Loading...
HomeMy WebLinkAboutMINUTES - 06172008 - C.66 TO: BOARD OF SUPER SORS Contra FROM: Vincent L. Guis , A ricultu pl Commissioner- ;• Director of Weights and MeasuresCosta DATE: June 17, 2008 rA couK'� ~� County SUBJECT: Agreement #07-0823 between Contra Costa County and the State of California, Department of Food and Agriculture for reimbursement for County-wide Light Brown AI pple Moth Trapping /vo� I SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION(S): APPROVE and AUTHORIZE the Agricultural Commissioner, or his designee, to execute an agreement between Contra Costa County and the State of California, Department of Food and Agriculture for reimbursement to the County for materials, supplies and labor necessary for Light Brown Apple Moth trapping and survey activities from July 1, 2007 through June 30, 2008. FISCAL IMPACT: The agreement reimburses the County for expenditures incurred from July 1, 2007 through June 30, 2008 in the amount of $102,482.00. BACKGROUND: Light Brown Apple Moth ("LBAM") was first discovered in the San Francisco Bay Area in the late fall of 2006. In late Febr 6 ary 2007, the State Department of Food and Agriculture commenced an emergency insect trapping program, requiring Bay Area counties to determine the extent of the infestation (also known as the "delimitation protocol"). On May 2, 2007, a Federal Domestic Quarantine Order (DA-2007-42) was issued that required, among other actions, county-wide trapping, involving additional traps and efforts beyond what was anticipated in the State delimitation protocol. CONTINUED ON ATTACHMENT: IYES SIGNATURE: c ------------------------------------------ ------ --------------------------------------------------- – '/� - ----------- ------- -------------- ✓RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATAl ION OF BOARD COMMI EE _/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: SHOWN. ABSENT: ABSTAIN: ATTESTED CONTACT: Cathy Roybal,646-5250 JOHN CULLEN,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY MINISTRATOR CC: County Administrator Agriculture Q BY PUTY SUBJECT: Light Brown Apple Moth Agreement (#07-0823) for the period July 1, 2007 through June 30, 2008 DATE: June 17, 2008 PAGE: Page 2 of 2 Since spring of 2007, County Agricultural Commissioners have been performing LBAM trapping at the County's expense, with the understanding that reimbursement from the State of California, Department of Food and Agriculture would follow. The State Department took some time allocating funding for the reimbursement, since both emergency funds and Federal funds were necessary. CONSEQUENCE OF NEGATIVE ACTION: Failure to approve Contract #07-0823 will result in a loss of revenue to the Department of Agriculture in the form of lost compensation for work performed from July 1, 2007 through June 30, 2008. STATE.OF CALIFORNIA STANDARD AGREEMENT S x•b 213(Rev 10/05) AGREEMENT NUMBER 07-0823 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 $102,482100 of this Agreement is: One Hundred Two Thousand Four Hundred Eighty-two 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 2 Page(s) Attachment 2 3 Page(s) Attachment 3 1 Page(s) Attachment 4 1 Pages) Exhibit B—Budget Detail and Payment Provision 1 Page(s) Attachment 1 1 Page(s) Exhibit C—General Terms and Conditions-GTC 307 3 Pages Check mark one item below as Exhibit D: FORM APPROVED Page(s)® Exhibit D-Special Terms and Conditions SILVANO s.MARCHESI,C iniy 0o se (Attached hereto as part of this Agreement) By Deputy 0 Exhibit D'-Special Terms and Con Iditions 5. Name of Program: Light Brown Apple Moth 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 individual, 'state whether a corporation,partnership,etc.) COUNTY OF CONTRA COSTA BY(Authorized Signature f 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 i BY(Authorized Signature) DATE SIGNED I PRINTED NAME AND TITLE OF PERSON SIGNING JANICE L. PRICE, ACQUISITIONS MANAGER ADDRESS 1220 N STREET, ROOM 115, SACRAMENTO,CA 95814 [I Exempt per. Agreement