HomeMy WebLinkAboutMINUTES - 04042006 - C.12 1�
�t ___
TO: BOARD OF SUPERVISORS ` L`'°" Contra
"
FROM: MAURICE M. SHN, PUBLIC WORKS DIRECTOR ;', n, Costa
2.
DATE: April 4, 2006 c°`rA�o�N County
SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with
A.S.Dutchover&Associates in the amount of$250,000 for the provision of landscape architectural
services for the period April 4, 2006 through March 31, 2008, Countywide. (All Districts)Project
No.: Various
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION:
APPROVE and AUTHORIZE the Public Works Director,or designee,to execute a contract with A.S.Dutchover&
Associates in the amount of$250,000 for the provision of landscape architectural services for the period April 4,
2006 through March 31, 2008, Countywide.
FISCAL IMPACT:
There is no impact to the County General Fund. Services are paid by developer fees.
Continued on Attachment: X SIGNATURE:
_✓RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
m
ACTION OF BOA D V7 igOVED AS RECOMMENDED OTHER
VOT�PERVIUS(
UNANIMOUS(ABSENT
AYES: NOES:
ABSENT: ABSTAIN:
I hereby certify that this is a true and correct copy of an action
MF:ms
G:\GrpData\SpDist\Board Orders\2006-Board Orders\ taken and entered on the minutes of the Board of Supervisors on
04-04-06 BO A.S.Dutchover&Associates.doc the date shown.
Orig.Div:Public Works(Special Districts)
Contact: Margaret Fong(313-2005) 0
cc: County Administrator ATTESTED:
County Counsel
E.Whan,Engineering Services JOHN CULLEN, Clerk of the Board of Supervisors and County
T.Ric,Engineering Services Administrator
Accounting
File Folder
By Deputy
SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with
A.S.Dutchover&Associates in the amount of$250,000 for the provision of landscape architectural
services for the period April 4, 2006 through March 31, 2008, Countywide. (All Districts)Project
No.: Various
DATE: April 4, 2006
PAGE: 2
REASONS FOR RECOMMENDATIONS AND BACKGROUND:
Engineering Services requires a professional landscape architectural firm to provide plan review,construction field
inspections, grounds and facilities inspections, design services and other consulting services related to landscape
architecture primarily in the Tassajara and Dougherty Valley areas. Services are paid by developer fees.
CONSEQUENCES OF NEGATIVE ACTION:
Without Board approval, Engineering Services will not be able to provide these services with the required level of
expertise needed to ensure that landscape areas it manages are designed,constructed and maintained in accordance
with the Public Works Department's Landscape Standards.
Contra Costa County STANDARD CONTRACT Number
Standard Form L-1 (Purchase of Services -Long Form) Fund/Org#
Revised 2002 Account #
Other # Various
1. Contract Identification.
Department: Public Works Department
Subject: South County Development Area Landscape Architectural Services
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: A.S. Dutchover &Associates
Capacity: Partnership
Address: 40 California Avenue, Suite M, Pleasanton, CA 94566
3. Term. The effective date of this Contract is April 4, 2006. It terminates on March 31, 2008 unless sooner
terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed
$ 250,000.00.
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 terns 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. Proiect. 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 Ll (Purchase of Services-Long Form)
Revised 2002
9. Lent Authority. This Contract is entered into under and subject to the following legal authorities:
Government Code 31000
10. Sienatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors
By
rC airman/Designee M��t) Deputy
tL
CONTRACTOR
Name of business entity Name of business entity
By
(Signature o individual or officer) By
(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 L2.
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: 7r )t—
Designee Deputy
APPROVED: COUNTY ADMINISTRATOR
By:
Designee
ACKNOWLEDGMENT
STATE OF CALIFORNIA )
Kka.me& ) ss.
COUNTY OF )
On Kirch 2'A, 260(o before me,�1�1rrc,a�'. 11r� t�ov�ary U-1101te_
insert name and title of the officer), personally appeared D.lber* 5oza �1 chov�r
me (or proved to me on the basis
of satisfactory evidence) to be the person(&.)whose name(&.) is/are subscribed to the within instrument and
acknowledged to me that he/s4eMtey executed the same in his/her/t+&k authorized capacity(io&), and that by
his/herftheir signature(,&.) on the instrument the person(,&), or the entity upon behalf of which the person(s) acted,
executed the instrument.
WITNESS MY HAND AND OFFICIAL SEAL. PATRICIA J.MELIN
0Commission# 1561861
Z -m Notary Public-California
Alameda County
_ ( My Comm.Expires Mar 20,2009
Signature
ACKNOWLEDGMENT(by Corporation,Partnership,or Individual)
(Civil Code§1189)
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 Amount's. Subject to the Payrnent 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: As provided in paragraph 5. Hourly Rate and Personnel of the Service Plan.
