agree and
promise as follows :
Contractor : KNIGHT AND CARLSON
Capacity : Partnership
Address : Quail Court Office Park, Walnut Creek, California 94596
(Mailing Address: P.O. Box 457, Walnut Creek, California 94596)
3 . Term. The effective date of this Contract is March 1, 1982 and it
terminates June 30, 1983 unless sooner terminated as provided herein.
4 . Payment Limit. County' s total payments to Contractor under this Contract
shall not exceed $ 50,000
5 . County' s Obligations . County shall make to the Contractor those payments
described in the Payment Provisions attached hereto which are incorporated
herein by reference, subject to all the terms and conditions contained or
incorporated herein.
6 . Contractor ' s Obligations . Contractor shall provide those services and
carry out that work described in the Service Plan attached hereto which is
incorporated herein by reference, subject to all the terms and conditions
contained or incorporated herein.
7 . General and Special Conditions . This Contract is subject to the General
Conditions and Special Conditions (if any) attached hereto, which are incorpo-
rated herein by reference.
8 . Project. This Contract implements in whole or in part the following
described Project, the application and approval documents of which are
incorporated herein by reference:
Project described in Contractor's letter dated December 3, 1981 to Mr. Bob Nash.
9 . Legal Authority. This Contract is entered into under and subject to the
following legal authorities:
Government Code Section 31000
10. Signatures . These signatures attest the parties ' agreement hereto :
I
COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR
/By k)"V By
Designee, Board 'of Supervisors
(Designate off cial capacity)
Attest/ J Olss n, 'County Clerk
State of California )
By < ) as .
Deputy County of Contra Costa )
i
Rec a Depa ment ACKNOWLEDGEMENT (CC 1190. 1)
The .person signing above for Contractor ,
By known to me in those individual and
Des gnee business capacities , personally appeared
before me today and acknowledge that he/
Form Approve : they signed it and that the corporation
executed this instrument pursuant to its
By bylaws or a resolution of its board of
� V director�.�"`�
4�
Deputy County Clerk
(6-5-80) Dated: ,2f/�Z,
Covntra Costa County OStandard Form
PAYMENT PROVISIONS
(Fee Basis Contracts) ^ O
Number
1. Payment Amounts. Subject to the Payment Limit of this Contract
and subject to the following Payment Provisions, County will pay Contractor
the following fee :
[ Check one alternative only. ]
[ ] a. $ monthly , or
[ ] b. $ per unit, as defined in the Service Plan, or
[ ] c. $ , after completion of all obligations and
conditions herefin and as full compensation for all services,
work, and expenses provided or incurred by Contractor hereunder .
[X] d. $ 65 per service unit, as defined in Paragraph 6. of the
Service Plan; additionally, County will reimburse Contractor an amount
not to exceed $1,900 for allowable expenses as specified in Paragraph 3.
of the Service Plan.
2. Payment Demands . Contractor shall submit written demands. Said
demands shall be made on County Demand Form D15 and in the manner and form
prescribed by County. Contractor shall submit said demands for payment
for services rendered no later than 90 days from the end of the month in
which said services are actually rendered . Upon approval of said payment
demands by the head . of the County Department for which this Contract is
made, or his designee, County will make payments as specified in Paragraph
1 . (Payment Amounts) above. [See Paragraph 3. of the Special 'Conditions] .
3 . Right to Withhold . County has the right to withhold payment to
the Contractor when, in the opinion of the , County expressed in writing to
the Contractor , (a) the Contractor ' s performance, in whole or in part ,
either has not been carried out or is insufficiently documented , (b) the
Contractor has neglected, failed or refused to furnish information or to
cooperate with any inspection, review or audit of its program, work or
records, or (c) Contractor has failed to sufficiently itemize or document
its demand (s) for payment.
4 . Audit Exceptions. Contractor agrees to accept responsibility for
receiving , replying to, and/or complying with any audit exceptions by
Appropriate County, State or .Federal audit agencies occurring as a result
of its performance of this Contract. Contractor also agrees to pay to the
County within 30 days of demand by County the full amount of the County ' s
liability, if any, to the State and/or Federal government resulting from
any audit exceptions, to the extent such are attributable to the Contractor ' s
failure to perform properly any of its obligations under this Contract.
'Initials :
Contractor -County Dept.
(6-4-80)
i .
SERVICE PLAN 3
Numberr.0 Vp
_�o
1.. Independent Status. Contractor is an independent contractor and County
shall neither direct nor have control over Contractor, Contractor's activities, or
the methods and details by which Contractor fulfills its obligations under this
Contract. In providing service hereunder, Contractor shall work cooperatively
with County's Director, Health Services Department and his designee (County's
Health Services Finance Officer).
2. Progress Reports. Contractor shall submit periodic Progress Reports,
written or oral, upon request to the County's Director, Health Services Department
or his designee, detailing Contractor's accomplishments in providing services
hereunder.
3 . Expenses. Contractor's fee, as set forth in Payment Provision, Paragraph l.d.,
includes full compensation for all services, work, and expenses provided or incurred by
Contractor under this Contract, including all travel and per diem expenses, except that
County shall reimburse Contractor an amount not to exceed $1,900 for other allowable .
expenses such as: mileage for travel by Contractor's automobile at a rate of $0.23 per
mile, per diem, communications, report production and computer usage.
4. County's Activity Support. County shall provide for Contractor certain
office space and assistance as may be mutually determined to be necessary to support
Contractor's activities hereunder, but excluding the use of County cars.
5. Service Activities. During the term of this Contract, Contractor shall provide
certain consultation and technical assistance activities as described in Exhibit "B",
Contractor's letter dated December 3, 1981, to Mr. Bob Nash, which is incorporated
herein by reference.
6. Service Unit Definition. A unit of service, for reporting purposes, shall
be defined as the provision of the services described in Exhibit "B" by a paid member
of Contractor's staff for one full hour; portions of an hour spent by each paid
Contractor's staff member in providing services shall not be reported, except as the
cumulative totals equal one full hour. Time spent in travel and such activities
involving no service, and time spent by administrative staff or service support persons
shall not be included.
7. Number of Service Units. During the term of this Contract, Contractor shall
provide for County 740 service units.
8. Exhibits.
a. This contract includes two exhibits which are identified as follows:
Exhibit "A" which is attached to Contractors letter of December 3, 1981,
to Mr. Bob Nash, and entitled "Knight and Carlson Customary Rates."
