HomeMy WebLinkAboutMINUTES - 01152008 - C.28 TO: BOARD OF SUPERVISORS Contra
FROM: Edward P. Meyer, Agricultural Commissioner,
Costa
Director of Weights and Measures
DATE: January 15, 2008 r County
sr-�-cour�i''
SUBJECT: State Pest Detection Contract for FY 2006-2008
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION(S):
APPROVE and AUTHORIZE the Agricultural Commissioner or his designee, to sign
agreement 07-0623 with the Department of Food and Agriculture that will reimburse
the County up to $544,654 for County costs for providing pest detection services
from July 1, 2007 through June 30, 2008.
FISCAL IMPACT:
This contract provides reimbursement for County expense incurred during this period
for pest diction work performed on behalf of the California Department of Food and
Agriculture in Contra Costa County.
BACKGROUND/REASON(S) FOR RECOMMENDATION(S):
The County Department of Agriculture deploys traps countywide to detect incipient
infestations of exotic pests such as Medfly, Gypsy Moth, Japanese Beetle, etc. The
State reimburses the county for all costs that exceed our historic level of trapping.
CONTINUED ON ATTACHMENT: -,-YES SIGNATURE:
--- -------------------------------------------------------------------------------------------------rte---�----
✓RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S): '
--------------------------- - - -- - --- - -- - --------------------------------------------------------------- -- -
---------------------------------
ACTION OF BO ON APPROVE AS RECOMMENDED OTHER
VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
UNANIMOUS(ABSENT AND ENTERED ON THE MINUTES OF THE
BOARD OF SUPERVISORS ON THE DATE
AYES: NOES: SHOW
ABSENT: ABSTAIN:
ATTESTED
CONTACT: JOHN SWEETEN, LER OF THE J
BOARD OF SUPE S AND
COUNTY ADMINISTRATOR
CC: Department of Agriculture
Auditor-Controller
County Administrator's Office
BY (EPUTY
STATE OF CALIFORNIA
STANDARD AGREEMENT
STD 2=3(,fie, '10/05)
C(DPY
AGREEMENT NUMBER
07-0623
REGISTRATION NUMBER
1. This Agreement is entered into between the State Agency and the Contractor named below:
STATE AGENCY'S NAME
DEPARTMENT OF FOOD AND AGRICULTURE
CONTRACTOR'S NAME
COUNTY OF CONTRA COSTA
2. The term of this
Agreement is: July 1, 2007 Through June 30, 2008
3. The maximum amount $544,654.00
of this Agreement is: Five Hundred Forty-four Thousand Six Hundred Fifty-four Dollars and No Cents
4. The parties agree to comply with the terms and conditions of the following exhibits which are by this
reference made a part of the Agreement:
Exhibit A— Scope of Work 1 Page(s)
Attachment 1 3 Page(s)
Attachment 2 1 Page(s)
Exhibit B— Budget Detail and Payment Provision 1 Page(s)
Attachment 1 2 Page(s)
Exhibit C —General Terms and Conditions-GTC 307 3 Pages
Check mark one item below as Exhibit D: FORM APPROVED
® Exhibit D-Special Terms and Conditions
1 Page(s) SILVAN0 B.MARCHESI,Co n'ty Cou Sel
(Attached hereto as part of this Agreement) By Deputy
❑ Exhibit D'`-Special Terms and Conditions
5. Name of Program: PEST DETECTION/EMERGENCY PROJECTS
IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto.
California Department of General
CONTRACTOR Services Use Only
CONTRACTOR'S NAME(If other than an individpal,state whether a corporation,partnership,etc.)
COUNTY OF CONTRA COSTA
BY(Authorized Signature DATE SIGNED)
PRINTED NAME AND TITLE OF PERSON SIGNING
ADDRESS
2366 A Stanwell Circle, Concord, CA 94520-4804
STATE OF CALIFORNIA
AGENCY NAME
DEPARTMENT OF FOOD AND AGRICULTURE
BY(Authorized Signature) DATE SIGNED
PRINTED NAME AND TITLE OF PERSON SIGNING
JANICE L. PRICE, ACQUISITIONS MANAGER
ADDRESS El
1220 N STREET, ROOM 115, SACRAMENTO, CA 95814 Exempt per.
Agreement No. D1 &AZ3
Page 1 of !