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: l
Contractor County Dept.
Form P-1 (Page 1 of 1)
Contra Costa County SERVICE PLAN Number
Standard Form L-3 (Purchase of Services •Long Form)
Revised 2002
_South County (including Douizherty Valley, Wendt Ranch, Interveniniz Properties
and Alamo Creeks) Development Area Landscape Architectural Services
1. Certifications
a. Professional Requirements
Contractor certifies its employees who will perform work under this Contract possess a valid and current
California Landscape Architectural License.
b. Required Knowledge
Contractor certifies its employees who will perform work under this Contract posses knowledge and
experience in working with central controlled irrigation systems, the City of San Ramon Landscape
Standards, Dublin San Ramon Services District (DSRSD) Recycled Water User Guidelines, and will
have experience in providing a public agency with services similar to the following.
2. Plan Checking
a. Contractor will provide plan check services on an as-needed basis. Contractor will review the landscape
improvement plans, bond estimates, and technical specifications for conformance with the County
Standards, City of San Ramon Landscape Standards, Dublin San Ramon Services District (DSRSD)
Recycled Water User Guidelines,and all applicable codes and regulations. Landscape improvement plan
checks shall be completed at the landscape designer level or below under the direction of the landscape
architect with.the majority of work provided at or below the landscape designer level.
b. Upon completion of a landscape improvement plan check, the Contractor shall provide to the
County, written comments based on the necessary corrections to bring the plans into compliance
with agreed upon standards and codes. Contractor shall provide a typed hard copy and an electronic
copy in Microsoft Word of all comments ready insertion into correspondence to the applicant.
County may require other commenting methods, including but not limited to redlines and completion
of the County Landscape Standards and Guidelines Plan Review Checklist.
c. After improvements have passed a substantial completion inspection, the Contractor shall verify and
plan check the As-Built Plans.
hiitials:
Contractor n Dept.
L-3 (Page 1 of 2)
3. Construction Field Inspection
a. Contractor will provide field inspections of landscape improvements on an as-needed basis. At the
direction of the County, Contractor will review landscape improvements for conformance with the
Reviewed Landscape Improvement Plans, County Standards, the City's Landscape Standards, Dublin
San Ramon Services District(DSRSD)Recycled Water User Guidelines and other accepted landscape
construction practices. Contractor will conduct field reviews under the direction of the landscape
architect with the majority of work provide at the landscape designer/field inspector level. During such
inspections, all landscape elements shall be inspected, which may include, but are not limited to:
irrigation main line and lateral lines, spray heads, other irrigation components (i.e. central controlled
irrigation controller,backflow preventers,vacuum relief valves,quick coupling valves,etc.),tree,plant,
turf, and seed materials, water dams, root barriers,hardscape,xeroscape,play structures, site furniture,
vaults and valve boxes.
b. Upon completion of each field review, Contractor will provide to County written comments indicating
any deficiencies and the necessary corrections required to bring the landscape improvements into
compliance with the reviewed plans and specifications. Contractor will provide comments in Microsoft
Word, or in any other format specified by the County.
4. Additional Services
Contractor will provide additional landscape architectural services at the request of the County. These
services may include, but are not limited to: coordinating with the County to ensure the project is in
compliance with the Conditions of Approval,coordinating Final Inspections with the City of San Ramon and
DSRSD for recycled water systems, mitigation landscape reviews and inspections, and implementation of a
central controlled irrigation system.
5. Hourly Rate and Personnel
Contractor will supply the following personnel at the following hourly rates:
Landscape Architect A] Dutchover $110.00
Landscape Designer Brian Dutchover $ 90.00
Assistant Designer Steven Valenzuela $ 79.00
Clerical Stephanie Schieder $ 58.00
Hourly rates shall include all direct costs associated with performing services, which may include, but is
not limited to, photocopies and reproductions, postage, courier services, facsimiles, telephones, cellular
phones, personal safety gear, mileage, and other travel expenses. A markup percentage for construction
management or outside Contractors, such as Horticulturalists and Arborists, will not be permitted and shall
be billed at cost.
Initials:
Contra for Cnty6ept.
L-3 (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 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 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 terniinated 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.
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,orperformance 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) 1
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 Assitnment. 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.
L-5 (Page 3 of 6)
Initials:
Contractor Wounept.
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:
Contrac r Cpt.
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services -Long Form)
Revised 2003
a:
20. Notices. All notices provided for by this Contract shall be in writing and maybe 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. Copyris!hts 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 my 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
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
31, 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 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.
L-5 (Page 6 of 6)
Initials:
Contract r County ept.