Exhibit "B" is Contractor's letter of December 3, 1981, to Mr. Bob Nash,
Re: Proposed Reimbursement Services.
b. Any conflict between the terms stated in the contract and those stated in
the Exhibits shall be resolved in favor of the terms in the contract.
Initials:
Con Tactor County Dept.
r
SPECIAL CONDITIONS
Number " l _
1. Reporting Requirements. Pursuant to Government Code § 7550, Contractor shall
include in all documents or written reports completed and submitted to County in accor-
dance with this Contract, a separate section listing the .numbers and dollar amounts of
all contracts and subcontracts relating to the preparation of each such document or
written report. This section shall apply only if the payment limit under this Contract
exceeds $5,000.
2. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section
1861 (v) (1) of the Social Security Act, and any regulations promulgated thereunder,
Contractor shall, upon 'written request and until the expiration of four years after the
furnishing of services pursuant to this Contract, make available to the Secretary of
Health and Human Services or to the Comptroller General, or any of their duly authorized
representatives, this Contract and books, documents, and records of Contractor that are
necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a sub-
contract with a value or cost of $10,000 or more over a twelve-month period, such
subcontract shall contain a clause to the effect that upon written request and until
the expiration of four years after the furnishing of services pursuant to such sub-
contract, the subcontractor shall make available, to the Secretary or to the
Comptroller General, or any of their duly authorized representatives, the subcontract .
and books, documents, and records of the subcontractor that are necessary to verify
the nature and extent of all costs and charges hereunder.
This special condition is in addition to any and all other terms regarding the main-
tenance or retention of records under this Contract and is binding on the heirs, suc-
cessors, assigns and representatives of Contractor.
3. Payment Demands. Paragraph 2. (Payment Demands) of the Payment Provisions is
hereby modified in its entirety to read as follows:
"Contractor shall submit written demands. Said demands shall 'be made on
County Demand Form D15 and in the manner and form prescribed by County.
Contractor shall submit said demands for payment for services rendered no
later than 90 days from the end of the month in which said services are
actually rendered. However, Contractor's demands will be payable only when
recovery from Contractor's efforts in accordance with this contract exceeds
the payments demanded. No payment by County will be due Contractor prior to
the actual realization, by County, of additional reimbursement from the
Medicare and Medi-Cal Programs due to Contractor's services under this
contract. Upon approval of said payment demands by the head of the County
Department for which this Contract is made, or his designee, County will make
payments as specified in Paragraph 1. (Payment Amounts) above."
Initials: ZZ
Con ractor County Dept.
1\
/ • Exhibit "B" • ,. _0_9-8—o
Number
KNIGHT 8 CARLSON
HOSPITAL FINANCIAL CONSULTING
ALLEN M. CARLSON,C.P.A. P. O. BOX 457 QUAIL COURT OFFICE PARK
THOMAS P. KNIGHT, M.B.A. �415I 032-B548
WALNUT CREEK,CALIFORNIA 94596
December 3 , 1981
Mr. Bob Nash, Fiscal Officer
Contra Costa County Hospital
2500 Alhambra Avenue
Martinez , CA 94553
RE: Proposed Reimbursement Services
Dear Bob:
As we discussed recently, KNIGHT & CARLSON is pleased
`to submit the following proposal for additional reimbursement
services to Contra Costa County Hospital. Through the work
that we have performed to date we have identified certain
items where we are confident additional reimbursement can be.
realized from past cost reporting periods. Additionally,
you have requested that we attempt to resolve the Medicare
bad debt reimbursement issues involving cost reporting periods
from FYE 6/30/68 through FYE 6/30/77 . In recognition of your
fiscal constraints, we have proposed to do this work at our
standard fee-for-service rates with a guarantee that our fees
will not exceed your net recovery. Memo billings will be sent
to you on a periodic basis with no payment due until such time
as an actual recovery has been realized by .the Hospital that
is sufficient to pay for our services.
PROPOSAL
Medicare Bad Debts
The Medicare Intermediary, Blue Cross of Northern
California, for your FYE ' s 6/30/68 through 6/30/77 has disallowed
reimbursement of approximately $300, 000 for Medicare bad debts .
This issue was disputed with the Intermediary in a timely
fashion but a formal appeal was never filed to preserve your
appeal rights. To date the Hospital ' s staff has been unable to
resolve this issue with Blue Cross. The last formal correspon-
dence on this issue was a letter dated September 17 , 1980
requesting an extensive amount of additional documentation from
the Hospital.
I,
Initials: .
Cont County Dept.
Number 2 0 9 8
Mr. Bob Nash
Proposal
December 3 , 1981
Page 2
Subsequent to the origin of this dispute, the Hospital
was required to change intermediaries. This leaves Blue
Cross of Northern California in the position of having no
on-going interest in the Hospital nor having any Federal funds
budgeted to work on this dispute. Therefore, we suggest that
we be allowed to work directly with Blue Cross of Northern
California and volunteer to utilize our staff in completing
all documentation including the performance of applicable inter-
mediary audit and revision functions in order to minimize the
effort required by Blue Cross of Northern California. I
believe that in this way we can reduce the scope of the work
which was requested by the Intermediary on September 17 , 1980
and expeditiously reach a favorable compromise on this issue.
Without this effort , the likelihood of any recovery of the
, monies claimed is negligible. We will endeavor to minimize
the scope of the work necessary and/or reach a compromise with
Blue Cross of. Northern California on this issue. However, until
such time as Blue Cross of Northern California defines the
actual scope of work required it is impossible to estimate the
effort or fees that will be required. The minimum expected
recovery from this issue is $150, 000 .
Exception Request
FYE 6/30/80
In addition to identification of additional capital
costs for FYE 6/30/80 , we recommend that an exception
request be filed for this year. Based upon the new pro-
cedures which were implemented in this year and further
refined in FYE 6/30/81, we believe that an exception of
between $3 and $7 per patient day is obtainable based upon
the actual identification of salary-related costs sub-
ject to an increase for the California Bay Area Wage Index
and based upon additional identifiable overhead costs
applicable to the teaching programs being maintained at
the Hospital. This exception request is expected to in-
crease your Medicare and Medi-Cal reimbursement for FYE
6/30/80 by $200 , 000 to $480 , 000.