OPYEXHIBIT A(County Agreement)
SCOPE OF WORK
1. Contractor agrees to provide the services described herein:
The County shall provide services for placing and servicing traps for the detection of exotic pests,
which are considered hazardous to agriculture and to the economy of California. Those insections may
include, but are not limited to: Mediterranean fruit fly, Mexican fruit fly, oriental fruit fly, melon fly, gypsy
moth, Japanese beetle and other invasive exotic pests. This agreement includes delimitation work
associated with the detection of one or more life stages of the above target pests in the County.
Services shall be performed in and throughout the County of Contra Costa.
2. The contract managers for this Agreement are:
FOR CDFA: FOR CONTRACTOR:
Name: Joan Scheiman Name: Ed Meyer
Section/Unit: Pest Detection/Emergency Section/Unit: Agricultural Commissioner
Projects
Address: 1220 N Street, Room A-330 Address: 2366 A Stanwell Circle
City/Zip: Sacramento, CA 95814 City/Zip: Concord, CA 94520-4804
Phone: 916-654-1211 Phone: 925-646-5250
FAX: 916-654-0555 FAX: 925-646-5732
3. See Attachment 1 to this Scope of Work for a detailed description of work to be performed and duties
of all parties.
Agreement 0. 07-6&Z-3
xhibit
QC (0 -) E
Attachment
Page / of J
SCOPE OF WORK (#5)
CONTRACT SPECIFICAITONS FOR STATE-COUNTY
INSECT PEST DETECTION TRAPPING
AGENCY RESPONSIBILITY
Section 1
The California Department of Food and Agriculture shall:
A. Provide all traps, trap parts, and lures.
B. Provide technical assistance and training to county agricultural commissioner
personnel on the use of traps and detection procedures.
C. Assist with and review the county's trapping programs annually for the purpose of
establishing and approving the FY-Commitment Form, which is attached hereto
and made part of this agreement.
D. Provide county trappers with copies of the CDFA Insect Trapping Guide (ITG).
E. Provide an annual training program specifically for trapping supervisors in which
all counties shall participate.
F. Provide for disposal of Dibrom treated wicks according to CA-EPA guidelines.
Section 2
The County Agricultural Commissioner shall:
A. Place and service the minimum number of each trap type specified on the
Commitment Form. Trap densities, trapping periods, and servicing schedules
shall conform with those specified in the CDFA Insect Trapping Guide under
"Definitions" for individual county situations. Ensure that all trapping procedures
and protocols adhere to those outlined in the ITG. A copy of the Insect Trapping
Guide shall be kept in the trapper's vehicle for reference.
B. Ensure that all deployed traps (except McPhails) are numbered and dated at
each servicing, indicating when rebaited. Trapping activities, including seasonal
hiring and training (see trapping activities defined under"Definitions" in the ITG)
will start on the dates shown below. Traps will be removed on their final
servicing prior to the end of the season, but not later than the dates shown
below.
Exhibit L J
COPY
Attachment
Page " of
C.* Ensure that Medfly and Oriental fruit fly traps are serviced every 14 days; July 1,
2007 to November 30, 2007, and April 1, 2008 to June 30, 2008.
Champtraps in rural areas will be serviced once each month and relocated at that
time.
Champtraps at gardens sites in urban areas will be serviced every 14 days,
otherwise they will be deployed in a fruit tree.
D. Ensure that McPhail traps are serviced every seven days; July 1, 2007 to
November 30, 2007, and April 1, 2008 to June 30, 2008.
E. Ensure that melon fly traps are serviced every 14 days; July 1, 2007 to
October 31, 2007, and June 1, 2008 to June 30, 2008.
F.* Ensure that gypsy moth and Japanese beetle traps are serviced every 14 days;
July 1, 2007 to August 30, 2007, and June 1, 2008 to June 30, 2008, or as
determined by the CDFA District Entomologist. Gypsy moth traps located in
remote areas may be placed in the spring and recovered in the fall with no
interim servicing.
G. Send trapping personnel to training provided by state detection entomologists.
H. Make a monthly report to the State on Form 66-035 (Rev. 6/94) (Pest Detection
Report Number 1) of all traps deployed and serviced during the month. Report
all traps added or removed, and the total number of servicings during the month.
