New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE:...

19

Transcript of New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE:...

Page 1: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,
Page 2: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,
Page 3: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014

Subject of Board Letter:

BY: 2015 FUND: 10000

The use of Designations, as follows:

ORG AMOUNT

The increase (decrease) in anticipated revenue, as follows:Informational

ORG ACCT PROG PROJ/GR AMOUNT

350100 660011 BHSC $190,000

479993 $50,000

ORG TOTAL $240,000

Informational

ORG ACCT PROG PROJ/GR AMOUNT

ORG TOTAL $0

GRAND TOTAL ANTICIPATED REVENUE $240,000

The increase (decrease) in appropriations, as follows:Informational

ORG ACCT PROG PROJ/GR AMOUNT

350100 610000 00000 $240,000

ORG TOTAL $240,000

Informational

ORG ACCT PROG PROJ/GR AMOUNT

ORG TOTAL $0

GRAND TOTAL APPROPRIATION $240,000

Approve 1st Amendment with Resource Development Associates

NAME OF DESIGNATION

Page 4: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. ___ , Master Contract No ___ , Procurement Contract No.

FIRST AMENDMENT TO AGREEMENT

qji3flt/ ~ dt \ 1 I f 29208

This First Amendment to Agreement ("First Amendment") is made by the County

of Alameda ("County") and Resource Development Associates, ("Contractor") with

respect to that certain agreement entered by them on July 30, 2013 (referred to herein as

the "Agreement") pursuant to which Contractor provides Organizational Development

Consultancy services to County.

County and Contractor agree as follows:

1. For valuable consideration, the receipt and sufficiency of which are hereby

acknowledged, County and Contractor agree to amend the Agreement in the

following respects:

• Increase the amount by $240,000, bringing the total contract

amount to $465,000.

• Exhibit Al , Additional Services, is added to the original Exhibit A,

Scope of Services and is hereby incorporated into this Agreement

by this reference.

• Exhibit B 1, Additional Payment Terms, is added to the original

Exhibit B, Payment Terms and is hereby incorporated into this

Agreement by this reference.

2. Except as otherwise stated in this First Amendment, the tenns and provisions of

this Amendment will be effective as of the date this First Amendment is executed

by the County ("Effective Date") .

3. The term of the Agreement is currently scheduled to expire on June 30. 2016.

4. In consideration for Contractor's additional services, the County shall pay

Contractor in an additional amount not to exceed two hundred forty thousand

1

Page 5: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. , Master Contract No , Procurement Contract No. ~~- -~~-

dollars ($240,000) . As a result of these additional services the not to exceed

amount has increased from two hundred twenty-five thousand dollars ($225,000)

to four hundred sixty-five thousand dollars ($465,000) over the term of the

Agreement and any amendments.

5. Item 20 of the Standard Services Agreement has been amended as follows:

The County has and reserves the right to suspend, terminate or abandon the

execution of any work by the Contractor without cause at any time upon giving to

the Contractor prior written notice. In the event that the County should abandon,

terminate or suspend the Contractor' s work, the Contractor shall be entitled to

payment for services provided hereunder prior to the effective date of said

suspension, termination or abandonment. Said payment shall be computed in

accordance with Exhibits B and B-1 hereto, provided that the maximum amount

payable to Contractor for its Organizational Development Consultancy Services

shall not exceed four hundred sixty-five thousand U.S . Dollars Only ($465,000)

payment for services provided hereunder prior to the effective date of said

suspension, termination or abandonment

6. A Revised Exhibit B, Payment Terms, is attached to this Amendment

7. DEBARMENT AND SUSPENSION CERTIFICATION:

a. By signing this First Amendment and Exhibit D, Debarment and

Suspension Certification, Contractor/Grantee agrees to comply with

applicable federal suspension and debarment regulations , including but not

limited to 7 Code of Federal Regulations (CFR) 3016.35 , 28 CFR 66.35, 29

CFR 97.35, 34 CFR 80.35, 45 (:FR 92.35 and Executive Order 12549.

b. By signing this agreement, Contractor certifies to the best of its knowledge

and belief, that it and its principals:

2

Page 6: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. , Master Contract No , Procurement Contract No. ~~- -~~-

( 1) Are not presently debarred, suspended, proposed for debarment,

declared ineligible, or voluntary excluded by any federal department

or agency;

(2) Shall not knowingly enter into any covered transaction with a person

who is proposed for debarment under federal regulations, debarred,

suspended, declared ineligible, or voluntarily excluded from

participation in such transaction.

