HomeMy WebLinkAboutMINUTES - 12061994 - 1.1 (3) To: BOARD OF SUPERVISORS (� "}}
FROM: Mark Finucane, Health Services Director �� vonlra
By: Elizabeth A. Spooner, Contracts Administrato OSla
DATE: October 31, 1994 County
SUBJECT: Approval of Standard Contract #23-185 with
Carlson Price Fass and Company, Inc.
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION '
I. RECOMMENDED ACTION:
Approve and authorize the Health Services Director to execute on
behalf of the County, Standard Contract #23-185 with Carlson Price
Fass and Company, effective July 1, 1994 through project completion,
or until sooner terminated as set forth in the contract, for pursuit
of unrecovered Medicare/Medi-Cal crossover bad debts.
II. FINANCIAL IMPACT:
This Contract is included in the Health Services Department's
Enterprise I Budget and funded by Federal revenues.
The Contractor will be paid for its services on a contingent fee basis
at the rate of 35% of any amounts recovered, and the Contract includes
a provision for a fiscal year paymentcap for any specific fiscal year
being appealed, based on the appeal level that is necessary to resolve
the matter.
III. REASONS FOR RECOMMENDATIONS/BACKGROUND:
Carlson Price Fass and Company, Inc. has been providing services with
regard to recovery of outpatient Medicare bad debt reimbursement under
Standard Contract 123-166.
Under this new engagement, the Contractor will be pursuing an appeal
of unbilled crossover bad debts for 1990 and subsequent years. The
Contractor will be paid on a contingent fee basis, but the parties
have negotiated an annual payment cap based on the level of the
appeals process the Contractor must utilize in order to achieve
recovery. The payment limits for each level for each year being
appealed are as follows:
Administrative Resolutions $25, 000 per year
Provider Reimbursement Review
Board (PRRB) Decisions $35, 000 per year
Federal Court Decisions $45, 000 per year
Approval of Standard Contract #23-185 will allow the Contractor to
pursue recovery of Medicare/Medi-Cal crossover bad debts beginning
with 1990 and continuing until the issue is resolved.
CONTINUED ON ATTACHMENT: YES SIGNATURE: Q
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMEATIO of BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S)
ACTION OF BOARD ON 6 104 APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
UNANIMOUS (ABSENT AT ) 1 HEREBY CERTIFY THAT THIS IS A TRUE
AYES: NOES: AND CORRECT COPY OF AN ACTION TAKEN
ABSENT: ABSTAIN: AND ENTERED ON THE MINUTES OF THE BOARD
OF SUPERVISORS ON THE DATE SHOWN.
Contact: Patrick Godley (370-5007)
CC: Health Services (Contracts) ATTESTED DEC " JR wag
Risk tlanagement Phil Batchelor, the Board of .
Auditor-Controller Supervisors and County Administrator
Contractor
M362/7-93 BY _ DEPUTY
Contra--Costa County Number . 23-185
STANDARD CONTRACT Fund/Org # 6567
(Purchase of Services) Account # 2822
Other #
1. Contract Identification.
Department: Health Services - Office of the Director/Finance
Subject: Pursuit of unrecovered Medicare/Medi-Cal crossover bad debts
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: CARLSON PRICE FASS AND COMPANY, INC.
Capacity: California corporation Taxpayer ID #68-0214490
Address: 50 Lennon Lane, Walnut Cr California 94598
3. Term. The effective date of th" Contract is July 1. 1994 and it terminates
upon completion of the pr set forth herein, unless sooner terminated as provided
herein.
4. Payment Limit. Co.P-61 total payments to Contractor under this Contract shall not
exceed $Not Appl fable.
5. County's Ob gations. 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 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 un and subject to the following
legal authorities: California Government Co e tion 31000.