Do not count trap relocation as "removed" and then "added". A servicing is an
inspection of the trap for the presence of the target pest. THIS REPORT MUST
BE SUBMITTED WITH THE MONTHLY INVOICE FOR THE SAME TIME
PERIOD.
I. Provide one set of trapping records for all traps. This set, in the form of a "trap
book,"will indicate the exact trap location using a site map and all information
regarding servicing, baiting, and relocation of traps.
J. Maintain county wall maps with numbered square-miles grids, depicting density
of all traps deployed.
K. Allow state detection personnel and/or federal PPQ officers to perform quality
control inspections on all county trap lines including any specified county
commitment trap lines.
L. Allow state detection entomologists and/or federal PPQ officers to accompany
trappers and/or supervisors in the field. This will be credited as field training for
county personnel.
Agreement No. 197-0023
QD Exhibit
Attachment J
Page 3 of
M. Maintain an inventory of known fruit fly host sites. The inventory shall be
organized by square mile, contain the address of host property traceable to the
nearest cross street, and indicate all known hosts on that property. The
inventory shall be updated yearly. The multiple trap card system will suffice for
this inventory.
N. Maintain on a daily basis a form 60-210 (Daily Trapping Summary) for each
trapper. This form must be available review by the district entomologist or CDFA
audits office for three years. To facilitate program audits the Daily Trapping
Summary—whether completed daily, weekly or monthly- must be signed by the
individual who performed the work indicated on that summary. This applies to
hand completed or electronic summaries.
O. Submit a completed form 60-223 (Trapping Hours/Year Worksheet) along with
the budget display for each fiscal year trapping program. Form 60-223 will be
prepared by using the "Standard Trap Servicings Per Season"form.
P. Counties generating Dibrom treated wicks (Oriental fruit fly and Melon fruit fly
detection traps)will possess a CAI number issued by the Califomia
Environmental Protection Agency.
* The trapping period in portions of mountainous or northern counties may differ from
that stated by prior agreement with the California Department of Food and Agriculture.
State of CaliforniaAgreement No. ®`�)-OCJ 7-3
COFDepartment of Food and Agriculture Attachment Z
Plant Health and Pest Prevention Services , Exhibit )q
Page / of t
PEST DETECTION/EMERGENCY PROJECTS FY 2007 / 2008 COMMITMENT FORM
AGRICULTURAL COMMISSIONER COUNTY
Edward P. Meyer Contra Costa
DETECTION SPECIALIST DATE
Laura Irons 3/29/2007
COUNTY STATE TOTAL
COMMITMENT COMMITMENT COMMITMENT
PROGRAM UNITS UNITS HOURS UNITS HOURS UNITS HOURS
COMMERCIAL CROP: (PROPERTIES) 0 60 0 0 0 60
PUBLIC CONTACT: (SAMPLE PROPERTIES) 0 900 0 0 0 900
SPECIAL SURVEYS: RIFA 0 60 0 0 0 60
0 0 0 0 0 0
0 0 0 0 0 0
0 0 0 0 0 0
TRAPPING SUMMER/WINTER SUMMER/WINTER SUMMERIWINTER
JACKSON TRAP-MEDFLY MF 0 / 0 993 / 0 993 / 0
McPHAIL TRAP MP 0 / 0 893 / 0 893 / 0
CHAMP TRAP-Garden CP 0 / 0 221 / 0 221 / 0
CHAMP TRAP-Rural CP 0 / 0 41 / 0 41 / 0
CHAMP TRAP-Rural Residenfial CP 0 / 0 23 / 0 23 / 0
JACKSON TRAP-ORIENTAL FRUIT FLY OF 0 / 0 993 / 0 993 / 0
JACKSON TRAP-MELON FLY ML 0 / 0 993 / 0 993 / 0
GYPSY MOTH GM 0 739 739
JAPANESE BEETLE JB 0 466 466
MISCELLANEOUS: Apple Maggot 47 0 47
Boll Weevil 0 0 0
European Com Borer 0 0 0
European Pine Shoot Moth 0 20 20
Nantucket Pine Shoot Moth 0 20 20
Khapra Beetle 27 0 27
Scienfific Evaluation-citrus 0 0 0
Scientific Evaluation-grapes 0 0 0
Light Brown Apple Moth 993 0 993
Long Horned Beetle 5 0 5
Africanized Honey Bee 6 0 6
Vine Mealybug 70 0 70
Oriental Fruit Moth 15 0 15
SPECIAL TRAPS OR TRAPPING CONSIDERATIONS: Light Brown Apple Moth: Total is for urban trapping only @ 5/sq. mile.