8. Except as expressly modified by this First Amendment, all of the terms and

conditions of the Agreement are and remain in full force and effect.

[THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK.]

3

Page 7: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. __ , Master Contract No ___ , Procurement Contract No.

IN WITNESS WHEREOF, the parties hereto have executed this Amendment to the Agreement as of the day and year first above written.

COUNTY OF ALAMEDA

Name: Keith Carson (Printed)

Title: President of the Board of Supervisors

Approved as to Form, DONNA ZIEGLER, County Counsel for the County of Alameda:

aymond Lara eputy County Counsel

4

RESOURCE DEVELOPMENT ASSOCIATES, INC.

By:~~---~---

Name:

Title:

Signature

Nt~·, M~oVl~ Pa-tricia }.4arroR Beflllett, Ph.D.

(Printed)

MAn~\~~ 01rict.r Cftief Exeetttive Difeetof

Date: q 11/2.IJJ'f

By signing above, signatory warrants and represents that he/she executed this Agreement in his/her authorized capacity and that by his/her signature on this Agreement, he/she or the entity upon behalf of which he/she acted, executed this Agreement

Page 8: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. , Master Contract No , Procurement Contract No. ~~- -~~-

EXHIBIT A-1

Contractor: Resource Development Associates, Inc. (RDA) Original Contract Term: July 1, 2013 through June 30, 20 16 01iginal Contract Amount: $225,000 New contract term: July 1, 2013 through June 30, 20 16 (no change) New contract amount: $465,000 (an increase of $240,000)

I. Contracted Services Under direction of the Alameda County Board of Supervisors, the Health Care Services Agency (HCSA), through its Behavioral Health ·Care Services (BHCS) department, is working to improve its service delivery to meet the needs of the population identified in AB 1421 ("Laura's Law"). HCSA/BHCS is to provide the Board of Supervisors with the recommendation for implementing programming under Laura' s Law. This contract amendment with Resource Development Associates (RDA) will enable HCSA/BHCS to develop a thorough recommendation that includes critical stakeholder input and program alternatives that expands the Agency 's capacity to carry out the initiative.

HCSA/BHCS also plans to assess and evaluate system-wide crisis needs and to develop new and enhanced crisis programs that support the needs of clients and their families. The intent of this planning process is to expand voluntary community crisis capacity through a continuum of crisis services, with the goal of improving client outcomes and reducing the number of Alameda County's 5150s and psychiatric emergency visits.

RDA will facilitate program planning, obtain stakeholder input, review peer respite programs and programs in other counties and states, and synthesize all materials into a final report to HCSA/BHCS. The purpose of the project is to address the needs of people with mental illness who are difficult to engage and/or have difficulty accessing regular, ongoing care and will result in the development of additional program models that address the needs of people with mental illness who are experiencing crises and need services.

An additional increase in the amount of $50,000 will be used toward payment of specialty consultants for executive training and related services.

II. Scope of Work/Deliverables

1. Contractor shall provide Organizational Development Consultancy services for

County to assist in planning and implementing programming under Laura's law

and in expanding capacity for crisis programming in Alameda County . Specific

areas for consultation and project deliverables are to be proposed and

memorialized by Management Letter in the following manner::

Page 9: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. , Master Contract No , Procurement Contract No. ~~- -~~-

2. Contractor shall provide a Management Letter and Budget upon being assigned a

Project or case by the County. The Management Letter is subject to approval by the County and will include evaluation and performance measures. The determination of Initiatives/Projects and fees to be included in Management