10. Signatures. These signatures attest th parties' agreement hereto:
COUNTY OF NTRA COSTA CALIFORNIA
ATTEST: Phil Batchelor, Clerk of the Board
BOARD OF SUPERVISORS of Supervisors and County Administrator
By By
Chairman/Designee Deputy
CONTRACTOR
By By
(Designate business capacity A) (Designate business capacity B)
Note to Contractor: For corporations (profit or nonprofit), the contract oust be signed by tvo 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 Section
1190 and Corporations Code Section 313). All signatures must be aclmovledged as set forth on page two.
Contra Costa County Standard Form 1/87
APPROVALS/ACKNOWLEDGEMENT
Number 23-185
APPROVALS
RECOMMENDED BY DEPARTMENT FORM APPROVED
By By
Designee
APPROVED: COUNTY ADMINISTRATOR
By
ACKNOWLEDGEMENT
State of California ACKNOWLEDGEMENT (By Corporation,
Partnership, or Individual)
County of
The person(s) signing above for Contractor, 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 bylaws or a resolution of its board of directors.
Dated:
[Notarial Seal]
Notary Public/Deputy County Clerk
-2-
Contra- Costa County PAYMENT PROVISIONS Standard. Form . 6/90
(Fee Basis Contracts)
Number 23-185
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 as full
compensation for all services, work, expenses or costs provided or incurred by
Contractor:
[Check one alternative only. ]
[ ] a. $ monthly, or
[ ] b. $ per unit, as defined in the Service Plan, or
[ J c. $ after completion of all obligations and conditions herein.
[R] d. As set forth in Paragraph 6. (Payment to Contractor) of the attached Service
Plan.
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 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. Penalty for Late 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
prejudiced, 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 Exertions. 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.
SERVICE PLAN
Number 23-185
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 Health Services Director, or his designee
(Department's Chief Finance Officer) .
2 . Progress Reports. Contractor shall submit periodic progress
reports, written or oral, upon request to the County's Health
Services Director or his designee, detailing Contractor's
accomplishments in providing services hereunder.
3 . County's Activity Support. County shall provide for
Contractor certain office space, clerical support, office supplies
and services, materials, equipment, facilities, and assistance as
may be mutually determined to be necessary to support Contractor's
activities hereunder, but excluding the use of County cars.
4 . Service Activities. Contractor shall provide certain
professional consultation and technical assistance services to
Health Services finance staff with regard to pursuit of
Medicare/Medi-Cal crossover bad debts,' as set forth in Contractor's
letters to George Saad, dated August 4, 1994 (Exhibit A) , and
September 6, 1994 (Exhibit B) , subject: "Medicare/Medi-Cal
Crossover Bad Debts, Proposal to Pursue Unrecovered Bad Debts" ,
which are attached hereto and incorporated herein by reference.
6. Payment to Contractor. County will pay Contractor on a
contingent fee basis for its services at the rate of 35% of any
amounts recovered, but not to exceed the fiscal year payment limits
set forth in the attached Exhibit B.
Initials:
Contractor County Dept.
EXHIBIT A
(Page 1 of 2)
Carlson Price Fass and Company, Inc.
♦ 520 Lennon Lane Walnut Creek, CA 94598 (510) 256-8005
August 4, 1994
Mr. George Saad
Health Services Reimbursement Accountant
Contra Costa County Health Services Department
20 Allen Street
Martinez, CA 94553-3191
Re: Medicare/Medi-Cal Crossover Bad Debts
Proposal to Pursue Unrecovered Bad Debts
Dear Mr. Saad:
The Department has recently received additional reimbursement of $125,000 from
Medicare for crossover bad debts incurred during the 1990 fiscal year. This additional
reimbursement resulted from a successful undertaking by CPFC, which led to the
issuance of an additional engagement to provide the same services for fiscal 1991, 1992,
and 1993.
During the course of the initial engagement we identified $133,882 of coinsurance and
deductibles that had not been billed to Medi-Cal. Blue Cross denied a claim for these bad
debts because they had not been billed to Medi-Cal. CPFC believes that Blue Cross is
incorrectly interpreting the Regulations, and that Medi-Cal does not have to be billed for
these bad debts to be allowable.
