Loading...
HomeMy WebLinkAboutMINUTES - 04062004 - C71-C75 TO: BOARD OF SUPERVISORS Contra FROM: Leslie T. Knight, Director of Human Resources Costa DATE: April 6, 2004 SUBJECT: Employee Health and Welfare Benefits Consulting Services County Contract Amendment and Extension SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOLAMENDATION: AUTHORIZE THE DIRECTOR OF HUMAN RESOURCES or designee to execute a contract amendment and extension with Mellon Human Resources & Investor Solutions (formally known as Bock Consultants) in the amount of$140,000 for the period June 1, 2004 through May 31, 2006 for the purpose of providing employee health and welfare benefits consulting services. BACKGROUND: Over the past several years, the County has utilized the contractual services of Mellon Human Resources & Investor Solutions (Mellon) in the development and implementation of specific benefit programs, ongoing annual reviews of benefit programs, and consultation services on this interpretation of new State and Federal laws as they pertain to employee benefits. To provide for a continuation of these services, Mellon has agreed to extend the contract an additional two (2) years at the current fees. Mellon is already familiar with County policies and all benefit programs and their associated costs, which will be beneficial for the County In order to complete ongoing consultation services and to prepare for the upcoming labor negotiations. FISCAL. IMPACT: Extending the contract with Mellon, with the current fee structure for the same level of consulting services, will save the County from increased consulting fee costs over the next two years as consulting fees have increased at an estimated compound rate of 5% since the start of this contract. In addition, the County would save the costs associated with soliciting new proposals from consulting firms and the potential internal costs to educate a new firm, if selected, on the County's policies and programs. Program costs for these services will be paid from the Benefits funds that receive revenues from monthly premiums charged to County Departments. The premium charges are reviewed annually by the County Administrator's Office and the Human Resources Department to establish premiums required to cover the cost of these programs. - 1/ CONTINUED ON ATTACHMENT: YES SIGNATURE: ---,.--,RECOMMENDATI N OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTE` APPROVE OTHER SIGNATURE(S): s �.. _- ---- ---------------- ---__ __..�. - - - --- ACTION OF BOy. ON SII, 6's2004 APPROVE AS RECOMMENDED X _ w OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN X UNANIMOUS(ABSENT NONE } AND ENTERED ON THE MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES: NOES: SHOWN, ABSENT: ABSTA#N: ATTESTED APPTT, 6. 2M4 CONTACT: JOHN SWEETEN,CLERK OF THE BOARD OF SUPERVISORS AND C9UNTY ADMINISTRATOR CC: Human Resources Department(6-1747) BY County Counsel DEPUTY Auditor-Controller Benefits service Unit,Human Resources Department Contra h; Costa County ?sq 6 f TO: BOARD OF SUPERVISORS III FROM: Dennis M. Barry, AICP Community Development Director DATE: April 6, 2004 SUBJECT: CONTRACT AMENDMENT WITH DARWIN MYERS ASSOCIATES FOR GEOLOGIC CONTRACT SERVICES (Contract # 33999-00) SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION RECOMMENDATIONS APPROVE and AUTHORIZE the Community Development Director, or designee,to execute a contract amendment with Darwin Myers Associates effective April 7, 2004 to increase the payment limit by$ 25,000 to a new payment limit of$110,000 to provide geologic services, with no change in the term through June 30, 2004. FISCAL IMPACT None. All costs are covered by fees charged to applicants. BACKGROUND/REASONS FOR RECOMMENDATIONS Darwin Myers Associates provides geotechnical review services for land use projects requiring geology reports or where topographical or geological concerns are present. Community Development uses contract planning services to augment/decrease staff needs in relation to rises/declines in economy that affect work flow. The work provided by Darwin Myers Associates includes performing initial CEQA assessment and geotechnical issues,reviewing geology reports submitted by applicants, reviewing grading plans and providing guidance on other geotechnical issues. CONTINUED ON ATTACHMENT: YES SIGNATURE _ _RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE _,�e"PROVE OTHER SIGNATURE(S) : ACTION OF BAA ON AMM6. 20()4 APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A X UNANIMOUS (ABSENT NM TRUE AND CORRECT COPY OF AN AYES: NOES: ACTION TAKEN AND ENTERED ON THE ABSENT: ABSTAIN: MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE SHOWN. Orig: Raymond Wong (92 5) 335-1282 ATTESTED AMM 6 2004 CC: Community Development Department Carol Ramirez, Auditor-Controller JOHN SWEETEN, ' CLERK OF County Administrator THE BOARD OF SUPERVISORS AND C�QUNTY ADMINISTRATOR BY " '?` r / ' *� DEPUTY TO: BOARD OF SUPERVISORS Contra FROM: CARLOS BALTODANO Costa DIRECTOR, BUILDING INSPECTION Counly Sra r DATE: APRIL 6, 2004 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, 2004 and expires December 31, 2005. 