Letters will occur as follows:

a. Phase 1: Contractor will meet with HCSA Finance Director, Steering Committee, Leadership Group, and/or other management teams, groups or

individuals, as assigned, to discuss desired Project(s) and potential scope(s) of work. At these meetings, Contractor will assist HCSA to further probe

organizational needs, identify priorities, and develop plans for _Project implementation, which may result in Management Letter. It is understood that RDA will allocate up to 10 hours for attending these

meetings as described. In the event that RDA is asked to facilitate these meetings, RDA will be

compensated for each meeting at the flat fee of $800.00. Facilitation of meetings is defined as follows:

• Plan for and produce the agenda with input from HCSA Finance Director,

• Facilitate the discussion according to the approved agenda

• Chart notes of key themes( on white board or flip chart)

• Provide those in attendance at meetings with a written record of meeting discussion and decisions.

b. Phase 2: Contractor will identify the potential of various initiatives

proposed by HCSA as discussed during Phase 1. Contractor will then develop a preliminary Project proposal that includes anticipated Project phases, timeline for delivery of Project milestones and fees. Contractor will present preliminary proposals to the HCSA Finance Director or

designee for further feedback, before submission of final Project proposal

in Management Letter. Both Contractor and Department agree to adhere to a schedule and agreed upon number of iterations of Project proposals

c. Phase 3: Contractor will present a Management Letter to HCSA Finance Director or designee for each Project that County wishes to pursue. The Management Letter will contain a detailed summary of the Project, and upon signature from the HCSA Finance Director or designee, confirm that the Project will be subject to the tenns of this Contract. If there is no

Management Letter summarizing a Project or the HCSA Finance Director or designee does not sign the Management Letter, then no payment,-fee,

Page 10: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. , Master Contract No , Procurement Contract No. ~~- -~~-

costs, reimbursement or other compensation will be due or payable to Contractor for that Project.

d. Phase 4: Contractor will designate primary contacts to hold regular check­ins with HCSA staff, as assigned, for approved Project.

e. Final Phase: Contractor will implement Project which will be considered complete upon HCSA sign off on deliverables.

3. Contractor shall also collaborate with designated vendors, stakeholders, and/or HCSA staff, as assigned, on the Project that may occur simultaneously and which requires coordination between parties to increase Project success.

4. Contractor shall comply with any reporting and evaluation standards and agreements as set forth by HCSA and will be finalized/memorialized in Management Letter.

5. Contractor shall provide administrative services to disburse funds to specialty consultant(s) that have been identified by HCSA. Process of remittance, invoice, and payment is as follows:

a. Upon execution, County shall entrust and remit to Contractor the amount of $50,000. Contractor agrees to hold said funds in a fiduciary capacity. Contractor agrees that the said amount shall be held in trust for County and will hold the funds in the highest standard of care for the sole benefit and interest of the County.

b. Specialty consultant(s) shall submit invoices to HCSA and upon approval HCSA will forward approved invoice to Contractor.

c. Contractor shall remit payment to specialty consultant(s) within ten (10) days upon receipt of approved invoice.

d. Contractor will provide County proof of payment to specialty consultants including the following infonnation:

L Date checks were mailed; ii. Name of specialty consultant;

iii. Remitted amount e. Contractor agrees to return any unspent funds intended for disbursal to

specialty consultants upon receipt from County a written demand. County shall submit a written demand sixty (60) days prior to return date.

6. Contractor Project team will consist of the following Key Personnel and subcontractors, as applicable during the contract term:

• Patricia Marrone Bennett, Project QA

Page 11: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. , Master Contract No , Procurement Contract No. ~~- -~~-

• Amalia Egri Freedman, Program Director

• Diana Sanders, Project Manager

• Linda Hua, Project Manager

• Irine Onciano, Facilitation and Training Team

• Rebecca Turner, Executive Coach

• John Wyatt, Executive Coach

• John Cervetto, MSW, Project Support

• Zoe Loftus-Farran, JD , Project Support

• Carol Woltring, Program Designer (subcontractor)

• Selma Abinader, Facilitation and Training Team (subcontractor) ·

• Jam~ Stallman, Facilitation and Training Team (subcontractor) I

• Jennifer Susskind, MCP, Senior Consultant

• Roberta Chambers, PsyD, Senior Associate

7. Contractor agrees that it shall not transfer or reassign the individuals identified above as Key Personnel or substitute subcontractors without the express written agreement of County, which agreement shall not be unreasonably withheld.

