Print Reading Mode Back to Calendar Return
  Consent-Health & Human Services   # 26.       
Board of Supervisors Adult & Aging  
Meeting Date: 07/21/2020  
Brief Title:    Third Amendment to Agreement No. 18-133 with Bi-Valley Medical
From: Karen Larsen, Director, Health and Human Services Agency
Staff Contact: Sandra Sigrist, Adult and Aging Branch Director, Health and Human Services Agency, x8794
Supervisorial District Impact:

Subject
Approve third amendment to Agreement No. 18-133 with Bi-Valley Medical Clinic, Inc. to extend the term of the agreement through June 30, 2021 to provide Opioid (Narcotic) Treatment Program services in Narcotic Treatment Program licensed facilities; add funding in the amount of $347,555 for 2020-21, for a new contract maximum of $1,042,665; and revise and clarify contract language. (No general fund impact) (Larsen)
Recommended Action
  1. Approve third amendment to Agreement No. 18-133 with Bi-Valley Medical Clinic, Inc. to extend the term of the agreement through June 30, 2021 to provide Opioid (Narcotic) Treatment Program services in Narcotic Treatment Program licensed facilities; add funding in the amount of $347,555 for fiscal year 2020-21, for a new contract maximum of $1,042,665; and revise and clarify contract language; and
     
  2. Delegate authority to the Director of the Yolo County Health and Human Services Agency or her/his designee to exercise optional year extensions and issue related notices, not to exceed $347,555 per fiscal year, for a 5-year maximum payment obligation not to exceed $1,737,775 (Please see Section 1. of Att. A. Third Amendment as it Amends section III. of Agreement No. 18-133).
Strategic Plan Goal(s)
Thriving Residents
Reason for Recommended Action/Background
Relevant History
On May 8, 2018, the Board of Supervisors approved an agreement with Department of Health Care Services (DHCS) to receive funding in the amount of $13,943,284 for the Drug Medi-Cal Organized Delivery System. Yolo County completed a formal competitive selection process (see Competitive Selection details below) and Bi-Valley Medical Clinic, Inc. was selected to provide Opioid (Narcotic) Treatment Program services in Narcotic Treatment Program licensed facilities.

 On June 26, 2018, the County entered into Agreement No. 18-133 with Bi-Valley Medical Clinic, Inc. for the provision of these services for the period July 1, 2018 through June 30, 2020. This third amendment extends the term of the agreement through June 30, 2021; adds rates and funding for fiscal year 2020-21 in the amount of $347,555, for a new contract maximum of $1,042,665. 

The third amendment also clarifies language and delegated authority regarding optional year extensions. At the time that Agreement 18-133 was approved by this Board, it was the intention of the Yolo County Health and Human Services Agency (HHSA) to include language allowing the HHSA Director to exercise option years and issue related option year notices. Based on guidance at that time, HHSA included the following language in Agreement No. 18-133:
 
"This Agreement may be extended upon written agreement of the Yolo County Health and Human Services Agency Director, and/or her/his designee ("Director"), and an authorized representative of Contractor....."

Since then, HHSA has received additional guidance from the the Yolo Procurement Manager regarding the sufficiency of the contract language and a request for increased transparency. Thus, this amendment clarifies the language regarding the available optional extensions and the authority granted to the HHSA Director. That authority is expressly granted via both the contract language and approval section B. of this staff report.

Here is a breakdown of the potential costs associated with the option years.
 

Option Year/ Fiscal Year (OP/FY)

Maximum Agreement Term Extension Per OP/FY

Increased Funding Amount Per OP/FY

Revised  Maximum Payment Obligation Per OP/FY

First/ FY 2021-22

On or before 
June 30, 2022

Less than or equal to $347,555

Less than or equal to
$1,390,220

Second/ FY 2022-23

On or before 
June 30, 2023

Less than or equal to  $347,555

Less than or equal to
$1,737,775


Staff recommends the approval of this agreement so Bi-Valley Medical Clinic, Inc. may continue to provide these vital services to eligible Yolo County consumers and to clarify provisions for the ease of future contract administration.

Performance measures were included in Agreement No. 18-133 and are not being changed by this amendment.

Collaborations (including Board advisory groups and external partner agencies)
County Counsel has approved this Agreement as to form.
Competitive Bid Process
On February 26, 2018, HHSA issued a Request for Proposal (RFP) seeking contractors to provide Substance Use Disorder (SUD) Adult Continuum of Care services to eligible Yolo County residents.