LBAM is funded through a different contract (not P.D.).
Japanese Beetle total traps includes 4 freight forwarding sites @ 10 each in addition to normal urban traps.
Agreement No. Z�
Page 1 of
EXHIBIT B
(County Agreement)
BUDGET DETAIL AND PAYMENT PROVISIONS
1. Invoicinq and Payment
A. For services satisfactorily rendered, and upon receipt and approval of the invoices, the State
agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates
specified herein, which is attached hereto and made a part of this Agreement.
B. Invoices shall include the Agreement Number and shall be submitted in triplicate not more
frequently than monthly in arrears. Invoices shall be submitted to the designated CDFA Contract
Manager for this Agreement.
2. Budget Contingency Clause
A. It is mutually agreed that if the Budget Act of the current year and/or any subsequent years covered
under this Agreement does not appropriate sufficient funds for the program, this Agreement shall
be of no further force and effect. In this event, the State shall have no liability to pay any funds
whatsoever to Contractor or to furnish any other considerations under this Agreement and
Contractor shall not be obligated to perform any provisions of this Agreement.
B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program,
the State shall have the option to either cancel this Agreement with no liability occurring to the
State, or offer an agreement amendment to Contractor to reflect the reduced amount.
3. Funding Sources for County Contracts (If no Federal Funds, this Section is not applicable)
An annual report of expenditures, where county payments are supported by Federal funds, will be
issued by CDFA Administrative Services, Financial Services Branch. This report will be issued by
September 30th for invoices submitted prior to July 31st for services rendered in the prior State Fiscal
Year.
Federal and State Regulations - The County will comply with all Federal and State regulations and
requirements. The County must ensure they have an adequate accounting system in place and
appropriate internal controls to ensure expenditures are tracked and maintained.
All sub-recipients of Federal awards shall comply with the Code of Federal Regulations (CFR) Title 2,
Part 225 - Cost Principles for State and Local Governments and Title 7, Part 3016 — Uniform
Administrative Requirements for Grants and Cooperative Agreements to state and local
governments.
Federal 2 CFR 225 (OMB Circular A-87) can be found at the following website:
http://training.fws.gov/fedaid/toolkit/2cfr225.pdf
Federal 7 CFR 3016 can be found at the following website:
http://www.access.qpo.qov/nara/cfr/waisidx 01/7cfr3016 01.html
The State's accounting standards and procedures for counties provided by the State Controller's Office
are located at the following website: http://www.sco.ca.gov/ard/manual/cntyman.pdf
Agreement No.
01 40OZ3
Exhibit
C (C) FE:))y Attachment
Page 7 of Z
Contra Costa loo EM, N.-MAG�RI,CU,LTURE
A. PERSONNEL
TOTAL
CLASSIFICATIONS HOURS/ WORK
DAY DAYS HOURS
1 Deputy Agricultural Commissioner(supervisory) 2.298 151 347
2 Agricultural Biologist VII/III 4.086 151 617
3 PI:Pest Detection Specialists&Temps 108.8 151 16,429
4 Clerical 2.172 151 328
5 0 0 0
6 0 0 0
7 0 0 0
8 0 0 0
9 0 0 0
1. SALARIES HOURLY RATE
with out Benefits HOURS SALARY
1 Deputy Agricultural Commissioner(supervisory) $40.49 347 $14,050.00
2 Agricultural Biologist 1/II/III $30.57 617 $18,862.00
3 PI:Pest Detection Specialists&Temps $18.25 16429 $299,829.00
4 Clerical $18.82 328 $6,173.00
5 $0.00 0 $0.00
6 $0.00 0 $0.00
7 $0.00 0 $0.00
8 $0.00 0 $0.00
9 $0.00 0 $0.00
SUBTOTAL: $338,914.00
2. STAFF BENEFITS AND OVERHEAD BENEFIT BENEFIT
RATE% SALARY COST