Should such individual or individuals in the employ of Contractor no longer be employed by Contractor during the term of this Agreement, Contractor shall make a good faith effort to present to County an individual with greater or equal qualifications as a replacement subject to County's approval, which approval shall not be unreasonably be withheld. ·

8. The services to be provided by the Contractor under this Agreement are consulting

services and is expressly agreed by the Parties that the services to be rendered

hereunder do not and shall not include Lobbying activities. For the purposes of this Agreement, " lobbying" has the meaning ascribed to that term or derivative term "lobbyist" under the provisions of the California Political Reform Act of 1974, Cal. Gov. Code §81000, et seq., or any successor law.

9. The Health Care Services Agency reserves the right to request additional information. The approval of the County to a requested change shall not release Contractor from its obligations under this Agreement.

10. For the Project( s) finalized/memorialized by Management Letter, consistent with the above Contracted Services, Contractor shall submit written monthly reports of Project activities, Project milestones, key staff and hours, and Project outcomes

Page 12: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. , Master Contract No , Procurement Contract No. ~~- -~~-

11. A summary of services provided during the invoice period must be included with

each invoice. Please provide required docUI?1entations as scheduled in the approved Management Letter(s) to avoid delay of payment.

Page 13: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. ___ , Master Contract No ___ , Procurement Contract No.

EXHIBIT B-1

PAYMENT TERMS Resource Development Associates, Inc

I. Budget Summary (7/1/2013-6/30/2016) Service Description Hourly Rate

Staff Cost

1. Patricia Marrone Bennet, Project QA, RDA $200

2. Amalia Egri Freedman, Program Director, $175

RDA

3. Diana Sanders, Project Manager, RDA $150

4. Linda Hua, Projeet Manager, RDA $150

5. Irine Onciano, Facilitation and Training Team, $125

RDA

6. Rebecca Turner, Executive Coach, RDA $250

7. John Wyatt, Executive Coach, RDA $200

8. Zoe Loftus-Farren, Project Support, RDA $100

9. John Cervetto, MSW , Project Support, RDA $100

10. Carol Woltring, Program Designer $200

(subcontractor), The Health Leadership Group

11. Selma Abinader, Facilitation and Training $180

Team (subcontractor), Abinader Group

12. Jane Stallman, Facilitation and Training Team $150

(subcontractor), Center for Strategic

Facilitation

Total Cost of Potential Staff Per Hour $1 ,980 Total Cost of Payment to Specialty Consultant(s) Additional Reimbursement subject to approval of HCSA Finance Director Total Amount Not to Exceed

Maximum Amount

$50,000 $190,000

$240,000

*Revisions in hourly staff pay rates must be approved by County HCSA Administration/Finance Director.

II. Terms and Conditions of Payment A. Reimbursement

I. The total amount of reimbursement under the terms of this Amendment shall not exceed $240,000, inclusive of $50,000 payment to be disbursed to

specialty consultant(s) identified by HCSA. Contractor shall be paid based on the terms agreed upon and finalized/memorialized by Management Letter

Page 14: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. , Master Contract No · , Procurement Contract No. ~~- -~~-

signed by HCSA Finance Director or designee for Organizational

Development Consultancy services.

2. Upon execution, County shall pay contractor $50,000 upon receipt of an invoice for the cost of payment to Specialty Consultants. Contractor agrees to hold said funds in a fiduciary capacity. Contractor agrees that the said amount shall be held in trust for County and will hold the funds in the

highest standard of care for the sole benefit and interest of the County. 3. Contractor shall bill the County monthly and invoice the County based on

actual expenses incurred upon completion of each phase as outlined in Exhibits A and Band signed Management Letter(s) and upon submission by

the Contractor of an invoice, accompanied by a report/documentations, in accordance with the reporting requirement outlined in Exhibit A of this

Agreement. Actual expenses of staff time are limited to the staff and costs as set forth in Exhibit B Section I. Invoices and reports are subject to

approval by HCSA Finance Director or designee.

4. The term of this Agreement is from July l, 2013 through June 30, 2016.

5. County shall process invoice submitted for reimbursement by Contractor within fifteen ( 15) working days of receipt of invoice, required report and any other back up documentation requested.

