Loading...
HomeMy WebLinkAboutCounty of San Diego; 2006-10-03; 513847COUNTY OF SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT NO. 513847 AMENDMENT NO. 8 To The City of Carlsbad. Pursuant to the contract changes clause, you are directed to make the changes described herein to the Contract or do the following described work not included in the previous agreed on Statement of Work. Title of Contract, Project, or Program: Senior Nutrition Program Effective Date: July 1,2010 Please note: This amendment supersedes the County's Termination for Convenience Letter dated June 4,2010. Description of Contract Change(s) and/or Work To B« Done: 1) The Signature Page of the Pro Forma Service Agreement is modified as follows: a) Option to Extend Clause: i) The number of option years is changed from four (4) to three (3), not to exceed June 30,2010. ii) The County is exercising its option to extend the contract for an additional three (3) months through September 30,2010. b) Compensation i) The compensation for the fourth option year (Fiscal Year 2010-2011) of the Agreement is removed, ii) The compensation for the three (3) month option period is $56,814. c) Total contract price is revised to $760,778. PLEASE NOTE: A copy of the revised "Signature Page" is attached for your convenience. Do not remove and replace the "Signature Page" with the attached sample. Description of Additional Contract Change(s) and/or Work To Be Done: 2) Exhibit C, Fiscal Terms and Conditions and Pricing Schedule is modified as follows a) Table title "SERVICE UNITS AND RATES FOR THE PERIOD OF MARCH 1, 2010 - JUNE 30, 2010" is changed to "SERVICE UNITS AND RATES FOR THE PERIOD OF JULY 1,2010 - SEPTEMBER 30,2010. b) Exhibit A Paragraph Reference 4.1, Congregate Meals, is modified as follows: i) # of Service Units: The prorated number of Service Units is changed from 9,3 80 to 6,900. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is changed from $5.00 to $4.23. iii) Total: The Total funding amount is changed from $46,900 to $29,187. c) Exhibit A Paragraph Reference 4.2, Home-Delivered Meals, is modified as follows: i) # of Service Units: The prorated number of Service Units is changed from 3,000 to 2,925. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased from $3.75 to $4.00. iii) Total: The Total funding amount is changed from $ 11,250 to $ 11,170. d) Exhibit A Paragraph Reference 4.4, Transportation, is modified as follows: i) # of Service Units: The prorated number of Service Units is changed from 2,233 to 1,800. ii) Total: The Total funding amount is changed from $11,165 to $9,000. e) Exhibit A Paragraph Reference 4.1, Incentive Payments, is modified as follows: i) # of Service Units: The prorated number of Service Units is changed from 9,380 to 6,900. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is changed from $0.80 to $0.72. iii) Total: The Total funding amount is changed from $7,504 to $4,968. f) Exhibit A Paragraph Reference 4.2, Incentive Payments, is modified as follows: i) # of Service Units: The prorated number of Service Units is changed from 3,000 to 2,925. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is changed from $0.90 to $0.67. iii) Total: The Total funding amount is changed from $2,700 to $ 1,959. g) Exhibit A Paragraph Reference 4.1, One Time Only (OTO) Funding. OTO-C1 funding is changed from $ 10,751 to $0. j) Total: The Total funding amount is changed from the four month period for $98,336 to the threemonth option period funding amount of $56,814. k) 4.1, Congregate Meals***, Title III-C1 (ARRA) fimding is removed. 1) 4.2, Home-Delivered Meals***, Title III-C2 (ARRA) funding is removed, m) Paragraph beginning "**American Recovery and Reinvestment Act of 2009" is removed. Please remove and replace the following: 1. Exhibit C with the attached document with page marked AMENDMENT # 8. All other Terms and Conditions remain in effect. CONTRACT513847 AMENDMENTS 8 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM SIGNATURE PAGE AGREEMENT TERM. This Agreement shall be effective this 1" day of July 2006 ("Effective Date") and end on June 30, 2007 ("Initial Term") for a total Agreement period of one (1) year. OPTION TO EXTEND. The County's option to extend is for three (3) increments of one (1) year each for a total of three (3) years beyond the expiration of the Initial Term, not to exceed June 30, 2010, pursuant to Exhibit C Pricing Schedule. Unless County notifies Contractor in writing, not less than thirty (30) days prior to the expiration date that they do not intend to renew the Agreement; the Agreement will be automatically renewed for another year. Options To Extend For One To Six Additional Months At End Of Agreement. County shall also have the option to extend the term of this Agreement in one or more increments for a total of no less than one (1) and no more than six (6) calendar months at the discretion of the County Purchasing and Contracting Director. Each extension shall be effected by written unilateral Agreement amendment delivered to Contractor no less than fifteen (15) calendar days prior to expiration of any Agreement term. The rates set form in Article 4, Exhibit C, or other pricing section of this Agreement shall apply to any option exercised pursuant to mis option clause unless provision for appropriate price adjustment has been made elsewhere in thjs Agreement or by Agreement amendment All payments are subject to "Availability of Funds." COMPENSATION: Pursuant to Exhibit C, County agrees to pay Contractor 8 sum not to exceed one hundred twenty four thousand one hundred eight two dollars ($124,182) for the initial term of this Agreement, one hundred fifty nine thousand four hundred four dollars ($159,404) for the first option year, one hundred eighty seven thousand five hundred fifty nine dollars ($187,559) for the second option year, two hundred thirty two thousand eight hundred nineteen dplfars($232,819) for the third option year, and fifty six thousand eight hundred fourteen dollars ($56,814) for the remaining three (3) month option period, for a maximum Agreement amount of seven hundred sixty thousand seven hundred seventy eight dollars ($760,778), in accordance with the method of payment stipulated in Article 4. It is understood that the parties will meet and confer on the contract price if adjustments are made to the scope of work for an extension of the term or terms. These discussions shall not obligate either party to make a requested adjustment to the scope of work or price except as otherwise set forth in this Agreement, nor shall it relieve either party of its obligations under the Agreement. COTR. The County has designated the following individual as the Contracting Officer's Technical Representative ("COTR") Marilyn Driscoll Aging & Independence Services 9335 Hazard Way, San Diego, CA 92123 Phone: 858-505-6533, Fax: 858-694-2316 : Marilyn.Driseoll@sdcounty.ca.gov CONTRACTOR'S REPRESENTATIVE. The Contractor has designated the following individual as the Contractor's Representative. Lisa Hildabrand, City Manager City of Carlsbad 799 Pine Avenue Carlsbad, CA 92008 Phone: 760-602-4682; Fax: 760-434-4206 Email: lhildabrand@ci.carlsbad.ca.us Pro Forma Service Agreement Page 1 of I Rev 10/8/07 City of Carlsbad Amendment # 08 COUNTY OF SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT NO. 513847 AMENDMENT NO. 7 To The City ofCarlshad. Pursuant to the contract changes clause, you are directed to make thechanges described herein lo the Contract or do the following described work not included in the previous agreed on Statement of Work. Title of Contract, Project, or Program: Senior Nutrition Program Effective Date: March 1,2010 Description of Contract Change@) and/or Work To Be Done: 1) The Signature Page of the Pro Forma Service Agreement is modified as follows: a) Compensation. The compensation for the third option year (Fiscal Year 2009-2010) of the Agreement is increased by $3 1,094 for a revised new total of $232,819. b) Total contract price is increased to $860,521. c) COTR is changed to Marilyn Driscoll. PLEASE NOTE: A copy of the revised "Signature Page" is attached for your convenience. Do not remove and replace the "Signature Page" with the attached sample. Description of Additional Contract Change@) andlor Work To Be Done: 2) Exhibit C, Fiscal Terms and Conditions and Pricing Schedule, for Fiscal Year 2009-2010 is modified as follows: a) Table title"Service Units and Rates for Fiscal Year 2009-2010 is changed to "Service Units and Rates for the Period ofMarch 1,2010 June 30,2010. b) Exhibit A Paragraph Reference 4.1, Congregate Meals, is modified as follows: i) # of Service Units: The prorated number of Service Units is 9,380. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $5.00. iii) Total: The Total funding amount for the four month period is increased from $34,706 to $46,900. c) Exhibit A Paragraph Reference 4.2, Home-Delivered Meals, is modified as follows: i) #of Service Units: The prorated number of Service Units is 3,000. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $3.75. iii) Total: The Total funding amount for the four month period is increased from $5,881 to $11,250. d) Exhibit A Paragraph Reference 4.4, Transportation, is modified as follows: i) #of Service Units: The prorated number of Service Units is 2,233. ii) Total: The Total funding amount for the four month period is $1 1,165. e) Exhibit AParagraph Reference 4.1, Incentive Payments, is modified as follows: i) # of Service Units: The prorated number of Service Units is 9,380. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $0.80. iii) Total: The Total funding amount for the four month period is increased from $5,881 to $7,504. f) Exhibit A Paragraph Reference 4.2, Incentive Payments, is modified as follows: i) # of Service Units: The prorated number of Service Units is 3,000. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $0.90. iii) Total: The Total funding amount for the four month period is increased from $1,935 to $2,700. g) Exhibit A Paragraph Reference 4.1. One Time Only (OTO) Funding. OTO-C1 funding is added in the amount of $6,326 for two freezers ($3,163 each) and $4,425 for one refrigerator. i) Total: The Total funding amount is $10,751. h) 4.1, Congregate Meals***,Title III-CI (ARRA) funding is modified as follows: i) # of Service Units: The prorated number of Service Units is 9,380. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $0.70. iii) Total: The Total funding amount for the four month period is increased from $3,790 to $6,566. i) 4.2, Horne-Delivered Meals***, Title Ill-C2 (ARRA) funding is modified as follows: i) # of Service Units: The prorated number of Service Units is 3,000. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $0.50. iii) Total: The Total funding amount for the four month period is increased from $906 to $1,500. j) "Rates only apply to claims submitted for the months of July 2009-June 2010" is removed. Please remove and replace the following: 1. Exhibit C with the attached document with page marked AMENDMENT #7. All other Terms and Conditions remain in effect. CONTRACT 513847 AMENDMENT # 7 COUNTY OF SAN DIEGO -DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT NO. 513847 AMENDMENT NO. 7 FN WITNESS WHEREOF, County and Contractor have executed this Amendment effective as of the date first set forth above. We, the undersigned Contractor, have given careful consideration to THIS AMENDMENTIS NOTVALID UNLESS APPROVED BY the change proposed and hereby agree, if this proposed change is THE DIRECTOR, DEPARTMENT OF PURCHASING AND approved, that we will provide all equipment, furnish all materials, CONTRACTING except as may otherwise be noted above, and perform all services necessary for the work s~ecilied herein, and will accent as full Department Review and Recommended Approval: . . payment an estimated increased price of $232,819 for ~iscal Year 2009-20 10. Contract time for comdetion remains unchanged. . PAMELA B. SMITH, Director Date: Lisa Hildabrand, City Manager City of Carlsbad 799 Pine Avenue Carlsbad, CA 92008 Phone: 760-602-4682 Fax: 760-434-4206 APPROVED: , By: 1 +rn4 fl,,L,Ai ~G-L/ WINSTON F. McCOLL, Ds tor fv Department of Purchsing maracting Date: 3lil (tclla CONTWCT 513847 AMENDMENT # 7 COUNTY CONTRACT NUMBER 513847 COUNTY OF SAN DIEGO, HEALTH AND HUMAN SERVICES AGENCY AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C -FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE I. COMPENSATION: The compensation listed below is not designed to fully fund the program. The fixed supplemental rates are dcvclopcd annually based on funding and determined to offset the cost of providing services. These rates are subject to availability of funding from the State of California, California Department of Aging (CDA). A completed report of actual costs (closeout report) expended shall be submitted at the end of the fiscal year. 2. SERVICE UNITS AND RATES FOR THE PERIOD OF MARCH 1,2010 -JUNE 30,2010 1 I I Exhibit A Paragraph Reference 4.1 4.2 ( One-time-only (OTO) 1 OTO-CI ( NIA / N/A I SIO.75I 4.4 4.1 4.2 Congregate Meals Home-Delivered Meals Services Transportation Incentive Payments* Incentive Payments* 4.2 4.4 # of Service Units Funding Source Title 111-C1 (1) Title 111-C2 (2) 4.1 Title 111-B (3) NSIP-C I NSIP-C2 One-time-only (OTO) One-time-only (OTO) 4.2 Exhibit CFiscal Terms & Conditions and Pricing Schedule City of Carlsbad Fixed Supplemental Rate 9,380 3,000 Congregate Meals*** TOTAL Page 1 of 1 Total 2,233 9,380 3,000 OTO-C2 OTO-B Home-Delivered Meals*** $98,336 Contract# 513847 Amendment # 07 $5.00 $3.75 Title III-C1 (ARRA) (1) State of California C-lfunding stream (2) State of California C-2 funding stream (3) State of California B funding stream *Nutrition Services Incentive Payment (NSIP) dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. ** American Recovery and Reinvestment Act of 2009 (Recovery Act 2009) funding stream (ARRA). $46,900 $11,250 $5.00 $0.80 $0.90 N/A 0 Title Ill-C2 (ARRA) $11,165 $7,504 $2,700 9,380 N/A 0 3,000 0 0 $0.70 $6,566 $0.50 $1,500 COUNTY AGREEMENT NUMBER 513847 , . AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM SIGNATURE PAGE AGREEMENT TERM. This Agreement shall be effective this Is' day of July 2006 ("Effective Date") and end on June 30, 2007 ("Initial Term") for a total Agreement period of one (1) year. OPTION TO EXTEND. The County's option to extend is for four (4) increments of one (1) year each for a total of four (4) years beyond the expiration of the Initial Term, not to exceed June 30, 201 1, pursuant to Exhibit C Pricing Schedule. Unless County notifies Contractor in writing, not less than thirty (30) days prior to the expiration date that they do not intend to renew the Agreement; the Agreement will be automatically renewed for another year. Options To Extend For One To Six Additional Months At End Of Asreement. Co the term of this Agreement in one or more increments for a total of no less than o months at the discretion of the County Purchasing and Contracting Director. Eac unilateral Agreement amendment delivered to Contractor no less than fifteen (15) Agreement term. The rates set forth in Article 4, Exhibit C, or other pricing section of this Agree pursuant to this option clause un!ess provision for appropriate price or by Agreement amendment. All payments are subject to "Availab COMPENSATION: Pursuant to Exhibit C, Co thousand one hundred eight two dollars ($124,18 hundred four dollars ($159,404) for the first option year, ($187,559) for the second option year, two hundred thirty option year, and one hundred fifty six thousand fi maining one (I) year option period, for a maximum Agreement amount of accordance with the method of payment stipulat contract price if adjustments are made to the sc obligate either party to make a requested adjust rice except as otherwise set forth in this Agreement, nor shall it relieve either party of its oh COTR. The County CONTRACTOR'S has actor has designated the following a Hildabrand, City Manager -. "- .. . v fh 799 pine Avenue Carlsbad, CA 92008 Phone: 760-602-4682 Fax: 760-434-4206 Pro Foma Service Agreement City of Carlabad Page I of I :a1 Representative ("COTR) 1 individual as the Contractor's Rev 1018M7 Amendment # 07 COUNTY OF SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT NO. 513847 AMENDMENT NO. 06 To The City of Carlsbad. Pursuant to the conbact changes clause, you are directed to make the changes described herein to the Contract or do the following described work not included in the previous agreed on Statement of Work. Title of Contract, Project, or Program: Senior Nutrition Program Effective Date: August 15,2009 Description of Contract Change(s) andlor WorkTo Be Done: 1) The Signature Paee of the Pro Forma Service Agreement is modified as follows: - - . a) Compensation. i) The compensation for the third option year (Fiscal Year 2009-2010) ofthe Agreement is changed. $14,087 is added for a revised new total of $201,725. h) Total contract price is increased to $829,437. PLEASE NOTE: Acopy of the revised "Signature Page" is attached for your convenience. Do not remove and replace the original "Signature Pagen with the attached sample. Description ofAdditional Contract Change(s) andlor Work To Be Done: 2) Exhibit C, Fiscal Terms and Conditions and Pricing Schedule, for Fiscal Year 2009-2010 is modified as follows: a) 4.1, Authorized Providers within the City of San Diego only; Congregate meals is removed. h) 4.1, Congregate Meals*", Title III-C1 (ARRA; Recovery Act 2009): Funding is added in the amount of $1 1,369. 28,140 congregate meals will be reimbursed at arate of $0.404 per meal for ARRA C-I. c) 4.2, Home-Delivered Meals***, Title III-C2 (ARRA; Recovery Act 2009) funding is added in the amount of $2,7 18. 9,000 home-delivered meals will be reimbursed at a rate of $0.302 per meal for ARRA C-2. d) Total. Total amount for Fiscal Year 2009-2010 is increased from $187,638 to $201,725 e) The note "**Autborizedproviders within the City of San Diego.. .subject to availability of funding" at the bottom ofExhibit C is removed. Please rcmovc and rcplacc the following: I. Exhibit C with the attached document with pngcs marked AhlEND>lElr;'l' # 06. IN WITNESS WHEREOF, County and Contractor have executed this Amendment effective as of the date first set forth above. We, the undersigned Contractor, have given careful consideration to THIS AMENDMENT IS NOT VALID UNLESS APPROVED BY the change proposed and hereby agree, if this proposed change is THE DIRECTOR, DEPARTMENT OF PURCHASING AND approved, that we will provide all equipment, furnish all materials, CONTRACTING except as may otherwise be noted above, and perform all services view Recom ended A proval: necessary for the work specified here& and will accept as full payment an increased to $201,725 for Fiscal Year 2009-2010. By: Contract time for completion remains unchanged. dh&hJ PAMELA B. SMITH, Director Aging & Independence Services Date: 9 - / a- 9 Date: 8110 1 07 Lisa HiIdabrand, City Manager City of Cnrlsbad 799 Pine Avenue Carlsbad, CA 92008 Phone: 760-602-4682 Fax: 760-434-4206 APPROVED: By: I*n& ll&l%;?. WINSTON E MCCOL(, @ector LrP Department of Purchasinxand Contracting Date: QI h'.( I""\ I CONTRACT 513847 AMENDMENT # 06 ATTACHMENT B COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM SIGNATURE PAGE AGREEMENT TERM. This Agreement shall be effective this 1" day of July 2006 ("Effective Date") and end on June 30, 2007 ("Initial Term") for a total Agreement period of one (I) year. OPTION TO EXTEND. The County's option to extend is for four (4) increments of one (1) year each for a total of four (4) years beyond the expiration of the Initial Term, not to exceed June 30, 201 1, pursuant to Exhibit C Pricing Schedule. Unless County notifies Contractor in writing, not less than thii (30) days prior to the expiration date that they do not intend to renew the Agreement; the Agreement will be automatically renewed for another year. Ootions To Extend For One To Six Additional Months At End Of Ameement County shall also have the option to extend the term of this Agreement in one or more increments for a total of no less than one (1) and no more than six (6) calendar months at the discretion of the County Purchasing and Contracting Director. Each extension shall be effected by written unilateral Agreement amendment delivered to Contractor no less than fifteen (15) calendar days prior to expiration of any Agreement term. The rates set forth in Article 4, Exhibit C, or other pricing section of this Agreement shall apply to any option exercised pursuant to this option clause unless provision for appropriate price adjustment has been made elsewhere in this Agreement or by Agreement amendment. All payments are subject to "Availability of Funds." COMPENSATION: Pursuant to Exhibit C, County agrees to pay Contractor a sum not to exceed one hundred eighty eight thousand three hundred twenty one dollars ($124,182) for the initial term of this Agreement, one hundred fifty nine thousand four hundred four dollars ($159,404) for the fust option year, one hundred eighty seven thousand five hundred fifty nine dollars ($187,559) for the second option year, two hundred one thousand seven hundred twenty five dollars ($201,725) for the third option year, and one hundred fifty six thousand five hundred fifty seven dollars ($156,557) for the remaining one (1) year option period, for a maximum Agreement amount of eight hundred twenty nine thousand four hundred twenty seven dollars ($829,427), in accordance with the method of payment stipulated in Article 4. It is understood that the parties will meet and confer on the contract price if adjustments are made to the scope of work for an extension of the term or terms. These discussions shall not obligate either party to make a requested adjustment to the scope of work or price except as otherwise set forth in this Agreement, nor shall it relieve either party of its obligations under the Agreement. COTR. The County has designated the following individual as the Contracting Officer's Technical Representative ("COTR") Bonita Maglidt, Contract Administrator Aging & Independence Services 9335 Hazard Way, San Diego, CA 92123 Phone: 858-505-6377, Fax. 858-495-5080 E-mail: Bonita.Maglidt@sdcounty.ca.gov CONTRACTOR'S REPRESENTATIVE. The Contractor has designated the following individual as the Contractor's Representative. Lisa Hildahrand, City Manager City of Carlsbad I 799 Pine Avenue Carlsbad, CA 92008 Phone: 760-602-4682 Fax: 760-434-4206 Pro Forma Semice Agieement City of Carlsbad Page 1 of 1 Amendment # 06 COUNTY CONTRACT NUMBER 513847 COUNTY OF SAN DIEGO, HEALTH AND HUMAN SERVICES AGENCY AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE . 1. COMPENSATION: The compensation listed below is not designed to fully fund the program. The fixed supplemental rates are developed annually based on funding and determined to offset the cost of providing services. These rates are subject to availability of funding from the State of California, California Department of Aging (CDA). A completed report of actual costs (closeout report) expended shall be submitted at the end of the fiscal year. 2. SERVICE UNITS AND RATES FOR FISCAL YEAR 2009-10 1 4.2 1 Home-Delivered Meals / Title 111-C2 (2) 1 9,000 1 $2.95 1 $26,550 1 Exhibit A Paragraph Reference 4.1 # of Sewice Units 1 TOTAL / $201,725 1 Sewices Congregate Meals ne-time-only (OTO) Congregate Meals*** (1) State of California C-lfunding stream (2) State of California C-2 funding stream (3) State of California B funding stream *Nutrition Services Incentive Payment (NSIP) dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. **American Recovery and Reinvestment Act of 2009 funding stream (ARRA). Rates only apply to claims submitted for the months of July 2009-June 2010. Fixed Supplemental Rate Funding Source 4.2 Exhibit C - Fiscal Terms & Conditions and Pricing Schedule City afcarlsbad Total Title III-CI (1) Page I of 1 Home-Delivered Meals*** Contract# 513847 Amendment # 06 28,145 Title III-C2 (ARRA) $3.70 $104,136 9,000 $.302 $2,718 Sil ?Hni FLRUH 'i!5 pH'( IS Pi'j.?+, F SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTQG CONTRACT NO. 513847 AMENDMENT NO. 05 Pursuant to the contract changes clause, you are directed to make the changes described herein to the Contract or the following described work not included in the previous agreed on Statement of Work. Title of Contract, Project, or Program: Senior Nutrition Program Effective Date: May 15,2009 Description of Contract Change@) andlor WorkTo Be Done: 1) The Signature Page of the Pro Forma Se~i~eAgreement is modified as follows: a) Compensation. The compensation for the second option year (Fiscal Year 2008-2009) of the Agreement is increased by $7,927 for a revised new total of $172,760. b) Compensation. The compensation for the third option year(Fisca1Year 2009-2010) ofthe Agreement is increased by $3 1,081 for a revised new total ofS187,638. c) Total contract price is increased to $800,541. d) COTR. The COTR is changed from Michael Strawn to Bonita Maglidt. PLEASE NOTE: A copy of the revised "Signature Page" is anached for your convenience. Do not remove and replace the "Signature Page" with the attached sample. Description of Additional Contract Change@) andlor Work To Be Done: 2) Exhibit C, Fiscal Terms and Conditions and Pricing Schedule, for Fiscal Year 2008-2009 is modified as follows: a) 4.1, Congregate Meals***, Title Ill-CI (ARRA) funding is added in the amount of $6,270. Congregate meals will be reimbursed at a rate of $1.36 per meal for ARRA C-l not to exceed 2,305 meals per month. b) 4.2, Home-Delivered Meals***, Title Ill-C2 (ARRA) funding is added in theamount of$1,657. Home-delivered meals will be reimbursed at a rate of $1.05 per meal for ARRA C-2 not to exceed 789 meals per month. c) Total. Total amount for Fiscal Year 2008-2009 is increased from $164,833 to $172,760. 3) Exhibit C, Fiscal Terms and Conditions and Pricing Schedule, for Fiscal Year 2009-2010 is modified as follows: a) #2, Service Units and Rates for Fiscal Year, is changed to 2009-2010 b) Exhibit A Paragraph Reference 4.1, Congregate Meals, is modified as follows: i) # of Service Units: The number of Service Units is increased to 28,145. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $3.70. iii) Total: The Total funding amount is increased to $104,136. c) Exhibit A Paragraph Reference 4.2, Home-Delivered Meals, is modified as follows: i) # of Service Units: The number of Service Units is increased to 9,000. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $2.95. iii) Total: The Total funding amount isincreased to $26,550. d) Exhibit A Paragraph Reference 4.4, Transportation, is modified as follows: i) # of Service Units: The number of Service Units is increased to 6,700. ii) Total: The Total funding amount is increased to $33,500. e) Exhibit A Paragraph Reference 4.1, Incentive Payments, is modified as follows: i) # of Service Units: The number of Service Units is increased to 28,145. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $0.627. iii) Total: The Total funding amount isincreased to $17,647. t) Exhibit A Paragraph Reference 4.2, Incentive Payments, is modified as follows: i) # of Service Units: The number of Service Units isincreased to 9,000. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $0.645. iii) Total: The Total funding amount isincreased to $5,805. g) Exhibit A Paragraph Reference 4.1, One-Time-Only (OTO-CI), is modified as follows: i) Total: The Total funding amount is removedand replaced with "0". h) Exhibit A Paragraph Reference 4.2, One-Time-Only (OTO-C2), is modified as follows: i) Total: The Total funding amount is removedand replaced with "0. i) Total. Total amount for Fiscal Year 2009-2010 is increased from $156,557 to $187,638. Please remove and replace the following: I. Exhibit C with the hvo attached documents with pages marked AhlENDMENT # 05 (2008-2009) and #05 (2009-2010). COUNTY OF SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT NO. 513847 AMENDMENT NO. 05 All other Terms and Conditions remain in effect. lN WITNESS WHEREOF, County and Contractor have executed this Amendment effective as of the date first set forth above. We, the undersigned Contractor, have given careful consideration to THIS AMENDMENT IS NOT VALID UNLESS APPROVED BY the change proposed and hereby agee, if this proposed change is THE DIRECTOR, DEPARTMENT OF PURCHASING AND approved, that we will provide all equipment, furnish all materials, CONTRACTING except as may otherwise be noted above, and perform all services necessary for the work specified herein, and will accept as full payment an estimated increased price of $172,760 for Fiscal Year 200&2009 and an estimated increased price of $187,638 for Fiscal Year 2009-2010. By: Contract time for completion remains unchanged. PAMELA B. SMITH, Director Aging & Independence Services ate: F/ I +I OF APPROVED: , Lisa Hildabrand, City Manager City of Carlsbad 799 Pine Avenue Carlsbad, CA 92008 Phone: (760) 602-4682 Fax: (760) 434-4206 By: whch9z. WINSTON F. McCOLL, @tor Department of Purchasing and Contracting Date: dI~i64 b. CONTRACT #5 13847 AMENDMENT # 05 ATTACHMENT A COUNTY CONTRACT NUMBER 513847 COUNTY OF SAN DIEGO, HEALTH AND HUMAN SERVICES AGENCY AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRlTlON PROGRAM - .. EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE - - . . . . . . . . -. . . . - . - - - . . - . . . . -. . 1. COMPENSATION: The compensation listed below is not designed to fully fund the program. The fixed supplemental rates are developed annually based on funding and determined to offset the cost of providing services. These rates are subject to availability of funding from the State of California, California Department of Aging (CDA). A completed report of actual costs (closeout report) expended shall be submitted at the end of the fiscal year. 2. SERVICE UNITS AND RATES FOR FISCAL YEAR 2009-10 Exhibit A Paragraph Reference 44 1 Transportation 1 Title 111-B (3) 1 6,700 1 $5.00 1 $33,500 1 4.1 4.2 Services Congregate Meals Home-Delivered Meals 4.1 4.2 4.1 4.2 4.4 TOTAL 1 $201,725 (1) State of California C-lfunding stream (2) State of California C-2 funding stream (3) State of California B funding stream 'Numtion Services Incentive Payment (NSIP) dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. "American Recovery and Reinvestment Act of 2009 funding stream (ARRA). Rates only apply to claims submitted for the months of July 2009-June 2010. Funding Source 4.1 4.2 Exhibit C - Fiscal Terms &Conditions and Pricing Schedule City of Carlsbad Title 111-CI (1) Title 111-C2 (2) Incentive Payments* Incentive Payments* One-time-only (OTO) One-time-only (OTO) One-time-only (OTO) Page 1 of 1 # of Service Units Congregate Meals*** Home-Delivered Meals*** ATTACHMENT B 28,145 9,000 NSIP-C 1 NSIP-C2 OTO-C 1 OTO-C2 OTO-B Conoact # 513847 Amendment # 06 Fixed Supplemental Rate Title 111-C 1 (Am) Title 111-C2 (Am) Total $3.70 $2.95 28,145 9,000 0 0 0 $104,136 $26,550 28,140 9,000 $0.627 $0.645 0 0 0 $17,647 $5805 0 0 0 $.404 $.302 $ 11,369 $2,7 18 COUNTY OF SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT NO. 513847 AMENDMENT NO. 04 To City of Carlsbad. Pursnant to the contract changes clause, you are directed to make the changes described herein to the Contract or do the following described work not included in the previous agreed on Statement of Work. Title of Contract, Project, or Program: Senior Nutrition Program Effective Date: August 1,2008 Description of Contract Change@) and/or Work to Be Done: 1) The Signature Page of the Pro Forma Senice Agreement is modified as follows: a) Compensation. The compensation for the second option year (Fiscal Year 2008-2009) of the Agreement is increased by $8,274 for a total of $164,831. Total contract price is increased to $761,531. PLEASE NOTE: A copy of the revised "Signature Page" is attached for your convenience. Do not remove and replace the "Signature Pagen with the attached sample. Description of Additional Contract Chage(s) andlor Work to Be Done: 2) Exhibit C, Fiscal Terms and Conditions and Pricing Schedule, is modified as follows: a) #2, Senice Units and Rates for Fiscal Year, is changed to 2008-2009 b) Exhibit A Paragraph Reference 4.1, Congregate Meals, is modified as follows: i) # of Service Units: The number of Service Units is increased to 24,571 ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is increased to $3.68 iii) Total: The Total funding amount is increased to $90,421 c) Exhibit A Paragraph Reference 4.2, Home-Delivered Meals, is modified as follows: i) #of Service Units: The number of Service Units is increased to 8,078. ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is decreased to $2.91 iii) Total: The Total funding amount is increased to $23,507. d) Exhibit A Paragraph Reference 4.4, Transpoltation, is modified as follows: i) #of Service Units: The number of Service Units is decreased to 6,142 ii) Total: The Total funding amount is decreased to $30,708 e) Exhibit A Paragraph Reference 4.1, Incentive Payments, is modified as follows: i) # of Service Units: The number of Service Units is increased to 24,571 ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is decreased to $0.621 iii) Total: The Total funding amount is increased to $15,259 f) Exhibit A Paragraph Reference 4.2, Incentive Payments, is modified as follows: i) # of Service Units: The number of Service Units is increased to 8,078 ii) Fixed Supplemental Rate: The Fixed Supplemental Rate is decreased to $0.611 iii) Total: The Total funding amount is increased to $4,936 g) Total. Total amount for Fiscal Year 2008-2009 is increased flom $156,557 to $164,831 Please remove and replace the following: 1. Exhibit C with attached documents with pages marked AMENDMENT #05 All other Tms and Conditions remain in effect. IN WITNESS WHEREOF, County and Contractor have executed this Amendment effective as of the date first sd forth above. We. the undersiened Conhador. have eiven careful consideration to thechange proposed and hereby agree, if this proposed change is approved, that we will provide all equipment, furnish all materials, except as may otherwise bc noted above, and perform all services necessary for the work specified herein, and will accept as full payment an estimated increased price of $164,831 for Fiscal Year 2008-2009. Contract time for completion remains unchanged. - Date: 81 1 >log/ Lisa HiIdabrand, City Manager City of Carlsbad 799 Pine Avenue Carlsbad, CA 92008 THIS AMENDMENT IS NOT vALm UNLESS APPROVED BY THE DIRECTOR, DEPARTMENT OF PURCHASMG AND CONTRACTING - ended Approval: PAMELA B. mirector . ~ ~~ Aging & Independence Services Date: P 1 I 5 /0 6 APPROVED: By: / WSTON E ~c~~I$,rnrector Department of Purchasing and Contracting TWa L' Date: r- 17.0 CONTRACT U513847 AMENDMENT #04 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM SIGNATURE PAGE AGREEMENT TERM. This Agreement shall be effective this I" day of July 2006 ("Effective Date") and end on June 30, 2007 ("Initial Term") for a total Agreement period of one (1) year. OPTION TO EXTEND. The County's option to extend is for four (4) increments of one (I) year each for a total of four (4) years beyond the expiration of the Initial Term, not to exceed June 30, 201 1, pursuant to Exhibit C Pricing Schedule. Unless County notifies Contractor in writing, not less than thii (30) days prior to the expiration date that they do not intend to renew the Agreement, the Agreement will be automatically renewed for another year. O~tions To Extend For One To Six Additional Months At End Of Agreement. Coun ve the option to extend the term of this Agreement in one or more increments for a total of no less than one no more than six (6) calendar months at the discretion of the County Purchasing and Contracting Director. Eac unilateral Agreement amendment delivered to Contractor no less than fifteen (15) Agreement term. The rates set forth in Article 4, Exhibit C, or other pricing section of this Agreement sh pursuant to this option clause or by Agreement amendment. COMPENSATION: Purs thousand one hundred eighty two hundred four dollars ($159,404) ($164,831) for the second (zd) each of the two (2) remaini five hundred thirty one dollars that the parties will meet and confer on the contract of work for an extension of the term or terms. These discussions shall not obligate except as otherwise set forth in this Agreement, nor s COTR The County has designated the following indiv' cer's Technical Representative ("COTR) CONTRACTOR'S RE E. Th% ha designated the following individual as the Contractor's Representative. n, Recreation Area Manager City of Carlsbad 799 Pine Avenue Carlsbad, California, 92008 -4682; Fax: 760-434-4206; e-mail: glynn@ci.carlsbad.ca.us Pro Farma Service Agreement City ofcarlrbad Page I of I Rev 10108107 Amendment # 04 COUNTY CONTRACT NUMBER 513847 COUNTY OF SAN DIEGO, HEALTH AND HUMAN SERVICES AGENCY AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE 1. COMPENSATION: The compensation listed below is not designed to fully fund the program. The fixed su~plemental rates are developed annually based on funding and determined to offset the cost of arovidine - - services. These rates are sibject to availability of funfunding &om the State of California, California Department of Aging (CDA). A completed report of actual costs (closeout report) expended shall be submitted at the end of the fiscal year. 2. SERVICE UNITS AND RATES FOR FISCAL YEAR 2008-2009 I (1) State of California C-lfunding stream (2) State of California C-2 funding stream (3) State of California B funding stream *Nutrition Services Incentive Payment (NSIP) dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. **Authorized providers within the City of San Diego may receive additional funds, subject to availability of funding 4.1 4.2 4.4 4.1 Exhibit C - Fiscal Temu & Conditiaos and Pricing Schedule Page 1. City of Carlsbad Contract # 513847 Amendment # 04 One-time-only (OTO) One-time-only One-time-only Authorized Providers within the City of San Diego only; Congregate Meals TOTAL OTO-C 1 OTO-C2 OTO-B City- funded** $164,831 NIA NIA NIA NIA NIA NIA NIA NIA $0 0 0 0 COUNTY CONTRACT NUMBER 513847 COUNTY OF SAN DIEGO, HEALTH AND HUMAN SERVICES AGENCY @ AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE 1. COMPENSATION: The compensation listed below is not designed to fully fund the program. The fixed supplemental rates are developed annually based on funding and determined to offset the cost of providing senices. These rates are subject to availability of funding from the State of California, California submitted at the end of the fiscal year. I i.3 , , Providers within I (1) State of California C-lfunding stream (2) State of California C-2 funding stream (3) State of California B funding stream *Nutrition Services Incentive Payment (NSIP) dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. 3 **Authorized providers within the City of San Diego may receive additional funds, subject to availability of funding Exhibit C - Fiscal Terms &Conditions and Pricing Schedule Page 1 City of Carlsbad ConmclU 5:3847 Amendment # 04 COC'NTY AGREEMENT N~~~IBER 513~7 ACKEE\IENf WITH CITY OF CARLSBAD FOR SENIOR NI'TRITION PHO(;RAM SIGNATURE PAGE AGREEMENT TERM. This Agreement shall he effective this 1" day of July 2006 ("Effective Date") and end on June 30, 2007 ("Initial Term") for a total Agreement period of one (1) year. OPTION TO EXTEND. The County's option to extend is for four (4) increments of one (1) year each for a total of four (4) years beyond the expiration of the Initial Term, not to exceed June 30, 2011, pursuant to Ehbit C Pricing Schedule. Unless County notifies Contractor in writing, not less than tlurty (30) days prior to the expiration date that they do not intend to renew the Agreement; the Agreement will be automatically renewed for another year. O~tions To Extend For One To Six Additional Months At End Of Aereement. County shall.$&bpe the option to extend the term of this Agreement in one or more increments for a total of no less than one (1) ' 'no more than six (6) calendar months at the discretion of the County Purchasing and unilateral Agreement amendment delivered to Contractor no less Agreement term. The rates set forth in Article 4, Exhibit C, or other pricing section of this pursuant to this option clause unless provision for appropriate price or by Agreement amendment. All payments are subject to "~vailability~~~unds." :.:x* .... ..*:.:*<:?A. COMPENSATION: Pursuant to thousand one hundred eighty two dollars hundred four dollars ($159,404) for the fust (I") option year, fineen dollars ($179,815) for the second (2"*) option year, and one hundred of the two (2) remaining one-year option periods, for a hundred nine dollars ($782.209), in accordance with parties will meet and confer on the contract price if @ terms. These discussions shall not obligate either othenvlse set forth in this Agreement, nor shall it ........ ........ ., ,, .. . ............. COTR. The County has designated the following indivihl i6<&&gontractin&afficer9s Technical Representative ("COTR) " ..;.:<<$$, *, ..:, .......... ..a,;: .>., .......... 0. '.'" +.:,: . .............. ..:?*;i$&@$@!, ~tra$$$ontri~~&ua(nistrator ..... ...... ._.\, . '.:?~;,'.'.~~@g,&r.l;nd~endenc~~eTyices 93%. ~~&ij~$$$$jan D&~o, CA 92 123 Ph: 858-505-6955, c~~.858-694:Z$, Michael.Strawn@sdcounty.ca.gov .:.:.. ... ... ... ...... CONTRACTOR'S REP TIVE. The ?&p$ptor has designated the following individual as the Contractor's ...... Representative. .? ;:::.. , Recreation Area Manager City of Carlsbad 799 Pine Avenue Carlsbad, California, 92008 2-4682; Fax: 760-434-4206; e-mail: glynn@ci.carlsbad.ca.us Pro Forms Service grcemenl C~ry ofcarlsbad Page I of I Rev 10/07!08 Amendment 11 04 COUNTY OF SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT NO. 513847 AMENDMENT NO. 03 To City of Carlsbad. Pursuant to the contract changes clause, you are directed to make the changes described herein to the Contract or do the following described work not included in the previous agreed on Statement of Work. Title of Contract, Project, or Program: Senior Nutrition Services Effective Date: 4-15-08 Description of Contract Change@) andlor Work To Be Done: Items numbered 1 - 13 below add new language to existing provisions and add new provisions to the Pro Forma Service Agreement as listed. 