Loading...
HomeMy WebLinkAboutMINUTES - 09102002 - C106-C110 TO: BOARD OF SUPERVISORS �.✓� �r� •4 j FROM. f William Walker, M.D. , Health Services Director A Contra By: Ginger Marieiro, Contracts Administrator t Costa DATE: Ct�UCit�/ August 8, 2002 A ,7 SUBJECT: Retroactive Payment to Compliance Solutions, LLC. SPECIFIC REQUEST(S)OR RECOMMENDATION($)&BACKGROUND AND JUSTIFICATION RECOMUNDATION(Bl: Ratify purchase of services from Compliance Solutions, LLC. , a Limited Liability Company, and authorize the County Auditor-Controller to pay the $10, 000 outstanding .balance for provision of consultation and technical assistance to the Department with regard to the DSG Electronic Claims and Remittance System. FISCAL IXPA=- Funding for this Contract is included in the Health Services Department Enterprise I budget . In December 2001, the County Administrator approved and the Purchasing Services Manager executed Contract #23-320 (as amended by Contract Amendment Agreements 23-320-1 and #23-320-2) with Compliance Solutions, LLC. , for the period from October 1, 2001 through June 30, 2002, to provide consultation and technical assistance with regard to implementation of an Electronic Claims and Remittance System to meet the Department ' s objectives Of automating the Accounts Receivable payer transactions and meeting Federal HIPAA regulations. Services were both requested by County staff and provided by the Contractor in good faith. Because of administrative oversight by both the County and Contractor, use of the Contractor' s services exceeded the authorized limits. Services were requested and provided beyond the payment limit and by the end of June 30, 2002, charges of $135, 162 .50 had been incurred, of which $117, 500 has been paid and $17, 662 . 50 remaines outstanding. The Department is requesting that the Contractor be paid $10, 000 as payment in full . This can be accomplished by the Board of Supervisors ratifying the actions of the County employees in obtaining provision of services of a value in excess of the contract payment limit. This will create a valid obligation on the part of the County, retroactively authorizing all payments made by the Auditor-Controller up to now, and authorizing payment of the balance. 5 1 ItL 17_C}N ATTAC#MENl:_�Y ° l N R : ✓� RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMME ATION OF BOARD COMMITTEE APPROVE OTHER rte'` Si NAT R ACTION OF BOARD 000 j - APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS (ABSENTI '',_;'.t 1G � AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ASSENT: _ _-ABSTAIN:- _ __ OF SUPERVISORS ON THE DATE SHOWN. ATTESTED V;. H� f� f , F TOWN gwEgfEN,CLERK OF THE BOARD OF Contact person: William Walker, M.D. 370-5010 SUPERVISORS AND COUNTY ADMINISTRATOR CC: Health Services Dept. (Contracts) Auditor-Controller E`� Risk Management BY DEPUTY Contractor r TO: BOARD OF SUPERVISORS FROM. William Walker, M.I3. , Health Services Director ''-! "`�• Centra By: Ginger Marieiro, Contracts Administrator Costa DATE; �_�.�- AuguSt 14, 2002 ` '�; _-n " County SUBJECT: Approval. of Contract #26- 336-4 with Eastern Centra Costa Transit Auuth.,oritX dba Tri Delta Transit SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION REC''CfMH Rfl1A''FtiT{' N(,S) Approve and authorize the Health Services Director, or his designee', (Kathryn Grazzini) to execute on behalf of the County, Contract #26- 336-4 with Eastern Contra Costa Transit Authority (dba Tri-Delta Transit) a public transportation agency, in an amount not to exceed $91,200, for the period from July 1, 2002 through June 30, 2003, for fixed route bus transportation services . FISCAL IXP : This contract is included in the health Services Department ' s Budget and is partially funded by third party revenues . On July 17, 2001, the Board of Supervisors approved Contract #26- 336-3 with Eastern Contra Costa Transit Authority (dba Tri-Delta Transit) , for the provision of fixed route bus transportation services between. the County' s Outpatient Clinic in Pittsburg and Contra Costa Regional Medical Center, for the period from July 1, 2001 through June 30, 2002 . Approval of Contract #26- 336-4, will allow Contractor to continue providing bus transportation services through June 30, 2003 . } TINUEp ON ATTAINMENT: _Y S TUI E�t OF COUNTY ADMINISTRATOR RECO M NDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATU (S): ACTION OF BOARD ON T '.' r .`3 w� APPROVED AS RECOMMENDED OTHER ry. f VOTE OF SUPERVISORS I HERESY CERTIFY THAT THIS IS A TRUE _mow— UNANIMOUS (ABSENT' ­'= €.�� AND CORRECT COPY OF AN ACTION TAKEN AYES:_ NOES. AND ENTERED ON THE MINUTES OF THE BOARD ABSENT:. ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. ATTESTED x ; # JOHN SVIEETEN,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR Contact Person; Kath . G z ire (370-5120) CC: Health Services pt. (_ nTract?sj , Auditor-Controller / Risk Management BY ` � ,x�} ? s � �a �^ DEPUTY Contractor Contra costa County Number _26-336-4 Standard Form 3/01 STANDARD CONTRACT Fund/Org #- 6425 (Purchase of Services) Account #-2 1. Contract Identification. Department: Health Services Subject: Fixed Route Bus Transportation Services between County Outpatient Clinic in Pittsburg and Contra Costa Regional Medical Center 2, Ps.r ies. The County of Contra Costa, California (County) , for its 'Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: EASTERN CONTRA COSTA TRANSIT AUTHORITY (dba Tri Delta Transit) Capacity: Joint Powers Agency Taxpayer ID # -94--2675642 Address: Sol Wilbur Avenue, Antioch, California 94509 3. term. The effective date of this Contract is July 1, 20Q2, and it terminates Jung. Q- 2003 unless sooner terminated as provided. herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $92.200. 5. County's Ohligatians. 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. Contract_or's Obl_ etat o s. 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. tectal Authority. This Contract is entered into under and subject to the following legal authorities: Health and Safety Code § 1443 and California Government Code § 26227. 10. Sgnaturga. These signatures attest the parties' agreement hereto: C..QUXT.XQF CQHIRA COSTA C LIZ- RKIA BOARD OF SUPERVISORS ATTEST: John Sweeten, Clerk of the Board of Supervisors and County Administrator By By Chairman/Designee Deputy CONTRACTOR " y By (Designate business capacity A) (Designate business capacity B) Note to Contractor: For corporations (profit or nonprofit), the contract must be signed by two officers. Signature A must be that of the president or vice-president and Signature B must be that of the secretary or assistant secretary (Civil code 6 1190 and Corporations Code 5 313) . All signatures must be acknowledged as set forth on page two. Contra Costa County Standard Form(Rev. 1/95) APPROVALSIACKNOWLEDGMENT Number,26.336-4 APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED By BY - - - Designee 'Depdty APPROVED: COUNTY ADMINISTRATOR By: Designee ACKNOW'LEDG SENT STATE OF CALIFORNIA } }ss. COUNTY OF CONTRA COSTA ) On _ , before nee, (insert name and title of the officer), personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS MY HAND AND OFFICIAL SEAL. (Seal) Signature ACKNOWLEDGMENT(by Corporation,Partnership,or Individual) {Civil Codd§IIW9 Contra Costa County PAYM PROVISIONS standard Form 6190 (Fee Basis Contracts) Number 2E_a I . Pa�,ent Amounts. si'hi t tQ the aYment LiM of this Contract and subject to the following Payment Provisions, County will pay Contractor the following fee as full compensation for all services, work, expenses or casts provided or incurred by Contractor: [Check one alternative only. ] [X] a. S 7, 00 monthly, [ ] b. $_ per unit, as defined in the Service Plan, or [ ] C. $ after completion of all obligations and conditions herein. 2 . Pay-meat Demands. Contractor shall submit written demands . Said demands shall be made on County Demand Form L--15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment no later than 30 days from the end of the month in which the contract services upon which such demand is based were 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 . P y- o Ta Submission. When Contractor fails to submit to County a timely demand for payment as specified in Paragraph 2 . (Payment Demands) above, and as a result of Contractor' s late submission the County is unable to obtain reimbursement from the State of California or otherwise; to the extent the County' s recovery of funding is pre-4udiced, County shall not pay Contractor for such services, even though such services were fully provided. 4 . 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 . 5 . Audit Exception- a . 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 obligation, 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. SER—VICE PLAN Number 2E-336-4 Sgkryj"s. The transportation services provided by contractor under this Contract shall meet the standards prescribed by the applicable statutes and administrative rules and regulations of the State of California and shall meet such standards as shall be prescribed by County's Health Services Director, or his designee (Executive Director of Contra Costa Regional Medical Center and Contra Costa Health Centers) . Contractor shall provide equipment and facilities which meet the construction, safety, sanitary, and other physical standards prescribed by the statutes and administrative regulations of the State of California and by the ordinances and regulations of local governmental agencies and entities. Contractor shall provide transportation services hereunder as authorized by County between County's outpatient clinics at Pittsburg and Contra Costa Regional Medical Center. Contractor's services hereunder shall consist of the following: a. ;Basi ranl tation. Servic-es Contractor shall provide fixed route bus transportation services Mon-day through Friday (except on County-observed holidays as set forth in Paragraph S. , below) between the hours of 8:00 a.m. and 5:00 p.m. , in order to transport County patients to Contra Costa County Regional Medical -Center from County's outpatient Clinic in Pittsburg, Transportation services shall be of the non-emergency type (i.e. , not requiring the use of an ambulance or emergency vehicle) . Contractor shall provide said transportation services, using a