Loading...
HomeMy WebLinkAboutMINUTES - 01242005 - C24-C28 SE L Contra To: BOARD OF SUPERVISORS -�- Costa 2. 5 FROM: Bob Lanter, Executive Director Count Workforce Development Board � t �srAcb DATE: January 18,2006 SUBJECT: Workforce Development Board a Workforce Services in the Employment and Human Services Department Memorandum of Understanding SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTIONM. APPROVE and AUTHORIZE the Executive Director of the Workforce Development Board and the Director of Workforce Services in the Employment and Human Services Department to execute a Memorandum of Understanding allowing the Workforce development Board to disburse $2,960,832 for the period of July 1, 2005 to June 30, 2006 to the Workforce Services Bureau, as the fiscal, administrative, and organizational agent of the Contra Costa One-Stop system,to provide job services. (#18-096-1) FINANCIAL IMPACT: $2,960,832 100%Workforce Investment Act(WIA)Funding, 100%Federal,No County Match. RACKG]&01JND,.0 The Workforce Development Board(WDB)released Request for Proposal (RFP)#1077 for the Contra Costa One-Stop Systems Operator in'June 2004. The proposals were evaluated by independent rating panels and the recommendation of the WDB was that the Contra Costa One-Stop Consortium(CCOSC)be awarded funding. The services delivered have been monitored,reviewed, and evaluated. This Board Order will approve and authorize a second year of funding for One-Stop Career Center activities and service delivery. The CCOSC is composed of mandated partners from California Human Development Corporation, California State Department of Rehabilitation, California State Employment Development Department, Contra Costa Community College District-Regional Training Institute, Contra Costa.County Adult and Continuing Education Coordinating Council, Contra Costa.County Community Development Department,, Contra Costa.County Community Services Department, Contra Costa County Employment and Human Services Department and Job Corps. The partners provide approximately 47 staff members who work directly or indirectly to support the services and activities of the One-Stop Service Delivery system in compliance with their mission to"operate a comprehensive, fully integrated, and seamless One-Stop Career Center system that meets the diverse needs of job seekers,workers and employers in order to ensure a strong,vibrant economy in Contra Costa County. CONTINUED ON ATTACHMENT: YES SIGNATURE:r'• t""' , Com.. f RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD ICPMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON I � APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS 1 HEREBY CERTIFY THAT THIS IS A TRUE 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. f �r�n�! �A r ATTESTED `� � `�' ��` 4 1 JOHN SWEETEN,CL0RK OF THE OARD OF SUPERVISORS AND COUNTY ADMINISTRATOR Contact: BOB CANTER 6-5382 JOHN CULLEN 3-1579 EHSD(CONTRACTS UNIT)-EB ,%�_, � r , COUNTY ADMINISTRATOR BY '��=-'��r�-'2 � �-- DEPUTY AUDITOR-CONTROLLER CONTRACTOR Contra TO: Board of Supervisors ' - Costa FROM: Linda Dippel, Director °`_ _ County DATE: January 11,2006 SUBJECT: Macias Gini &Company LLP—Contract C, SPECIFIC REQUEST(S)OR RECOMMENDATIONS&BACKGROUND AND JUSTIFICATION RECOMMENDATIONS: APPROVE and AUTHORIZE the Child Support Services Director, or designee,to execute a contract with Macias Gini &Company, LLP in the amount of$140,000 to provide trust fund reconciliation services for conversion of child support distributions to the Statewide Distribution Unit for the period January 9, 2006 through April 30, 2006. FINANCIAL IMPACT: None. The cost of this contract is budgeted within the State's conversion budget allocation to Child Support Services. There will be no impact on the General Fund. REASONS FOR RECOMMENDATIONSBACKGROUND The Department of Child Support Services will be converting to a new Statewide Distribution Unit effective March 1, 2006. The state mandated the trust fund be reconciled within 45-60 days after conversion so the county's auditor-controller can sign off on the trust fund balance. The contractor will be reconciling the trust fund in accordance with the guidelines specified by the State Department of Child Support Services. CONSEQUENCES OF NEGATIVE ACTION DCSS does not have the staff resources to reconcile the trust fund in the required time frame. If the trust fund is not reconciled,we will be unable to obtain auditor-controller approval as required by the state prior to forwarding the trust fund balance to the state. This could result in reduced funding and penalties for the department. CONTINUED ON ATTACHMENT: YES SIGNATURE:' to�RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE �/tCPPROVE OTHER SIGNATURE(S): q,41� - ,ae� - for ACTION OF BO � �� APPROVED AS RECOMMENDED THER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS(ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN T� AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON DATE SHOWN. ATTESTED Contact: Linda Dippel,Director,DCSS(3-4455) JOHN SWEETEN,CLERK OF THE BOARD OF cc: Auditor-Controller SUPERVISORS AND COUNTY ADMINISTRATOR DCSS,Attn:David Kincaid CAO-Justice,Attn:George Roemer BY � DEPUTY TO: BOARD OF SUPERVISORS ,-/: '� . �iijjj111,. CONTRA FROM: Lori Gentles, Assistant County Administrator COSTA Director of Human Resources ,�z DATE: January 24, zoos COUNTY SUBJECT: CONTRACT FOR HUMAN RESOURCE