B. Invoicing Procedures Contractor shall invoice the County monthly in accordance with the schedules listed in Exhibit A & B. Invoice with an original signature, invoice number,

services period and a P.O number should be sent to:

Alameda County Health Care Services Agency ATTN: Rebecca Gebhart

1000 San Leandro Blvd., Ste. 300 San Leandro, CA 94577

Page 15: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

EXHIBIT C COUNTY OF ALAMEDA MINIMUM INSURANCE REQUIREMENTS

Without limiting any other obligation or liability under this Agreement, the Contractor, at its sole cost and expense, shall secure and keep in force during the entire tenn of the Agreement or longer. as may be specified below. the following minimum insurance coverage, limits and endorsements:

TYPE OF INSURANCE COVERAGES

A Commercial General Liability Premises Liability; Products and Completed Operations; Contractual Liability; Personal Injury and Advertising Liability; Abuse , Molestation, Sexual Actions, and Assault and Battery

B Commercial or Business Automobile Liability All owned vehicles, hired or leased vehicles, non-owned, borrowed and permissive uses. Personal Automobile Liability is acceptable for individual contractors with no transportation or haulinq related activities

C Workers' Compensation (WC) and Employers Liability (EL) Required for all contractors with employees

D Professional Liability/Errors & Omissions Includes endorsements of contractual liability and defense and indemnification of the Countv

E Endorsements and Conditions:

MINIMUM LIMITS

$1 ,000,000 per occurrence (CSL) Bodily Injury and Property Damage

$1 ,000,000 per occurrence (CSL} Any Auto Bodily Injury and Property Damage

WC: Statutory Limits EL: $100,000 per accident for bodily injury or disease

$1 ,000,000 per occurrence $2,000,000 project aggregate

1. ADDITIONAL INSURED: All insurance required above with the exception of Professional Liability, Commercial or Business Automobile Liability, Workers' Compensation and Employers Liability, shall be endorsed to name as additional insured : County of Alameda, its Board of Supervisors, the individual members thereof, and all County officers, agents, employees, volunteers, and representatives. The Additional Insured endorsement shall be at least as broad as ISO Form Number CG 20 38 04 13.

2. DURATION OF COVERAGE: All required insurance shall be maintained during the entire term of the Agreement. In addition , Insurance policies and coverage(s) written on a claims-made basis shall be maintained during the entire term of the Agreement and until 3 years folio.wing the later of termination of the Agreement and acceptance of all work provided under the Agreement, with the retroactive date of said insurance (as may be applicable) concurrent with the commencement of activities pursuant to this Agreement.

3. REDUCTION OR LIMIT OF OBLIGATION: All insurance policies, including excess and umbrella insurance policies , shall include an endorsement and be primary and non-contributory and will not seek contribution from any other insurance (or self­insurance) available to the County. The primary and non-contributory endorsement shall be at least as broad as ISO Form 20 01 04 13. Pursuant to the provisions of this Agreement insurance effected or procured by the Contractor shall not reduce or limit Contractor's contractual obligation to indemnify and defend the Indemnified Parties.

4. INSURER FINANCIAL RATING : Insurance shall be maintained through an insurer with a A.M. Best Rating of no less than A:Vll or equivalent, shall be admitted to the State of California unless otherwise waived by Risk Management, and with deductible amounts acceptable to the County. Acceptance of Contractor's insurance by County shall not relieve or decrease the liability of . Contractor hereunder. Any deductible or self-insured retention amount or other similar obligation under the policies shall be the sole responsibility of the Contractor.

5. SUBCONTRACTORS: Contractor shall include all subcontractors as an insured (covered party) under its policies or shall verify that the subcontractor, under its own policies and endorsements, has complied with the insurance requirements in this Agreement. including this Exh ibit. The additional Insured endorsement shall be at least as broad as ISO Form Number CG 20 380413.

6. JOINT VENTURES: If Contractor is an association, partnership or other joint business venture , required insurance shall be provided by one of the following methods: - Separate insurance policies issued for each individual entity, with each entity included as a 'Named Insured" (covered

party}, or at minimum named as an 'Additional Insured" on the other's policies. Coverage shall be at least as broad as in the ISO Forms named above.