No. 07-0823 Page 1 of 1 EXHIBIT A (County Agreement) SCOPE OF WORK 1. Contractor agrees to provide the services described herein: The Contractor will provide labor and materials necessary to perform the duties associated with the detection of the light brown apple moth (LBAM). I 2. The contract managers for this Agreement are: FOR CDFA: I FOR CONTRACTOR: Name: Joanne Shimada Name: Vince Guise Section/Unit: Pest Detection/Emergency Projects Section/Unit: Agricultural Commissioner Address: 1220 N Street, Room A-330 Address: 2366 A Stanwell Cir. City/Zip: Sacramento, CA 95814 City/Zip: Concord, CA 94520-4804 Phone: 916-654-1211 Phone: 925-646-5250 Email: jshimada@cdfa.ca.gov Email: vguis@ag.cccounty.us 2 1 3. See Attachment 1 to this Scope of Work for a detailed description of work to be performed and duties of all parties. t ' I Agreement No. 407-082-5 Exhibit Attachment / Page of Z California Department of Food and Agriculture Plant Health and Pest Prevention Services Pest Detection/Emergency Projects Contract for County Agricultural Commissioners to Conduct Light Brown Apple Moth (LBAM) Trapping Scope of Work Background Light Brown Apple Moth was first discovered in the San Francisco Bay Area in the late fall of 2006. Since then, it has been detected in 12 counties, from Marin to Los Angeles. A Federal Domestic Quarantine Order (DA-200742) was established on May 2, 2007 that required, in addition to other actions, additional LBAM trapping to ensure continued interstate movement of regulated articles. Although initial LBAM trapping efforts involved placing traps alongside existing detection traps, the federal order involved additional traps and efforts beyond that originally anticipated. Since the spring of 2007, County Agricultural Commissioners have been performing this additional LBAM at their own expense, following developed trapping protocols, with the understanding that reimbursement from CDFA would follow. Description of Work 1. Trapping activities will be conducted by County personnel following the guidelines and direction found below and in the attached three pages titled Light Brown Apple Moth Trapping Guidelines. 2. Nursery trap inspectil ns will coincide with regulatory visits when possible. Do not inspect a nursery, one week and return the following week to inspect traps. 3. Trapping performed in conjunction with existing detection trapping routes and/or sites will not be reimbursed. These traps should be serviced and maintained by existing general detection trappers.• Any extra time incurred will translate to extended general detection servicing intervals. 4. Servicing time, but not mileage, is allowed for LBAM traps piggybacked onto Glassy-winged Sharpshooter sites. 5. Delimitation trapping may be required upon detection of"new location"finds, but only with the approval of LBAM project management. 6. Other than those tr I ps associated with general detection trapping,trapping activities will be documented in separate LBAM trapping books. These LBAM trapping books will Abe organized and formatted in the same manner as the general detection trapping books. November 2007 1 I I Agreement No. 4D�523 Exhibit 9 Attachment Page Z of Z 7. Daily Trapping Summaries (DTS) (Form 60-210) must be completed daily by each reimbursable trapper and, along with data in the above trapping books, will serve as official documentation of work performed. The DTS must be made available for review by the CDFA audits office for three years. To facilitate program audits, the DIS—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. County Responsibilities 1. Hire and/or train personnel. 2. Ensure that trapping procedures are followed. 3. Ensure that all documl ntation of work is complete and accurate. 4. Submit weekly reports using Form 2007B to dtanouye(cD-cdfa.ca.gov due by COB the following Wednesday. 5. Submit monthly invoices no later than 30 days past the end of the month in which the invoiced activity occurred. Note - Payment is contingent upon receipt of weekly reports for that month. 