PRACTITIONERS SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION APPROVE and AUTHORIZE the Assistant County Administrator — Director of Human Resources, or designee, to execute a contract agreement with Human Resource Practitioners in an amount not to exceed $48,500 to provide labor relations consulting services effective January 1, 2006 through March 31, 2006. (Budgeted) (All Districts) FISCAL IMPACT The cost associated with this contract is offset by salary and benefit savings realized from two (2) permanent, budgeted vacant positions in the Labor Relations Service Unit. BACKGROUND The Human Resources Department will contract with Human Resource Practitioners to provide labor relations consulting services and negotiations services during the County's search fora new Labor Relations Manager. April Madison-Ramsey, Labor Relations Manager, has announced her resignation and will be leaving County service effective January 3112006. Human Resource Practitioners also served as the County's acting Labor Relations Manager prior to the appointment of Ms. Madison-Ramsey and was integrally involved in establishing the County's goals and strategies for ongoing labor negotiations that reflects the priorities of the Board of Supervisors, the needs of operating departments, and the concerns of County employees. In addition, Human Resource Practitioners will assist the newly hired Labor Relations Manager develop an understanding of County procedures, policies and practices as they relate to the labor relations agreements with the County's unions and bargaining units, contract interpretation, grievance resolution, and effective discipline. CONSEQUENCE OF NEGATIVE ACTION The denial of this contract agreement will negativel impa our ongoing contr t n ns with our labor organizations. CONTINUED ON ATTACHMENT: _YES SIGN AT RE: ✓F2ECOMMENDATION OF COUNTY ADMINISTRATOR RECO MEND NOF OARD COMMITTEE ✓10PROVE _OTHER SIGNATURE(S): ACTION OF BOAD N G `� APPROVED AS RECOMMENDED .X OTHER VOTE OF SUPERVISORS �017 G`% HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT UNANIMOUS(ABSENT. � COPY OF AN ACTION TAKEN AND ENTERED ON THE AYES: NOES: MINUTES OF THARD OF SUPERVISORS ON THE DATE ABSENT: ABSTAIN: SHOWN. �1 )rig.Dept: Human Resources Department(Lori Gentles—5-1754) ATTESTED ��'T-V��/") CX-/9 ... Human Resources Department JOHN SWEETEN,CORK OF Tt4E BOARD OF Auditor-Controller SUPERV ORS AND COUNTY ADMINISTRATOR BY � /�? O /.K--��UN 382(10/88) - - Contra TO: BOARD OF SUPERVISORS - Costa County FROM: CARLOS BALTODANO, DIRECTOR BUILDING INSPECTION DEPARTMENT C , DATE: JANUARY 24, 2006 SUBJECT: CONTRACT FOR PROFESSIONAL SERVICES FOR DETECTION OF LEAD IN PAINT RISK ASSESSMENT REPORTS SPECIFIC REQUEST(S)OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION RECOMMENDATIONS: APPROVE and AUTHORIZE the Director of Building Inspection to execute a contract with Environmental Lead Detection, Inc. in an amount not to exceed $50,000.00 for the purpose of providing Lead in Paint Risk Assessment Reports and subsequent Clearance Testing for the Neighborhood Preservation Program and the Weatherization Program. The contract term is effective January 1, 2006 and expires December 31, 2007. FISCAL IMPACT None. No general funds or department funds are utilized. The cost is covered by the Neighborhood Preservation Program through its Community Development Block Grant(CDBG)funds as an approved set aside grant to the loan recipient. CONTINUED ON ATTACHMENT: N SIGNATURE �— ECOMMENDATION OF COUNtY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURES�'-Q-tvre ACTION OF BOA D N APPROVED AS RECOMMENDED OTHER 77- VOTE OF SUPERVISORS HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS(ABSENT.... ) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE ABSENT: ABSTAIN: BOARD OF SUPERVISORS ON THE DATE SHOWN. Contact: Carlos Baltodano(335-1108) ATTESTED: cc: Building Inspection John Sweeten,Clerk of the BAA of Superviso County Administrator and County Administrator County Counsel ce:pc BY o�—�//"� � /�\.DEPUTY ATR,LLC Contract January 24.2006 BACKGROUND/REASONS FOR RECOMMENDATIONS The Building Inspection Department receives a Community Development Block Grant (CDBG) allocation each fiscal year. The Neighborhood Preservation Program received $1.7 million for the fiscal year 2005-2006. The Housing and Urban Development Department requires all homes built prior to 1978 to be tested for lead in paint prior to rehabilitation funded by CDBG, The primary objective of the Neighborhood Preservation Program is to make available a financial assistance mechanism by which low-income homeowners are assisted in: • The elimination of conditions that is detrimental to health, safety and public welfare, by rehabilitation, demolition, or removal. • The development of viable communities by providing decent housing and a suitable living environment in the community principally for persons of low and very low income. • The elimination of slums and blighting influences causing the deterioration of property and neighborhoods. • The stabilization and enhancement of older neighborhoods. The contractor inspects properties to determine the level of lead in household paint with the use of a Lead Paint Inspection Analyzer (X-Ray Florescent machine) and interior dust samples. A report is prepared with the results, including laboratory results and recommendations for actionable findings. The Neighborhood