- Joint insurance program with the association, partnership or other joint business venture included as a 'Named Insured". 7. CANCELLATION OF INSURANCE: All insurance shall be required to provide thirty (30) days advance written notice to the

County of cancellation.

8. CERTIFICATE OF INSURANCE: Before commencing operations under this Agreement, Contractor shall provide Certificate(s) of Insurance and applicable insurance endorsements, in form and satisfactory to County, evidencing that all required insurance coverage is in effect. The County reserves the rights to require the Contractor to provide complete , certified copies of all required insurance po licies. The required certificate(s) and endorsements must be sent as set forth in the Notices provision.

Certificate C-2 Page 1 of 1 Fonn 2003-1 (Rev. 09/10/13)

Page 16: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY)

~ 9/5/2014

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND , EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this cert ificate does not confer r ights to the certi ficate holder in lieu of such endorsement(s).

PRODUCER ~~~~~CT Julia Alex ander

BayRisk Insurance Brokers Inc . ~.~~NJn "'· " · (510 ) 5 2 3-3 4 35 I FAX IA/C Nol: ( 510 ) 5 23 -16 3 2

1920 Minturn Street ~DMDA~~ss : juliaa@bayrisk . com

P.O. Box 567 INSURER(S) AFFORDING COVERAGE NAIC#

Alameda CA 94501-9667 INSURER A :Sentinel Insurance Co . 11000 INSURED INSURER B :State Compensation Ins. Fund

RESOURCE DEVELOPMENT ASSOCIATE PATRICIA INSURER c :Beazley Insurance Co., Inc.

230 4TH ST INSURER D :

INSURER E :

OAKLAND CA 94607 INSURER F :

COVERAGES CERTIFICATE NUMBER:CL149510329 REVISION NUMBER:

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURE D NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC IES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIM ITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER IMM/DD/YYYYl (MM/DD/YYYYl LIMITS

GENERAL LIABILITY EACH OCCURRENCE $ 2 , 000 , 000 - DAMAGE TO RENTED x COMMERCIAL GENERAL LIABILITY PREMISES IEa occurrence\ $ 1,000 , 000 f--D CLAIMS-MADE w OCCUR 10 / 29 / 2014 10 / 2 9/2015 A 57SBAVA53 08 MED EXP (Any one person) $ 10 , 000

PERSONAL & ADV INJURY $ 2,000 , 000 -GENERAL AGGREGATE $ 4 , 000 ; 000 -

GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 4,000,000

Xl POLICY n ~~p,: nLOC $

AUTOMOBILE LIABILITY poMBINED SINGLE LIMIT Ea accidentl $ 2 000 000 -

ANY AUTO BODILY INJURY (Per person) $ A - ALL OWNED - SCHEDULED 57SBAVA53 08 10/ 29 / 2014 10/29 / 201 5 BODILY INJURY (Per accidenl) $

>--- AUTOS >--- AUTOS x x NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS I Per accidentl - $

UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ - EXCESS LIAB CLAIMS-MADE AGGREGATE $

OED I I RETENTION $ $

B WORKERS COMPENSATION x I WC STATU- I I OJ~-TORY 1 IMITS AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE D E.L. EACH ACCIDENT $ 1,000 , 000 OFFICER/MEMBER EXCLUDED? N/ A

10 / 1/2013 10 / 1 / 2014 (Mandatory in NH) 1 3 3110 3 -13 E.L. DISEASE - EA EMPLOYEE $ 1,000 , 000 If yes, describe under

E.L. DISEASE - POLICY LIMIT $ 1 , 000,000 DESCRIPTION OF OPERATIONS below

c Professional Liability V1 394 014 02 01 4 / 30 / 20 14 fi / 30 / 201 5 $ 1 ,000 ,0 00

Each Claim Deductible $1 0 , 000

DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101 , Additional Remarks Schedule, if more space is required) The County of Alameda, its Board of Supervisors and the Individual Members Thereof, and all t he County

Officers, Agents, Employees and Representatives are named a s additional insured as respects to their

interest as a Funding Source and is subject to the policy terms, conditions and exclusions . Coverage is

primary . *Policy Cancellation Exception : 10 days for non-payment of premium .