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 repaid. BACKGRQUN'D/REASONS FOR RECOMMENDATIONS The Building Inspection Department receives a CDBG allocation each fiscal year. The Neighborhood Preservation Program received$400,000 for the fiscal year 2003-2004. 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 are 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 September 2, 2003, the Neighborhood Preservation Program mailed out 67 bid notices to title companies. Three companies responded and ATR, LLC was the lowest responsive 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$295 per property. ATR, LLC is a small business enterprise. CONTINUED ON ATTACHMENT: X SIGNATURE _,,-RECOMMENDATION of COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE ,--APPROVE OTHER SIGNATURE S a­."e'-- ACTION OF SO D PN AMM 6. 700+ APPROVED AS RECOMMENDED X._._OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE X UNANIMOUS(ASSENT I ) AND CORRECT COPYOF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE ABSENT: ABSTAIN: BOARD OF SUPERVISORS ON THE DATE SHOWN. Contact: Anil Comelo(925)335-1155 ATTESTED:APRIL cc: County Administrator John Sweeten,Clerk of the Board of supervisors County Counsel and Co ty Administrator 7 BY l< .- .�L'�.DEPUTY r Contra , .. Costa County TO: BOARD OF SUPERVISORS :- ` ff$ILL G.. l FROM: Dennis M. Barry,AICD Community Development Director DATE: April 6, 2004 SUBJECT: CONTRACT WITH SPONAMORE ASSOCIATES TO PREPARE AN ENVIRONMENTAL REVIEW DOCUMENT FOR THE COUNTY PUBLIC SAFETY BUILDING (Contract# C48693-00) SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION RECOMMENDATIONS APPROVE and AUTHORIZE the Community Development Director, or his designee, to execute a contract with Sponamore Associates in the amount of $85,000 to provide environmental impact report review for a proposed County Public Safety Building and related improvements at the intersection of Glacier and Muir Drives, Martinez, for the period April 7 through December 31, 2004. (Budgeted, Plant Acquisition) (District 11) FISCAL IMPACT This is a County project and is funded by the Sheriff s Capital Facilities Fund. BACKGROUND/REASONS FOR RECOMMENDATIONS The Sheriff's Department is proposing the construction of a new County Public Safety Building adjacent to the County Public Works Building at Glacier Drive. The building will be a three-story structure which will have a total of 84,000 gross sq. ft. with partial basement of 32,000 sq. ft. Additionally, a detached 3-story parking structure with an additional level of below grade with a total of 107,000 gross sq. ft. The proposed main building will constitute of a 188-seat lecture hall, a situation room to coordinate County response to emergencies, several departments of the Sheriff-Coroner, including the Sheriff-Coroner's executive staff, locker rooms for building occupants and emergency personnel, conference and training rooms, and food service area. The proposed facility will consolidate space currently occupied by the sheriff-Coroner at 651 Pine Street, 500 Court Street, the Emergency Operations Center on Glacier Drive, and leased space at 823 Marina Vista in Martinez. The Environmental review will consider extension proposals from the Public Works Department as well. CONTINUED ON ATTACHMENT: X YES SIGNATI:�RE'��/ RECOMMENDATION OF COUNTY ADMINISTRATOR—RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON jytyL 6,. 2M4 APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A UNANIMOUS (ABSENT N= TRUE AND CORRECT COPY OF AN AYES: NOES: ACTION TAKEN;AND ENTERED ON THE ABSENT: ABSTAIN: MINUTES OF THE BOARD OF - SUPERVISORS ON THE DATE SHOWN. Orig: Raymond Wong(925) 335-1282 ATTESTED Amm Vis, 7.1304 cc: Community Development Department Carol Ramirez,Auditor-Controller JOHN SWEETEN,CLERIC OF County Administrator THE BOARD OF SUPERVISORS Planner: Telma Moreira 335-121.7 AND COUNTY ADMINISTRATOR BY' z: ''`� EPUTY The Contra Costa County Community Development Department will be the lead agency in preparing the environmental review for this project. Sponamore Associates has been chosen to assist the County with the preparation of the environmental review of the project. ............................................................................................................................................................................ .................................................. TO: BOARD OF SUPERVISORS Contra FROM: Michael G. Ross, Animal Services Director Costa DATE: April 6, 2004 SUBJECT: Contract for Administrative Support Services Ci r SPECIFIC REQUEST($)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION: APPROVE and AUTHORIZE the Animal Services Director, or designee, to execute a contract with Susanne Beadle in an amount not to exceed $45,000 to provide consulting services during the preparation and move to new facilities and subsequent change in administration, for the period April 1, 2004 through September 30, 2004. FINANCIAL IMPACT: Budgeted BACKGROUND: The proposed contractor is a retiring County employee who has provided administrative services to the department for the past seven years. The contractor shall provide consulting services