Other Prior Period Issues
In addition to the specific items identified above, we are
aware that the loss of the disposal of depreciable assets for
FYE 6/30/80 has not been claimed. Once these amounts are
Initials: T4K___
fContractor County Dept.
Number
Mr. Bob Nash
Proposal
December 3 , 1981
Page 3
calculated in accordance with Medicare principles, we
anticipate that your reimbursement will be increased by
$5, 000. Also we would propose that we review your FYE
6/30/78 and FYE 6/30/79 Medicare and Medi-Cal cost reports
to see if reimbursement enhancements are possible in those
years. Such enhancement can be obtained through the cor-
rection of errors in the filing of the cost reports or through
the filing of request for exception on the 223 routine cost
limitations.
Fees
Our fees for this service will be accrued at our
customary rates, see Exhibit A attached, plus actual out-of-
pocket expenses and mileage allowance for travel. Our fees
will not be payable unless the recovery from our efforts
exceeds the amount billed. No payment will be due prior to
the actual realization of additional reimbursement from the
Medicare and Medi-Cal Programs due to our efforts. Prior to
the realization of any additional reimbursement from our
efforts, periodic memo billings will be rendered to you. Our
fees and expenses are subject to an initial contract limitation
of $50 , 000. 00. This limit cannot be exceeded by us without
the prior written approval of the County Board of Supervisors.
If this proposal meets with your approval and you would
like us to proceed, please sign, date and return one copy of
this letter.
Sincerely,.
Allen M. Carlson
AMC:emk
Attachment
ACCEPTED FOR CONTRA COSTA HOSPITAL
BY:
TITLE :
DATE :
Initials : �la
Contractor Co my Dept.
Number o
EXHIBIT A
KNIGHT & CARLSON
CUSTOMARY RATES
Hourly Rates
Effective
Current 1/1/82
'- Principal $65 . 00 $75 . 00
Professional Staff $40 . 00-$60. 00 $40. 00-$65. 00
Clerical $15 . 00 $18 . 00-$20. 00
Initials:
Contractor CoInty Dept.
1�
Contra Costa County • • Standard Form
GENERAL CONDITIONS
(Purchase of Services)
1. Compliance with Law. Contractor shall be subject to and comply
with all Federal, State and local laws and regulations applicable with
respect to its performance under this Contract , including but not limited
to, licensing, employment and purchasing practices; and wages, hours and
conditions of employment.
2 . Inspection. Contractor ' s performance, place of business and
records pertaining to this Contract are subject to monitoring, inspection,
review and audit by authorized representatives of the County, the State
of California, and the United States Government.
3 . Records. Contractor shall keep and make available for inspection
and copying by authorized representatives of the County, the State of
California, and the United States Government, the Contractor 's regular
business records and such additional records pertaining to this Contract
as may be .required by the County.
4. Retention of Records. Contractor shall retain all documents per-
taining to this Contract for five years from the date of submission of
Contractor 's final payment demand or final Cost Report ; for any further
period that is required by law; and until all Federal/State audits are
complete and exceptions resolved for this contract ' s funding period.
Upon request, Contractor shall make these records available to authorized
representatives of the County, the State of California, and the United
States Government.
5 . Termination.
a. Written Notice. This Contract may be terminated by either
party, at their sole discretion, upon thirty-day advance written notice
thereof to the other, and may be cancelled immediately by written mutual
consent .
b. Failure to Perform. The County, upon written notice to
Contractor, may immediately terminate this Contract should the Contractor
fail to perform properly any of its obligations hereunder. In the event
of such termination, the County may proceed with the work in any reason-
able manner it chooses. The cost to the County of completing Contractor ' s
performance shall be deducted from any sum due the Contractor under this
Contract , without prejudice - to the County 's rights otherwise to recover
its damages.
C. Cessation of Funding . Notwithstanding Paragraph 5 .a. above,
in the event that Federal, State, or other non-County. funding for this
Contract ceases , this Contract is terminated without notice.
.6 . Entire Agreement. This Contract contains all the terms and con-
ditions agreed upon by the parties. Except as expressly provided herein,
no other understandings, oral or otherwise, regarding the subject matter
of this Contract shall be deemed to exist or to bind any of_ the parties
hereto .
7 . Further Specifications for Operating Procedures. Detailed speci-
fications of operating procedures and budgets required by this Contract,
including but not limited to, monitoring, auditing, billing, or regulatory
changes , may be developed and set forth in a written Informal Agreement
between the Contractor and the County. Such Informal Agreements shall be
designated as such and shall not be amendments to this Contract except to
the extent that they further detail or clarify that which is already re-
quired hereunder . Such Informal Agreements may not enlarge in any manner
the scope of this Contract, including any sums of money to be paid the
Contractor as provided herein. Informal Agreements may be approved and
signed by the head of the County Department for which this Contract is
made or his designee.
(A-4616/ REV 6/80) -1-
b
Contra Costa County • • Standard Fgrm• `
GENERAL CONDITIONS
(Purchase of Services)
8 . Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended
by a written document executed by the Contractor and the Contra Costa County
Board of Supervisors or, after Board approval, by its designee, subject to
any required State or Federal approval.
b. Administrative Amendments . Subject to the Payment Limit,
the Payment Provisions and the Service Plan may be amended by a written
administrative amendment executed by the Contractor and the County
Administrator or his designee, subject to any required State or Federal
approval, provided that such administrative amendments may not materially
change the Payment Provisions or the Service Plan.
9 . Disputes. Disagreements between the County and Contractor con-
cerning the meaning, requirements, or performance of this Contract shall
be subject to final determination in writing by the head of the County
Department for which this Contract is made or his designee or in accordance
with the applicable procedures (if any) required by the State or Federal
Government .
10. Choice of Law and Jurisdiction.
a. This Contract is made in Contra Costa County and shall be,
governed and construed in accordance with the laws of the State of
California.
b. Any action relating to this Contract shall be instituted and
prosecuted in the courts of Contra Costa County, State of California.
11 . Conformance with Federal and State Regulations. Should Federal or
State regulations touching upon the subject of this Contract be adopted or
revised during the term hereof , this Contract shall be amended to assure
conformance with such Federal or State requirements.
12 . No Waiver by County. Subject to Paragraph 9. (Disputes) of these
General Conditions, inspections or approvals, or statements by any officer ,
agent or employee of the County indicating the Contractor ' s performance or
any part thereof complies with the requirements of this Contract, or
acceptance of the whole or any part of said performance , or payments there-
for, or any combination of these acts, shall not relieve the Contractor' s
obligation to fulfill this Contract as prescribed ; nor shall the County be
thereby estopped from bringing any action for damages or enforcement arising
from any failure to comply with any of the terms and conditions of this
Contract .