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN

Alameda County Health Care ACCORDANCE WITH THE POLICY PROVISIONS.

Servises Agency AUTHORIZED REPRESENTATIVE

Attn: Connie Yale '

1000 San Leandro Blvd.

Ste 300 ~64.~-~~ ~ San, Leandro, CA 94577 Julia Alexander /KYM

ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved_ IN8025 t?01nn~1 n1 Tho Arnk>n n::amo ::anrl lnnn ::riro ronic:torori m'.:lritc: nf Arru;>n

Page 17: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

RFP No. ___ , Master Contract No ___ , Procurement Contract No.

EXHIBITD

COUNTY OF ALAMEDA DEBARMENT AND SUSPENSION CERTIFICATION

The contractor, under penalty of perjury, certifies that, except as noted below, contractor, its principals, and any named or unnamed subcontractor:

• Is not currently under suspension, debarment, voluntary exclusion, or

determination of ineligibility by any federal agency;

• Has not been suspended, debarred, voluntarily excluded or determined ineligible by

any federal agency within the past three years;

• Does not have a proposed debarment pending; and

• H;is not been indicted, convicted, or had a civil judgment rendered against it by a

court of competent jurisdiction in any matter involving fraud or official misconduct

within the past three years.

If there are any exceptions to this certification, insert the exceptions in the following space.

Exceptions will not necessary result in denial of award, but will be considered in determining contractor responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action.

Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Standard Services Agreement. Signing this Standard Services Agreement on the signature portion thereof shall also constitute signature of this Certification.

CONTRACTOR: '/(ecource JJNe1~ ~qjis Nrshi MoonkA. MAV\M\tVvj Pt~

PRINCIPAL: Patricia Marron "Q8aa:@tt, Pa.D TITLE: CB:isfl5x.ssHtiv8 Dirsst0r

SIG ATURE: ~~~--·~~~~----- DATE: -~-/~_/Z_tJ_l_L-1 ___ _

Page 18: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

I I

I I

I I

I I

FINANCIAL RESOLUTION R-2014-325 PAGE: 1OF2 FILE NUMBER: 29208 MEETING DATE: 09/23/2014 .

~~~~~~~~-

ITEM NUMBER: 11

BY: 2015 FUND: 10000

The increase (decrease) in anticipated revenue, as follows: Informational

ORG ACCT PROG PR OJ/GR AMOUNT 350100 660011 00000 $190,000

479990 00000 $50,000

ORGTOTAL $240,000

Informational

ORG ACCT PROG PR OJ/GR AMOUNT

ORGTOTAL $0

GRAND TOTAL ANTICIPATED REVENUE $240,000

The increase (decrease) in appropriations, as follows:

ORG ACCT 350100 610000

ORG ACCT

Informational

PROG PR OJ/GR 00000

ORGTOTAL

Informational

PROG PR OJ/GR

ORGTOTAL

GRAND TOTAL APPROPRIATION

AMOUNT $240,000

$240,000

AMOUNT

$0

$240,000

Page 19: New FINANCIAL RECOMMENDATION AGENDA DATE · 2015. 8. 11. · FINANCIAL RECOMMENDATION AGENDA DATE: 9/23/2014 Subject of Board Letter: BY: 2015 FUND: 10000 The use of Designations,

THE FOREGOING was PASSED and ADOPTED by a majority vote of the Alameda County Board of Supervisors this 23rd day of, September, 2014, to wit:

AYES: Supervisors Chan, Miley, Valle & Vice President Haggerty- 4

NOES: None

EXCUSED: President Carson - 1

File: 29208 ~~~~~~~~~~~~~~~-

Agenda N o~=~~~l~l~~~~~~~~ Document No: R-2014-325F

~~~~~~~~~~~-

v:\agenda\fonns\resobak.doc

I certify that the foregoing is a correct copy of a Resolution adopted by the Board of Supervisors, Alameda County, State of California

ATTEST: Clerk, Board of Supervisors