lift- equipped minibus or other similar vehicle, over a regularly established and scheduled route approved by the County Health Services Director, or his designee. The transportation schedule, which is incorporated herein by reference, shall be maintained in the Office of the Executive Director, Contra Costa Regional Medical Center (CCRMC) and Health Centers. b. Vehicle _sRecificatigns. without any limitation upon its obligations under any term of General Conditions expressed herein, Contractor shall-. (1) Utilize properly licensed vehicles, as specified above. Such vehicles must meet all safety requirements and have all equipment required by the laws and regulations of the State of California, and the State Department of Motor Vehicles. Contractor shall not transport more than the maximum number of passengers in each vehicle at any one time than is stipulated by the California vehicle Code and indicated for vehicle capacity under the manufacturer's specifications. (2) Maintain all vehicles in good, safe operating conditions at all times. Initials. Contractor County Dept. SERVICE PLAN Dumber 26-336-4 C. Fares and Contributions. Contractor shall, not charge fares, or accept payments or contributions, for transportation from County patients being provided transportation under this contract, or from their escorts or representatives. 2. sarvice Recording and Re_portiacr. Contractor will maintain records documenting all transportation services provided under the terms of this Contract and will prepare and submit reports to, and in the format requested by, the County's Health Services Director or his designee. As a minimum re-oaxt ncr re »r t Contractor will furnish the following information on a monthly basis and when requested: a. The number of days and the number of vehicle hours each day that transportation services were actually provided for County patients hereunder. b. The number of County patients that were transported each trip from each clinic and from the CCRMC each day under the terms of this Contract. C. The number of miles the vehicle was driven each day in providing services hereunder. 3, as i= Assurance Requirements. Contractor shall comply with requirements and procedures established by the County, State, and Federal governments for County's ongoing Quality Assurance Program, including but not Limited to the following: (1) submission. to County of quality assurance reports, in the time, form and manner requested by County; and (2) providing assistance to County regarding completion of CCRMC's annual performance review forms for Contractors, and for temporary workers, as applicable. 4. Adm njetra'tive Resoon i ility. Contra Costa Regional Medical Center and Contra Costa Health Centers retain professional and administrative responsibility for the services rendered hereunder, but this provision shall have no effect on Paragraph 1.8. InAemifiaAtioxu of the General, Conditions of this Contract. >. County Rolidava. County and Contractor each recognize the following holidays: independence Day, Labor Day, Veterans Day, Thanksgiving Day, Day after Thanksgiving, Christmas Day, New Year's Day, Martin Luther King's Birthday, President's Day and Memorial Day. initials: 2 Contractor County Dept. UECIAL CONDITIO Number 26-33 Iris an_c�a Modi_ficat cm. Paragraph 19. (Insurance) of the General Conditions is hereby deleted and replaced with a new paragraph 19. to read as follows: 1119. 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: a. Liability 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 plus an additional. $1, 000, 000 liability insurance umbrella policy for all damages, 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 insureds as to all services performed by Contractor under this agreement. 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. b. Workers' _Comaensa.t on. The Contractor shall provide workers compensation insurance coverage for its employees. C. gertif is te of InsUra.nce. The Contractor shall provide the County with (a) certificate(s) of insurance evidencing liability and worker's compensation insurance as required herein no later than the effective date of this Contract. if the Contractor should review 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_rnsr;rance P+'esy'e "�• The insurance policies provided 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." Initials: Contractor County Dept. .Contra Costa County Standard Form 7/91 Q MRAL__CONDITIONS (Purchase of Services) 1. 1ya1�+e 11 L&w. 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,including nondiscrimination. 2. Inc; -tin. 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. a. Retention-of Records. The Contractor shall retain all documents pertaining 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. b. Access to Books and Words of+ gntractor. ubconj a tor. Pursuant to Section 186l(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 subcontract 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 subcontract,the subcontractor shall make available,to the County,to the Secretary or to the Comptroller General, or any of their duly authorized representatives, the subcontract and hooks, documents, and records of the subcontractor that are necessary to verify the nature and extent of all costs and charges thereunder. This special condition is in addition to any and all other terms regarding the maintenance or retention of records under this Contract and is binding on the heirs,successors,assigns and representatives of Contractor. 