1) Recital A: "Pursuant to Article XXIII, Section 401 of the Administrative Code" is removed. 2) Recital E: Recital E is deleted and added to Recital D. 3) Article 1, Performance of Work, is modified as follows: a) Paragraph 1.2, Contractor's Representative: The fmt sentence of the paragraph beginning with ". . .The person identified on the signature page.. ." and ending with ". . .senices under this Agreement.. ." is added. b) Paragraph 1.4.3, County Approval, is removed. 4) Article 2, Scope of Work, is modified as follows: a) Paragraph 2.3, Responsibility For Equipment, is added. b) Paragraph 2.4, Non-Expendable Property Acquisition, is added. 5) Article 3, Disentanglement, is added. New section allows for contractor recovery of Disentanglement costs as long as the costs are kept within the confines of the original budget. 6) Article 4, Compensation, is modified as follows: a) Paragraph 4.1 : "In no event shall County pay Contractor in excess of the amount identified on the signature page" is added. i) Paragraph 4.1.1 is deleted and added to 4.1. ii) Paragraph 4.1.1.1, General Principles For Cost Reimbursement Elements or Provisional Rates, replaces 4.3 and 4.3.1 iii) Paragraph 4.1.1.2, Agreement Budget, replaces 4.3.2. iv) Paragraph 4.1.2.4, Fees for Service, is added. b) Paragraph 4.2 Invoices and Payment, is modified as follows: i) Paragraph 4.2.2.1, Invoices, is removed and added to 4.2.1, Invoices. ii) Paragraph 4.2.2.2, Payments: Language is removed and added to 4.2.3, Payments iii) Paragraph4.2.2.3: Language is removed and added to 4.2.3, Payments; and"For Provisional Rates.. .... expenses as specified in Articles 11 and 13" is added. iv) Paragraph 4.2.4, Prompt Payment for Vendors and Subcontractors, and subsequent paragraphs 4.2.4.1 through 4.2.2.4 are added. New section imposes a thirty (30)-day deadline for contractors to reimburse sub-contractors and vendors after receiving payment Gem the county for claimed expenses. v) Paragraph 4.2.7, Project Generated Revenue, and subsequent paragraphs 4.2.7.1 and 4.2.7.2 are added. vi) Paragraph 4.3, Medi-Cal Requirement, and subsequent paragraphs 4.3.1 through 4.3.10 are added. vii) Paragraph 4.3.3, Administrative Adjustments, is renumbered as 4.2.2.3. viii) Paragraph 4.4, Claims for Payment of EPSDT Medi-Cal Services, and subsequent paragraphs 4.4.1 through 4.4.6 are added. ix) Paragraph 4.4.3, Full Compensation, is renumbered as 4.2.5. X) Paragraph 4.4.4, Final Fiscal Year End Settlements, is renumbered as 4.2.3.3. xi) Paragraph 4.4.5, Final Agreement, is renumbered as 4.2.3.4. xii) Paragraph 4.4.6, Interpretation of Claim Provisions, is renumbered as 4.2.6. xiii) Paragraph 4.4.7, Severability Limits, is renumbered as 4.2.8. xiv) Paragraph 4.4.8, Partial Payment, is renumbered as 4.2.10. 7) Article 7, Termination, is modified as follows: a) Paragraph 7.1, Termination for Default, is split into three paragraphs and the numbering "7.1.1" is removed. i) Paragraph 7.4.4 and subsequent Paragraphs 7.4.4.1 through 7.4.4.6 are added. 8) Article 8, Compliance With Laws and Regulations, is modified as follows: - a) Paragraph 8.6, AIDS Discrimination: "AIDS" is corrected to "AIDS". r.A.,-.-uC,,o.~ ..,,-.rr..,--s,,, b) Paragraph 8.12.4, Family-Centered Practice, Board of Supervisors Policy E-13, is removed. c) Paragraph 8.12.5, Interlocking Directorate, is renumbered as 8.12.4. d) Paragraph 8.12.6, Zero Tolerance in Coaching Medi-Cal Or Welfare Clients (Including Undocumented ~mmi&ts), is renumbered as 8.12.5. 9) Article 11, Audit and Inspection of Records is modified as follows: a) Paragraph 11.3.2: The following sentence is added: "...County shall keep the materials described above confidential unless othenvise required by law.. .". 10) Article 13, Use of Documents and Reports, is modified as follows: a) Paragraph 13.6, Audit Requirement: Modification clarifies language and standards for required contractor audits. 1 1) Article 15, Disputes, is modified to specify interpretation of medical necessity and preservation ofright to withhold payment if disputing the medical necessity of care. 12) Article 16, General Provisions, is modified as follows: a) Paragraph 16.20 Responsiveness to Community Concerns: Modification clarifies language that contractors are not required to report every complaint they receive. Reporting required if issue relates to quality of care or abuse. 13) Signature Page is modified as follows: a) Compensation Clause: Language is added that County and Contractor will confer if contract price is adjusted resulting fiom the extension of the contract tenn. PLEASE NOTE: A copy of the revised "Service Agreement", pages 1 through 20, is attached lor your convenience and a sample ofthe "Signature Page" is provided for your convenience. Do not remove and replace the "Signature Page" with the attached. Description of Additional Contract Change@) andlor Work to Be Done: 1) Exhibit A, Performance Work Statement, is modified as follows: a) Paragraph 2, Background, is modified to remove reference to number of contractors and sites. b) Paragraph 6.2, website link is changed 60m "http://www.energy.ca.gov/title24/indexh to "www.bsc.ca.gov". c) Paragraph 8, Disentanglement, is removed. 2) Exhibit C, Fiscal Terms and Conditions and Pricing Schedule, is modified as follows: a) One Time Only (OTO) Funding. OTO-CI funding is added in the amount of $2,847 for the purchase of an Ice Machine. Contract amount for Fiscal Year 2007-2008 is increased from $156,557 to $159,404 with One Time Only funds. Please remove and replace the following: 1. Service Agreement, pages 1 through 14, with the attached new Service Agreement, pages 1 through 20, with pages marked AMENDMENT # 03. 2. Exhibit A, Performance Work Statement, with the attached Exhibit A with pages marked AMENDMENT # 03. 3 Exhibit C, Fiscal Terms and Conditions and Pricing Schedule, with attached document with pages marked AMENDMENT #03. All other Terms and Conditions remain in effect. R*[ WITNESS WHEREOF, County and Contractor have executed this Amendment effective as of the date first set forth above. We, the undersigned Contractor, have given careful consideration to THIS AMENDMENT IS NOT VALID the change proposed and hereby wee, if this proposed change is THE DIRECTOR, DEPARTMENT m~roved. that we will orovide all aui~ment furnish all materials. c~ING A A . . . . except &may otherwise be noted above, and perform all services necessary for the work specified herein, and will accept as full payment an estimated increase of $2,847, for an amended Fiscal Year 2007-2008 price of $159,404. Contract time for completion remains unchanged. PAMELAB. SMITH, Director Date: - * Lisa Hildabrand, Interim City Manager By: City of Carlshad WINSTON F. ~c~~I@htor 799 Pine Avenue Department of Purchasing and Contracting Carlsbad, CA 92008 Ph: 760-602-4682 Date: 4. ! %j 1 CONTRACT # 513847 AMENDMENT# 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM This Agreement ("Agreement") is made and entered into on the date shown on the signature page ("Effective Date") by and between the County of San Diego, a political subdivision of the State of California ("County") and Contractor City of Carlsbad, located at 799 Pine Ave, Carlsbad, California 92008 ("Contractor"), with reference to the following facts: RECITALS A. The County, by action of the Board of Supervisors on August 2, 2005, Minute Order No. 14, authorized the Director of Purchasing and Contracting to award a contract for Senior Nutrition Program services. B. Contractor is specially trained and possesses certain skills, experience, education and competency to perform these services. C. The Chief Administrative Ofticer made a determination that Contractor can perform the services more economically and efficiently than the County, pursuant to Section 703.10 of the County Charter. D. The Agreement shall consist of this pro forma Agreement, Exhibit A Performance Work Statement; Exhibit A-I, Contractor's Proposal; Exhibit B Insurance Requirements and Exhibit C, Fiscal Terms & Conditions and Pricing Schedule. In the event that any provision of the Pro Forma Agreement or its Exhibits, A, A-I, B or C, conflicts with any other term or condition, precedence shall be: First (1st) the Pro Forma: Second (2nd) Exhibit B; Third (3rd) Exhibit A; Fourth (4th) Exhibit C; Filth (5th) Exhibit A-I. NOW THEREFORE, for valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties agree as follows: ARTICLE I PERFORMANCE OF WORK . 1.1 Standard of Performance. Contractor shall, in good and workmanlike manner and in accordance with the highest professional standards, at its own cost and expense, furnish all of the labor, technical, administrative, professional and all other personnel, all supplies and materials, equipment, printing, transportation, facilities, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by County, necessary or proper to perform and complete the work and provide the services required of Contractor by this Agreement. 1.2 Contractor's Re~resentative. The person identified on the signature page ("Contractor's Representative") shall ensure that Contractor's duties under this Agreement shall be performed on behalf of the Contractor by qualified personnel; Contractor represents and warrants that (1) Contractor has fulfilled all applicable requirements of the laws of the State of California to perform the services under this Agreement and (2) Contractor's Representative has full authority to act for Contractor hereunder. Contractor and County recognize that the services to be provided by Contractor's Representative pursuant to this Agreement are unique: accordingly, Contractor's Representative shall not be changed during the Term of the Agreement without County's written consent. County reserves the right to terminate this Agreement pursuant to Clause 7.1 "Termination for Default", if Contractor's Representative should leave Contractor's employ, or if, in County's judgment, the work hereunder is not being performed by Contractor's Representative. 1.3 Contractor as Inde~endent Contractor. Contractor is, for all purposes of this Agreement, an independent Contractor, and neither Contractor nor Contractor's employees or subcontractors shall be deemed to be employees of the County. Contractor shall perform its obligations under this Agreement according to the Contractor's own means and methods of work which shall be in the exclusive charge and under the control of the Contractor, and which shall not be subject to control or supervision by County except as to the results of the work. Neither Contractor nor Contractor's employees or subcontractors shall be entitled to any benefits to which County employees are entitled, including without limitation, overtime, retirement benefits, workers' compensation benefits and injury leave. 1.4 Contractor's Azents and Em~lovees or Subcontractors. Contractor shall obtain, at Contractor's expense, all agents, employees and subcontractors required for Contractor to perform its duties under this Agreement, and all such services shall be performed by Contractor's Representative, or under Contractor's Representatives' supervision, by persons authorized by law to perform such services. Retention by Contractor of any agent, employee or subcontractor shall be at Contractor's sole cost and expense, and County shall have no obligation to pay Contractor's agents, employees or subcontractors; to support any such person's or entity's claim against the Contractor; or to defend Contractor against any such claim. Any subcontract, or a combination of subcontract to the same individual or fum for the Agreement period which is in excess of fifty thousand dollars ($50,000) or twenty five percent (25%) of the value of the Agreement, whichever is less must have prior concurrence of the Conbacting Officer Technical Representative. Contractor shall provide Contracting Officer Technical Representative with copies of all other subcontract relating to this Agreement entered into by Contractor within thirty (30) days after the effective date of the subcontract. Such subcontractors of Contractor shall be notified of -& Pro Foma Service Agreement Ctly afCarlrbad Agreemat Page l of 20 Rev 10/8D7 Amendment Y 03 COUNTY AGREEMENT NUMBER 513847 . . AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM Contractor's relationship to County. "Subcontractor" means any entity, other than County, that furnishes to Contractor services or supplies relevant to this Agreement other than standard commercial supplies, off~ce space, and printing services. 1.4.1 Contractor ResoonsibiliQ. In the event any subcontractor is utilized by Contractor for any portion of the project, Contractor retains the prime responsibility for carrying out all the terms of this Agreement, including the responsi- bility for performance and insuring the availability and retention of records of subcontractors in accordance with this Agreement. No subcontract utilizing funds from this Agreement shall be entered into which has a term extending beyond the ending date of this Agreement. 1.4.2 Mandated Clause. All subcontracts shall include the Standard Terms and Conditions required of Contractor herein. ARTICLE 2 SCOPE OF WORK 2.1 Performance Work Statement. Contractor shall perform the work described in the Performance Work Statement attached as Exhibit "A" to this Agreement, and by this reference incorporated herein, except for any work .therein designated to be performed by County. 2.2 Rieht To Acauire Eauioment and Services. Nothing in this Agreement shall prohibit the County from acquiring the same type or equivalent equipment and/or service from other sources, when deemed by the County to be in its best interest. 2.3 Resoonsibilitv For Eauioment. County shall not be responsible nor be held liable for any damage to persons or property consequent upon the use, misuse, or failure of any equipment used by Contractor or any of Contractor's employees, even though such equipment may be furnished, rented, or loaned to Contractor by County or which Contractor may acquire with funds from this Agreement if payment is on a cost reimbursement basis,. The acceptance or use of any such equipment by Contractor or Contractor's employees shall be construed to mean that Contractor accepts full responsibility for and agrees to exonerate, indemnify and hold harmless County 6om and against any and all claims for any damage whatsoever resulting 6om the use, misuse, or failure of such equipment, whether such damage be to the employee or property of Contractor, other Contractors, County, or other persons. Equipment includes, but is not limited to material, computer hardware and software, tools, or other things. Contractor shall repair or replace, at Contractor's expense all County equipment or fixed assets that are damaged or lost as a result of Contractor negligence. 2.4 Non-Exoendable hooertv Acauisition. County retains title to all non-expendable property, which Contractor may acquire with funds 6om this Agreement if payment is on a cost reimbursement basis, including property acquired by lease purchase Agreement. Contractor may not expend funds under this Agreement for the acquisition of non-expendable property having a unit cost of $5,000 or more and a normal life expectancy of more than one (1) year without the prior written approval of Contracting Officer Technical Representative. Contractor shall maintain an inventory of non-expendable equipment, including dates of purchase and disposition. Inventory records on non-expendable equipment shall be retained, and shall be made available to the County upon request, for at least three (3) (3) years following date of disposition. Non-expendable property that has value at the end of a contract (e.g. has not been depreciated so that its value is zero), and which the County may retain title under this paragraph, shall be disposed of at the end of the Agreement as follows: At County's option, it may: I) have Contractor deliver to another County contractor or have another County contractor pick up the non- expendable property; 2) allow the contractor to retain the non-expendable property provided that the contractor submits to the County a written statement in the format directed by the County of how the non-expendable property will be used for the public good; or 3) direct the Contractor to return to the County the non-expendable property. ARTICLE 3 DISENTANGLEMENT 3.1 General Oblieations At County's discretion, Contractor shall accomplish a complete transition of the services as set forth in Exhibit A to this Agreement (for purposes of this Article 3.1, these shall be referred to as the "Disentangled Services") being terminated 6om Contractor and the Subcontractors to County, or to any replacement provider designated by County, without any interruption of or adverse impact on the Disentangled Services or any other services provided by third parties. This process shall be referred to as the Disentanglement. Contractor shall fully cooperate with County and any new service provider and otherwise promptly take all steps, including, but not limited to providing to County or any new service provider all requested information or documentation, required to assist County in effecting a complete Disentanglement. Contractor shall provide all information or documentation regarding the Disentangled Services or as otherwise needed for Disentanglement, including, but not limited to, data conversion, client files, interface specifications, training staff assuming responsibility, and related professional services. Contractor shall provide for the prompt and orderly conclusion of all work required under the Agreement, as County_may direct, including completion or partial completion of projects, Pro Foma Service Agreement Agramcnt Page 2 of 20 Rev lorn107 City ofcarlsbad Amcndmml # 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM documentation of work in process, and other measures to assure an orderly transition to County or the County's designee of the Disentangled Services. All Contractor work done as part of the Disentanglement shall be performed by Contractor and will be reimbursed by the County at no more than Contractor's costs, up to the total amount of this Agreement. Contractor shall not receive any additional or different compensation for the work otherwise required by the Agreement. Contractor's obligation to provide the Services shall not cease until the earlier of the following: I) The Disentanglement is completed to the County's reasonable satisfaction, or 2) twelve (12) months afier the Expiration Date of the Agreement. 3.2 Disentanglement Process The Disentanglement process shall begin on any of the following dates: (i) the date County notifies Contractor that no funds or insufficient funds have been appropriated so that the Term shall be terminated pursuant to the Agreement, Paragraph 4.1.3; (ii) the date designated by County not earlier than sixty (60) days prior to the end of any initial or extended term that County has not elected to extend pursuant to the Agreement's, Signature Page, Conmct Term; or (iii) the date any Termination Notice is delivered, if County elects to terminate any or all of the Services pursuant to the Agreement, Paragraph 7.1. Subject to Exhibit A Contractor's obligation to perform Disentangled Services, and County's obligation to pay for Disentangled Services, shall expire: (A) when funds appropriated for payment under this Agreement are exhausted, as provided in this Agreement, Paragraphs 7.1 and 7.4; (B) at the end of the initial or extended term set forth in this Agreement's, Signature Page, Contract Term; or (C) on the Termination Date, pursuant to this Agreement, Paragraphs 7.1 and 7.4 (with the applicable date on which Contractor's obligation to perform the Services expires being referred to herein as the "Expiration Date"). Contractor and County shall discuss in good faith a plan for determining the nahlre and extent of Contractor's Disentanglement obligations and for the transfer of the Disentangled Services in process provided, however, that Contractor's obligation under this Agreement to provide all Disentangled Services shall not be lessened in any respect. 3.3 S~ecific Obligations The Disentanglement shall include the performance of the following specific obligations: 3.3.1 No Interruvtion or Adverse lmoact Contractor shall cooperate with County and all of the County's other service providers to ensure a smooth transition at the time of Disentanglement, with no interruption of Disentangled Services or other work required under the Agreement, no adverse impact on the provision of Disentangled Services or other work required under the Agreement or County's activities, no interruption of any services provided by third parties, and no adverse impact on the provision of services provided by third parties. 