13. Subcontract and Assignment. This Contract binds the heirs, suc-
cessors, assigns and representatives of Contractor. The Contractor shall
not enter into subcontracts for any work contemplated under this Contract
and shall not assign this Contract or monies due or to Le^_ome due, without
the prior written consent of the County Administrator or his designee,
subject to any required State or Federal approval.
14 . Independent Contractor Status. This Contract is by and between:
two independent contractors and is not intended to and shall not be con-
strued to create the relationship of agent, servant, employee, partnership ,
joint venture or association.
(A-4616 REV 6/8U) -2-
Contra Costa County , . Standard Form
GENERAL CONDITIONS
(Purchase of Services)
15 . Conflicts of Interest. Contractor promises and attests that the
Contractor and any members of its governing body shall avoid any actual or
potential conflicts of. interest. If Contractor is a corporation, Contractor
agrees to furnish to the County upon demand a valid copy of its most recently
adopted bylaws and also a complete and accurate list of its governing body
(Board of Directors or Trustees) and to timely update said bylaws or the list
of its governing body as changes in such governance occur .
16 . Confidentiality. Contractor agrees to comply and to require its
employees, agents and partners to comply with all applicable State- or Federal
statutes or regulations respecting confidentiality , including but not limited
to , the identity of persons served under this Contract, their records, or
services provided them, and assures that :
a. All applications and records concerning any individual made or
kept by Contractor or any public officer or agency in -connection with the
administration of or relating to services provided under this Contract will
be confidential , and will not be open to examination for any purpose not
directly connected with the administration of such service .
b. No person will publish or disclose or permit or cause to be
published or disclosed , any list of persons receiving services, except as
may be required in the administration of such service. Contractor agrees
. to inform all employees, agents and partners of the above provisions, and
that any person knowingly and intentionally disclosing such information
other than as authorized by law may be guilty of a misdemeanor .
17 . Nondiscriminatory Services . Contractor agrees that all goods and
services under this Contract shall be available to all qualified persons
regardless of age, sex, race, religion, color, national origin, or ethnic
background, or handicap , and that none shall be used , in whole or in part,
for religious worship or instruction.
18. Indemnification. The Contractor shall defend , save harmless and
indemnify the County and its officers, agents and employees from all lia-
bilities and claims for damages for death, sickness or injury to persons or
property, including without limitation, all consequential damages, from any
cause whatsoever arising from or connected with the operations or the ser-
vices of the Contractor hereunder , resulting from the conduct , negligent or
otherwise, of the Contractor , its agents or employees.
19 . Insurance. During the entire term of this Contract and any
extension or modification thereof, the Contractor shall keep in effect
insurance policies meeting the following insurance requirements unless
otherwise expressed in Special Conditions :
a. Liability Insurance. The Contractor shall provide compre-
hensive liability insurance, including coverage for owned and non-owned
automobiles , with a minimum combined single limit coverage of $500, 000
for all damges, including consequential damages, due to bodily injury,
sickness -_or disease, or death to any person or damage to or destruction
of property, including the loss of use thereof , arising from each
occurrence. Such insurance shall be endorsed to include the County and
its officers and employees as additional named insureds as to-'all ser-
vices performed by Contractor under this agreement.
b. Workers ' Compensation. The Contractor shall provide workers '
compensation insurance coverage for its employees.
(A-4616 REV 6/80) -3-
Contra Costa County • Standard Form
GENERAL CONDITIONS
(Purchase of Services)
C. Certificate of Insurance. The Contractor shall provide the
County with (a) certificate(s) of insurance evidencing liability and workers '
compensation insurance as required herein no later than the effective date
of this Contract. If the Contractor should renew the insurance policy (ies)
or acquire either a new insurance policy (ies) or amend , the coverage afforded
through an endorsement to the policy at any time during the term of this
Contract, then Contractor shall provide (a) current certificate(s) of
insurance.
d. Additional Insurance Provisions. The insurance policies pro-
vided by the Contractor shall include a provision for thirty (30) days
written notice to County before cancellation or material change of the above
specified coverage. Said policies shall constitute primary insurance as to
the County, the State and Federal Governments, and their officers, agents,
and employees, so that other insurance policies held by them or their self-
insurance program(s) shall not be required to contribute to any loss covered
under the Contractor ' s insurance policy or policies.
20. Notices . All notices provided for by this Contract shall be in
writing and may be delivered by deposit in the United States mail , postage
prepaid . Notices to the County shall be addressed to the head of the County
Department for which this Contract is made. Notices to the Contractor shall
be addressed to the Contractor ' s address designated herein. The effective
date of notice to the Contractor shall be the date of deposit in the mails
or of other delivery. The effective date of notice to the County shall be
the date of receipt by the head of the County Department for which this
Contract is made.
21 . Primacy of General Conditions . Except for Special Conditions
which expressly supersede General Conditions, the Special Conditions (if
any) and Service Plan do not limit any term of the General Conditions.
22 . Nonrenewal. Contractor understands and agrees that there is no
representation,_ implication, or understanding that the services provided by
Contractor under this Contract will be purchased by County under a new con-
tract following expiration or termination of this Contract, and waives all
rights or claims to notice or hearing respecting any failure to continue
purchase of all or any such services from Contractor .
23. Possessory Interest. If this Contract results in the Contractor
having possession of, claim to or right to the possession of land or improve-
ments, but does not vest ownership of the land or improvements in the same
person, or if this Contract results in the placement of taxable improvements
on tax exempt land (Revenue & Taxation Code §107) , such interest or improve-
ments may represent a possessory interest subject to property tax, and
Contractor may be subject to the payment of property taxes levied on such
interest. Contractor agrees that this provision complies with the notice
requirements of Revenue & Taxation Code §107 . 6, and waives all rights to
further notice or to damages under that or any comparable statute.
(A-4616 REV 6/80) -4-
r
I
F
CONTRA COSTA COUNTY
HEALTH SERVICES DEPARTMENT
cf.