Preservation Program Rehab Specialist prepares the scope of rehabilitation work to be completed at the home including the actionable lead paint findings. On November 8, 2005, the Neighborhood Preservation Program mailed out 31 bid notices to environmental companies. Environmental Lead Detection, Inc. was the lowest responsible bidder. The winning bid included $330 for the Lead Paint Inspection Analyzer (X-Ray Florescent machine) testing, five (5) laboratory samples and report prior to rehabilitation; $250 for re-testing, five (5) laboratory samples and a clearance report after rehabilitation. Environmental Lead Detection, Inc.I s bid for the Weatherization Program is $125 plus $20 per laboratory sample. Environmental Lead Detection, Inc. is a Small Business Enterprise (SBE). ATR,LLC Contract 2 January 24,2006 Contra Costa County STANDARD CONTRACT Number Standard Form L-1 (Purchase of Services-Long Form) Fund/Org# Revised 2002 Account# Other# 1. Contract Identification. Department: Building Inspection Subject: Lead in Paint Risk Assessment Reports and Clearance Testing for NPP and Weatherization Programs 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: Environmental Lead Detection, Inc. Capacity: Corporation Address: 330 Townsend St., Suite 117 San Francisco, CA 94107 3. Term. The effective date of this Contract is January ,1, 2006. It terminates on December 31, 2007 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $50,4000.00, 5. County's Obligations. 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 L-1 (Page 1 of 2) Contra Costa County STANDARD CONTRACT Number Standard Form L-1 (Purchase of Services-Long Form) Revised 2002 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Government Code section 26227 10. Signatures. These signatures attest the parties'agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors By By Chairman/ signee Deputy CONTRACTOR Name of business entity Name of business entity By (Signature of individual or officer) By (Signature of individual or officer) (Print name and title A, if applicable) (Print name and title B. if applicable) 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 Section 1190 and Corporations Code Section 313). All signatures must be acknowledged as set forth on Form L-2. L-1 (Page 2 of 2) Contra Costa County APPROVALS/ACKNOWLEDGMENT Number Standard Form L-2 (Purchase of Services- Long Form) Revised 2002 APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: By: Designee Deputy APPROVED: COUNTY ADMINISTRATOR By: Designee ACKNOWLEDGMENT STATE OF CALIFORNIA ) ss. COUNTY OF CONTRA COSTA On ,before me, 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) is/are subscribed to the within instrument and acknowledged to me that he/she/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 Code§1189) L-2 (Page 1 of 1) I Contra Costa County PAYMENT PROVISIONS Number Standard Form P-1 (Fee Basis Contracts -Long and Short Form) Revised 2002 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. $580 per unit, as defined in the Service Plan, or El C. $ after completion of all obligations and conditions herein. [:1 d. Other: 0 2. Payment Demands.Contractor shall submit written demands for payment on County Demand Fort D-15 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 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 I. (Payment Amounts) above. 3. Penaltyal for Late Submission. If County is unable to obtain reimbursement from the State of California as a result of Contractor's failure to submit to County a timely demand for payment as specified in Paragraph 2. (Payment Demands)above,County shall not pay Contractor for such services to the extent County's recovery of funding is prejudiced by the delay even though such services were fully provided. 40 Right to Withhold. County has the right to withhold payment to Contractor when,in the opinion of County 0.0 expressed in writing to Contractor, (a) Contractor's performance, in whole or 'in part, either has not been carried out or is insufficiently documented,inspection,(b) Contractor has neglected, failed or refused to furnish information or to cooperate with any 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 Exceptions. Contractor agrees to accept responsibility for receiving,replying to, and/or complying with any audit exceptions by appropriate county, state or federal audit agencies resulting from its performance of this Contract. Within 30 days of demand, Contractor shall pay County the full amount of County's obligation,if any,to the state and/or federal government resulting from any audit exceptions,to the extent such are attributable to Contractor's failure to perform properly any of its obligations under this Contract. Initials: Contractor County Dept, Form P-1 (Page 1 of 1) Contra Costa County SERVICE PLAN OUTLINE Number Standard Form L-3 (Purchase of Services-Long Form) Revised 2002 SERVICE PLAN 1. Services: A.For NPP, the contractor inspects properties to determine the level of lead in household paint with the use of a Lead Paint Inspection Analyzer(X-Ray Flourescent machine)and interior dust samples. A report is prepared with the results,including laboratory results and recommendations for actionable findings. B.For Weatherization,the contractor visits the residence needing lead testing and,based on specific areas worked on by the County, takes swipes for possible lead disturbance for laboratory analysis. 