3.3.2 Third-Pam Authorizations Without limiting the obligations of Contractor pursuant to any other clause in Exhibit A herein, Contractor shall, subject to the terms of any third-party contracts, procure at no charge to County any third-party authorizations necessary to grant County the use and benefit of any third-party contracts between Contractor and third-party contractors used to provide the Disentangled Services, pending their assignment to County. Similarly, at County's direction, Contractor shall obtain all legally necessary client consents or authorizations legally necessary to transfer client data to County or any new service provider. 3.3.3 Return. Transfer and Removal of Assets 3.3.3.1 Contractor shall return to County all County assets in Contractor's possession, pursuant to Paragraph 2.4 of the Agreement. 3.3.3.2 County shall be entitled to purchase at net book value those Contractor assets used for the provision of Disentangled Services to or for County, other than those assets expressly identified by the Parties as not being subject to this provision. Contractor shall promptly remove from County's premises, or the site of the work being performed by Contractor for County, any Contractor assea that County, or its designee, chooses not to purchase under this provision. 3.3 4 Transfer of Leases. Licenses. and Contracts Contractor, at its expense, shall convey or assign to County or its designee such fully-paid leases, licenses, and other contracts used by Contractor, County, or any other Person in connection with the Disentangled Services, as County may select, when such leases, licenses, and other contracts have no other use by Contractor. Contractor's obligation described herein, shall include Contractor's performance of all obligations under such leases, licenses, and other contracts to be performed by it with respect to periods prior to the date of conveyance or assignment and Contractor shall reimburse County for any losses resulting from any claim that Contractor did not perform any such obligations. 3.3.5 Delive~ of Documentation Contractor shall deliver to County or its designee, at County's request, all documentation and data related to . County, including, but not limited to, the County Data and client files, held by Contractor, and Contractor shall Pro Fona Service Agrccmcnt Apmenl Page 3 of 20 Rev 1018107 City of Carlsbad Amendment Y 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM destroy all copies thereof not turned over to County, all at no charge to County. Notwithstanding the foregoing, Contractor may retain one (1) copy of the documentation and data, excluding County Data, for archival purposes or warranty support. 3.4 Findines Confidential. Any reports, information, data, etc., given to or prepared or assembled by Contractor under this Agreement which the County requests to be kept as confidential shall not be made available to any individual or organization by the Contractor without the prior written approval of the County. 3.5 Publication, Re~roduction or Use of Materials. No material produced, in whole or in part, under this Agreement shall be subject to copyright in the United States or in any other country. The County shall have unrestricted authority to publish, disclose, distribute and otherwise use, in whole or in part, any reports, data or other materials prepared under this Agreement. All reports, data and other materials prepared under this Agreement shall be the property of the County upon completion of this Agreement. ARTICLE 4 COMPENSATION 4.1 General Princioles The Pricine. Schedule and Budget, if applicable, are in Exhibit C and the compensation is on the signature page. In no event shali~ounty pay contractor in excess of the amount identified on the signature Page. county is from making payments prior to receipt of services (advance payments). County will pay Contractor the agreed upon price(s), pursuant to Exhibit C for the work specified in Exhibit A, Performance Work Statement; unless the Pricing Schedule and budget are segregated, in which case the Pricing Schedule is in Exhibit C-I and the budget for cost reimbursement elements is in Exhibit C-2. Invoices are subject to the requirements below. 4.1.1 Accountine and Financial Support. Contractor shall provide and maintain an accounting and financial support system to monitor and control costs to assure Agreement completion. 4.1.1.1 General Princi~les For Cost Reimbursement Elements or Provisional Rates. If cost reimbursement elements or provisional rates are included in this Agreement, Contractor shall comply with generally accepted accounting principles and good business practices, including all applicable cost principles published by the Federal Office of Management and Budget (OMB), including A-122, which can be viewed at htt~://www.whitehouse.~ov/omb/circulars, and any funding source specific to federal or State laws and regulations. If Contractor receives Medi-Cal or EPSDT funding through this Agreement, Contractor shall comply with Paragraphs 4.3 and 4.4 below. Contractor's compliance with Paragraphs 4.3 and 4.4 shall be subordinate to Contractor's compliance with any funding source specific to federal or State laws and regulations. Contractor shall, at its own expense, hish all cost items associated with this Agreement except as herein otherwise specified in the budget or elsewhere to be furnished by County. Contractor shall submit annually to the County a cost allocation plan in accordance with OMB guidelines. 4.1 .I .2 Agreement Budeet for Cost Reimbursement Elements. In no event shall the Agreement budget total be increased or decreased prior to County approved Agreement amendment. Some budget line item adjustments require County review and approval. Adjustments requiring County review and approval are listed in Exhibit C-2 "Contractor's Budget." 4.1.2 Conditions Prereauisite To Payments. County may elect not to make a particular payment if any of the following exists: 4.1.2.1 Misrepresentation. Contractor, with or without knowledge, made any misrepresentation of substantial and material nature with respect to any information furnished to County. 4.1.2.2 Unauthorized Actions bv Contractor. Contractor took any action pertaining to this Agreement, which required County approval, without having fust received said County approval. 4.1.2.3 Default. Contractor was in default under any temls and conditions of this Agreement. 4.1.2.4 Fees for Service. Contractor shall not implement a schedule of fees to be charged to clients or third party client representatives without prior County approval, unless authorized elsewhere in this Agreement. 4.1.3 Withholdine. Of Pavment. County may withhold payment until reports, data, audits, or other information required for Agreement administration or to meet County or State reporting or auditing requirements are received and approved by COTR or designee. County may also withhold payment if, in County's opinion, Contractor is in noncompliance with this Agreement. 4.1.4 Disallowance. In the event Contractor receives payment from County for a service, reimbursement for which is later disallowed by County or the State of California, or the United States of America, Contractor shall promptly Pro Forma Servlce Agreement Agreement Page 4 of 20 Rev 10/8fl7 Clty of Carlsbad Amendment Y 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM refund the disallowed amount to County on request, or County may offset the amount disallowed from any payment due to or to become due to Contractor under this Agreement or any other Agreement. Similarly, a disallowance under a prior Agreement may be offset against this Agreement. 4.1.5 Partial Pavment. If Contractor fails to perform specified services, provide specified products or perform services or provide products timely and in accordance with specified requirements, Contractor shall be paid only the reasonable cost for the services performed or products provided for the payment period as determined by the COTR. 4.1.6 Maximum Price. During the performance period of this Agreement, the maximum price for the items and/or services shall not exceed the lowest price at which Contractor then offers the items and/or services to its most favored customer. In no event shall County pay Contractor in excess of the amount identified on the Signature Page. 4.1.7 Ameement Amendment. An Agreement amendment signed by the Contracting Officer is required to modify the total Agreement amount or Agreement term. 4.1.8 Availabilitv of Funding. The County's obligation for payment of any Agreement beyond the current fiscal year is contingent upon the availability of funding 6om which payment can be made. No legal liability on the part of the County shall arise for payment beyond June 30 of the calendar year unless funds are designated by the County and are made available for such performance. 4.2 Invoices and Pavment 4.2.1 invoices. County agrees to pay Contractor in arrears only after receipt and approval of properly completed monthly invoices by the COTR for the work performed in the prior month. Invoices shall be detailed and itemized original invoices referencing the Agreement number, Invoice number, and submitted utilizing the proper invoice form provided by COTR, pursuant to Exhibit C, documenting the total invoiced amount by Contractor. Contractor's monthly invoices shall include a statement certifying whether it is in compliance with Paragraph 8.15 of this Agreement 4.2.2 Provisional Rates I Cost Reimbursement Elements. If this Agreement has provisional rates, or cost reimbursement elements, Contractor shall maintain records of its actual costs, as required herein, for those services paid under a provisional rate or as cost reimbursement. Contractor's last payment each fiscal year shall be withheld until after County and Contractor reconcile Contractor's actual costs with the amount paid from the provisional rates, if any. If County has paid Contractor more than their actual costs, Contractor shall refund County the excess amount paid in accordance with Paragraph 4.2.3. If Contractor's actual costs are more than the amount paid by County, County will pay Contractor the difference, up to, but not to exceed the annual contract amount identified in the Signature Page, in accordance with Paragraph 4.2.3. County's obligation to pay is also subject to the other requirements of this Agreement. 4.2.2.1 Aereement Budget. Contractor shall comply with generally accepted accounting principles and good business practices, including all applicable cost principles published by the Federal Office of Management and Budget (OMB), including A-122, which can be viewed at httu://www.whitehouse.eov/omb/circulars, and any funding source specific to federal or State laws, including the Federal Administration on Aging which can be viewed at www.aoa.eov and the California Department of Aging which can be viewed at www.aeine.ca.eov. If Contractor receives Medi-Cal or EPSDT hiding through this Agreement, Contractor shall comply with Paragraphs 4.3 and 4.4 below. Contractor's compliance with Paragraphs 4.3 and 4.4 shall be subordinate to Contractor's compliance with any funding source specific to federal or State laws and regulations. Contractor shall, at its own expense, furnish all cost items associated with this Agreement except as herein otherwise specified in the budget or elsewhere to be furnished by County. 4.2.2.2 The Agreement Budget is in Exhibit C-2. In no event shall the Agreement budget total be increased or decreased prior to County approved Agreement amendment. Some budget line item adjustments require County review and approval. Adjustments requiring County review and approval are listed in Exhibit C-2 "Contractor's Budget." 4.2.2.3 Administrative Adiustment. The COTR may make administrative Agreement adjustments to change or modify the budget as long as the total Agreement amount or Agreement term is not modified. 4.2.3 Payments. Payment for the services performed under this Agreement shall be in accordance with Exhibit C, unless other payment methodologies are negotiated and agreed to by both Contractor and County. Payments shall be in arrears after receipt of properly completed invoice approved by the COTR, pursuant to Paragraph 4.2. COTR approved payments will be made within thirty (30) days after receipt of properly completed invoice unless otherwise stated in this Agreement. - Pro Forma Service Agreement Agreemenl Page 5 of 20 Rev 1018107 City ofcarlsbad Amendment X 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM For Provisional Rates, County will reimburse the good faith estimate of the actual allowable, allocable and reasonable costs incurred associated with the work performed during the month of service. Contractor shall maintain supporting documentation of expenses as specified in Articles I1 and 13. 4.2.3.1 This monthly invoice shall reflect a good faith estimate of the actual allowable, allocable and reasonable costs incurred associated with the work performed during the month of service. This good faith estimate shall be based on the budgeted net unit cost for each service category, hereafter known as provisional rates, multiplied by the units provided. 4.2.3.2 Reconciliation of Good Faith Estimates to Actual Allowable Expenses. Contractor shall submit a cost report to complete a reconciliation of the actual allowable, allocable and reasonable expenses incurred associated with the work performed under this agreement hvice annually at a minimum; the COTR may require them more frequently. Cost reports submitted by Contractor shall include the actual allowable cumulative year to date expenses by service category for the period. Upon receipt of each cost report, County will reconcile year to date payments with year to date actual allowable, allocable and reasonable expenses and adjust the next monthly invoice for under payments or overpayments in excess of one hundred dollars ($100). Cost reports shall also include total amounts over paid by the County to Contractor or under paid by the County to the Contractor for each month of service. At the end of each fiscal year, Contractor shall complete an annual reconciliation of the actual allowable expenses incurred associated with the work performed under this agreement for that fiscal year. Overpayments and underpayments will be adjusted during the fiscal year and at the end of the fiscal year as instructed by the COTR. 4.2.3.3 Final Fiscal Year End Settlements. Contractor shall submit the final cost report reflecting the actual costs for reimbursement for services performed durinp. the County fiscal vear bv the final fiscal vear settlement date, which will be estab~ished'b~ each program. This settlemenidate shall be no moreihan sixty (60) calendar days 6om the end of the County fiscal year. Upon receipt of the fiscal year end cost report, County will reconcile year to date payments with fiscal year end actual allowable, allocable and reasonable expenses. County will reimburse Contractor for underpayments and will recoup overpayments from Contractor. County may, in its sole discretion, choose to not process invoices for reimbursement for services performed during that fiscal year after this date. The County fiscal year shall be defmed as July 1, through June 30, unless otherwise defined in this Agreement. Drug Medi-Cal costs that exceed the cap at the individual provider level will be excluded 6om reimbursable costs during the year end settlement process. 4.2.3.4 Final Ameement Settlement Date. Contractor shall submit the final invoice for reimbursement for services performed during the final fiscal year of the contract by the final contract settlement date, which shall be no more than sixty (60) calendar days from the final date of the contract services. County may, in its sole discretion, choose to not process invoices for reimbursement for services performed during the final fiscal year of the contract after the final Agreement settlement date. 4.2.4 Prompt Payment for Vendors and Subcontractors 4.2.4.1 Prompt payment for vendors and subcontractors. 4.2.4.1.1 Unless otherwise set forth in this paragraph, Contractor shall promptly pay its vendors and subcontractor(s) for satisfactory performance under its subcontract(s) to this Agreement. Such prompt payment shall be no later than thirty (30) days after Contractor receives payment for such services 6om County and shall be paid out of such amounts as are paid to Contractor under this Agreement. 4.2.4.1.2 Contractor shall include a payment clause conforming to the standards set forth in Paragraph 4.2.4.1.1 of this Agreement in each of its subcontracts, and shall require each of its subcontractors to include such a clause in their subcontracts with each lower-tier subcontractor or supplier. 4.2.4.2 If Contractor, after submitting a claim for payment to County but before making a payment to a vendor or subcontractor for the goods or performance covered by the claim, discovers that all or a portion of the payment otherwise due such vendor or subcontractor is subject to withholding from the vendor or subcontractor in accordance with the vendor or subcontract agreement, then the Contractor shall: 4.2.4.2.1 Furnish to the vendor or subcontractor and the COTR within three (3) business days of withholding funds from its vendor or subcontractor a notice stating the amount to be withheld, the specific causes for the withholding under the terms of the subcontract or vendor - Pro Forma Service Agreement Agreement Page 6 of 20 Rev 10/8/07 Ctty of Carlsbad Amendment # 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM agreement; and the remedial actions to be taken by the vendor or subcontractor in order to receive payment of the amounts withheld. 4.2.4.2.2 Contractor shall reduce the subcontractor's progress payment by an amount not to exceed the amount specified in the notice of withholding furnished under paragraph 4.2.4.2.1 of this Agreement and Contractor may not claim from the County this amount untilits subcontractor has cured the cause of Contractor withholding funds; 4.2.4.2.3 Upon the vendor's or subcontractor's cure of the cause of withholding funds, Contractor shall pay the vendor or subcontractor as soon as practicable, and in no circumstances later than ten (10) days after the Contractor claims and receives such funds fiom County. 4.2.4.3 Contractor shall not claim from County all of or that portion of a payment othenvise due to a vendor or subcontractor that Contractor is withholding from the vendor or subcontractor in accordance with the subcontract agreement where Contractor withholds the money before submitting a claim to County. Contractor shall provide its vendor or subcontractor and the COTR with the notice set forth in Paragraph 4.2.4.2.1 of this Agreement and shall follow Paragraph 4.2.4.2.3 of this Agreement when vendor or subcontractor cures the cause of Contractor withholding its vendors or subcontractor's funds. 4.2.4.4 Overpayments. If Contractor becomes aware of a duplicate contract fmancing or invoice payment or that County has otherwise overpaid on a contract financing or invoice payment, Contractor shall immediately notify the COTR and request instructions for disposition of the overpayment. 4.2.5 Full Com~ensation. Pending any adjustments by the COTR and except as otherwise provided for in the cost reports submitted by Contractor to County if Provisional Rates are utilized, each invoice approved and paid shall constitute full and complete compensation to Contractor for all work completed during the billing period pursuant to Exhibit A and Exhibit C. This Agreement constitutes the entire Agreement between Contractor and County. Contractor shall be entitled only to payment and, if Provisional Rates or Reimbursable elements are included in this Agreement, reimbursement for allowable, allocable and reasonable costs, associated with services pursuant to Exhibit A. 4.2.6 Internretation of Claim Provisions. As used in this Article 4, the term "claim" refers to a claim filed pursuant to San Diego County Code of Administrative Ordinances Article V-A, "Processing and Certification of Routine Claims." The term "claim" as used in this Article 4 does not refer to a claim filed pursuant to San Diego County Code of Administrative Ordinances, Article X, "Claims Against the County." 4.2.7 Proiect Generated Revenue. Project Generated Revenue realized by Contractor in excess of the Agreement budget shall be utilized in support of the Project. 4.2.7.1 Project Generated Revenue and Expenditures shall be reported at the end of the Agreement period. 4.2.7.2 With COTR approval, Contractor may expend a remaining balance of project generated revenue in the term of a subsequent County Agreement in support of this Project. 