To: M. G. Wingett, County Administrator Date: FEB 91982
Attention: C. L. Van Marter COU11tv Adrninistrator
From: Arnold S. Leff, M.D. , Director Subject: CONTRACT 4126-098-1
By: J.
el
l
e
.Eugene
ugene
Cont is ants Administrator
Attach d f resentation to the Board of Supervisors is the following
contract the Department's Management and Administration Division:
Number- -26-9g$-1 C .3 -0/o,
Contractor: KNIGHT AND CARLSON
Term: March 1, 1982 through June 30, 1983
Payment Limit: $50,000
Funding: County. However, Contractor will be paid only when recovery from
Contractor's efforts exceeds payments demanded; no payments will
be due Contractor prior to the actual realization of additional
reimbursement from the Medicare and Medi-Cal programs.
Service: Consultation and technical assistance in recovering reimbursement
from p ast reporting periods
This contract has been approved as to legal form by County Counsel-'s Office.
It is, therefore, recommended that this contract be approved and submitted to
the Board at their next meeting on Tuesday, FEB1 61982
EJM:ta
Attachments
cc: Clerk of the Board
Pat Taff
Bob Nash
Ralph Crocker
RECEIVED
EB
A-41
In the Board of Supervisors
of
Contra Costa County, State of California
April 7 , 19 81
In the Matter of
Approval of Contract 426-089
with Knight and Carlson
The Board having considered the recommendations of the Director,
Health Services Department, regarding approval of Contract 426-089 with
Knight and Carlson for a reimbursement review of Health Service Department's
cost reports for the fiscal year ending 6/30/80, IT IS BY THE BOARD ORDERED
that said contract is hereby APPROVED and the Board Chairman is AUTHORIZED
to execute the contract as follows:
Number: 26-089
Contractor: Knight and Carlson
Term: 4/14/81 through 8/31/81
Payment Limit: $8,000
PASSED BY THE BOARD on April 7 , 1981, by the following vote :
AYES : Supervisors Fanden, Schroder, McPeak, Torlakson,
Powers ,
NOES : None
ABSENT: None
I hereby certify that the foregoing is a true and correct copy of an order entered on the
minutes of said Board of Supervisors on the date aforesaid.
Witness my hand and the Seal of the Board of
Orig: Health Services Dept. Supervisors 7th April 81
Attn: Contracts and Grants Unit
cc: County Administrator affixed this day of 19_
Auditor-Controller
Contractor J. R. OLSSON, Clerk
EJM:sh By , Deputy Clerk
C . Matthews
H-24 7L 15M
Contra. Costa County
STANDARD CONTRACT Standard Form
• ' • _ - '• � � /�✓ _ � 7`,
(Purchase of Services)
1. Contract Identification. Number 2 6 _ O 8 9
Department : Health Services (Management and Administration)
Subject : Reimbursement review of Cost Reports for fiscal year ending 6/30/80
2. Parties . The County of Contra Costa, California (County) , for its
Department named above, and the following named Contractor mutually agree and
promise as follows :
Contractor : KNIGHT AND CARLSON
Capacity : Partnership
Address : Quail Court Office Park, Walnut Creek, California 94596
(Mailing Address: P. 0. Box 457, Walnut Creek, California 94596
3 . Term. The effective date of this Contract is April 14, 1981 and it
terminates August 31, 1981 unless sooner terminated as provided herein.
4 . Payment Limit. County' s total payments to Contractor under this Contract
shall not exceed $ 8,000
5 . County' s Obligations. County shall make to the Contractor those payments
described in the Payment Provisions attached hereto which are incorporated
herein by reference, subject to all the terms and conditions contained or
incorporated herein.
6 . Contractor ' s Obligations . Contractor shall provide those services and
carry out that work described in the Service Plan attached hereto which is
incorporated herein by reference, subject to all the terms and conditions
contained or incorporated herein.
7 . General and Special Conditions . This Contract is subject to the General
Conditions and Special Conditions (if any) attached hereto , which are incorpo—
rated herein by reference.
8 . Project. This Contract implements in whole or in part the following
described Project, the application and approval documents of which are
incorporated herein by reference:
Project described in Contractor's letter of March 17, 1981 to Mr. Bob Nash
9 . Legal Authority. This Contract is entered into under and subject to the
following legal authorities:
Government Code Section 31000
10. Signatures . These signatures attest the parties ' agreement hereto :
COb NTY CONTRA COUA, CALIFORNIA CONTRACTOR
By By ;W__C eLz
andirpan,� Board of Supervisors
(Designate official capacity)
Attest : J.R. Olsson, County Clerk
State of California )
By • �� � ) as.
Deputy County of Contra Costa )
Recommended by Department ACKNOWLEDGEMENT (CC 1190.1)
nn The person signing above for Contractor,
By '" � � �o�� known to me in those individual and
Designee business capacities , personally appeared
before me today and acknowledge that he/
Form -proved: they signed it and that the corporation
executed this instrument pursuant to its
By bylaws or a resolution of its board of
DEPUTY COUNTY COUNSEL. director
CONTRA COSTA COUNTY, CALIF.
ftan��/Oiputy County Clerk
(6-5-80) Dated:
16
ontra, 'Costa County ,tandard Form
/ PAYMENT PROVISIONS
(Fee Basis Contracts)
2
- Number 6 - 089
1. Payment Amounts. Subject to the Payment Limit of this Contract
and subject to the following Payment Provisions, County will pay Contractor
the following fee :
[Check one alternative only. ]
[ ] a. $ monthly, or
[ J b. $ per unit, as defined in the Service Plan, or
[ ] c. $ , after completion of all obligations and
conditions herein and as full compensation for all services,
work, and expenses provided or incurred by Contractor hereunder .
[XJ d. According to the fee schedule and within the service unit limitations
specified in Paragraph 7. of the Service Plan. In addition, County
shall reimburse Contractor for other allowable expenses as set forth
in Paragraph 3. of the Service Plan.
2. Payment Demands . Contractor shall submit written demands. Said
demands shall be made on County Demand Form D15 and in the manner and form
prescribed by County. Contractor shall submit said demands for payment
for services rendered no later than 90 days from the end of the month in
which said services are actually rendered . Upon approval of said payment
demands by the head of the County Department for which this Contract is
-made, or his designee, County will make payments as specified in Paragraph
1 . (Payment Amounts) above.