in the areas of information technology, human resources, finance, and other duties as assigned. The information technology management will include but not be limited to working with the Chameleon system and Crystal Reports. A contract is needed to provide adequate and as necessary on-call technical services, to ensure the integrity of the department's IT systems. A contract is required due to delays in moving into the new Shelter facilities because of delays in completion of those buildings, further complicated by the timing of previously planned retirements in that department. CONTINUED ON ATTACHMENT: YES SIGNATURE: -------——----------------------------------------------------—-------------—------------------—-— -—------------ -,--KECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDAT610� ��a F BOARD COMMITTEE �_r 15PROVE OTHER SIGNATURE( ACTION OF AR ON APRIL APPROVE AS RECOMMENDED X OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN X UNANIMOUS(ABSENT NOM AND ENTERED ON THE MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES: NOES: SHOWN. ABSENT: ABSTAIN: ATTESTED A6 200& E CONTACT: JOHNS' EETEN,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR CC: Animal Services CAO Purchasing By ,DEPUTY .........................................................................................................................I..................................................... . ....................... ................... , , . .. . ................................................................. Contra Costa County STANDARD CONTRACT Number Standard Form L-1 (Purchase of Services- Long Form) Fund/Org# 3330 Revised 2002 Account # 2310 Other # 1. Contract Identification. Department: Animal Services Department Subject: Animal Services Administration and Consultation 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: Susanne Beadle Capacity: Independent Contractor Address: 31 W Hayward Ct, Martinez CA 94553 3. Term. The effective date of this Contract is Marchg1,2004. It terminates on September 30,2004 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 411,000-00. 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 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. se , 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) ........................I........................................................................................................................................................... ....... . . ............................................ 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: California Government Code Section 26227 and 31000 and 45 CFR Section 13oo, et seq. lo. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors B�y �� By airman Mes D puty CONTRACTOR Name of businqentity Name of business entity By %,1U%i1aLWa-V kii Inuiviuum V1 VIIIL'ul) By( of indMdital or effieer) (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 he 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 a41,A-, Designee v Deputy APPROVED: COUNTY ADMINISTRATOR BY: Er_e-.O� Designee ACKNOWLEDGMENT STATE OF CALIFORNIA ) } ss. COUNTY OF CONTRA COSTA ) OnZ-4�'A –d —,before insert name and title of the officer), personally appeared A p rsonally known to me (or proved to me on the basis of satisfactory evidence)to be the person{ whose name(*Ware subscribed to the within instrument and acknowledged to me that hq�g/they executed the same in hisQ)/their authorized capacity;,and that by his(!g/their signatureoiton the instrument the person, or the entity upon behalf of which the personog>acted, executed the instrument. WITNESS MY HAND AND OFFICIAL SEAL. .. tl�tS E�U (Seal) ,� COMM, 1350678 x NOTARY PUBLIC•CALiFORN1A i at e y '' Y CON7fRA COSTA COUNTY «. My Comm.Expires Ma 6,2006 NT( Partnership,or Individual) (Civil Code§1189) L-2 (Page 1 of 1) Service Plan The Contractor (Sue Beadle) shall provide administrative consulting services in the areas of information technology, human resources, and finance. Services for information technology management shall include but are not limited to working with the Chameleon system and Crystal Reports. Other consulting services provided by the Contractor shall include preparing for and moving into new facilities, and other duties as assigned by the Animal Services Director and mutually agreed upon by the Contractor and the Animal Services Director. Initials r (Contractor) (County) 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. $ per unit, as defined in the Service Plan, or ❑ c. $ after completion of all obligations and conditions herein. ® d. Other: See .Attached 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 las 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. 1 Initials: �5— A Contractor County Dept. Form P-1 (Page 1 of 1) .................11.............-.................................................................................