4.2.8 Severabilitv Limits. Severability pertains only to those Agreements that originate in one fiscal year and end in another fiscal year. This Agreement is severable for and limited to the amounts in the attached budget. In no event shall Contractor exceed the Severability Limits. 4.2.9 Disallowance. In the event Contractor receives payment from County for a service, reimbursement for which is later disallowed by County or the State of California, or the United States of America, Contractor shall promptly refund the disallowed amount to County on request, or County may offset the amount disallowed from any payment due to or to become due to Contractor under this Agreement or any other Agreement. Similarly, a disallowance under a prior Agreement may be offset against this Agreement. 4.2.10 Partial Payment. If Contractor fails to perform specified services, provide specified products or perform services or provide products timely and in accordance with specified requirements, Contractor shall be paid only the reasonable cost for the services performed or products provided for the payment period as determined by the COTR. 4.3 Medi-Cal Reauirements 4.3.1 Budeet Schedules The Summary of the Bronzan-McCorquodale Act Program Cost along with the following Budget Schedules shall be submitted to COTR by Contractor in a form acceptable to County: Agreement Program Budget Summary Schedule I - Agreement Budget - Pro Forma Service Agreement City of Carlobad Agreement Page 7 of 20 Rev 1018107 Amendment 1 03 Pro Fonna Servir. City of Carlrbad COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM Schedule 11 -Fixed Assets/Consultant Agreements Schedule 111 - Indirect Cost Statement These schedules are attached hereto in the budget and by this reference incorporated herein, and shall constitut, Contractor's Budget for services to be performed by Contractor and shall document County's financial suppor under this Agreement. Budeet Guidelines. Contractor shall obtain written approval from County prior to exceeding any fiscal year': budgeted amounts except as noted in Paragraphs 4.3.3 through 4.3.7 herein. Unexpended budgeted amounts shal not be applied to subsequent fiscal years expenditures unless authorized by an Agreement Amendment. A1 Agreement Amendment is required prior to exceeding any fiscal year's budgeted maximum Agreement amount. Total Direct Labor Cost. Reimbursable direct labor cost for direct labor and program management staff incurred b! Contractor in the performance of this Agreement shall be limited to the total amount budgeted for such cost, a! evidenced by Schedule I -Agreement Budget, that is attached hereto and by reference made a term and conditior hereof. The sum of any and all such expenditures shall not exceed the total amount budgeted for the Salaries an( Benefits category plus any allowable unexpended Operating Expenses (as defined in Paragraph 4.3.4.1) without thc prior written approval of the COTR. 4.3.3.1 Unexpended Salaries and Benefits, up to ten percent (10%) of total budgeted amounts, may be applied tc Operating Expenses. 4.3.3.2 Unexpended Salaries and Benefits that may be applied to Operating Expenses may only be fron temporary vacancies of budgeted staff. 4.3.3.3 Unexpended Salaries and Benefits may be applied directly to an) temporary replacement staff and do no. require prior County approval as long as costs do not exceed amounts budgeted for these positions. 4.3.3.4 All staffing changes, including addition or deletion of budgeted staff, and unbudgeted salary increase: require prior COTR approval. Total Other Direct Cost. Reimbursable operating costs incurred by Contractor in the performance of thir Agreement shall be limited to the total amount budgeted for such expenses, as evidenced by Schedule I - Agreement Budget, that is attached hereto and by reference made a term and condition hereof. The sum of any and all such expenditures shall not exceed the total amount budgeted for the Operating Expenses category plus an) allowable unexpended Salaries and Benefits (as defined in Paragraph 4.3.3.1) without the prior written approval 01 the COTR 4.3.4.1 Unexpended Operating Expenses, up to ten percent (10%) of total budgeted amounts, may be applied ta Salaries and Benefits. 4.3.4.2 The budgeted amounts for Operating Expenses line items may be exceeded as long as the total of all items does not exceed the total budgeted Operating Expenses (including any allowable unexpended Salaries and Benefits (as defined in Paragraph 4.3.3), except for Leasehold Improvements, Consultants, Interest Expense, and Depreciation. 4.3.4.3 Consulting expenses shall be budgeted on Schedule 11 of the Agreement Budget and shall not be exceeded without prior COTR approval, with the exception of temporary staffig pursuant to Paragraph 4.3.3.2. All other consulting services not previously budgeted shall require prior written COTR approval. 4.3.4.4 Budgeted amounts for Leasehold Improvements, Interest Expense, and Depreciation shall not be exceeded without prior written COTR approval. 4.3.4.5 No expense shall be allowed for any line item that does not have an amount currently budgeted. Fixed Assets. All fixed asset expenses shall be budgeted and itemized on Schedule 11, and no line item budget shall be exceeded without prior written COTR approval. Purchase of fixed assets not currently budgeted and itemized shall have prior wriken COTR approval. Fixed assets shall include all non-expendable property with a value of five thousand dollars ($5,000) or more and a normal life expectancy of more than one (1) year. Total Indirect Cost. Reimbursable indirect costs incurred by Contractor in the performance of this Agreement shall be limited to the total amount budgeted for such cost, as evidenced by Schedule Ill - lndirect Cost Statement, attached hereto and by reference made a term and condition hereof. The sum of any and all such costs shall not exceed the total amount budgeted for the Indirect Cost category without the written approval of the COTR. Reimbursable indirect costs shall be limited such that the ratio of actual total Indirect Cost to actual total Gross Cost shall not exceed the ratio of budgeted Indirect Cost to budgeted Gross Cost. Budgeted Units of Service shall not be changed without prior written COTR approval. :e Agreement Agreement Page 8 of 20 Rev 1018/07 Amendment 11 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 4.3.8 Claims. Reports, and Regulations. In consideration of the services performed by Contractor pursuant to this Agreement, County will reimburse Contractor for the actual cost of services performed on the basis of claims and/or cost reports prepared by Contractor. Such claims and cost reports shall be prepared according to the instruc- tions provided by County with the forms and shall be submitted by the fifteenth (15") day of the month following the month of service to the County at the address indicated in the Signature Page. For all services not recorded on the Mental Health Management Information System, Contractor shall also submit a Supplemental Data Sheet by the fifteenth (15") day of the month following the month of service. Format or other necessary changes to these forms may be made by County from time to time, as needed, and necessary forms and instructions shall be hrnished to Contractor by County for reporting purposes. 4.3.8.1 Compensation for services performed hereunder will be paid to Contractor by County upon the County's receipt and approval of the properly completed claim and cost report forms for each month of service. Such reports shall clearly reflect and, in reasonable detail, provide information regarding the actual cost of services for which reimbursement from County is requested. The final fiscal year-end cost report is due no later than August 31". All payments made to Contractor by patients or other third-party payers as reimbursement for the cost of services provided under this Agreement shall be reflected in such reports in conformity with applicable State rules and regulations, and shall be deducted 6om the gross operating cost in order to determine the amount of net operating cost subject to reimbursement by County. Contractor shall utilize County developed formats in preparing cost reports. 4.3.8.2 The timely submission of these reports is a necessary and a material term and condition of this Agreement, and Contractor agrees that failure to meet specified deadlines will be sufficient cause to institute the penalties discussed in Paragraph 4.3.9 of the Agreement. 4.3.8.3 Multiple program Agreements are Agreements where services provided in more than one location or in more than one region are included together in a single Agreement. In multiple program Agreements, each program shall be functionally defined by having a separate and distinct scope of services and budget. In multiple program Agreements, all reimbursement and limitations to reimbursement specified herein shall apply to the individual program budgets as defined above and included in the budget. Any adjustment between individual program budgets shall have the prior written approval of the COTR. Any excess funds shall remain and be utilized in the region where originally allocated or may be reallocated by the COTR for other appropriate mental health services. 4.3.9 Penaltv for Failure to Oualifv Short-Dovlehledi-Cal Visits. Reduction in Short-Doylehledi-Cal claims for the State to the County due to failure to qualify the visit under Short-Doylehledi-Cal program (failure to claim or failure to respond to inquiry) will result in an amount commensurate with Contractor's approved budgeted unit cost and fhe prevailing Federal Financial Participation (FFP) of Medi-Cal being withheld from Contractor's reimbursement for the Agreement period. 4.3.10 Other Revenue Sources. Contractor shall determine and claim revenues from all possible sources other than the County as reimbursement for the cost of treatment services rendered to patients pursuant to this Agreement. Such revenues shall include, but not be limited to, patient fees, patient insurance, Medicare, and payments from other third-party payers. Determination of patient eligibility for coverage under the Medicare or other reimbursement programs is the responsibility of Contractor. County does not assume responsibility for such certification procedures. In conformity with State rules and regulations applicable to the reporting of such revenues, in the determination of the amount due Contractor as reimbursement under this Agreement, there shall be deducted from the gross amount of cost otherwise determined to be reimbursable, the amount of all such payments received from or on behalf of the patients for which services were rendered by Contractor pursuant to this Agreement. Amounts of claims or bills against other revenue sources which remain unpaid because the payer finds such claims or bills to have been submitted by Contractor in an untimely, improper, or incomplete manner shall be considered as revenues collected and shall be deducted from gross cost in determining the amount to be claimed for reimbursement from County, provided that County concurs with the decision effected by such payer. All fees charged to patients for services rendered by Contractor pursuant to this Agreement shall be based upon the patient's ability to pay for such services as determined in accordance with the "Uniform Method of Determining Ability to Pay" (UMDAP) promulgated by the Slate of California Deparhnent of Menlal Health and in no event shall exceed the annual liability incurred by the client. In no evenf however, shall the fee charged to patients (or to other third-party payers) pursuant to this Agreement, exceed Contractor's estimated actual cost for such services. No patient shall be denied any services offered by Contractor under this Agreement because of inability to pay for such services. Any administrative reduction of UMDAP fees or annual liability shall be approved by the COTR. Contractor shall be responsible for appropriate identification of clients that meet County Medical Services eligibility criteria on the financial eligibility work sheet and reporting of same to County. - Pro Forma Service Agreemenl Agrmmml Page 9 of 20 Rev 1018107 City of Carlrbad Amendment X 03 COUNTY AGREEMENT NUMBER 513847 . . AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 4.4 Claims for Payment of EPSDT Medi-Cal Services 4.4.1 Contractor shall enter required data based on eligibility and services rendered to each Medi-Cal beneficiary into the Mental Health lnformation System. Contractor shall enter data on each beneficiary within two (2) business days of service delivery. The validity of Contractor's data input is not only subject to review by County and County's mental health billing and Mental Health lnformation System support contractor (currently United Behavioral Health), but also to the review of the State of California. County will make payments on said billings in advance of said review and approval by the State, and in advance of the reimbursement by the State to County for sums expended thereunder. In the event any claim is disapproved by the State, Contractor shall take all necessary actions to obtain such approval by complying with State requirements. In the event San Diego County is not reimbursed by the State for any amount it has paid to Contractor hereunder, Contractor shall reimburse County in the full amount of the overpayment within thirty (30) days or, at the sole discretion of County, County may withhold such amounts 6om any payments due under this Agreement or any successor agreement. 4.4.2 Total payments to Contractor shall not exceed EPSDT revenues generated by Contractor in the performance of this Agreement. 4.4.2.1 Payments to Contractor on claims submitted shall be adjusted to not exceed revenues received. Any payments in excess of earned revenues shall be refunded to the County forthwith, or at County's option, County may offset the amount of the overpayment against any payment due or to become due to Contractor under this Agreement or any subsequent Agreements between County and Contractor. 4.4.2.2 Contractor shall control its rate of expense in relation to units of service and anticipated revenues. The County may require adjustments to levels of staffing, services, or operations as needed to ensure that Agreement expenses do not exceed revenues received or anticipated. 4.4.3 EPSDT Title XIX Medi-Cal services shall be paid as applicable on the basis of EPSDT Title XIX services Federal Financial Participation for Short-DoyleMedi-Cal services and/or State matching general fund for EPSDT. 4.4.4 Total payments to Contractor shall be subject to a quarterly reconciliation, pursuant to Clause 4.4.2 above, with EPSDT Title XIX Medi-Cal and Title XIX Short-DoylelMedi-Cal services furnished and billed, and of EPSDT Title XIX Medi-Cal and Title XIX Short-DoylelMedi-Cal services approved and reimbursed by the State. Contractor shall provide County with an accurate and complete EPSDT Title XlX Medi-Cal and Title XIX Short- DoylelMedi-Cal Reconciliation Report at the program level for all EPSDT Title XIX Medi-Cal, and/or Title XIX Short-DoyleMedi-Cal units furnished and State-approved during the applicable quarter. The Reconciliation Report shall be prepared by Contractor and submitted to County within thirty (30) days of the end of the preceding quarter, shall include all supporting documentation, and shall be certified in writing by Contractor's Chief Executive Officer. 4.4.5 Any records of revenues, expenditures andlor clinical records under this Agreement shall be subject to compliance with Federal or State regulations and may be audited and/or reviewed by County's mental health lnformation System support contractor (currently United Behavioral Health) and/or the appropriate Federal, State or county agency. In the event of an audit disallowance of any claimed cost which is subject to compliance with State or Federal regulations, Contractor shall be liable for any costs or lost revenue resulting therefiom. 4.4.6 Contractor, if funded under EPSDT shall inform the COTR when it is anticipated that the need for services will exceed the approved service units and budget. Upon concurrence of County, Contractor and school district, if applicable, County will approve an Agreement amendment to augment the budget. Determination for budget increase shall be contingent upon an evaluation of program performance of the approved Agreement. ARTICLE 5 AGREEMENT ADMINISTRATION 5.1 Countv's Ameement Administrator. The Director of Purchasing and Contracting is designated as the Contracting officer ("Contracting Officer") and is the only County official authorized to make any Changes to this Agreement. The County has designated the individual identified on the signature page as the Contracting Officer's Technical Representative ("COTR") 5.1.1 County's COTR will chair Contractor progress meetings and will coordinate County's Agreement administrative functions. The COTR is designated to receive and approve Contractor invoices for payment, audit and inspect records, inspect Contractor services, and provide other technical guidance as required. The COTR is not authorized to change any terms and conditions of this Agreement. Only the Contracting Officer, by issuing a properly executed amendment to this Agreement, may make changes to the scope of work or total price. 5.1.2 Notwithstanding any provision of this Agreement to the contrary, County's COTR may make Administrative Adjustments ("AA") to the Agreemegt, such as line item budget changes or adjustments to the service Pro Forma Service Agreement Agreement Page 10 of 20 Rev 10/8/07 City of Carlrbad Amendment # 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENlOR NUTRITION PROGRAM requirements, which do not change the purpose or intent of the Statement of Work, the Terms and Conditions, the Agreement period or the total Agreement price. Each AA shall be in writing and signed by COTR and Contractor. All inquiries about such AA will be referred directly to the COTR. 5.2 Agreement Promess Meeting. The COTR and other County persomel, as appropriate, will meet periodically with the Contractor to review the Agreement performance. At these meetings the COTR will apprise the Contractor of how the County views the Contractor's performance and the Contractor will apprise the County of problems, if any, being experienced. The Contractor shall also notify the Conhacting Officer (in witing) of any work being performed, if any, that the Contractor considers being over and above the requirements of the Agreement. Appropriate action shall be taken to resolve outstanding issues. The minutes of these meetings will be reduced to writing and signed by the COTR and the Contractor. Should the Conhactor not concur with the minutes, the Contractor shall set out in witing any area of disagreement. Appropriate action will be taken to resolve any areas of disagreement. ARTICLE 6 CHANGES 6.1 Contracting Officer. The Contracting Officer may at any time, by a written order, make changes ("Changes"), within the general scope of this Agreement, in the definition of services to be performed, and the time (i.e.) hours of the day, days of the week, etc.) and place of performance thereof. If any such Change causes an increase or decrease in the cost of, or the time required for, the performance of any part of the work under this Agreement, whether changed or not changed by an such order, an equitable adjustment shall be made in the Agreement price or delivery schedule, or both, and the Agreement shall be modified in writing accordingly. 6.2 w. Contractor must assert any claim for adjustment under this clause within thirty (30) days from the date of receipt by the Conhactor of the notification of Change; provided, however, that the Contracting Officer, if he decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to final payment under this Agreement. Where the cost of property made obsolete or excess as a result of a change is included in the Conhactor's claim for adjustment, the Conhacting Officer shall have the right to prescribe the manner of disposition of such property. Failure to agree to any adjustment shall be a dispute concerning a question of fact within the meaning of the clause of this Agreement entitled "Disputes" (Article 15). However, nothing in this clause shall excuse the Contractor from proceeding with this Agreement as changed. ARTICLE 7 TERMINATION 7.1 Termination For Default. Upon Contractor's breach of this Agreement, County shall have the right to terminate this Agreement, in whole or part. Prior to termination for default, County will send Contractor witten notice specifying the cause. The notice will give Conhactor ten (10) days from the date the notice is issued to cure the default or make progress satisfactory to County in curing the default, unless a different time is given in the notice. If County determines that the default conhibutes to the curtailment of an essential service or poses an immediate threat to life, health or property, County may terminate this Agreement immediately upon issuing oral or written notice to the Conhactor without any prior notice or opportunity to cure. In the event of termination under this Article, all finished or unfinished documents, and other materials, prepared by Conhactor under this Agreement shall become the sole and exclusive property of County. In the event of such termination, the County may purchase or obtain the supplies or services elsewhere, and Contractor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof to the County. The prevailing market price shall be considered the fair repurchase price. Notwithstanding the above, Conhactor shall not be relieved of liability to County for damages sustained by County by virtue of any breach of this Agreement by Contractor, and County may withhold any reimbursement to Contractor for the purpose of off-setting until such time as the exact amount of damages due County from Contractor is determined. If, after notice of termination of this Agreement under the provisions of this clause, it is determined for any reason that the Conhactor was not in default under the provisions of this clause, the rights and obligations of the parties shall, if this Agreement contains a clause providing for termination for convenience of the County, be the same as if the notice of termination had been issued pursuant to such clause. 