6. Provide and maintain)trapping vehicles. 7. Submit samples to the Plant Pest Diagnostics Laboratory in Sacramento via approved method(s).1 See Collection and Submission of Samples in attachment: "Light Brown Apple Moth Trapping Guidelines." Or, if directed, submit samples directly to the LBAM project. State Responsibilities 1. Provide training as needed. 2. Provide trapping materials; including traps, lures and handouts. 3. Ensure timely payment of invoices. 4. Provide quality ass I ranee of program. ` Basis for Payment 1. Payment will be made monthly, in arrears, upon receipt and approval of invoice. 2. Invoice will conform to attached sample invoice. . November 2007 I I 2 Agreement o, Exhibit �q 2 Attachment Page of .3 January 2008 Light Brown Apple Moth Trapping Guidelines TYPE of TRAP • Jackson. ATTRACTANT • Male sex pheromone. • This lure acts primarily as a male attractant, although in high populations it may attract females. The lure does not contain any insecticide. TRAPPING SEASON • The groupings are arranged by counties that 1) should trap during the winter months and those thatl2) do not need to trap beyond their normal detection trapping season.. All counties shown below that should trap during the winter months are requested ito continue their LBAM trapping activities per the indicated schedules. • Counties trapping for LBAM through the winter, that do not normally service traps through the winter, are instructed to use previously identified general detection trapping sites. Counties that should trap for LBAM during the winter(Nov— Feb) 1. Counties that I ormally manage year-round detection trapping programs— continue with two-week service interval. Imperial* San.Bernardino Los Angeles San Diego Orange Santa Barbara Riverside Ventura *The Imperial County program may continue trapping through the end of their detection season, May 31, 2008. 2. All quarantin I d counties as of November 2007 —continue with two-week service interval in compliance with LBAM Federal Order. To date, those counties are., Alameda San Francisco Solano Contra Costa San Mateo ` Marin Santa Clara Monterey Santa Cruz 3. Other counties based on climate and proximity to infested areas— use three-week service interval November— February 2008; resume two- week interval in March 2008. Napa San Benito San Luis Obispo Sonoma I q 1 I Agreement. 0'7-6:97_5 Exhibit Attachment 7— Page Page Z of 3 Counties that do not need to trap past their normal end dates 1. Counties that should resume LBAM trapping in March 2008— use two- week service interval. Butte Madera Sutter Colusa Merced Stanislaus Fresno Placer Tehama Glenn Sacramento Tulare Kern San Joaquin Yolo Kings Shasta Yuba 2. Counties that should resume LBAM trapping at the start of their 2008 regular detection trapping season — use two-week service interval. Amador Lake Plumas/ Sierra Calaveras Lassen Siskiyou Del Norte Mariposa Trinity EI Dorado/Alpine Mendocino Tuolumne Humboldt Modoc Inyo/Mono Nevada TRAP DENSITY • Statewide— Use five (5) traps per square mile, piggybacked on any active and existing trap site. INSPECTION FREQUENCY • Once every 14 days (bi-weekly), unless directed otherwise. HOSTS • A wide range of unrelated hosts including: o Notable trees and ornamental shrubs such as - apple, pear, peach, apricot, citrus, persimmon, avocado, oak, willow, walnut, poplar, cottonwood,lalder, pine and eucalyptus. Other shrub or herbaceous hosts are grape, kiwifruit, strawberry, woody berries (blackberry, blueberry, boysenberry, and raspberry), rose, camellia, jasmine, chrysanthemum clover and plantain. ` SELECTION OF TRAPPING SITES • Deploy these traps onto any existing trapping site. For those programs not yet actively trapping, choose a site that will be utilized for general detection trapping once the regular trapping season begins. Piggybacking traps in this manner will allow for rapid deployment and efficient servicing. It is ideal to place the trap at 2 