HHSA received eight proposals from this solicitation, two of which offered Opioid (Narcotic) Treatment Program services - BayMark Health Services and C.O.R.E. Medical Clinic, Inc. Both proposals were evaluated and determined to meet all the required qualifications necessary to successfully provide these services. Because both proposals met all required qualifications and were of high quality both BayMark Health Services and CORE Medical, Clinic, Inc. were offered contracts to provide these identified services. During contract negotiations it was discovered that BayMark Health Services, a parent company, has three separate entities that HHSA will be contracting with for these services; Bi-Valley Medical Clinic, Inc., MedMark Treatment Centers-Fairfield and MedMark Treatment Centers-Sacramento. These three agreements and C.O.R.E. Medical Clinic, Inc. were submitted separately to the Board for approval.

Additional information regarding the Competitive Bid Process is provided below, including a summary of the RFP evaluation criteria.

Request for Proposals (RFP) Service Requested: Substance Use Disorder Adult Continuum of Care

Evaluation Criteria Included in RFP
  • General company information (20 points)
  • Experience and past performance (100 points)
  • For contractors bidding on residential treatment services (6 points)
  • Preferred qualifications (20 points)
  • Responsiveness/responsibility (20 points)
  • Pricing requirements (40 points)
  • Proposer's approach to project (100 points)
  • Quality assurance and oversight (20 points)
  • Outputs and outcomes measures (50 points)
  • Financial information (pass/fail)
  • Quality and completeness of submitted proposal (pass/fail)
Bids Received
 
Bidder Bid
BayMark Health Services (Bi-Valley Medical Clinic, MedMark-Fairfield and MedMark-Sacramento)* $1,181,581
C.O.R.E. Medical Clinic, Inc. $1,000,000

*Baymark’s proposal included two years of service for 75 clients with additional services of case management and physician consultation and CORE’s proposal was for one year of service for 130-140 clients.
 

Fiscal Impact
Fiscal impact (see budgetary detail below)
Fiscal Impact (Expenditure)
Total cost of recommended action:    $   347,555
Amount budgeted for expenditure:    $   347,555
Additional expenditure authority needed:    $   0
On-going commitment (annual cost):    $   347,555
Source of Funds for this Expenditure
$347,555
Explanation (Expenditure and/or Revenue)
Further explanation as needed:

This action increases the contract maximum by $347,555 for a total of $1,042,665 for the period of July 1, 2018 through June 30, 2021. No general funds are required by this action. These services will be funded by ODS Medi-Cal FFP. The amount of $347,555 is included in the HHSA proposed budget for fiscal year 2020-21. The related funding will be included in the requested budget process for future fiscal years.

The following is the breakdown of funding for this agreement.

  Scope of Services

Fiscal Year 2018-19
July 1, 2018
through
June 30, 2019
Fiscal Year 2019-20
 July 1, 2019 
through
June 30, 2020
Fiscal Year 2020-21
July 1, 2020
through 
June 30, 2021

Total

Opioid (Narcotic) Treatment Program

$347,555 $347,555 $347,555

$1,042,665

The agreement also includes two (2) one-year optional extensions for fiscal year 2021-22 (July 1, 2021 through June 30, 2022) and fiscal year 2022-23 (July 1, 2022 through June 30, 2023) in an amount less than or equal to $347,555 per fiscal year, as follows:

Option Year/ 
Fiscal Year OP/FY

Maximum Agreement Term Extension Per OP./FY

Maximum Increased Funding Amount Per OP/FY

Revised Maximum Payment Obligation Per OP/FY

 

Second/ 
FY 2021-22

On or before 
June 30, 2022

Less than or equal 
to $347,555

Less than or equal 
to $1,390,220

Third/ 
FY 2022-23

On or before 
June 30, 2023

Less than or equal 
to $347,555

Less than or equal 
to $1,737,775

In no event shall the term of the Agreement extend beyond June 30, 2023 nor shall the total maximum payment obligation exceed the amount of ONE MILLION SEVEN HUNDRED THIRTY-SEVEN THOUSAND SEVEN HUNDRED SEVENTY-FIVE DOLLARS ($1,737,775), unless otherwise agreed to in writing by the parties and in conformity with the then-current Yolo County Procurement Policy approved by the Yolo County Board of Supervisors.

Attachments
Att. A. Third Amendment

Form Review
Inbox Reviewed By Date
Financial Services mqader 07/10/2020 02:01 PM
County Counsel Hope Welton 07/13/2020 11:39 AM
Form Started By: Kimberly Mayfield Started On: 05/15/2020 11:22 AM
Final Approval Date: 07/14/2020

    

Level double AA conformance,
                W3C WAI Web Content Accessibility Guidelines 2.0

AgendaQuick ©2005 - 2024 Destiny Software Inc. All Rights Reserved.