7.2 Damaees For Delay. If Contractor refuses or fails to prosecute the work, or any separable part thereof, with such diligence as shall ensure its completion within the time specified in this Agreement, or any extension thereof, or fails to complete said work within such time, County will be entitled to the resulting damages caused by the delay. Damages will be the cost to County incurred as a result of continuing the current level and type of service over that cost that would be incurred had the Agreement segments been completed by the time frame stipulated and any other damages suffered by County. 7.3 County Exem~tion From Liability. In the event there is a reduction of funds made available by County to Contractor under this or subsequent Agreements, the County of San Diego and its Departments, officers and employees shall incur no -. Pro Forma Service Agreement Agrecrnmt Page I I of 20 Rev 1018107 Citv afCarlrbad Amendment Y 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM liability to Contractor and shall be held harmless fiom any and all claims, demands, losses, damages, injuries, or liabilities arising directly or fiom such action. 7.4 Termination For Convenience. The County may, by written notice stating the extent and effective date terminate this Agreement for convenience in whole or in part, at any time. The Counv shall pay the Contractor as full compensation for work performed in accordance with the terms of this Contract until such termination: 7.4.1 The unit or pro rata price for any delivered and accepted portion of the work. 7.4.2 A reasonable amount, as costs of termination, not otherwise recoverable 6om other sources by the Contractor as approved by the County, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. 7.4.3 in no event shall the County be liable for any loss of profits on the resulting order or portion thereof so terminated. 7.4.4 County's termination of this Agreement for convenience shall not preclude County from taking any action in law or equity against Contractor for: 7.4.4.1 Improperly submitted claims, or 7.4.4.2 Any failure to perform the work in accordance with the Statement of Work, or 7.4.4.3 Any breach of any term or condition of the Agreement, or 7.4.4.4 Any actions under any warranty, express or implied, or 7.4.4.5 Any claim of professional negligence, or 7.4.4.6 Any other matter arising born or related to this Agreement, whether known, knowable or unknown before, during or after the date of termination. 7.5 Sus~ension Of Work. The Contracting Officer may order the Contractor, in writing, to suspend, delay, or interrupt all or any pan of the work of this contract for the period of time that the Contracting Officer determines appropriate for the convenience of the Government. 7.6 Remedies Not Exclusive. The rights and remedies of County provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. 7.7 Full Cost Recoverv Of lnvestiaation And Audit Costs. Contractor shall reimburse County of San Diego for all direct and indirect expenditures incurred in conducting an auditlimvestigation when Contractor is found in violation (material breach) of the terms of the Agreement. Reimbursement for such costs shall be withheld bom any amounts due to Contractor pursuant to the payment terms of the Agreement, or from any other amounts due to Contractor 6om County. ARTICLE 8 COMPLIANCE WITH LAWS AND REGULATIONS 8.1 Conformance With Rules And Reeulations. Contractor shall be in conformity with all applicable Federal, State, County, and local laws, rules, and regulations, current and hereinafter enacted, including facility and professional licensing andlor certification laws and keep in effect any and all licenses, permits, notices and certificates as are required. Contractor shall further comply with all laws applicable to wages and hours of employment, occupational safety, and to fue safety, health and sanitation. 8.2 Contractor Permits and License. Contractor certifies that it possesses and shall continue to maintain or shall cause to be obtained and maintained, at no cost to the County, all approvals, permissions, permits, licenses, and other forms of documentation required for it and its employees to comply with all existing foreign or domestic statutes, ordinances, and regulations, or other laws, that may be applicable to performance of services hereunder. The County reserves the right to reasonably request and review all such applications, permits, and licenses prior to the commencement of any services hereunder. 8.3 Eaual O~~omity. Contractor shall comply with the provisions of Title VII of the Civil Rights Act of 1964 in that it will not discriminate against any individual with respect to his or her compensation, terms, conditions, or privileges of employment nor shall Contractor discriminate in any way that would deprive or intend to deprive any individual of employment opportunities or otherwise adversely affect his or her status as an employee because of such individual's race, color, religion, sex, national origin, age, handicap, medical condition, sexual orientation or marital status. 8.4 Affmative Action. Each Contractor of services and supplies employing fifteen (15) or more full-time permanent employees, shall comply with the Affirmative Action Program for Vendors as set forth in Article IlIk (commencing at Section 84) of the San Diego County Administrative Code, which program is incorporated herein by reference. A copy of this Affirmative Action Program will be furnished upon request by COTR or bom the County of San Diego Internet web- site (www.co.san-dieg0.ca.u~). Pro Forma Service Agrecmcnt Agreement Page 12 of20 Rev 1 Of8D7 City ofcarlsbad Amendment # 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 8.5 Non Discrimination. Contractor shall ensure that services and facilities are provided without regard to ethnic group identification, race, color, nation origin, creed, religion, age, sex, or physical, mental disability, political affiliation and marital status in accordance with Title IX of the Education Amendments of 1972; Title VII of the Civil Rights Act of 1964 (42 U.S.C. 2000-d), the Age Discrimination of 1975 (42 U.S.C. 6101), Article 9.5, Chapter 1, Part 1, Division 2, Title 2 (Section 11 135, et seq) of the California Government Code, Title 9, Chapter 4, Subchapter 6 (Section 10800, et seq.) of the CCR and California Dept of Social Services Manual of Policies and Procedures (CDSS MPP) Division 21. 8.6 AIDS Discrimination. Contractor shall not deny any person the full and equal enjoyment of, or impose less advantageous terms, or restrict the availability of, the use of any County facility or participation in any County funded or supported service or program on the grounds that such person has Acquired Immune Deficiency Syndrome, AIDS-related complex (ARC), or AIDS-related status (ARS), as those terms are defmed in Chapter I, Section 32.1203, San Diego County Code of Regulatory Ordinances. 8.7 American With Disabilities Act (ADA) 1990. Contractor shall not discriminate against qualified people with disabilities in employment, public services, transportation, public accommodations and telecommunications services in compliance with the Americans with Disabilities Act (ADA) and California Administrative Code Title 24. 8.8 Political Activities Prohibited. None of the funds, provided directly or indirectly, under this Agreement shall be used for any political activities or to further the election or defeat of any candidate for public office. Contractor shall not utilize or allow its name to be utilized in any endorsement of any candidate for elected office. Neither the Agreement nor any funds provided thereunder shall be utilized in support of any partisan political activities, or activities for or against the election of a candidate for an elected office. 8.9 m. Contractor agrees to comply with the lobbying ordinances of the County and to assure that its officers and employees comply before any appearance before the County Board of Supervisors. None of the funds provided under this Agreement shall be used for publicity or propaganda purposes designed to support or defeat any legislation pendimg before State and Federal Legislatures or the Board of Supervisors of the County. 8.10 Religious Activitv Prohibited. There shall be no religious worship, instructions or proselytization as part of or in connec- tion with the performance of this Agreement. 8.1 1 Dme and Alcohol-Free Work~lace. The County of San Diego, in recognition of individual rights to work in a safe, healthful and productive work place, has adopted a requirement for a drug and alcohol kee work place, County of San Diego Drug and Alcohol Use Policy C-25. This policy provides that all County-employed Contractors and Contractor employees shall assist in meeting this requirement. 8.1 1.1 As a material condition of this Agreement, the Contractor agrees that the Contractor and the Contractor employees, while performing service for the County, on County property, or while using County equipment: 8.1 1.1.1 Shall not be in any way impaired because of being under the influence of alcohol or a drug. 8.11.1.2 Shall not possess an open container of alcohol or consume alcohol or possess or be under the influence of an illegal drug. 8.11.1.3 Shall not sell, offer, or provide alcohol or a drug to another person; provided, however, that the foregoing restriction shall not be applicable to a Contractor or Contractor employee who as part of the performance of normal job duties and responsibilities prescribes or administers medically prescribed drugs. 8.1 1.2 Contractor shall inform all employees who are performing service for the County on County property or using County equipment of the County objective of a safe, healthful and productive work place and the prohibition of dnrg or alcohol use or impairment kom same while performing such service for the County. 8.1 1.3 The County may terminate for default or breach this Agreement, and any other Agreement the Contractor has with the County, if the Contractor, or Contractor employees are determined by the Contracting Officer not to be in compliance with the conditions listed herein. 8.12 Board of Su~ervisors' Policies. Contractor represents that it is familiar, and shall use its best efforts to comply, with the following policies of the Board of Supervisors: 8.12.1 Board Policy B-67, which encourages the County's Contractors to offer products made with recycled materials, reusable products, and products designed to be recycled to the County in response to the County's requirements; and 8.12.2 Board Policies 8-53 and B-39a, which encourage the participation of small and disabled veterans' business enterprises in County procurements; and 8.12.3 Zero Tolerance For Fraudulent Conduct In Countv Services. Contractor shall comply with County of San Diego Board of Supervisors Policy A-120 "Zero Tolerance for Fraudulent Conduct in County Services." There shall be . "Zero Tolerance" for fraud committed by Contractors in the administration of County programs and the provision Pro Fana Service Agreement Ageemen1 Page I3 of20 Rev 10/8/07 City alcarlsbad Amendment 11 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM of County services. Upon proven instances of fraud committed by independent Contractors in connection with their performance under the Agreement, said Agreement shall be terminated; and 8.12.4 Interlocking Directorate. In recognition of county Policy A-79, not-for-profit Contractors shall not subcontract with related for-profit subcontractors for which an interlocking relationship exist unless specifically authorized in writing by the Board of Supervisors; and 8.12.5 Zero Tolerance In Coaching Medi-Cal Or Welfare Clients (Including Undocumented Immimants). The County of San Diego in recognition of its unique geographical location and the utilization of Welfare and Medi-Cal system by foreign nationals who are not legal residents of this county or country, has adopted a Zero Tolerance policy and shall aggressively prosecute employees and Contractors who coach Medi-Cal or Welfare clients (including un- documented immigrants), to obtain services for which they are not otherwise entitled. As a material condition of this Agreement, Contractor agrees that the Contractor and Contractor's employees, while performing service for the County, on County property or while using County equipment shall not: (a) in any way coach, instruct, advise, or guide any Medi-Cal or Welfare clients or prospective clients who are undocumented immigrants on ways to obtain or qualify for Medi-Cal assistance, for which they are not otherwise entitled. @) support or provide funds to any organization engaged directly or indirectly in advising undocumented immigrants on ways to obtain or qualify for Medi-Cal assistance, for which they are not otherwise entitled. Contractor shall inform all employees that are performing service for the County on County property or using County equipment of County's Zero Tolerance Policy as referenced herein. County may terminate for default or breach this Agreement and any other Agreement Contractor has with County, if Contractor or Contractor employees are determined not to be in compliance with the conditions stated herein. 8.13 Cartwright Act. Following receipt of final payment under the Agreement, Contractor assigns to the County 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 Carhwight Act (Chapter 1) (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the Contractor for sale to the County under this Agreement. 8.14 Hazardous Materials. Contractor shall comply with all Environmental Laws and all other laws, rules, regulations, and requirements regarding Hazardous Materials, health and safety, notices, and training. Contractor agrees that it will not store any Hazardous Materials at any County Facility for periods in excess of ninety (90) days or in violation of the applicable site storage limitations imposed by Environmental Law. Contractor agrees to take, at its expense, all actions necessary to protect third parties, including, without limitation, employees and agents of the County, from any exposure to Hazardous Materials generated or utilized in its performance under this Agreement. Contractor agrees to report to the appropriate governmental agencies all discharges, releases, and spills of Hazardous Materials that are required to be reported by any Environmental Law and to immediately notify the County of it. Contractor shall not be liable to the County for the County's failure to comply with, or violation of, any Environmental Law. As used in this section, the term "Environmental Laws" means any and all federal, state or local laws or ordinances, rules, decrees, orders, regulations or court decisions (including the so-called "common law"), including, but not limited to, the Resource Conservation and Recovery Act, relating to hazardous substances, hazardous materials, hazardous waste, toxic substances, environmental conditions or other similar substances or conditions. As used in this section the term "Hazardous Materials" means any chemical, compound, material, substance or other matter that: (a) is a flammable, explosive, asbestos, radioactive nuclear medicine, vaccine, bacteria, virus, hazardous waste, toxic, overtly injurious or potentially injurious material, whether injurious or potentially injurious by itself or in combination with other materials; (b) is controlled, referred to, designated in or governed by any Environmental Laws; (c) gives rise to any reporting, notice or publication requirements under any Environmental Laws, or (d) is any other material or substance giving rise to any liability, responsibility or duty upon the County or Lessee with respect to any third person under any Environmental Laws. 8.15 Debarment And Sus~ension. As a sub-grantee of federal funds under this Agreement, Contractor certifies that it, its principals, its employees and its subcontractors: 8.15.1 Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal Department or agency; 8.15.2 Have not within a 3-year period preceding this Agreement been convicted of or had a civil judgment rendered against them for the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction; violation of Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; , Pro Forma Service Agreement Agreement Page 14 of20 Rev 1018/07 City of Carlrbad Amendmenl # 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 8.15.3 Are not presently indicted or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in the paragraph above; and 8.15.4 Have not within a 3-year period preceding this Agreement had one or more public transaction (Federal, State, or local) terminated for cause or default. ARTICLE 9 CONFLICTS OF INTEREST: CONTRACTOR'S CONDUCT 9.1 Conflicts of Interest. Contractor presently has no interest, including but not limited to other projects or independent Agreements, and shall not acquire any such interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Agreement. The Contractor shall not employ any person having any such interest in the performance of this Agreement. Contractor shall not hire County's employees to perform any portion of the work or services provided for herein including secretarial, clerical and similar incidental services except upon the written approval of County. Without such written approval, performance of services under this Agreement by associates or employees of County shall not relieve Contractor J?om any responsibility under this Agreement. 9.2 Conduct of Contractor: Privileged Information. 9.2.1 Contractor shall inform the County of all the Contractor's interests, if any, which are or which the Contractor believes to be incompatible with any interests of the County. 9.2.2 The Contractor shall not, under circumstances that might reasonably be interpreted as an attempt to influence the recipient in the conduct of his duties, accept any gratuity or special favor 60m individuals or organizations with whom the Contractor is doing business or proposing to do business, in accomplishing the work under this Agreement. 9.2.3 ' Contractor shall not use for personal gain or make other improper use of privileged information, which is acquired in connection with his employment. In this connection, the term "privileged information" includes, but is not limited to, unpublished information relating to technological and scientific development; medical, personnel, or security records of the individuals; anticipated materials requirements or pricing actions; and knowledge of selections of Contractors or subcontractors in advance of official announcement. 9.2.4 The Contractor, or employees thereof, shall not offer directly or indirectly gifts, gratuity, favors, entertainment, or other items of monetary value to an employee or official of the County. 9.2.5 Referrals. Contractor further covenants that no referrals of clients through Contractor's intake or referral process shall be made to the private practice of any person(s) employed by the Contractor. 9.3 Prohibited Aereements. As required by Section 67 of the San Diego County Administrative Code, Contractor certifies that it is not in violation of the provisions of Section 67, and that Contractor is not, and will not subcontract with, any of the following: 9.3.1. Persons employed by County or of public agencies for which the Board of Supervisors is the governing body; 9.3.2 Profit-making firms or businesses in which employees described in sub-section 9.3.1, above, serve as officers, principals, partners, or major shareholders; 9.3.3 Persons who, within the immediately preceding twelve (12) months came within the provisions of the above sub- sections and who (1) were employed in positions of substantial responsibility in the area of service to be performed by the Agreement, or (2) participated in any way in developing the Agreement or its service specifications; and 9.3.4 Profit-making firms or businesses in which the former employees described in sub-section 9.3.3 above, serve as officers, principals, partners, or major shareholders. 