2. Population to be served: Eligible low-income families whose residences may contain lead in paint that may have been disturbed by work done by the County. 3. Criteria for receipt of services: For NPP, complete sets of samples and reports prior to and after rehabilitation. For Weatherization,laboratory analysis report,statement on the number of swipes taken,and a clearance report. 4. Location and description of service facility: Names and addresses of homes at which service is to be provided evolves during the term of the contract. 5. Time service is to be provided: Service is to be provided during the normal working hours of normal business days of the week. 6. Performance standards and goals: For NPP, the contractor will be required to submit five(5)laboratory samples and report prior to rehabilitation and five(5)laboratory samples and a clearance report after rehabilitation. For Weatherization,laboratory analysis report,statement on the number of swipes taken,and a clearance report. 7. Service units: For NPP, one unit of service is comprised of five(5)laboratory samples and report prior to rehabilitation and five(5)laboratory samples and a clearance report after rehabilitation. For Weatherization,one 10 unit of service is comprised of a specific number of swipes taken at a specific location. 8. State or federal statute or re lation: Not applicable. Initials: Contractor County Dept. L-3 (Page 1 of 1) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 1. Compliance with Law. Contractor shall be subject to and comply with all applicable federal,state and local laws and regulations 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 maybe required by the County. a. Retention of Records. Contractor shall retain all documents pertaining to this Contract for five years from the date of submission ion 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 County,the Secretary of Health and Human Services,or the Comptroller General,or any of their duly authorized representatives, this Contract and books,documents,and records of Contractor 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, the Secretary, the Comptroller General, or any of their duly authorized representatives, the subcontract and books, documents, and records of the subcontractor 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. 5. Termination and Cancellation. a. Written Notice. This Contract may be terminated by either party,in its sole discretion,upon thirty-day advance written notice thereof to the other, and maybe cancelled immediately by written mutual consent. L-5 (Page 1 of 6) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 b. Failure to Perform. County, upon written notice to Contractor, may immediately terminate this Contract should Contractor fail to perform properly any of its obligations hereunder. In the event of such termination,County may proceed with the work in any reasonable manner it chooses. The cost to County of completing Contractor's performance shall be deducted from any sum due Contractor under this Contract,without prejudice to County's rights to recover 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 Speciiications 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 Contractor and County. Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clari fy that which is already required hereunder. Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid 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 its designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by 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 Contractor and the County Administrator (or designee), subject to any required state or federal approval,provided that such administrative amendment may not materially change the Payment Provisions or the Service Plan. 9. Disputes. Disagreements between County and Contractor concerning the meaning,requirements,or performance of this Contract shall be subject to final written determination 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. 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. L-5 (Page 2 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 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 County indicating 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 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. Prior written consent of the County Administrator or his designee, subject to any required state or federal approval, is required before the Contractor may enter into subcontracts for any work contemplated under this Contract,or before the Contractor may assign this Contract or monies due or to become due,by operation of law or otherwise., 14. Indeuendent 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 they know or have reason to know they have 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 f" 11 to comply with all applicable state or federal statutes or regulations respecting confidentiality,includingbut 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. 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 10 information other than as authorized by law maybe guilty of a misdemeanor. L-5 (Page 3 of 6) Initials: Contractor County Dept. I Contra Costa County GENERAL CONDITIONS Standard Form.L-5 (Purchase of Services-Long Form) Revised 2003 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,ethnic background,disability,or sexual orientation, and that none shall be used, in whole or in part, for religious worship or instruction. 