4. Ree=fing Requirem-ents. Pursuant to Government Code Section 7550,Contractor shall include in all documents 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. 5. Termination. a. Written Notice. This Contract maybe 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 12 P fer arm. 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 Eunding. 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 conditions agreed upon by the parties. Except 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 Sli. ifcations-frtr 01srating Procedures. Detailed specifications of operating procedures and budgets required by this Contract,including but not limited to,monitoring,evaluating,auditing,billing,or regulatory changes,may be developed and set 1 -Contra Costa County Standard Farm 7/91 GE�RAL CONDITIONS (Purchase of Services) 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 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 A„ endinnt . 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. -Admi i tra„tiYe Ameudtutnts. 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. is es. Disagreements between the County and Contractor concerning 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. Cligice 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. CoU ftm_Lnce with P er (and State cgulation and Laws. Should Federal or State regulations or laws touching upon the subject of this Contract be adopted or revised during the term hereof,this Contract shall be deemed amended to assure conformance with such Federal or State requirements. 12. No Wgivgr 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 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 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 Can r ctor Statu . This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship between the parties of agent,servant,employee,partnership,joint venture or association. 15. Conflicts of Ante est. Contractor,its officers,partners, associates,agents,and employees, shall not make,participate 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 under California Government Code Sections 87100, et seq., or otherwise. 16. Confidentiality. Contractor agrees to comply and to require its officers,partners,associates,agents and employees 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: 2 .Contra Costa County Standard Form 7/91 G�� RAL (;O�?ITZCI+fS (Purchase of Services) 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. Nondiscrimtnato-ry.,$. rvices. 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. Ind ranirwation. The Contractor shall defend,indemnify,save,and hold harmless the County and its officers and employees from any and all claims,costs and liability for any damages,sickness,death,or injury to person(s)or property,including without limitation all consequential damages,from any cause whatsoever arising directly or indirectly from or connected with the operations or services of the Contractor or its agents,servants,employees or subcontractors hereunder,save and except claims or litigation arising through the sole negligence or sole willful misconduct of the County or its officers or employees. Contractor will reimburse the County for any expenditures,including reasonable attorneys'fees,the County may make by reason of the matters that are the subject of this indemnifica- tion,and if requested by the County will defend any claims or litigation to which this indemnification provision applies at the sole cost and expense of the Contractor. 19. I.suralle . 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 the Special Conditions: a. Liabdily_Insurance. The Contractor shall provide comprehensive liability insurance,including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of$508,000 for all damages, 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 insureds as to all services performed by Contractor under this agreement. 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. b. Workers'Corn en ion. The Contractor shall provide workers'compensation insurance coverage for its employees. c. Certi tc l"f Insurance. The Contractor shall provide the County with(a)certificate(s)of insurance 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 nsurance Proyisigns. The insurance policies provided by the Contractor shall include a provision for thirty(30)days written notice to County before cancellation or material changes of the above specified coverage. 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 shall be the date of deposit in the mails or of other delivery,except that 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. Prima Geiser l C& din tions. 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. No. ren-ewal. 