1 Deputy Agricultural Commissioner(supervisory) 37.5800% $14,050.00 $5,280.00
2 Agricultural Biologist 1/II/III 37.5800% $18,862.00 $7,088.00
3 PI:Pest Detection Specialists&Temps 14.1800°/ $299,829.00 $42,516.00
4 Clerical 37.5800% $6,173.00 $2,320.00
5 0.0000% $0.00 $0.00
6 0.0000% $0.00 $0.00
7 0.0000% $0.00 $0.00
8 0.0000% $0.00 $0.00
9 0-0000% $0.00 $0.00
SUBTOTAL: $57.204.00
OVERHEAD
SALARIES BENEFITS COST
25 %Overhead(Not to exceed 25%) $338,914.00 $57,204.00 $99,030.00
PERSONNEL COST TOTAL: $495,148.00
C (OPY Agreement No,
Exhibit 13
Attachment
Page 2 of Z
B. SUPPLIES(Trapping poles,office supplies,etc.) $737.00
C. VEHICLE OPERATION
COUNTY NO.OF MILEAGE COST
VEHICLES USAGE PER PER
MONTHS MONTH MILE' COST
17 7 14365 $0.485 $48,769.00
STATE NO.OF MILEAGE COST
VEHICLES USAGE PER PER
MONTHS MONTH MILE' COST
0 0 $0285 $0.00
NO.OF NO.OF MILEAGE COST
LEASED COST PER USAGE PER PER
VEHICLES MONTH MONTHS MONTH MILE' COST
0 0 0 0 $0285 $0.00
VEHICLE COST TOTAL: $48,769.00
Per federal audit guidelines,this rate cannot be exceeded. However,if your county's internal policy uses a lower rate,that rale may be applied.
GRAND TOTAL PROGRAM COST`: $544,654.00
(COUNTY COMMITMENT TO BE SHOWN ON MONTHLY INVOICE)
TOTAL CONTRACT AMOUNT(per CDFA): $544,654.00
'Any variances are due to rounding to the who/e dollar,
COMMENTS:
k l �'� -� •SQJ�`�'X�'�F' Yq
PAgreement No. azJZ3
Page 1 of 3
EXHIBIT C
(County Agreement)
GENERAL TERMS AND CONDITIONS GTC 307
1. APPROVAL: This Agreement is of no force or effect until signed by both parties and approved
by the Department of General Services, if required. Contractor may not commence performance
until such approval has been obtained.
2. AMENDMENT: No amendment or variation of the terms of this Agreement shall be valid unless
made in writing, signed by the parties and approved as required. No oral understanding or
Agreement not incorporated in the Agreement is binding on any of the parties.
3. ASSIGNMENT: This Agreement is not assignable by the Contractor, either in whole or in part,
without the consent of the State in the form of a formal written amendment.
4. AUDIT: Contractor agrees that the awarding department, the Department of General Services,
the Bureau of State Audits, or their designated representative shall have the right to review and to
copy any records and supporting documentation pertaining to the performance of this Agreement.
Contractor agrees to maintain such records for possible audit for a minimum of three (3) years
after final payment, unless a longer period of records retention is stipulated. Contractor agrees to
allow the auditor(s) access to such records during normal business hours and to allow interviews
of any employees who might reasonably have information related to such records. Further,
Contractor agrees to include a similar right of the State to audit records and interview staff in any
subcontract related to performance of this Agreement. (Gov. Code §8546.7, Pub. Contract Code
§10115 et seq., CCR Title 2, Section 1896).
5. INDEMNIFICATION: Contractor agrees to indemnify, defend and save harmless the State, its
officers, agents and employees from any and all claims and losses accruing or resulting to any
and all contractors, subcontractors, suppliers, laborers, and any other person, firm or corporation
furnishing or supplying work services, materials, or supplies in connection with the performance
of this Agreement, and from any and all claims and losses accruing or resulting to any person,
firm or corporation who may be injured or damaged by Contractor in the performance of this
Agreement.
6. DISPUTES: Contractor shall continue with the responsibilities under this Agreement during any
dispute.