18. Indemnification. Contractor shall defend,indemnify,save,and hold harmless 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 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 County or its officers or employees. Contractor will reimburse County for any expenditures, including reasonable attorneys' fees, County may make by reason of the matters that are the subject of this indemnification, and, if requested by County,will defend any claims or litigation to which this indemnification provision applies at the sole cost and expense of Contractor. 19. Insurance. During the entire term of this Contract and any extension or modification thereof,Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. For all contracts where the total payment limit of the contract is $500,000 or less, 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 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 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 Contractor's insurance policy or policies. For all contracts where the total payment limit is above $500,000, the aforementioned insurance coverage to be provided by Contractor shall have a minimum combined single limit coverage of$1,000,000,and Contractor shall be required to provide County with a copy of the endorsement making the County an additional insured on all general liability, worker's compensation, and, if applicable, all professional liability insurance policies as required herein no later than the effective date of this Contract. b. Workers' Compensation. 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. d. Additional Insurance Provisions. The insurance policies provided by Contractor shall include a provision for thirty(30)days written notice to County before cancellation or material change of the above specified coverage. L-5 (Page 4 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 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 County shall be addressed to the head of the county department for which this Contract is made. Notices to 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 County shall be the date of receipt by the head of the county department for which this Contract is made. 21. kof 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 or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchasing all or any such services from Contractor. 23. Possessory Interest. If this Contract results in Contractor having possession of,claim 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-Pally 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 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,County reserves the right to copyright,and Contractor agrees not to copyright,such material. If the material is copyrighted,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, 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. L-5 (Page 5 of 6) Initials: Contractor County Dept, i Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 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. 27. Required Audit. (A) If Contractor is funded by$500,000 or more in federal grant funds in any fiscal year ending after December 31, 2003 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. (B) If Contractor is funded by less than$500,000 in federal grant funds in any fiscal year ending after December 3131 2003 from any source,but such grant imposes specific audit requirements; Contractor shall provide to County an audit conforming to those requirements. (C) If Contractor is funded by less than$500,000 in federal grant funds in any fiscal year ending after December 31, 2003 from any source,Contractor is exempt from federal audit requirements for that year,however, Contractor's records must be available for and an audit maybe required by, appropriate officials of the federal awarding agency, the General Accounting Office(GAO),the pass-through entity and/or the County. If any such audit is required, Contractor shall provide County with such audit. With respect to the audits specified in (A), (B) and(C) above, Contractor is solely responsible for affangffia for the conduct of the audit, and for its cost. 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. 28. Authorization. Contractor, or the representative(s) signing this Contract on behalf of Contractor, represents and warrants that it has full power and authority to enter into this Contract and perform the obligations herein, L-5 (Page 6 of 6) Initials: Contractor County Dept, Contra = ' SID 0- Costa TO: BOARD OF SUPERVISORS County U FROM: CARLOS BALTODANO, DIRECTOR BUILDING INSPECTION DEPARTMENT C. p�� DATE. JANUARY 24, 2006 SUBJECT: CONTRACT FOR PROFESSIONAL TITLE SEARCH SERVICES SPECIFIC REQUEST(S)OR RECOMMENDATION(S) &BACKGROUND AND JUSTIFICATION RECOMMENDATIONS: APPROVE and AUTHORIZE the Director of Building Inspection to execute a contract with ATR, LLC in an amount not to exceed $70,000.00 for the purpose of providing preliminary title searches, appraisals and abatement reports for the Property Conservation Division, The contract term is effective January 1, 2006 and expires December 31, 20070 FISCAL IMPACT None. No general funds or department funds are utilized. The cost is initially covered by the Neighborhood Preservation Program through its Community Development Block Grant (CDBG) funds and later reimbursed to the