3 . Right to Withhold . County has the right to withhold payment to
the Contractor when, in the opinion of the , County expressed in writing to
the Contractor, (a) the Contractor ' s performance, in whole or in part ,
either has not been carried out or is insufficiently documented, (b) the
Contractor has neglected, failed or refused to furnish information or to
cooperate with any inspection, review or audit of its program, work or
records, or (c) Contractor has failed to sufficiently itemize or document
its demand (s) for payment.
4 . Audit Exceptions . Contractor agrees to accept responsibility for
receiving , replying tol, and/or complying with any audit exceptions by
appropriate County, State or Federal audit agencies occurring as a result
of its performance of ,this Contract. Contractor also agrees to pay to the
County within 30 days of demand by County the full amount of the County ' s
liability, if any, to the State and/or Federal government resulting from
any audit exceptions , to the extent such are attributable to the Contractor ' s
failure to perform properly any of its obligations under this Contract .
Initials = zelWr /iX✓
Contractor `County Dept.
(6-4-80)
i
SERVICE PLAN
Number 26 - 089
1. Independent Status. Contractor is an independent contractor and County
shall neither direct nor have control over Contractor, Contractor's activities, or
the methods and details by which Contractor fulfills its obligations under this
Contract. In providing service hereunder, Contractor shall work cooperatively
with County's Director, Health Services Department and his designee (County's
Health Services Finance Officer) .
2. Progress Reports. Contractor shall submit periodic Progress Reports,
written or oral, upon request to the County's Director, Health Services Department
or his designee, detailing Contractor's accomplishments in providing services
hereunder.
3. Expenses. Contractor's fee, as set forth in Payment Provision, Paragraph l.d.,
includes full compensation for all services, work, and expenses provided or incurred
by Contractor under this Contract, including all travel and per diem expenses, except
that County shall reimburse Contractor an amount not to exceed $930 for other allow-
able expenses such as: mileage for travel by Contractor's automobile at a rate of
$0.22 per mile, per diem, communications, report production and computer usage.
4. County's Activity Support. County shall provide for Contractor certain
office space and assistance as may be mutually determined to be necessary to support
Contractor's activities hereunder, but excluding the use of County cars.
5. Service Activities. During the term of this Contract, Contractor shall provide
certain consultation and technical assistance activities as described in Exhibit "A",
Contractor's letter of March 17, 1981, to Mr. Bob Nash, which is incorporated herein by
reference.
6. Service Unit Definition. A unit of service, for reporting purposes, shall
be defined as the provision of the services described in Exhibit "A" by a paid member
of Contractor's staff in one of the personnel classifications listed in Pargraph 7.
below, for one full hour; portions of an hour spent by each paid Contractor's staff
member in providing services shall not be reported, except as the cumulative totals
equal one full hour. Time spent in travel and such activities involving no service,
and time spent by administrative staff or service support persons shall not be included.
7. Number of Service Units and Fee Schedule: During the term of this Contract,
Contractor shall provide for County the following service units at the fee schedule
specified for each category of employee:
a. Principal Service Units Rate Amount
Fiscal Year Ending 6/30/80 Review 50 $65 $3,250
Intermediary Inquiry 4 65 260
Home Health Agency Simulation 8 65 520
Staff Training 16 65 1,040
b. Professiolal Staff
Fiscal Year Ending 6/30/80 Review 50 $40 $2,000
Subject to a limit of $7,070 the number of service units provided .by each of the above
categories set forth above may vary up to 15% without approval by County; and may be
changed in excess of 15Y provided, however, that Contractor has obtained prior written
authorization from County's Health Services Department Director, or his designee.
8. Cost Reports. ( Contractor shall submit monthly cost reports to the Director,
Health Service Department consisting of the following information:
a. Hours worked on the project by principals and professional staff;
b. Hourly rate billed for each principal or professional staff member; and
c. An itemized listing of out-of-pocket expenses incurred by above individuals
on County's behalf.
Initials:
Con County Dept.
26 - 089
Number
EXHIBIT "A"
KNIGHT & CARLSON
HOSPITAL FINANCIAL CONSULTING
ALLEN M. CARLSON,C.P.A. P. O. BOX 457 QUAIL COURT OFFICE PARK
THOMAS P.KNIGHT,M.B.A. 415) 932-8548
WALNUT CREEK,CALIFORNIA 94596
March 17 , 1981
Mr. Bob Nash
Financial Officer
Contra Costa County Hospital
2500 Alhambra Avenue
Martinez, CA 94553
RE: Reimbursement Review Proposal
Dear Bob:
The following proposal is the result of several meetings
and conversations which we have had over the past several
months.
CONTRA COSTA COUNTY HOSPITAL
PROPOSAL
KNIGHT & CARLSON will review your FYE 6/30/80 cost
reimbursement reports, which can be reopened or amended at
this time. This review entails analysis of all accounting
and statistical systems , cost groupings, reclassifications ,
adjustments, statistic selections/accumulations and revenue
information affecting reimbursement in a search for more
favorable alternatives. Review will also be made for improper
application of regulations, errors , and elections which may
be corrected to enhance reimbursement.
The initial review will be made from existing Hospital
records with minimal involvement of Hospital staff resources.
Items identified in this process as being worthy of more
indepth analysis and documentation will be discussed with the
Hospital staff before proceeding. If for any reason, the
Hospital does not wish us to continue our investigation of
any or all issues, those matters will not be pursued.
Upon completion of all investigation and documentation,
our final findings will be discussed with the Hospital staff,
for approval to proceed with submission to the appropriate
agency. Based 'upon the nature of the changes being proposed,
reports for submission will be prepared for final Hospital
review. After submission, KNIGHT & CARLSON will work with
the Hospital and applicable agencies in gaining approval and
settlement of the issues as quickly as possible.
Initials:
Cont- CountCount--fit.
f �
Number 2 6 m oy ✓ i
Mr. Nash
March 17 , 1981
Proposal
Page 2
In conjunction with our review, KNIGHT & CARLSON will
draft and/or discuss the appropriate response to inquiries
received from your Intermediary about the FYE ,6/30/80 Medicare
cost report. Also, we will simulate the reimbursement effect
of treating the Public Health Departments free standing Home
Health Agency as a Hospital based operation in order to obtain
higher cost limitations from the Medicare Program. If finan-
cially beneficial, KNIGHT & CARLSON will outline the various
steps necessary to establish the Home Health Agency as a
Hospital based unit.
KNIGHT & CARLSON will review all findings with the Hospital
staff and train staff representatives in the principles of cost
reimbursement and the preparation of the Medicare and Medicaid
cost reports for the Hospital.