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 contract following expiration of 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. Possssury lntusg. If this Contract results in the Contractor having possession of,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 3 -.Contra Costa County Standard Form 7/91 L CMITIONS (Purchase of Services) placement of taxable improvements on tax exempt land(Revenue&Taxation Code Section 107),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 Section 107.6,and waives all rights to further notice or to damages under that or any comparable statute. 24. Nq T ird-Rary Beneficiaries. Notwithstanding mutual recognition that services under this 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. Coopvjigh nd B!"in Data. Contractor shall not publish or transfer any materials produced 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 reproduce,publish,and use such materials,in whole or in part, and to authorize others to do so. 26. Rudorse eats. Contractor shall not in its capacity as a contractor with Contra Costa County publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Board of Supervisors. In its County contractor capacity,Contractor shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-established and widely-accepted scientific basis for such claims or without the prior approval of the Board of Supervisors. In its County contractor capacity,Contractor shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or commercial product,even if Contractor is not publicly endorsing a product,as long as the Contractor's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing,Contractor may express its views on products to other contractors,the Board of Supervisors, County officers,or others who may be authorized by the Board of Supervisors or by taw to receive such views. 27. Rtguired Audit. If Contractor is funded by$25,000 or more in federal grant funds in any fiscal year from any source, Contractor shall provide to County at Contractor's expense an audit conforming to the requirements set forth in the most current version of Office of Management and Budget Circular A-133. If Contractor is funded by$25,000 to$100,000 in federal grant funds in any fiscal year from any source,Contractor shall arrange for conduct of the federally-required audit biennially and shall submit the audit to County in the time,form,and manner required by the most current version of Office of Management and Budget Circular A-133 and by County. if Contractor is funded by$100,000 or more in federal grant funds in any fiscal year from any source,Contractor shall arrange for conduct of the federally-required audit annually and shall submit the audit to County in the time,form,and manner required by the most current version of Office of Management and Budget Circular A-133 and by County. Contractor is solely responsible for arranging for the conduct of the audit,and for its cost,and County may withhold the estimated cost of the audit or 10 percent of the contract amount,whichever is larger,or the final payment,from Contractor until County receives the audit from Contractor. 4 SUPERVISORS TO: BOARD OF SU � 1 FROM: William Walker, M.D. , Health Services Director Contra Ginger Marieiro, Contracts Administrator �. �tS4 DATE: August 14, 2002 County SUBJECT: Approval of Contract #74-161-1 with Phoenix Programs, Inc. SPECIFIC REQUEST(S)OR RECOMMENDATION($)&BACKGROUND AND JUSTIFICATION RECOMMENDATION(S) Approve and authorize the Health Services Director or his designee (Donna Wigand) to execute on behalf of the County, Contract ##74-161-1 with Phoenix, Programs, Inc. , a Corporation, in an amount not to exceed $222, 334, to provide integrated housing services to the homeless mentally ill residents enrolled in facilities of the Street Relief Continuum, for the period from July 1, 2002 through June 30, 2003 . FISCAL IMPACT: This Contract is 100% State AB2034 funds. BACXGR,OuNDf REASON{S F'OR RECOMMENDATION(S} : The California Department of Mental Health has allocated funding to the County' s Mental Health Division Adult Systems of Care, pursuant to Section 5814 . 5 of the Welfare Institutions Code and Sections 5800 et seq. County' s Mental Health Division will utilize this one-time only AB2034 grant to provide the Street Relief Continuum Care services to homeless mentally ill residents who are not currently connected to the Mental Health System of Care Program. Phoenix Programs, Inc. , operates the Antioch Homeless Shelter, Nevin House, and Neireka House . These facilities are located in all three regions of the County, and serve a diversity of consumers within the target population. On February 12, 2002, the Board. of Supervisors approved Contract #74-161. with Phoenix Programs, Inc. , to provide integrated housing services to the homeless mentally ill residents, including emergency and immediate housing, transitional housing, and permanent housing services at facilities in the Street Relief Continuum, through June 30, 2002 . Can June 28, 2002, the Department received written confirmation of continue funding for Fiscal year 2002-2003 from the State Department of Mental. Approval of Contract 474-161-1 will allow Contractor to continue to providing services through June 30, 2003 . aTE�L�IED ONATTACHMENT: _Y _ 1 T E•r r�RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMM14DATION OF BOARD COMMITTEE APPROVE —_OTHER .