program by the loan recipient when the loan is repai CONTINUED ON ATTACHMENT: SIGNATURE /RECOMMENDATION OF COUNTY A15MINISTRATOR RECOMMENDATION000rF BOARD COMMITTEE *ooe'APPROVE OTHER SIGNATURE(S):q -0"00/ 0- ACTION OF BOARI �1 10; APPROVED AS RECOMMENDED OTHER LI-AI GNI VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE 4�x UNANIMOUS(ABSENT AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE ABSENT: ABSTAIN: BOARD OF SUPERVISORS ON THE DATE SHOWN, Contact: Carlos Baltodano(335-1108) )�� ATTESTED: � v )o' " " V cc: Building Inspection John Sweeten,Clerk of the Boar Supervi ors County Administrator and County Administrator zoo", V410 County Counsel CB:pc BY � /�P, (� I1 EPUTY ATR,LLC Contract January 24,2006 BACKGROUND/REASONS FOR RECOMMENDATIONS The Building Inspection Department receives a CDBG allocation each fiscal year. The Neighborhood Preservation Program received $1.7 million for the fiscal year 2005-2006, The primary objective of the Neighborhood Preservation Program as to make available a financial assistance mechanism by which low-income homeowners are assisted in: • The elimination of conditions that is detrimental to health, safety and public welfare, by rehabilitation, demolition, or removal. • The development of viable communities by providing decent housing and a suitable living environment in the community principally for persons of low and very low income. • The elimination of slums and blighting influences causing the deterioration of property and neighborhoods. • The stabilization and enhancement of older neighborhoods. The contractor researches properties to determine the property's description, title information, market value and any negative activities that may be recorded against the property,, This service provides information that enables the program staff to make informed decisions to adequately secure loans,. On November 8, 2005, the Neighborhood Preservation Program mailed out 10 bid notices to title companies. ATR, LLC was the only bidder. Their winning bid included $110 for the title search, $150 for appraisals and $35 for updating the title search prior to loan execution for a total of $295 per property. ATR, LLCs bid for abatement reports is $135. ATR, LLC is a Small Business Enterprise (SBE).. ATR,LLC Contract January 24,2006 Contra Costa County APPROVALS/ACKNOWLEDGMENT Number Standard Form L-2 (Purchase of Services- Long Form) Revised 2002 APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: By: Designee Deputy APPROVED: COUNTY ADMINISTRATOR By: Designee ACKNOWLEDGMENT STATE OF CALIFORNIA ) ss. COUNTY OF CONTRA COSTA On ,before me, 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) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(l"es), 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 Code§I 189) L-2 (Page 1 of 1) Contra Costa County PAYMENT PROVISIONS Number Standard Form P-1 (Fee Basis Contracts -Long and Short Form) Revised 2002 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.] Da. $ monthly, or b. $430.00 per unit, as defined in the Service Plan, or ❑ c" $ after completion of all obligations and conditions herein. ❑ d. Other: 0 2. Payment Demands.Contractor shall submit written demands for payment on County Demand Form D-15 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 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. If County is unable to obtain reimbursement from the State of California as a result of Contractor's failure to submit to County a timely demand for payment as specified in Paragraph 2. (Payment Demands)above,County shall not pay Contractor for such services to the extent County's recovery of funding is prejudiced by the delay even though such services were fully provided. 4. Right to Withhold. County has the right to withhold payment to Contractor when,in the opinion of County expressed in writing to Contractor, (a) Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) 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 Exceptions. Contractor agrees to accept responsibility for receiving,replying to, and/or complying with any audit exceptions by appropriate county, state or federal audit agencies resulting from its performance of this Contract. Within 30 days of demand, Contractor shall pay County the full amount of County's obligation,if any,to the state and/or federal government resulting from any audit exceptions,to the extent such are attributable to Contractor's failure to perform properly any of its obligations under this Contract, Initials.. Contractor County Dept. Form P-1 (Page 1 of 1) Contra Costa County SERVICE PLAN OUTLINE Number Standard Fort L-3 (Purchase of Services-Long Form) Revised 2002 SERVICE PLAN 1. Services: Contractor researches properties to determine the property's description,title information market value, and any negative activities that maybe recorded against the property. 2. Population to be served: Eligible low-income families of Contra Costa County. 3. Criteria for receipt of services: A complete unit of service. 4. Location and description of service facility: Names and addresses of homes at which service is to be provided evolve during the term of the contract. 40 5. Time service is to be provided: Service is to be provided during the normal working hours of normal business days of the week. 6. Performance standards and foals: Contractor will be required to submit to the County preliminary title searches, appraisals and abatement reports. It will also update the title search prior to loan execution. These sevices provide information that enables the program staff to make informed decisions to adequately secure loans. 