9.4 Limitation Of Future Aereements Or Grants. It is agreed by the parties to the Agreement that Contractor shall be restricted in its future Contracting with the County to the manner described below. Except as specifically provided in this clause, Contractor shall be free to compete for business on an equal basis with other companies. 9.4.1 If Contractor, under the terms of the Agreement, or through the performance of tasks pursuant to this Agreement, is required to develop specifications or statements of work and such specifications or statements of work are to be incorporated into a solicitation, Contractor shall be ineligible to perform the work described within that solicitation as a prime or subcontractor under an ensuing County Agreement. It is further agreed, however, that County will not, as additional work, unilaterally require Contractor to prepare such specifications or statements of work under this Agreement. 9.4.2 Contractor may not apply for nor accept additional payments for the same services contained in the Statement of Work. - Pro Forma Service Agreement Ciw of Carlrbad Agreement Page I5 of 20 Rev 1018107 Amendment L 03 COUNTY AGREEMENT NUMBER 513847 . . AGREEMENT WlTH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM ARTICLE 10 INDEMNlTY AND INSURANCE 10.1 Indemnihi. County shall not be liable for, and Contractor shall defend and indemnify County and the employees and agents of County (collectively "County Parties"), against any and all claims, demands, liability, judgments, awards, fines, mechanics' liens or other liens, labor disputes, losses, damages, expenses, charges or costs of any kind or character, including attorneys' fees and court costs (hereinafter collectively referred to as "Claims"), related to this Agreement and arising either directly or indirectly 6om any act, error, omission or negligence of Contractor or its Contractors, licensees, agents, servants or employees, including, without limitation, Claims caused by the concurrent negligent act, error or omission, whether active or passive, of County Parties. Contractor shall have no obligation, however, to defend or indemnify County Parties 6om a Claim if it is determined by a court of competent jurisdiction that such Claim was caused by the sole negligence or willful misconduct of County Parties. 10.2 Insurance. Prior to execution of this Agreement, Contractor must obtain at its own cost and expense, and keep in force and effect during the term of this Agreement, including all extensions, the insurance specified in Exhibit "B," "Insurance Requirements," attached hereto. ARTlCLE 11 AUDIT AND lNSPECTlON OF RECORDS The County shall have the audit and inspection rights described in this section. 11 .I Audit And Ins~ection. Contractor agrees to maintain andlor make available within San Diego County accurate books and accounting records relative to all its activities under this Agreement. Authorized Federal, State or County representatives shall have the right to monitor, assess, or evaluate Contractor's performance pursuant to this Agreement, said monitoring, assessments, or evaluations to include but not limited to audits, inspection of premises, reports, and interviews of project staff and participants. At any time during normal business hours and as often as County may deem necessary, Contractor shall make available to County, State or Federal officials for examination all of its records with respect to all matters covered by this Agreement and will permit County, State or Federal officials to audit, examine and make excerpts or transcripts from such records, and to make audits of all invoices, materials, payrolls, records of personnel, information regarding clients receiving services, and other data relating to all matters covered by this Agreement. . If an audit is conducted, it will he done in accordance with generally accepted government auditing standards as described in "Government Auditing Standards," published for the United States General Accounting Office. If any services performed hereunder are not in conformity with the specifications and requirements of this Agreement, County shall have the right to require the Contractor to perform the services in conformity with said specifications and requirements at no additional increase in total Agreement amount. When the services to be performed are of such nature that the difference cannot be corrected, County shall have the right to (I) require Contractor immediately to take all necessary steps to ensure future performance of the services in conformity with requirements of the Agreement, and (2) reduce the Agreement price to reflect the reduced value of the services performed. In the event Contractor fails to perform the services promptly or to take necessary steps to ensure future performance of the service in conformity with the specif- ications and requirements of the Agreement, County shall have the right to either (1) by Agreement or to otherwise have the services performed in conformity with the Agreement specifications and charge to Contractor any cost occasioned to County that is directly related to the performance of such services, or (2) terminate this Agreement for default as provided in the Termination clause. I 1.2 Cost or Pricing Data. If the Contractor submitted cost or pricing data in connection with the pricing of this Agreement or any change or modification thereto, unless such pricing was based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities of the general public, or prices set by law or regulation, the Contracting Officer or his representatives who are employees of the County or its agent shall have the right to examine all books, records, documents and other data of the Contractor related to the negotiation pricing or performance of such Agreement, change or modification, for the purpose of evaluating the accuracy, completeness and currency of the cost or pricing data submitted. 1 1.3 Availability. The materials described above shall be made available at the oftice of the Contractor, at all reasonable times, for inspection, audit or reproduction, until the expiration of three (3) years 6om the date of final payment under this Agreement, or by section 11.3.1 and 11.3.2, below: 11.3.1 If this Agreement is completely or partially terminated, the records relating to the work terminated shall be made available for a period of three (3) (3) years 6om the date of any resulting fmal settlement. 11.3.2 Records which relate to appeals under the "Disputes" clause of this Agreement, or litigation or the settlement of claims arising out of the performance of this Agreement, shall be made available until such appeals, litigation, or Pro Foma Service Agreement City of Carlrbad Agreement Page 16 of20 Rev 10/8/07 Amendment U 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WlTH CITY OF CARLSBAD FOR SENlOR NUTRITION PROGRAM claims have been disposed of, or three (3) years after Agreement completion, whichever is longer. County shall keep the materials described above confidential unless otherwise required by law. 11.4 Subcontract. The Contractor shall insert a clause containing all the provisions of this Article I I in all subcontract I hereunder except altered as necessary for proper identification of the Contracting parties and the Contracting officer under the County's prime Agreement. ARTICLE 12 INSPECTION OF SERVICE 12.1 Subiect to lns~ection. All performance (including services, materials, supplies and equipment furnished or utilized in the performance of this Agreement, and workmanship in the performance of services) shall be subject to inspection and test by the County at all times during the term of this Agreement. Contractor shall cooperate with any inspector assigned by the County to permit the inspector to determine whether Contractor's performance conforms to the requirements of this Agreement. County shall perform such inspection in a manner as not to unduly interfere with Contractor's performance. 12.2 S~ecification and Reauirements. If any services performed by Contractor do not conform to the specifications and requirements of this Agreement, County may require Contractor to re-perform the services until they conform to said specifications and requirements, at no additional cost, and County may withhold payment for such services until Contractor correctly performs them. When the services to be performed are of such a nature that Contractor's cannot correct its performance, the County shall have the right to (I) require the Contractor to immediately take all necessary steps to ensure future performance of services conforms to the requirements of this Agreement, and (2) reduce the Agreement price to reflect the reduced value of the services received by County. In the event Contractor fails to promptly re-perform the services or to take necessary steps to ensure that future performance of the service conforms to the specifications and requirements of this Agreement, the County shall have the right to either (1) without terminating this Agreement, have the services performed, by Agreement or otherwise, in conformance with the specifications of this Agreement, and charge Contractor, andlor withhold from payments due to Contractor, any costs incurred by County that are directly related to the performance of such services, or (2) terminate this Agreement for default. ARTICLE 13 USE OF DOCUMENTS AND REPORTS 13.1 Findinns Confidential. Any reports, information, data, etc., given to or prepared or assembled by Contractor under this Agreement which the County requests to be kept as confidential shall not be made available to any individual or organization by the Contractor without the prior written approval of the County. 13.2 Ownership. Publication. Rewoduction And Use Of Material. All reports, studies, information, data, statistics, forms, designs, plans, procedures, systems, and any other material or properties produced under this Agreement shall be the sole and exclusive property of County. No such materials or properties produced in whole or in part under this Agreement shall be subject to private use, copyright or patent right by Contractor in the United States or in any other counhy without the express written consent of County. County shall have unrestricted authority to publish, disclose, distribute and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statistics, forms or other materials or properties produced under this Agreement. 13.3 Confidentiality. County and Contractor agree to maintain confidentiality of any information regarding applicants, project participants or their immediate families which may be obtained through application forms, interviews, tests, reports, from public agencies or counselors or any other source. Without the written permission of the applicant or participant, such information shall be divulged only as necessary for purposes related to the audit and evaluation of the Agreement and then only to persons having responsibilities under the Agreement, including those furnishing services to Project under subcontract. County and Contractor agree that all information and records obtained in the course of providing services to project clients shall be subject to confidentiality and disclosure provisions of applicable Federal and State statutes and regulations adopted pursuant thereto. However, at County's request, Contractor shall permit County access to all records and information regarding the project and confidentiality shall not be a bar to County's access to all records and information. 13.4 Maintenance Of Records. Contractor shall maintain and keep available all records within the County of San Diego for a minimum of three (3) years from the ending date of this Agreement unless County agrees in writing to an earlier disposition. 13.5 Custodv Of Records. County, at its option, may take custody of Contractor's client records upon Agreement termination or at such other time as County may deem necessary. County agrees that such custody will conform to applicable confiden- tiality provisions of State and Federal law. Said records shall be kept by County in an accessible location within San Diego County and shall be available to Contractor for examination and inspection. Y Pro Forma Selvlcc Agremcnt Agreement Page 17 of20 Rev I018107 Clh ofcarlsbad Amendment Y 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 13.6 Audit Requirement. Contractors shall annually engage a Licensed Certified Public Accountant to conduct an annual audit of their agency's operations. Contractors that expend $500,000 or more of federal grant funds per year shall also have an audit conducted in compliance with Government Auditing Standards, which includes Single Audit Act Amendments, Public Law 104-156, and OMB Circular A-133. Contractor shall include a clause in any Agreement or Agreement Contractor enters into with an audit fum to provide access by the County, State, Federal Government to the working papers of the independent auditor who prepare the audit for Contractor. Contractor shall submit two (2) copies of the annual audit report, the audit performed in accordance with OMB Circular A-133, and the management letter to the County fifteen (15) days after receipt from the independent Certified Public Accountant but no later than nine (9) months after the Contractor's fiscal year end. 13.7 m. Contractor shall submit reports required in Exhibit A and additional reports as may be requested by the COTR and agreed to by the Contractor. Format for the content of such reports may be developed by County. The timely submission of these reports is a necessary and material term and condition of this Agreement and Contractor agrees that failure to meet specified deadlines will be sufficient cause to withhold payment. Contractor shall submit to County within thirty (30) days of the termination of this Agreement a report detailing all work done pursuant to this Agreement by Contractor. 13.8 Evaluation Studies. Contractor shall participate as requested by the County in research andlor evaluative studies designed to show the effectiveness andlor efficiency of Contractor services or to provide information about Contractor's project. ARTICLE 14 (RESERVED) ARTICLE 15 DISPUTES 'Notwithstanding any provision of this Agreement to the contrary, the Contracting Officer shall decide any dispute concerning a question of fact arising out of this Agreement that is not otherwise disposed of by the parties within a reasonable period of time. The decision of the Contracting Officer shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, capricious, arbitrary or so grossly erroneous as necessarily to imply bad faith. Contractor shall proceed diligently with its performance hereunder pending resolution by the Contracting Officer of any such dispute. Nothing herein shall be construed as granting the Contracting Officer or any other administrative official, representative or board authority to decide questions of law, or issues regarding the medical necessity of treatment or to pre-empt any medical practitioners' judgment regarding the medical necessity of treatment of patients in their care. The foregoing does not change the County's ability to refuse to pay for services rendered if they dispute the medical necessity of care. ARTICLE 16 GENERAL PROVISIONS 16.1 Assienment and Subcontracting. Contractor shall not assign any interest in this Agreement, and shall not transfer any interest in the same (whether by assignment or novation), without the prior written consent of the County; County's consent shall not be unreasonably withheld.. The Contractor shall make no Agreement with any party for furnishing any of the work or services herein contained without the prior written consent of the COTR, pursuant to Paragraph 1.4. 16.2 Contingency. This Agreement shall bind the County only following its approval by the Board of Supervisors or when signed by the Purchasing and Contracting Director. 16.3 Entire Ameement. This Agreement, together with all Sections attached hereto and other agreements expressly referred to herein, constitute the entire agreement between the parties with respect to the subject matter contained herein. All prior or contemporaneous agreements, understandings, representations, warranties and statements, oral or written, including any proposals fiom Contractor and requests for proposals 60m County, are superseded. 16.4 Sections and Exhibits. All sections and exhibits referred to herein are attached hereto and incorporated by reference. 16.5 Further Assurances. Parties agree to perform such further acts and to execute and deliver such additional documents and instruments as may be reasonably required in order to carry out the provisions of this Agreement and the intentions of the parties. 16.6 Governinr! Law. This Agreement shall be governed, interpreted, construed and enforced in accordance with the laws of the State of California 16.7 Headinas. The Article captions, Clause and Section headings used in this Agreement are inserted for convenience of reference only and are not intended to defme, limit or affect the construction or interpretation of any term or provision hereof. Y Pro Forma Sewtee Agreement Agreement Page 18 of20 Rev 1018/07 City of Carlrbad Amendment P 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 16.8 Modification Waiver. Except as otherwise provided in Article 6, "Changes," above, no modification, waiver, amendment or discharge of this Agreement shall be valid unless the same is in writing and signed by both parties. 16.9 Neither Pam Considered Drafter. Despite the possibility that one party may have prepared the initial draft of this Agreement or played the greater role in the physical preparation of subsequent drafts, neither party shall be deemed the drafter of this Agreement and that, in construing this Agreement in case of any claim that any provision hereof may be ambiguous, no such provision shall be construed in favor of one party on the ground that such provision was drafted by the other. 16.10 No Other Inducement. The making, execution and delivery of this Agreement by the parties hereto has been induced by no representations, statements, warranties or agreements other than those expressed herein. 16.1 1 Notices. Notice to either party shall be in writing and either personally delivered or sent by certified mail, postage prepaid, return receipt requested, addressed to the party to be notified at the address specified herein. Any such notice shall be deemed received on the date of personal delivery to the party (or such party's authorized representative) or three (3) (3) business days after deposit in the U.S. Mail, as the case may be to the COTR and Contractor's Representative identified on the signature page.. 16.12 Severabilily. If any term, provision, covenant or condition of this Agreement is held to be invalid, void or otherwise unenforceable, to any extent, by any court of competent jurisdiction, the remainder of this Agreement shall not be affected thereby, and each term, provision, covenant or condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 16.13 Successors. Subject to the limitations on assignment set forth in Clause 16.1 above, all terms of this Agreement shall be binding upon, inure to the benefit of, and be enforceable by the parties hereto and their respective heirs, legal representatives, successors, and assigns. 16.14 Time. Tie is of the essence of each provision of this Agreement. 16.15 Time Period Com~utation. All periods of time referred to in this Agreement shall include all Saturdays, Sundays and state or national holidays, unless the period of time specifies business days, provided that if the date or last date to perform any act or give any notice or approval shall fall on a Saturday, Sunday or State or national holiday, such act or notice may be timely performed or given on the next succeeding day which is not a Saturday, Sunday or State or national holiday. 16.16 Waiver. The waiver by one party of the performance of any term, provision, covenant or condition shall not invalidate this Agreement, nor shall it be considered as a waiver by such party of any other term, provision, covenant or condition. Delay by any party in pursuing any remedy or in insisting upon full performance for any breach or failure of any term, provision, covenant or condition shall not prevent such party from later pursuing remedies or insisting upon full performance for the same or any similar breach or failure. 