$t ATQR- S ACTION OF BOARD , ; s 1 ( t APPROVED AS RECOMMENDED l OTHER , R VOTE OF SUPERVISORS { ,. I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS (ABSENT,L .;,, AND CORRECT COPY OF AN ACTION TAKEN AYES: ----NOES: - AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: _ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN, 4 ATTESTED JOHN SWE TNLERK OF THE BOARD OF SUPERVIs6RS AND COUNTY ADMINISTRATOR Contact Person: Donna Wigand, L.C.S.W. 957-5150 CC: Health Services Dept. (Contracts) Auditor-Controller #� 4. Risk Management BY DEPUTY Contractor 1 TOBOARD OF SUPERVISORS FROM: William Walker, Health Services Director .' Contra By: Ginger Marieiro, Contracts Administrator DATE: Augusta 13, 2002 Costa County SUBJECT: Approval of Contract Amendment Agreement #26-164-7 with Acfostini & Associates SPECIFIC REQUEST(S)OR RECOMMENDATION(S)a BACKGROUND AND JUSTIFICATION RECOMMENDATION(S): Approve and authorize the Health Services Director, or his designee (Kathryn Grazzini) , to execute on behalf of the County Contract Amendment Agreement #26-164-7 with Agostini & Associates, effective September 1, 2002, to amend Contract #26-164-5 (as amended by Contract Amendment Agreement #26-164-6) , to increase the total Contract Payment Limit by $150, 000 from $750, 000 to a new total payment limit of $900, 000 . FISCAL IMPACT: This contract is included in the Health Services Department Enterprise I budget. REASONS FOR RECOMMENDATIONS IBACKGROUNL): There is a nationwide nursing and healthcare staff shortage, and in spite of persistent efforts to recruit nurses and other healthcare staff, the Department has had to rely heavily on registry services in order to provide quality nursing care for patients . On November 6, 2001, the Beard of Supervisors approved Contract #26--164-5 (as amended by Contract Amendment Agreement #26-1646) , with Agostini & Associates, for the period from November 1, 2001 through October 31, 2002, to provide temporary nursing staff to assist Contra Costa Regional Medical Center and Contra Costa Health Centers during peak loads, temporary absences, and emergency situations. Approval of Contract Amendment Agreement #26--164-7 will allow Agostini & Associates to provide additional temporary nursing registry services, through October 31, 2002 . CQNT#NUED O _ATTAC ME T: !GNAT + RECOMMENDATION OF COUNTY ADMINISTRATOR RECO ENDAT#ON OF BOARD COMMITTEE APPROVE _ OTHER ACTION OF BOARD APPROVED AS RECOMMENDED OTHER <3 = VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE <` ~ UNANIMOUS (ABSENT? 'ti. "vim,} AND CORRECT COPY OF AN ACTION TAKEN AYES;, NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT:_____ _ -ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. A ATTESTED._ JOHN SW STEN,CLERK OF THE BOARD OF Contact Person: Kathryn G; azzini (370-5120) SUPERVISORS AND COUNTY ADMINISTRATOR CC: Health Services Dept. (Contracts) Auditor-Controller ;, Rlsl<Management BY Contractor $ r ',€tom4 DEPUTY / � '� _. r _. _.. _. TO: BOARD OF SUPERVISORS FROM: William Walker, M.D. , Health Services Director �L���Cntr� By: Ginger Marieiro, Contracts Administrator �s Co [DATE: August 13, 2002 ;� '` County susJIvcT: Approval of Contract #23-334 with Management Recruiters International SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: Approve and authorize the Health Services Director, to execute on behalf of the County, Contract #23-334 with Management Recruiters International , in an amount not to exceed $27, 364, for the period from September 1, 20102 through August 31, 2003 , for recruitment services to fill vacant nurse manager positions . FISCAL IMPACT: Funding for this Contract is included in the Health Services Department' s Enterprise I Budget . BACKGROUND/REASON(S) FOR RECOMMENDATION(S) s This Contract allows the Contractor to recruit qualified candidates for extremely difficult to fill nurse manager positions at Contra Costa. Regional Medical Center and Contra Costa Health Centers . These vacancies have increased cost to County due to overtime expenses and delays on important projects. The Contractor is paid a fee only if a successful candidate is placed with the County. Approval of Contract #23-334 will allow the Contractor to provide recruitment services to fill vacant nurse manager positions, through August 31, 2003 . a CONTINUED ON ATTA LJMENT• �S SIGNA RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE =APPROVE OTHER SIGNATURE S : � ACTION OF BOARjjL7 'z f f s " � =3- APPROVED AS RECOMMENDED `< OTHER a � VOTE OF SUPERVISORS �"" ,,., I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS {AI3SENTr—s;i#, 3 AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: -- AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: —ABSTAIN: OF SUPERVISORS ON THE DALE SHOWN. h r ATTESTED #: y � 1 f Irt _' JOHN'9WE TEN,CLERK OF THE BOARD OF ! Contact Verson: Wi 11iam Wa1ker (370-500'7) SUPERVISORS AND COUNTY ADMINISTRATOR CC: Health Services Dept. (Contracts) Auditor-Controller Risk Management BY yam, s, ,e Tt: j I� fl _, DEPUTY Contractor