7. Service units: One unit of service is comprised of a title search report,an appraisal report,an abatement report,and an update of the title search prior to loan execution. 8. State or federal statute or re lgu ation: Not applicable. Initials: Contractor County Dept. L-3 (Page 1 of 1) Contra Costa County STANDARD CONTRACT Number Standard FormL-1 (Purchase of Services-Long Form) Revised 2002 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Government Code section 26227 10, Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA., CALIFORNIA BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors By By �Q._ � Chairman/Designee Deputy CONTRACTOR Name of business entity Name of business entity By (Signature of individual or officer) By (Signature of individual or officer) (Print name and title A. if applicable) (Print name and title B, if applicable) 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 Section 1190 and Corporations Code Section 313). All signatures must be acknowledged as set forth on Form L-2. L-1 (Page 2 of 2) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 1. Compliance with Law. Contractor shall be subject to and comply with all applicable federal,state and local laws and regulations 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 maybe required by the County. a. Retention of Records. 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 County,the Secretary of Health and Human Services,or the Comptroller General,or any of their duly authorized representatives, this Contract and books,documents,and records of Contractor 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 atwelve-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, the Secretary, the Comptroller General, or any of their duly authorized representatives, the subcontract and books, documents, and records of the subcontractor 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. 5. Termination and Cancellation. a. Written Notice. This Contract may be terminated by either party,in its sole discretion,upon thirty-day advance written notice thereof to the other, and maybe cancelled immediately by written mutual consent. L-5 (Page 1 of 6) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 b. Failure to Perform. County, upon written notice to Contractor, may immediately terminate this Contract should Contractor fail to perform properly any of its obligations hereunder. In the event of such termination,County may proceed with the work in any reasonable manner it chooses. The cost to County of completing Contractor's performance shall be deducted from any sum due Contractor under this Contract,without prejudice to County's rights to recover 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 Specifications 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 Contractor and County. 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. Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid 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 its designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by 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 Contractor and the County Administrator (or designee), subject to any required state or federal approval,provided that such administrative amendment may not materially change the Payment Provisions or the Service Plan. 9. Disputes. Disagreements between County and Contractor concerning the meaning,requirements,or performance of this Contract shall be subject to final written determination 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. 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. L-5 (Page 2 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 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 b3:County. Subject to Paragraph 9.(Disputes)of these General Conditions,inspections or approvals,or statements by any officer,agent or employee of County indicating 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 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. Prior written consent of the County Administrator or his designee, subject to any required state or federal approval, is required before the Contractor may enter into subcontracts for any work contemplated under this Contract,or before the Contractor may assign this Contract or monies due or to become due,by operation of law or otherwise. 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 they know or have reason to know they have 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. b. No person will publish or disclose or permit or cause to be published or disclosed,any list of persons receiving 40 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 maybe guilty of a misdemeanor. L-5 (Page 3 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 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,ethnic background,disability,or sexual orientation,, and that none shall be used, in whole or in part, for religious worship or instruction. 