Our fee for this service, inclusive of all out-of-pocket
expenses, will not exceed $8 , 000. This estimate was based on
the following budget.
PRINCIPAL Hours Rate Amount
FYE 6/30/80 Review 50 $65 $3, 250
Intermediary Inquiry 4 65 260
H.H.A. Simulation 8 65 520
Staff Training 16 65 1, 040
PROFESSIONAL STAFF
FYE 6/30/80 Review 50 $40 $2, 000
OUT-OF-POCKET EXPENSES
Computer Usage ($15 per
hour plus $ . 65 per CRU) $ 800
Travel and Miscellaneous 130
TOTAL (not to be exceeded) $8 , 000
If you have any question's about this proposal , please
contact me.
Sincerely,
J
Allen M. Carlson
AMC:emk
I
I
I
Initials:
Contractor County Dept.
I
A:-
V.
.l��� .'
Contra Costa County • Standard Form ,�
GENERAL CONDITIONS
(Purchase of Services)
8 . Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended
by a written document executed by the Contractor and the Contra Costa County
Board of Supervisors or, after Board approval, by its designee, subject to
any required State or Federal approval.
b. Administrative Amendments . Subject to the Payment Limit,
the Payment Provisions and the Service Plan may be amended by a written
administrative amendment executed by the Contractor and the County
Administrator or his designee, subject to any required State or Federal
approval, provided that such administrative amendments may not materially
change the Payment Provisions or the Service Plan.
9 . Disputes. Disagreements between the County and Contractor con-
cerning the meaning, requirements , or performance of this Contract shall
be subject to final determination in writing by the head of the County
Department for which this Contract is made or his designee or in accordance
with the applicable procedures (if any) required by the State or Federal
Government .
10. Choice of Law and Jurisdiction .
a. This Contract is made in Contra Costa County and shall be
governed and construed in accordance with the laws of the State . of
California.
b. Any action relating to this Contract shall be instituted and
prosecuted in the courts of Contra Costa County, State of California.
11 . Conformance with Federal and State Regulations. Should Federal or
State regulations touching upon the subject of this Contract be adopted or
revised during the term hereof , this Contract shall be amended to assure
conformance with such Federal or State requirements.
12 . No Waiver by County. Subject to Paragraph 9. (Disputes) of these
General Conditions , inspections or approvals, or statements by any officer ,
agent or employee of the County indicating the Contractor ' s performance or
any part thereof complies with the requirements of this Contract, or
acceptance of the whole or any part of said performance , or payments there-
for, or any. combination of these acts, shall not relieve the Contractor' s
obligation to fulfill this Contract as prescribed ; nor shall the County be
thereby estopped from bringing any action for damages or enforcement arising
from any failure to comply with any of the terms and conditions of this
Contract .
13 . Subcontract and Assignment. This Contract binds the heirs, suc-
cessors, assigns and representatives of Contractor. The Contractor shall
not enter into subcontracts for any work contemplated under this Contract
and shall not assign this Contract or monies due or to become due, without
the prior written consent of the County Administrator or his designee,
subject to any required State or Federal approval.
14 . Independent Contractor Status. This Contract is by and between
two independent contractors and is not intended to and shall not be con-
strued to create the relationship of agent, servant, employee, partnership,
joint venture or association.
(A-4616 REV 6/80) -2-
contra Costa County . Standard Form
GENERAL CONDITIONS
(Purchase of Services)
1. Compliance with Law. Contractor shall be subject to and comply
with all Federal, State and local laws and regulations applicable with
respect to its performance under this Contract, including but not limited
to, licensing, employment and purchasing practices; and wages, hours and
conditions of employment.
2 . Inspection. Contractor ' s performance, place of business and
records pertaining to this Contract are subject to monitoring, inspection,
review and audit by authorized representatives of the County, the State
of California, and the United States Government.
3 . Records. Contractor shall keep and make available for inspection
and copying by authorized representatives of the County, the State of
California, and the United States Government, the Contractor ' s regular
business records and such additional records pertaining to this Contract
as may be required by the County.
4 . Retention of Records. Contractor shall retain all documents per-
taining to this Contract for five years from the date of submission of
Contractor 's final payment demand or final Cost Report ; for any further
period that is required by law; and until all Federal/State audits are
complete and exceptions resolved for this contract ' s funding period.
Upon request, Contractor shall make these records available to authorized
representatives of the County, the State of California, and the United
States Government.
5 . Termination.
a. Written Notice. This Contract may be terminated by either
party, at their sole discretion, upon thirty-day advance written notice
thereof to the other, and may be cancelled immediately by written mutual
consent.
b. Failure to Perform. The County, upon written notice to
Contractor , may immediately terminate this Contract should the Contractor
fail to perform properly any of its obligations hereunder . In the event
of such termination, the County may proceed with the work in any reason-
able manner it chooses. The cost to the County of completing Contractor ' s
performance shall be deducted from •any sum due the Contractor under this
Contract , without prejudice to the County 's rights otherwise to recover
its damages.
C. Cessation of Funding. Notwithstanding Paragraph 5 .a. above,
in the event that Federal, State, or other non-County funding for this
Contract ceases, this Contract is terminated without notice.
6 . Entire Agreement. This Contract contains all the terms and con-
ditions agreed upon by the parties. Except as expressly provided herein,
no other understandings, oral or otherwise, regarding the subject matter
of this Contract shall be deemed to exist or to bind any of the parties
hereto.
7 . Further Specifications for Operating Procedures . Detailed speci-
fications of operating procedures and budgets required by this Contract,
including but not limited to, monitoring, auditing, billing, or regulatory
changes , may be developed and set forth in a written Informal Agreement
between the Contractor and the County. Such Informal Agreements shall be
designated as such and shall not be amendments to this Contract except to
the extent that they further detail or clarify that which is already re-
quired hereunder . Such Informal Agreements may not enlarge in any manner
the scope of this Contract, including any sums of money to be paid the
Contractor as provided herein. Informal Agreements may be approved and
signed by the head of the County Department for which this Contract is
made or his designee.
