Loading...
HomeMy WebLinkAboutMINUTES - 10101995 - C33 TO: BOARD OF76UPERVISORS Contra r. FROM: Mark Finucane, Health Services Director Costa DATE: September 28 , 1995 County. SUBJECT: Approve .S.tandard Agreement #29-265-34 with the State Department of Health Services SPECIFIC REQUEST(S) 'OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: Approve and authorize the Chair, Board, of Supervisors, to execute .on behalf of the .County, Standard Agreement #29-265-34 (State #95-22507) with the State Department of Health Services, . in the amount of $836, 010, for 'the period from July 1, 1995 through June 30, 1996, for the Maternal and Child Health County Allocation/Black Infant Health Program. II. FINANCIAL IMPACT: .Approval of this agreement will result in a maximum of $836, 010 from the State (Federal MCH Block #93 .994) for this program, during FY 1995- 96. State Allocation . . . . . . . . . . . . . . . . $ 156, 266 Federal Funds. . . . . . . . . . . . . . . . . . . . 679, 744 Required County Match. . . . . . . . . . . 345,718 TOTAL PROGRAM $1,181,728 III. REASONS FOR RECOMMENDATIONS/BACKGROUND: On April 25, 1995, the Board of Supervisors approved submission of a Funding Application with the State Department of Health Services for Continuation of the Maternal and Child Health and Perinatal .Improvement: Program through June 30, 1996. Standard Agreement #29- 265-34 is the result of that application. The Board Chair should sign eight copies of the agreement, including the Certification Regarding Lobbying, and initial changes as required by the State. Seven copies of the agreement and seven sealed and certified copies of this Board Order should be returned to the Contracts and Grants Unit. CONTINUED ON ATTACHMENT: YES SIGNATURE: All RECOMMENDATION OF,COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S) ACTION OF BOARD ON APPROVED AS RECOMMENDED V' OTHER VOTE OF SUPERVISORS UNANIMOUS (ABS•ENT ) I 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: Mary Foran (313-6254) cc: Health Services (Contracts) ATTESTED 10 )99,T State Dept. of Health Services Phil Batchelor, Clerk of the Board of - Supeluisprs�IuiCountyAdminisUaYlu --..---------. M382/7-83 B. DEPUTY STATE-QF CAZIIk.2ftilt /0 - /0 1/s C , 33 STANDARD. AGREQQW-TRAC TOR' S COPYCONTRA CT STD.2(REV 5-91) ATTORNEY GENERAL 95-22507 TAXPAYER'S.,FEDERAL EMPLOYER IDENTIFICATION NUMBER . 96-6000509 THIS AGREEMENT, made and entered into this 1 St day of JUIV ig 95 in the State of California, by and between State of California, through its duly elected or appointed, qualified and acting TITLE OF OFFICER ACTING FOR STATE AGENCY Chief, Program Support Branch Dept of Health Services hereafter called the State,and CONTRACTOR'S NAME County of Contra Costa Health Services Department 269 -1* 26 5 - 3 4- ,hereafter called the Contractor. WITNESSETH: That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the State hereinafter expressed, does hereby agree to furnish to the State services and materials as follows: (Set forth service to be rendered by Contractor,amount to be paid Contractor, time for performance or completion, and attach plans and specifications,if any.) PROJECT TITLE: County Allocation/Black Infant Health 1 . EXHIBITS The following Exhibits are incorporated herein and made a part hereof by this reference: A. The attached Exhibit A (F), entitled "Additional Provisions", consisting of twenty-seven (27) pages; B. The attached Exhibit A-1, entitled "Equipment Purchased with State Funds", consisting of one (1) page; C. The attached Exhibit A-2, entitled "Inventory of State Furnished Property", consisting of one (1) page; CONTINUED ON 30 SHEETS,EACH BEARING NAME OF CONTRACTOR AND CONTRACT NUMBER. The provisions on the reverse side hereof constitute a part of this agreement. IN WITNESS WHEREOF, this aizTeement has been executed by the parties heretoupon the date first above written. STATE OF CALIFORNIA CONTRACTOR AGENCY CONTRACTOR (If other than d' d state wh a corp don, ip,ercd 0 'e Department of Health ServiceCounty of Contra�'os7tH'velyuaf�e./co Depa r0ra ent)"r�/ BY(AUTH (AUTHORIZED St > �]SIGNATURE} 91�9 PRINTED NA OF P�KAON SIGNING �4-� PRINTED NAME AND TIT OF R06 N 7 NG berVhrelkel IA -.Chair, Yd of Supervisors TITLE ADDRESS Chief, Program Support Branch 651 Pine Street, Martinez CA 94553 AMOUNT ENCUMBERED BY THIS PROGRAWCATEGORY (CODE AND TITLE) FUND TITLE Department of Genera!Services DOCUMENTLocal Assistance-Clearing Account General Use Only $444,4--.4 834, oillb11 (OPTIONAL USE) This Agreement is exempt from PRIOR AMOUNT ENCUMBERED Federal MCH Block 1193.994 (Subject to the Budget,Act of 1995) Dept of General Services approval THIS CONTRACT rrEM CHAPTER I STATUTE per GC Section 16366.7(b). (FBF) ter, 0 4260-111-001 1995 95/96 TOTAL AMOUNT ENCUMBERED TO FISCAL YEAR I 49DATE OBJECT OF EXPENDITURE(CODE AND TITLE) $ 844,qeo 8.34. 