18. Indemnification. Contractor shall defend,indemnify,save,and hold harmless 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 .19 . limitationwittiout all consequential damages,from any cause whatsoever arising directly or indirectly from or connected with the operations or services of 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 County or its officers or employees. Contractor will reimburse County for any expenditures, including reasonable attorneys' fees, County may make by reason of the matters that are the subject of this indemnification, and, if requested by County,will defend any litigation claims or to which this indemnification provision applies at the sole cost and expense of Contractor. 19. 'Insurance. During the entire term of this Contract and any extension or modification thereof,Contractor shall keep It in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. For all contracts where the total payment limit of the contract is $500,000 or less, 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 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 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 Contractor's insurance policy or policies. For all contracts where the istotal payment limit s above$500,000, the aforementioned *insurance coverage to be provided by Contractor shall have a minimum combined single limit coverage of$1,000,000,and Contractor shall be required to provide County with a copy of the endorsement making the County an additional insured on all general liability, worker's i compensation, and, if applicable, all professional liability insurance policies as required herein no later than the effective date of this Contract. b. Workers' Compensation. 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. d. Additional Insurance Provisions. The insurance policies provided by Contractor shall include a provision for thirty(30)days written notice to County before cancellation or material change of the above specified coverage. L-5 (Page 4 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 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 County shall be addressed to the head of the county department for which this Contract is made. Notices to 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 County shall be the date of receipt by the head of the county department for which this Contract is made. 2 1. 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 or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchasing all or any such services from Contractor. 23. Possessory Interest. If this Contract results in Contractor having possession of,claim 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 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,County reserves the right to copyri ght,and Contractor agrees not to copyright,such material. If the material is copyrighted,County reserves aroyalty-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. 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 awell-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. L-5 (Page 5 of 6) Initials: Contractor County Dept. Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2003 Notwithstanding the foregoing, Contractor may express its views on products to other contractors, the Board of t%d1" Supervisors, County officers, or others who may be authorized by the Board of Supervisors or by law to receive such views. 27. Required Audit. (A)If Contractor is funded by$500,000 or more in federal grant funds in any fiscal year ending after December 31, 2003 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. (B)If Contractor is funded by less than$500,000 in federal grant funds in any fiscal year ending after December 311) 2003 from any source,but such grant imposes specific audit requirements; Contractor shall provide to County an audit conforming to those requirements. (C) If Contractor is funded by less than$500,000 in federal grant funds in any fiscal year ending after December 31, 2003 from any source,Contractor is exempt from federal audit requirements for that year,however, Contractor's records must be available for and an audit maybe required by, appropriate officials of the federal awarding agency,the General Accounting Office(GAO),the pass-through entity and/or the County. if any such audit is required, Contractor shall provide County with such audit. With respect to the audits specified in (A), (B) and(C) above,Contractor is solely responsible for arranging for the conduct of the audit, and for its cost. 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. 28. Authorization. Contractor, or the representative(s) signing this Contract on behalf of Contractor,represents and warrants that it has full power and authority to enter into this Contract and perform the obligations herein. L-5 (Page 6 of 6) Initials: Contractor County Dept. i Contra Costa County STANDARD CONTRACT Number Standard Form L-1 (Purchase of Services-Long Form) Fund/Org# Revised 2002 Account# Other# 1. Contract Identification. Department: Building Inspection Subject: Title Searches and Appraisals for NPP and Abatement Reports for Property Conservation Division 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: ATR,LLC Capacity: Limited Liability Company Address: 20212 Redwood Rd., Ste. 203 P. O. Box 2345 Castro Valley, CA 94596 3. Term. The effective date of this Contract is January 1, 2006. It terminates on December 31, 2007 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $70,000.00. 5. County's Obligations. 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 i s 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: L-1 (Page 1 of 2)