I Agreernent o- 197-59Z3 -5923 Exhibit Attach rncnt-Z Page 3 of least 10 feet from any existing trap, when possible. However, piggybacking traps takes priority over the 10L foot separation. HANGING THE TRAP • Assemble the trap in the same manner as other Jackson traps, with the exception being there is no lure basket. Write the trap number and date of deployment on the trap body and sticky insert prior to assembling the trap. Trap numbers for this pest will include the identifying letters "LB" (in place of "MF", "OF", "MU, etc.). IThe lure is placed directly onto the center of sticky insert — on its side (so that the opening is not blocked by "stickum"). Tear open the septa packaging and slide the lure onto the insert without touching the lure with your fingers. • The trap may be placed in any tree that fits the placement criteria, ensuring there is a minimum of eight unobstructed feet between the trap and the ground. The presence or absence of ripe fruit is not a factor in hanging the trap. COLLECTION AND SUBMISSION OF SAMPLES • The entire trap insert containing the suspect moth should be collected and returned to the office for supervisory review. Specimens submitted to Sacramento should be cut from the insert and placed into nematode vials. All suspect specimens should be submitted along with an electronic PDR. Any inserts from outside the Preventative Release Program (PRP) boundaries containing medfly suspects should be submitted to the PRP at Los Alamitos; all others are to be submitted to Sacramento via overnight express with morning delivery. Notify John Pozzi at the following address upon all submissions: ipozziR-cdfa.ca.gov. Include the PDR number in this communication. BAITING INTERVAL • Change the septa every six weeks. TRAP RELOCATION • Relocate the trap at the same time other traps on the same property are being relocated. When relocating traps, make sure a new insert is used at the new site. NOTE—The Insect Trapping Guide (ITG) has been updated (10/31/2007) to include Light Brown Apple Moth. Please refer to LBAM-1 in the ITG for more information. 3 f State of California AgreemenO. Exhibit Department of Food and Agriculture ExhiExhiAttait 3 Plant Health and Pest Prevention Services Page of � PEST DETECTION/EMERGENCY PROJECTS FY 2007 / 2008 COMMITMENT FORM AGRICULTURAL COMMISSIONER COUNTY 6. er- Contra Costa DETECTION SPECIALIS S I DATE 12/12/2007 COUNTY STATE TOTAL COMMITMENT COMMITMENT COMMITMENT PROGRAM UNITS UNITS HOURS UNITS HOURS UNITS HOURS COMMERCIAL CROP: (PROPERTIES) 0 0 . 0 0 0 0 PUBLIC CONTACT: (SAMPLE PROPERTIES) 0 0 0 0 0 0 SPECIAL SURVEYS: 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 --t 0 TRAPPING I SUMMERIWINTER SUMMER/WINTER SUMMER/WINTER JACKSON TRAP-MEDFLY MF 0 / 0 0 / 0 0 / 0 McPHAIL TRAP MP 0 / 0 0 / 0 0 / 0 CHAMP TRAP CP 0 / 0 0 / 0 0 / 0 JACKSON TRAP-ORIENTAL FRUIT FLY OF 0 / 0 0 / 0 0 / 0 JACKSON TRAP-MELON FLY ML, 0 / 0 0 / 0 0 / 0 GYPSY MOTH GM 0 0 0 JAPANESE BEETLE JB 0 0 0 MISCELLANEOUS: Light Brown Apple Moth 0 993/993 993/993 0 0 0 0 0 0 0 0 0 l 0 0 0 SPECIAL TRAPPING CONSIDERATIONS: This comittment form is in regard to LBAM lonly. Summer work is July through November and April through June. Traps are piggybacked through summer(no mileage claimed). Winter work is Dec through March, this is full time work that includes mileage costs. 60-221(REV 2/05) Agreement o. Exhibit Attachment Page of SACRAMENTO COUNTY DEPARTMENT OF AGRICULTURE Light Brown Apple Moth Invoice FY 2007-08 Nov 2007 Date: November 2,2007 Contract Number: Billing Period: December-07 A. PERSONNEL CLASSIFICATIONS HOURS RATE/HOUR Total $0.00 $0.00 2 0 $0.00 $0.00 3 0 _ $0.00 $0.00 4 0 $0.00 $0.00 5 0 $0.00 $0.00 8 0 $0.00 $0.00 7 0 $0.00 $0.00 8 0 $0.00 $0.00 9 0 $0.00 $0.00 SALARY SUBTOTAL: $0.00 STAFF BENEFITS BENEFIT BENEFIT RATE% SALARY COST 1 0.0000% $0.00 $0.00 2 0.0000% $0.00 $0.00 3 0.0000% $0.00 $0.00 4 0.0000% $0.00 $0.00 5 0.0000% $0.00 $0.00 8 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 BENEFIT SUBTOTAL: $0.00 OVERHEAD SALARIES BENEFITS COST %Overhead(Not to exceed 25%) $0.00 $0.00 $0.00 TOTAL PERSONNEL COST: $0.00 B. SUPPLIES(itemized such as:Trapping poles,office supplies,etc,.) Description Cost a• $0.00 $0.00 b• $0.00 $0.00 C• $0.00 $0.00 d• $0.00 $0.00 TOTAL SUPPL COST: $0.00 TRANSPORTATION LICENSE k OWNED BY MILES RATE* 0.00. $0.000 $0.00 0:00 $0.000 $0.00 0.00 $0.000 $0.00 0.00 $0.000 $0.00 0.00 $0.000 $0.00 0.00 $0.000 $0.00 0.00 $0.000 $0.00 TOTAL TRANSPORTATION COST: $0.00 *Mileage rates: County-owned vehicle=$0.485 per mile,or less If the county Internal policy uses a lower rate. If funded otherwise,the rate=$0.285 per mile. TOTAL INVOICE FOR December-07 $0.00 COMMENTS: Agreement No. 07-0823 Page 1-of 1 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 301h 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.gpo.gov/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 CONTRA COSTA(winter trapping) :COUNTY DEPARTMENT OF AGRICULTURE i,. , "-Light Brown Apple Moth-Work Plan FY 2007-08." Nov 2007 A. PERSONNEL TOTAL CLASSIFICATIONS HOURS/ WORK DAY DAYS HOURS 1 Deputy Agricultural Commissioner(supervisory) 0.2 232 46 2 Agricultural Biologist 1/II/III 0.5 232 116 3 PI:Pest Detection Specialists&Temps(Dec-March) 24 81 1944 4 PI:Pest Detection Specialists&Temps(Jul-Nov&Apr-June) 10 151 1510 5 Clerical 0.1 232 23 1. SALARIES HOURLY RATE w/o Benefits HOURS SALARY 1 Deputy Agricultural Commissioner(supervisory) $40.49 46 $1,863.00 2 Agricultural Biologist 1/11/111 $30.57 116 $3,546.00 3 PI:Pest Detection Specialists&Temps(Dec-March) $18.25 1944 $35;478.00 4 PI:Pest Detection Specialists&Temps(Jul-Nov&Apr-June) $18.25 1510 $27,558.00 5 Clerical $18.82 23 $433.00 SUBTOTAL: $68,878.00 2. STAFF BENEFITS AND OVERHEAD BENEFIT BENEFIT RATE% SALARY COST 1 Deputy Agricultural Commissioner(supervisory) .37.5800% $1,863.00 $700.00 2 Agricultural Biologist 1/II/III 37.5800% $3,546.00 $1,333.00 3 PI:Pest Detection Specialists&Temps(Dec-March) 14.1800% $35,478.00 $5,031.00 4 PI:Pest Detection Specialists&Temps(Jul-Nov&Apr-June) 14.1800% $27,558.00 $3,908.00 5 Clerical 37.5800% $433.00 $163.00 SUBTOTAL: $11,135.00 OVERHEAD SALARIES BENEFITS COST 25 %Overhead(Not to exceed 25%) $68,878.00 $11,135.00 $20,003.00 PERSONNEL COST TOTAL: $100,016.00 B. SUPPLIES(Trapping poles,office supplies,etc.) $0.00 C. VEHICLE OPERATION COUNTY VEHICLES NO.OF MILEAGE COST USAGE PER PER MONTHS MONTH MILE* COST 4 1271 $0.485 $2,466.00 STATE VEHICLES NO.OF MILEAGE COST USAGE PER PER MONTHS MONTH MILE* COST 0 0 $0.285 $0.00 LEASED VEHICLES NO.OF NO.OF LEASED COST PER USAGE VEHICLES MONTH MONTHS COST 0 0 0 $0.00 NO.OF MILEAGE COST USAGE PER PER MONTHS MONTH MILE* COST 0 0 $0.285: $0.00 VEHICLE COST TOTAL: $2,466.00 *Per federal audit guidelines,this rate cannot be exceeded. However,if the county's internal policy uses a lower rate,that rate should be applied. GRAND TOTAL PROGRAM COST*: $102,482.00 *Any variances are due to rounding to the whole dollar. COMMENTS: N Agreement No. 07-0823 Page 1 of 3 EXHIBIT C (County Agreement) GENERAL TERMS AND CONDITIONS GTC 307 1. APPROVAL: This Agreement is of no fo ice 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 for 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 nor 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. 07-0823 Page 2 of 3 9. RECYCLING CERTIFICATION: The Contractor shall certify in writing under penalty of perjury, the minimum, if not exact, percentage of pont 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 Ciode Section 12990 (a-0, 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 oto 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. 2 Agreement No. 07-0823 Page 3 of 3 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 116700) 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 ithe 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 Agreement Number 07-0823 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. A-gency 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. i I