10 See back of page hereby certify upon my1,personal knowledge that budgeted funds T.B.A.NO. B.R.NO. are available for fheperiod?rpurpose of the expenditure stated above. SIGNATURE ACCOUNTING CWFNR _FA > CONTRACTOR STATE AGENCY DEPT.OF GEN.SER. CONTROLLER STATE OF CALIFORNIA STANDARD AGREEMENT STD.2(REV.5-911(REVERSE) 1. The Contractor agrees to indemnify, defend and save harmless the State, its officers, agents, and.employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, materiahnen, laborers and any other person, firm or corporation furnishing or supplying work services, materials or supplies in connection with the performance of this contract, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this contract. 2. The Contractor, and the agents and employees of Contractor, in the performance of the agreement, shall act in an independent capacity and not as officers or employees or agents of State of California. 3. The State may terminate this agreement and be relieved of the payment of any consideration to Contractor should Contractor fail to perform the covenants herein contained at the time and in the manner herein provided. In the event of such termination the State may proceed with the work in any manner deemed proper by the State. The cost to the State shall be deducted from any sum due the Contractor under this agreement, and the balance, if any, shall be paid the Contractor upon demand. 4. Without the written consent of the State, this agreement is not assignable by Contractor either in whole or in part. 5. Time is of the essence in this agreement. 6. No alteration or variation of the terms of this contract shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein, shall be binding on any of the parties hereto. 7. The consideration to paid Contractor, as provided herein, shall be in compensation for all of Contractor's expenses incurred in the performance hereof, including travel and per diem, unless otherwise expressly so provided. 01 ]VIO I 9L8'9C L$ 961t66C6-CO-ZOL-9 L6t-8ttZ9-96 H19 4C tr88'89U$ CO-ZOL-9 L6t-69tZ9-96 WAINO ZC9'86$ CO-ZOL-9 L6t-99tZ9-96 N-HOW 4 4_C �vre G-3 k+ffi5$ CO-ZOL-9 L6t-89tZ9-96 3-AINO 000'LO L$ 961t6666-CO-ZOL-9 L6t-9CtZ9-96 HOW �f Contractor: County of Contra Costa Health Services Department Contract Number: 95-22507 6. MAXIMUM AMOUNT PAYABLE This agreement constitutes a cost reimbursement Agreement only and the State is solely liable for such actual costs legally attributable to the numbered line items identified in Exhibit C (Budget) which are directly related to Exhibit B (Scope of Work) and the MCH Workplan (see Paragraph 2, Definitions, g lalmum Subparagraphs P and Q). amount payable for fiscal_year (FY) 1995-96 shall:not exceed The Contractor understands and agree that they must meet all the objective(s) as specified in Exhibit B in order to receive the maximum amount payable under this Agreement. 7. REIMBURSEMENT PROCEDURES A. In consideration of the services rendered and performed in accordance with this Agreement, the State shall reimburse the Contractor in arrears monthly or quarterly upon submission of an ORIGINAL INVOICE, COVER LETTER and one copy, the original invoice and cover letter to be SIGNED by the Contractor's authorized agent, following the format contained in the applicable Exhibit J, K, or L. B. Invoices shall be submitted, within forty-five (45) calendar days after the close of the billing period, to the following address: Administrative Management Section Maternal and Child Health Branch 714 "P" Street, Room 708 P.O. Box 942732 Sacramento, CA 94234-7320 C. Payment of invoices submitted by Contractor shall not be evidence of allowable Agreement costs. All allowable Agreement costs shall be determined by means of a State fiscal and program audit as specified in this Agreement. D. Upon Agreement termination, or expiration, or fiscal year end an acceptable final invoice shall be submitted no later than ninety (90) calendar days after termination date or expiration date or fiscal year end, whichever is earlier. Except for "Good Cause" (Paragraph 2, Subparagraph 1), invoices which are received after such deadline shall not be honored by the State. E. "Good Cause" requests (Paragraph 2, Subparagraph 1) for late invoice submittal must be received in writing within ninety (90) calendar days after the Agreement termination, expiration date,or fiscal year end, whichever is earlier. Page 7 of 31 r, Eo a .O9 D: V m: :c O p -4 D v0 m Z D� .;Mu: 1- m N:� ;N r .Zl mAm Vl m .<~ z: iO X 1 Q 'r 1 Z D >� " v O m: z z: D O m z Z 00. .N X: d m: m `� 0 cn X d M m co 0 DN N m f1 r: z N y m m d cod 0-s z o -+ z z ;m CL 0 co C O m _ A C. - C y w m' � CA = N 6y _ a r ,°, r 0 -► °z a o ' ^o' m D c > mCD 0 O' Z N dr r 1 1 6� 5t Sf m N CA00 i O D (n _ O d < P n-n _ d A n -_► v, x c m cp m o co m D W _O r 1 d V V :A : A`� --I rp an d O 0-4W o m w m z 2 X c a- v O0 ' d V tp r n 0 O E p z tp D m _ m 3 I C7 d do W o4 to x Nmv� 2`. o ; 0 0) : m (D 10 r x. z m o x' t Ut A o a iv-N-1 D �_ PO a) o m m0 Cr W > e. v 0 F W L �' 1i ' -n _ z EL d d N �o^Oce to h m a { 0 0 0 r J V �-�.- LA T � m 0 0�^ 000 ao 0= a can o� Z A to to V to N W r 2 � NSA Lb 2 W V � Z z l CA Z can a cast o-Di� Z m z 0) V ::(wp D Z n� m D m Q' Z .... w m nl n -0. _ �I_ cart op j -,I' inmA z Z. N :W ODv Zhu c { z u -o 0 z Lq 0