-I''','''' ............................................................................... Payment Provisions The cost of providing the professional services as described in the attached Service Plan shall be on an hourly basis. The hourly rate will be billed at $70.00 per hour. The total cost of the contract shall not exceed $45,000. Contra Costa County Number Standard Form 1A Revised 2002 SPECIAL CONDITIONS (Purchase of Services-Long Form) 1. Withholding and FICA Deductions. Notwithstanding Paragraph 14 of the General Conditions of the Standard Contract, for purposes of withholding state and federal taxes and Social Security only from payments due, the Auditor-Controller will make deductions for these purposes. Contractor is not a County employee. Contractor further understands that County has no obligation to provide, and Contractor will not be provided fringe benefits, including but not limited to, vacation, sick leave, retirement, and health plan coverage. County will provide worker's compensation coverage and unemployment insurance if County has the right to control the way in which Contractor's work is done. 2. Indemnification. Paragraph 18 (Indemnification) of the General Conditions is hereby deleted in its entirety. 3. Insurance. Paragraph 19(Insurance) of the General Conditions is hereby deleted in its entirety and replaced with the following paragraph: "19. Insurance. 1. Automobile Insurance. During the entire term of this Contract and any extension or modification thereof, Contractor shall keep in effect a policy or policies of motor vehicle liability insurance, naming the County and its officers and employees as additional insureds, for any use Contractor makes of a private automobile in the performance of this Contract, as required by State law, in amounts not less than: (1) $100,000 for personal injury to, or death of one person;', (2) $.300,000 for injury to, or death of, two or more persons, per occurrence; and (3) $100,000 for property damage. 2. Insurance Certificate. Not later than the effective date of this Contract, Contractor shall provide County with a certificate(s) of insurance evidencing the above liability insurance. The policies shall include a provision for thirty(30)days written notice to County before cancellation or material changeof the above- specified coverage." Form 1,4(Page 1 of 1) ......... ......... ......... ......... ......_.. ......... ..... ........ .............. .......... ......... ......... ......... ......... ......... ......... ..............._. . _. _... ._ _........ ......... . ........ ......... Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2402 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 may be 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 theirduly 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. L-5 (Page 1 of 6) ......... ......... ....._... . ........ _ ........ ......._.. ._....... ......... ......... ......... ......... ......... ......... ................ ......................................................................................................... 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 may be cancelled immediately by written mutual consent. 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 Qperating 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 forthin 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 Ad- ministrator(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 Lave 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. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County, State of California. L-5 (Page 2 of 6) __ __ Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2002 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 GeneralConditions, 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 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 may be guilty of a misdemeanor. Initials: —A Contractor County Dept. L-5 (Page 3 of 6) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services-Long Form) Revised 2002 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 harmlessCounty 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. 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. 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. Initials: Contractor County Dept. 1.,-5 (Page 4 of 6) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services -Long Form) Revised 2002 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. 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 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 pub dorsing a product as long as the Initials: Contractor County Dept. L-5 (Page 5 of 6) Contra Costa County GENERAL CONDITIONS Standard Form L-5 (Purchase of Services -Long Form) Revised 2002 Contractor's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Contra Costa County. 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$300,000 or more in federal grant funds in any fiscal year 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$300,000 in federal grant funds in any fiscal year 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$300,000 in federal grant funds in any fiscal year from any source,Contractor is exempt from federal audit requirements for that year,however, Contractor's records must be available for and an audit may be 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. Initials: l.. C6----— Contractor County Dept. L-5 (Page 6 of 6)