7. TERMINATION FOR CAUSE: The State may terminate this Agreement and be relieved of any
payments should the Contractor fail to perform the requirements of this Agreement at the time
and in the manner herein provided. In the event of such termination the State may proceed with
the work in any manner deemed proper by the State. All costs to the State shall be deducted from
any sum due the Contractor under this Agreement and the balance, if any, shall be paid to the
Contractor upon demand.
8. INDEPENDENT CONTRACTOR: Contractor, and the agents and employees of Contractor, in
the performance of this Agreement, shall act in an independent capacity and not as officers or
employees or agents of the State.
1
Agreement No. 01-CbZ3
COPY Page 2 of 3
9. RECYCLING CERTIFICATION: The Contractor shall certify in writing under penalty of perjury,
the minimum, if not exact, percentage of post consumer material as defined in the Public Contract
Code Section 12200, in products, materials, goods, or supplies offered or sold to the State
regardless of whether the product meets the requirements of Public Contract Code Section
12209. With respect to printer or duplication cartridges that comply with the requirements of
Section 12156(e), the certification required by this subdivision shall specify that the cartridges so
comply (Pub. Contract Code §12205).
10. NON-DISCRIMINATION CLAUSE: During the performance of this Agreement, Contractor and
its subcontractors shall not unlawfully discriminate, harass, or allow harassment against any
employee or applicant for employment because of sex, race, color, ancestry, religious creed,
national origin, physical disability (including HIV and AIDS), mental disability, medical condition
(cancer), age (over 40), marital status, and denial of family care leave. Contractor and
subcontractors shall insure that the evaluation and treatment of their employees and applicants
for employment are free from such discrimination and harassment. Contractor and subcontractors
shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code §12990 (a-
f) et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations,
Title 2, Section 7285 et seq.). The applicable regulations of the Fair Employment and Housing
Commission implementing Government Code Section 12990 (a-f), set forth in Chapter 5 of
Division 4 of Title 2 of the California Code of Regulations, are incorporated into this Agreement by
reference and made a part hereof as if set forth in full. Contractor and its subcontractors shall
give written notice of their obligations under this clause to labor organizations with which they
have a collective bargaining or other Agreement.
Contractor shall include the nondiscrimination and compliance provisions of this clause in all
subcontracts to perform work under the Agreement.
11. CERTIFICATION CLAUSES: The CONTRACTOR CERTIFICATION CLAUSES contained in
the document CCC 307 are hereby incorporated by reference and made a part of this Agreement
by this reference as if attached hereto.
12. TIMELINESS: Time is of the essence in this Agreement.
13. COMPENSATION: The consideration to be paid Contractor, as provided herein, shall be in
compensation for all of Contractor's expenses incurred in the performance hereof, including
travel, per diem, and taxes, unless otherwise expressly so provided.
14. GOVERNING LAW: This contract is governed by and shall be interpreted in accordance with
the laws of the State of California.
15. ANTITRUST CLAIMS: The Contractor by signing this agreement hereby certifies that if these
services or goods are obtained by means of a competitive bid, the Contractor shall comply with
the requirements of the Government Codes Sections set out below.
a. The Government Code Chapter on Antitrust claims contains the following definitions:
1). "Public purchase" means a purchase by means of competitive bids of goods, services, or
materials by the State or any of its political subdivisions or public agencies on whose behalf the
Attorney General may bring an action pursuant to subdivision (c) of Section 16750 of the
Business and Professions Code.
2). "Public purchasing body" means the State or the subdivision or agency making a public
purchase. Government Code Section 4550.
I'i
Py Agreement No. Z3
Page 3of3
b. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is
accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of
action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright
Act (Chapter 2 (commencing with Section 16700) of Part 2 of Division 7 of the Business and
Professions Code), arising from purchases of goods, materials, or services by the bidder for sale
to the purchasing body pursuant to the bid. Such assignment shall be made and become effective
at the time the purchasing body tenders final payment to the bidder. Government Code Section
4552.
c. If an awarding body or public purchasing body receives, either through judgment or settlement,
a monetary recovery for a cause of action assigned under this chapter, the assignor shall be
entitled to receive reimbursement for actual legal costs incurred and may, upon demand, recover
from the public body any portion of the recovery, including treble damages, attributable to
overcharges that were paid by the assignor but were not paid by the public body as part of the bid
price, less the expenses incurred in obtaining that portion of the recovery. Government Code
Section 4553.
d. Upon demand in writing by the assignor, the assignee shall, within one year from such
demand, reassign the cause of action assigned under this part if the assignor has been or may
have been injured by the violation of law for which the cause of action arose and (a)the assignee
has not been injured thereby, or (b) the assignee declines to file a court action for the cause of
action. See Government Code Section 4554.