The only way to resolve this difference of opinion is to pursue an appeal of this issue
before the Provider Reimbursement Review Board (PRRB). We ask that the Department
engage us to pursue an appeal of unbilled crossover bad debts for 1990 and all subsequent
years. We cannot guarantee the outcome of an appeal,but we believe that there is a better
than fifty percent chance of a successful outcome. We also recognize that the existing
backlog of cases before the PRRB makes it unlikely for a resolution of the matter to be
reached before fiscal 1999.
We will be willing to pursue this engagement on a fee for service basis, such as our
existing agreement, or for a contingent fee of thirty-five percent.
EXHIBIT A
(Page 2 of 2)
CPFC
Mr. George Saad
Proposal to Pursue Unrecovered Bad Debts
August 4, 1994
Page 2
We only have 180 days from the date of the revised NPR to file an appeal. We do not
know the date the revision was issued, so we don't know how fast we need to act.
We will contact you in a few days to discuss this offer.
Sincerely,
Richard�ADudgeon PA, FHFMA
Vice President
/lw/cchscprl
EXHIBIT B
Carlson Price Fass and Company, Inc.
520 Lennon Lane Walnut Creek, CA 94598 (510) 256-8005
September 6, 1994
Mr. George Saad
Health Services Reimbursement Accountant
Contra Costa County Health Services Department
20 Allen Street
Martinez, CA 94553-3191
Re: Medicare/Medi-Cal Crossover Bad Debts
Proposal to Pursue Unrecovered Bad Debts
Dear Mr. Saad:
We submitted a proposal to pursue unrecovered bad debts on August 4, 1994. You have
asked us to consider placing a ceiling on the fee for each of the four years covered by that
proposal.
Services provided under a contingent fee arrangement are entered into because ultimate
recovery and the timing thereof is uncertain. Accordingly, fees are set at a higher rate in
consideration of the risk of no recovery, carrying of accounts receivable, and the
uncertainty of what costs will be incurred. Our costs, and exposure to loss, increase the
further we must go with the appeals process.
Accordingly, we suggest an annual limit on fees that increases in accordance with the
level of the appeals process that we must utilize in order to achieve recovery. We suggest
three levels, administrative resolutions resulting from negotiations, decisions of the
Provider Reimbursement Review Board, and Federal Court Decisions.
We propose that the annual limits (each year standing on its own)be set as follows:
Administrative resolutions $25,000 per annum
PRRB Decisions $35,000 per annum
Federal Court Decisions $45,000 per annum
I will be on vacation until the middle of September. I will contact you then to get your
thoughts.
Sincerely,
Richard A. Dudgeon, CPA, FHFMA�
Vice President
Aw/cchupr2
SPECIAL CONDITIONS
Number 23-185
1. Endorsements. 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 law to receive such views.
2. Insurance. General Conditions Paragraph 19 . (Insurance) is
hereby deleted in its entirety.
Initials:
Contractor County Dept.
Contra Costa County Standard Form 1/87
GFNERAL 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, including nondiscrimination.
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.
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 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 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 books,
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. Reporting Requirements. 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.
1
Contra Costa County Standard Form 1/87
GFNERAL CONDITIONS
(Purchase of Services)
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 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 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 SMifications for Operating_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 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 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. Iftutes. 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.
2
Contra Costa County Standard Foam 1/37
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 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 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 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 Contractor Status. 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 Interest. 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:
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
Contra Costa County Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
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, 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
rse
employees. Contractor will reimbuthe County for any expenditures, including reasonable attorneys'
fees, the County may make by reason of the matters that are the subject of this indemnification, 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. 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 the Special Conditions:
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 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' Compensation. The Contractor shall provide workers' compensation insurance
coverage for its employees.
C. Certificate of 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.
4
Contra Costa County Standard Form 1/87
GENE3tAL CONDITIONS
(Purchase of Services)
d. Additional Insurance Provisions. 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. 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 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. .Possessory Interest. 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 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. No Third-Party 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. Copyrights and Rights 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.
5