(A-4616 REV 6/80) -1-
l �
Contra Costa County . Standard Form ,N
GENERAL CONDITIONS
(Purchase of Services)
C. Certificate of Insurance. The Contractor shall provide the
County with (a) certificate(s) of insurance evidencing liability and workers '
compensation insurance as required herein no later than the effective date
of this Contract. If the Contractor should renew the insurance policy (ies)
or acquire either a new insurance policy(ies) or amend the coverage afforded
through an endorsement to the policy at any time during the term of this
Contract, then Contractor shall provide (a) current certificate(s) of
insurance.
d. Additional Insurance Provisions. The insurance policies pro-
vided by the Contractor shall include a provision for thirty (30) days
written notice to County before cancellation or material change of the above
specified coverage. Said policies shall constitute primary insurance as to
the County, the State and Federal Governments, and their officers, agents,
and employees, so that other insurance policies held by them or their self-
insurance program(s) shall not be required to contribute to any loss covered
under .the Contractor ' s insurance policy or policies.
20. Notices . All notices provided for by this Contract shall be in
writing and may be delivered by deposit in the United States mail , postage
prepaid . Notices to the County shall be addressed to the head of the County
Department for which this Contract is made. Notices to the Contractor shall
be addressed to the Contractor ' s address designated herein. The effective
date of notice to the Contractor shall be the date of deposit in the mails
or of other delivery. The effective date of notice to the County shall be
the date of receipt by the head of the County Department for which this
Contract is made.
21 . Primacy of General Conditions . Except for Special Conditions
which expressly supersede General Conditions , the Special Conditions (if
any) and Service Plan do not limit any term of the General Conditions.
22. Nonrenewal. Contractor understands and agrees that there is no
representation,, implication, or understanding that the services provided by
Contractor under this Contract will be purchased by County under a new con-
tract following expiration or termination of this Contract, and waives all
rights or claims to notice or hearing respecting any failure to continue
purchase of all or any such services from Contractor .
23. Possessory Interest. If this Contract results in the Contractor
having possession of , claim to or right to the possession of land or improve-
ments, but does not vest ownership of the land or improvements in the same
person, or if this Contract results in the placement of taxable improvements
on tax exempt land (Revenue & Taxation Code §107 ) , such interest or improve-
ments may represent a possessory interest subject to property tax, and
Contractor may be subject to the payment of property taxes . levied on such
interest. Contractor agrees that this provision complies with the notice
requirements of Revenue & Taxation Code §107 . 6, and waives all rights to
further notice or to damages under that or any comparable statute.
(A-4616 REV 6/80) -4-
Contra Costa County Standard Form
GENERAL CONDITIONS
(Purchase of Services)
15 . Conflicts of Interest. Contractor promises and attests that the
Contractor and any members of its governing body shall avoid any actual or
potential conflicts of. interest. If Contractor is a corporation, Contractor
agrees to furnish to the County upon demand a valid copy of its most recently
adopted bylaws and also a complete and accurate list of its governing body
(Board of Directors or Trustees) and to timely update said bylaws or the list
of its governing body as changes in such governance occur .
16 . Confidentiality. Contractor agrees to comply and to require its
employees, agents and partners to comply with all applicable State or Federal
statutes or regulations respecting confidentiality , including but not limited
to , the identity of persons served under this Contract, their records, or
services provided them, and assures that :
a. All applications and records concerning any individual made or
kept by Contractor or any public officer or agency in -connection with the
administration of or relating to services provided under this Contract will
be confidential , and will not be open to examination for any purpose not
directly connected with the administration of such service .
b. No person will publish or disclose or permit or cause to be
published or disclosed , any list of persons receiving services, except as
may be required in the administration of such service. Contractor agrees
to inform all employees , agents and partners of the above provisions, and
that any person knowingly and intentionally disclosing such information
other than as authorized by law may be guilty of a misdemeanor .
17 . Nondiscriminatory Services. Contractor agrees that all goods and
services under this Contract shall be available to all qualified persons
regardless of age, sex, race, religion, color, national origin, or ethnic
background , or handicap , and that none shall be used , in whole or in part,
for religious worship or instruction.
18 . Indemnification. The Contractor shall defend , save harmless and
indemnify the County and its officers, agents and employees from all lia-
bilities and claims for damages for death, sickness or injury to persons or
property, including without limitation, all consequential damages, from any
cause whatsoever arising from or connected with the operatio.ns or the ser-
vices of the Contractor hereunder , resulting from the conduct , negligent or
otherwise, of the Contractor, its agents or employees.
19 . Insurance. During the entire term of this Contract and any
extension or modification thereof , the Contractor shall keep in effect
insurance policies meeting the following insurance requirements unless
otherwise expressed in Special Conditions :
a. Liability Insurance. The Contractor shall provide compre-
hensive liability insurance, including coverage for owned and non-owned
automobiles , with a minimum combined single limit coverage of $500, 000
for all damges , including consequential damages, due to bodily injury,
sickness or disease, or death to any person or damage to or destruction
of property, including the loss of use thereof , arising from each
occurrence. Such insurance shall be endorsed to include the County and
its officers and employees as additional named insureds as to- all ser-
vices performed by Contractor under this agreement.
b. Workers ' Compensation. The Contractor shall provide workers'
compensation insurance coverage for its employees.
(A-4616 REV 6/80) -3-
CONTRA COSTA COUNTY
HEALTH SERVICES DEPARTMENT
'T+ route"
Contra Costa County
RECEIVED
APR - 1961
To: M. G. Wingett, County Administrator Date: March 27, 1981
Office of
Attention: C. L. Van Marter County Administrator
From: Arnold S. Leff, M.D. , Director Subject: CONTRACT #26-089 with
By: Eugene J. Mor Knight and Carlson
Contracts Gran s Administrator
Attached fo presentation to the Board of Supervisors is the following contract
for the Depart�ent's Management and Administration Division:
Number: 226-089
Contractor: Knight and Carlson
Term: 4/14/81 through 8/31/81
Payment' Limit: $8,000
Funding: Enterprise Fund
Service: Reimbursement review of cost reports
for fiscal year ending 6/30/80
This contract has been approved as to legal form by County Counsel's Office.
It is, therefore, recommended that this contract be approved and submitted to the
Board at their next meeting on Tuesday, April 7, 1981.
EJM:sh
Attachments
cc: Bob Nash
I NOTE: County recently lost the only accountant familiar with- the
Medicare and Medi-Cal cost reports and department is under
deadline to have' them reviewed .to insure maximum_-reimburse-
ment to the county.
I INE®
. 11
J.R. LSSON
+ CL. Ii OARO OF SURERVISCRS
+ A r,OSTA CO
e1,
12/80