16. CHILD SUPPORT COMPLIANCE ACT: "For any Agreement in excess of $100,000, the
contractor acknowledges in accordance with Public Contract Code 7110, that:
a). The contractor recognizes the importance of child and family support obligations and shall fully
comply with all applicable state and federal laws relating to child and family support enforcement,
including, but not limited to, disclosure of information and compliance with earnings assignment
orders, as provided in Chapter 8 (commencing with section 5200) of Part 5 of Division 9 of the
Family Code; and
b) The contractor, to the best of its knowledge is fully complying with the earnings assignment
orders of all employees and is providing the names of all new employees to the New Hire
Registry maintained by the California Employment Development Department."
17. UNENFORCEABLE PROVISION: In the event that any provision of this Agreement is
unenforceable or held to be unenforceable, then the parties agree that all other provisions of this
Agreement have force and effect and shall not be affected thereby.
18. PRIORITY HIRING CONSIDERATIONS: If this Contract includes services in excess of
$200,000, the Contractor shall give priority consideration in filling vacancies in positions funded
by the Contract to qualified recipients of aid under Welfare and Institutions Code Section 11200 in
accordance with Pub. Contract Code §10353.
3
COPAgreement Number 6-7- Q&Z3 Page 1 of 1
EXHIBIT D
(County Agreement)
SPECIAL TERMS AND CONDITIONS
1. Excise Tax
The State of California is exempt from federal excise taxes and no payment will be made for any taxes
levied on employees'wages. The State will pay for any applicable State of California or local sales or use
taxes on the services rendered or equipment or parts supplied pursuant to this Agreement. California may
pay any applicable sales and use tax imposed by another state.
2. Settlement of Disputes
In the event of a dispute, Contractor shall file a "Notice of Dispute" with the CDFA within ten (10) days of
discovery of the problem. Such Notice of Dispute shall contain the Agreement number. Within ten (10)
days of receipt of such Notice of Dispute, the Agency Secretary, or Designee, shall meet with the
Contractor and the CDFA project manager for the purpose of resolving the dispute. The decision of the
Agency Secretary or Designee shall be final. In the event of a dispute, the language contained within this
Agreement shall prevail over any other language including that of the bid proposal.
3. Agency Liability
The Contractor warrants by execution of this Agreement, that no person or selling agency has been
employed or retained to solicit or secure this Agreement upon agreement or understanding for a
commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide
established commercial or selling agencies maintained by the Contractor for the purpose of securing
business. For breach or violation of this warranty, the State shall, in addition to other remedies provided
by law, have the right to annul this Agreement without liability, paying only for the value of the work
actually performed, or otherwise recover the full amount of such commission, percentage, brokerage, or
contingent fee.
4. Potential Subcontractors
If Contractor subcontracts out a portion of the work required by this Agreement, nothing contained in this
Agreement or otherwise, shall create any contractual relation between the State and any subcontractors,
and no subcontract shall relieve the Contractor of his responsibilities and obligations hereunder. The
Contractor agrees to be as fully responsible to the State for the acts and omissions of its subcontractors
and of persons either directly or indirectly employed by any of them as it is for the acts and omissions of
persons directly employed by the Contractor. The Contractor's obligation to pay its subcontractors is an
independent obligation from the State's obligation to make payments to the Contractor. As a result, the
State shall have no obligation to pay or to enforce the payment of any moneys to any subcontractor.
5. Right To Terminate
The State reserves the right to terminate this Agreement without cause subject to 30 days written notice to
the Contractor. However, this Agreement can be immediately terminated by the State for cause.
Contractor may terminate this Agreement for cause and be relieved of any further obligations subject to a
60-day written notice to the State, only if contractor can no longer perform its responsibilities or if the State
fails to perform its responsibilities as provided herein. Upon such termination, the State shall be relieved
of any further payments and this Agreement shall be cancelled.