16.17 Third Pami Beneficiaries Excluded. This agreement is intended solely for the benefit of the County and its Contractor. Any benefit to any third party is incidental and does not confer on any third patty to this Agreement any rights whatsoever regarding the performance of this Agreement. Any attempt to enforce provisions of this Agreement by third parties is specifically prohibited. 16.18 Publicity Announcements and Materials. All public announcements, including those issued on Contractor letterhead, and materials distributed to the community shall identify the County of San Diego as the funding source for Contracted programs identified in this Agreement. Copies of publicity materials related to Contracted programs identified in this Agreement shall be filed with the COTR. County shall be advised at least twenty four (24) hours in advance of all locally generated press releases and media events regarding Contracted services identified in this Agreement. 16.19 Critical Incidents. Contractor shall have written plans or protocols and provide employee training for handling critical incidents involving instances of violence or threat of violence directed toward staff or clients, breach of confidentiality, fraud, unethical conduct, or instances of staff or client drug andlor alcohol use at the program. Contractor shall report all such incidents to the COTR within one work day of their occurrence. 16.20 Res~onsiveness To Communitv Concerns. Contractor shall notify County within forty eight (48) hours of receipt of any material complaints including but not limited to complaints referring to issues of abuse or quality of care, submitted to Contractor verbally or in writing, regarding the operation of Contractor's program or facility under this agreement. Contractor shall take appropriate steps to acknowledge receipt of said complaint(s) from individuals or organizations. Contractor shall take appropriate steps to utilize appropriate forums to address or resolve any such complaints received. Nothing in this provision shall be interpreted to preclude Contractor from engaging in any legally authorized use of its facilily, property or business as approved, permitted or licensed by the applicable authority. Agreerncnl Page 19 of 20 Rev 1018107 Ammdrnsnt Y 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 16.21 Health Insurance. Contractor shall ask any client who is a parent or guardian of any minor(s), if all the minors for whom they are responsible have health insurance coverage. If the response for any child is "no" Contractor shall provide the client with County provided referral information. Pro Forma Service Agreement City of Carlsbad Agreement Page 20 of 20 Rev 10/8/07 Amendmenl X 03 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM SIGNATURE PAGE AGREEMENT TERM. This Agreement shall be effective this 1" day of July 2006 ("Effective Date") and end on June 30, 2007 ("Initial Term") for a total Agreement period of one (1) year. OPTION TO EXTEND. The County's option to extend is for four (4) increments of one (1) year each for a total of four (4) years beyond the expiration of the Initial Term, not to exceed June 30, 201 1, pursuant to Exhibit C Pricing Schedule. Unless County notifies Contractor in writing, not less than thirty (30) days prior to the expiration date that they do not intend to renew the Agreement; the Agreement will be automatically renewed for another year. O~tions To Extend the term of this Agreement in one or more increments for a total of no less than one months at the discretion of the County Purchasing and Contracting Director. Each unilateral Agreement amendment delivered to Contractor no less than fifteen (15) $3 Agreement term. The rates set forth COMPENSATION: thousand one hundred ement amount of seven od of payment stipulated are made to the scope of the scope of work or the Agreement. COTR. The County ker's Technical Representative ("COTR") CONTRACTOR'S RE Representative. 799 Pine Avenue Carlsbad, California, 92008 Pro Forma Scrv~ce Agreement City of Carlrbad Rev lOlSKI7 Amendment X 03 COUNTY CONTRACT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 1 Sco~e of Work The Senior Nutrition Program provides nutritionally sound meals and social services throughout San Diego County to individuals sixty (60) years old and older in two settings, congregate (group setting) at Senior Dining Centers, and home delivered to frail seniors. Transportation is provided or arranged to and from Senior Dining Centers. There is no charge to the senior for these services; they are available for a donation. Nutrition services assist older individuals to live independently by promoting better health and reduced isolation through a program of coordinated congregate meal, home-delivered meal, and supportive services. Providers give priority to serving persons with the greatest economic or social needs, in particular low-income minority individuals. 2. Bacbround The Senior Nutrition Program, which began in the County of San Diego in 1975, is funded through Title I11 of the Older Americans Act, www.aoa.gov/, a federal program administered by state and county governments and operated under rules, policies and regulations of the California Department of Aging (CDA). Aging & Independence Services (AIS) oversees this program where various contractors provide noon meals for seniors at several sites throughout the county. Breakfast is also provided at some sites and most contractors also provide home-delivered meals. 3. Goal Older individuals will be able to live independently because of better health and reduced isolation as a result of the Senior Nutrition Program, a program of coordinated congregate meals, home-delivered meals, and supportive services. 4. Deliverables 4.1 Meals in Congregate Settings: Contractor shall provide the maximum number of meals annually, pursuant to Exhibit C, to seniors in a congregate setting at least five days per week (see Title 22, paragraph 7636.1 in the following link httD:Nwww.aeing.state.ca.us/aaa businesslresource materials & guides/nutrition guide.html). The number of meals will be based upon historical actuals, not to exceed the annual amount, without prior County approval. 4.1.1 Each meal shall contain at least 113 of the current daily recommended dietary allowance as established by the Food and Nutrition Board, National Academy of Sciences and shall comply with the 2005 Die* Guidelines for Americans established by the US Department of Agriculture and the US Department of Health and Human Services w.health.eovldietarvpuidelines/dga20051document. 4.2 Home-Delivered Meals: Contractor shall provide the maximum number of home-delivered meals annually, pursuant to Exhibit C if applicable, to seniors at least five (5) days per week (see Title 22 link). 4.2.1 Each meal shall contain at least I13 of the current daily recommended dietary allowance as established by the Food and Nutrition Board, National Academy of Sciences and shall comply with the 2005 Dietary Guidelines for Americans established by the US Department of Agriculture and the US Department of Health and Human Services, www.health.~ov/dietarv~uidelines/dea2005/docurnent. 4.3 Contractor shall provide approved units of Nutrition Education at a minimum of four (4) times annually, to participants in each congregate and home-delivered meal program. 4.4 Contractor shall provide units of transportation annually, pursuant to Exhibit C, to and from Senior Dining Centers counted as one-way trips. Exhibit A-Performance Work Smemenl City of Carlsbad -. Page 1 of 5 Conmct # 5 13847 Amendment # 03 COUNTY CONTRACT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 4.5 Contractor shall establish a plan to serve older individuals with the greatest economic and social need. The Older Americans Act defines older individuals in the greatest economic need as any person sixty (60) years or older whose need results from an income level at or below the poverty line as defined by the Federal Bureau of the Census and greatest social need as physical and mental disabilities, language barriers, and cultural, social, or geographical isolation, including isolation caused by racial or ethnic status, that restricts the ability of an individual to perform normal daily tasks; or threatens the capacity of the individual to live independently. Plan shall be submitted to County no later than thirty (30) days after award of contract. 4.6 Geographic Service Area: North Coastal Region 4.6.1 Progradservice: Congregate Meals, Home Delivered Meals and Transportation 4.6.2 Zip Codes Served: 92008 through 9201 1 4.6.3 Dining Site Locations, days of service, hours of service and type (s) of meal served (breakfast, lunch or dinner) 4.6.3.1 Carlsbad Senior Center, 799 Pine Avenue, Carlsbad, CA 92008; Monday through Friday, 8:00 AM to 1:00 PM, lunch. 5. Payment for Services 5.1 Contractor shall submit a monthly claim for the actual previous month's deliverables (including data pursuant to paragraph 7.3 below) to the COTR by the fifteenth (15") of the following month. 6. General Reauirements for Service Delivery 6.1 Services shall be based upon Title 22 California Code of Regulations, Division 1.8, California Department of Aging, Article 6, Title 111-C "Elderly Nutrition Program" requirements,(htt~://www~a~ine.state.ca~aaa business/resource materials & ~uideslnutrition KU ide.html); the California Uniform Retail Food Facilities Law (CURFFL), www.co.el-dorad0.ca.u~; and the Occupational Safety and Health Administration (OSHA), www.osha.aov/. A valid Health Permit from the County of San Diego, Department of Environmental Health for all food production sites and contracted caterers is also required. 6.2 Contractor shall ensure that the facilities in which the meals will be served shall be accessible via public transportation, if available, and shall comply with the requirements of the Americans with Disabilities Act (ADA), htt~:llw.ada.~ov and Title 24 of the California Code of Regulation www.bsc.ca.eov. All facilities are subject to inspection and approval. 6.3 Funding Components: Nutrition Program services are funded by the following four components: 6.3.1 CDA Title 111 Allocation 6.3.2 NSIP funds that are based on Contractors previous year meal count. 6.3.3 Contractor's program income, which is participant's donationslcontributions and guest fees. 6.3.4 Contractor's other revenue (fundraising). Said compensation is not designed to fully fund the program. The fixed supplement rates are determined to offset the cost of providing services based on and subject to availability of funds from the State of California, California Department of Aging (CDA). 6.4 Performance Expectations: One hundred percent compliance with service levels stated in the Statement of Work is expected. Contractors who fall below ninety-five percent (95%) of the contracted levels are required to submit a Corrective Action Plan. Service levels to be reviewed monthly, quarterly, and annually. Failure to bring service levels up to the contracted levels can -. Exhibit A-Performance Work Statement City of Carlsbad Page 2 of 5 ~on&ct # 513847 Amendment # 03 COUNTY CONTRACT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A -PERFORMANCE WORK STATEMENT result in re-negotiation of the contracted service levels or termination of the contract. The budget level will be revised to be commensurate with the lower level of service(s). 6.5 Reference to AIS: All printed materials, publicity, and media outreach prepared or conducted by the contractor will include a reference to Aging & Independence Services as a funding source. Copies of publicity materials related to contracted programs identified in this contract shall be filed with Aging & Independence Services Contract Operations. 6.6 Press and Media: Aging & Independence Services shall be advised at least twenty four (24) hours in advance of all locally generated press releases and media events regarding contracted services identified in this contract. 6.7 Equipment Documentation: Contractor shall document, in writing, the need for purchasing equipment. Written documentation must demonstrate a direct relationship between the goals, objectives and specific requirements for service delivery and the equipment to be purchased. In the case of automation equipment, the contractor must demonstrate that the equipment and related software to be purchased will meet County of San DiegoIHealth and Human Services AgencyIAging & Independence Services requirements and standards. 6.8 Match: Contractor is required to provide at least a fifteen (15%) match for program costs in cash or in-kind income. 6.9 Cultural Competence and Diversity: Contractor shall support the County of San Diego, the Health and Human Services, and Aging & Independence Services through organizational and systematic practices demonstrating cultural competence and diversity. A set of congruent behaviors, attitudes and policies for programs, programs, and systems shall be adopted that enable people to work effectively in cross-cultural situations. All services provided shall be oriented to meet the unique linguistic and cultural needs of the diverse clients to be served. 6.10 Critical IncidentsNiolence: Contractor shall assure that employees have written plans or protocols and receive training for handling critical incidents involving the instances of violence or threat of violence directed toward staff or clients, breach of confidentiality, fraud, unethical conduct, or instances of staff or client drug and/or alcohol use at the program. Contractor shall report all such incidents to Aging & Independence Services Contract Operations within one workday of their occurrence. 7. S~ecific Reauirements for Service Delivery 7.1 There are three (3) major program components: food service, support services, and the advisory role of participants: 7.1.1 Food Service: Includes the provision of a hot or other appropriate meal, served five (Monday through Friday) or more days a week in a congregate setting. Meals to the homebound must be made available every day of the year although frozen weekend or holiday meals may be delivered during the week (see Title 22 link). Meals must be prepared, served and delivered in a manner, which complies with local public health laws and regulations. 7.1.2 Services: Each program must have outreach activities to ensure participation of eligible older persons, particularly those in greatest economic or social need; must develop or maintain coordination with other social services agencies; and plan for and provide nutrition education services. 7.1.3 Advisory Role of Participants: Programs shall have procedures for obtaining the views of participants about the services they receive. This will be implemented by the establishment of a Program Council or other advisory body of participants approved by Aging & Independence Services. Exhibit A-Performance Work Statement Page 3 of 5 Conlract # 513847 City of Carlsbad Amendment # 03 COUNTY CONTRACT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A -PERFORMANCE WORK STATEMENT Other program components include: 7.2 StaffingIAdministration: It is expected that the program will have an adequate number of qualified persons to assure the satisfactory implementation of: program leadership; program planning; provision of nutrition services; outreach and other services; volunteer activities; financial and contract management; and data collection for required federal, state and county reports and records. Notification of program changes must be made to the County within seventy two (72) hours when said changes will affect the delivery of services to the participants. Example of such situations may be staff changes, site closures (temporary or permanent) and vehicle incidents. 7.3 Confidentiality: The nutrition services provider shall ensure that no information about, or obtained from, an individual shall be disclosed in any form identifiable with the individual without the individual's written informed consent. Records must be maintained in such a manner that confidentiality will not be violated. Persons may not be denied services if they refuse to provide written informed consent. 7.4 Meal Contributions by Eligible Participants: Eligible persons receiving nutrition services shall be given the opportunity to contribute to the costs of the service provided and shall determine for themselves what they are able to contribute. No person shall be denied participation because of failure to contribute. Methods to receive contributions shall ensure anonymity. The provider shall encourage participants to contribute towards the cost of the meal and shall suggest a minimum amount. The minimum suggested donation shall be developed with input from the program council. A suggested contribution schedule may be developed, considering the income ranges of older persons in the community. Contribution schedules shall not be used as a "means" test to determine eligibility. 7.5 Meal Charges for Staff and Guest under Sixty (60): Meals may be served to staff and guests less than sixty (60) years of age if doing so will not deprive an older person of a meal. These individuals shall pay at least the full cost of the meal. Contributions and charges for meals are considered program income and shall be used to increase the number of meals served. 7.6 Records, Reports and Distribution Information: Each nutrition program shall maintain a system for the collection of data that will accurately reflect the program's program and financial operations, will meet requirements with respect to confidentiality, and fulfill the information required by this contract. 7.7 Holidays: A maximum of twelve (12) recognized holiday closings will be allowed per year. These holidays must be submitted in advance to the COTR at the beginning of each fiscal year. Exceptions will be handled on a case-by-case basis. 7.8 Data Collection & Reporting: 7.8.1 Contractor shall utilize the AIS-identified Automated Data Collection System to: 7.8.1.1 Register and maintain all client demographic and assessment data for all active clients within each fiscal year, 7.8.1.2 Track and report all service unit delivery data (via bar-coding and manual data entry) within each fiscal year, and 7.8.1.3 If contractor received federal Housing & Urban Development (HUD) funding via the City of San Diego, contractor shall provide all relevant data. 7.8.2 Contractor shall maintain and report accurate, daily meal counts, nutrition education and transportation units by utilizing the County-identified Automated Data Collection System. 7.8.3 Contractor shall send monthly summary report of above information and claim to AIS Contract Operations by the fifteenth (15") of the following month. Claim will be paid upon Exhibit A-Perfonnmce Work Smtcmenl Page 4 of 5 c~nnnc;# 513847 City ofcarlsbad Amendment # 03 COUNTY CONTRACT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTFUTION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT successful determination of reconciled data as mentioned in paragraphs 7.8.1 and 7.8.2 above. 7.9 Customer Satisfaction Survey: Contractor shall allow AIS or AIS-contracted representative to conduct a Customer Satisfaction Survey and compile the data. 7.10 Contractor will achieve an overall "very satisfied" or "somewhat satisfied" rating by at least ninety percent (90%) of clients at each Customer Satisfaction Survey cycle. Contractor will incrementally improve at each survey to achieve this rating. Exhibit A-Psrformancc Work Statement City ofcarlsbad - Page 5 of 5 Conmct X 5 13847 Amendment # 03 7 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE 1. COMPENSATION: The compensation listed below is not designed to fully fund the program. The fixed supplemental rates are developed annually based on funding and determined to offset the cost of providing services. These rates are subject to availability of funding from the State of California, California Department of Aging (CDA). A completed report of actual costs (closeout report) expended shall be submitted at the end of the fiscal year. 2. SERVICE UNITS AND RATES FOR FISCAL YEAR 2007-2008 I Providers within I (1) State of California C-lfunding stream (2) State of California C-2 funding stream (3) State of California B funding stream *Nutrition Services Incentive Payment (NSIP) dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. **Authorized providers within the City of San Diego may receive additional funds, subject to availability of funding. Exhibil C - Fiscal Terms & Conditions and Pricing Schedule Page 1 of 1 City ofcarlsbad Contract# 513847 Amendment # 03 CITY OF CARLSBAD ASSET RETIREMENT - TRANSFER FORM MaintStar Work Order #: NIA Date W.O. opened: NIA Department (receiving): Department (sending): Senior Center Location of property: Senior Center Lab Employee (receiving): Employee (sending): Org Key (sending): Org Key (receiving) PickupIDelivery person: E-WORLD RECYCLERS Date of pickup: 04/21/08 Date of delivety: -- ~ Sending Department: PickuplDelivety: N/A Receiving Department: m'8"afura IlgMlvre IIgMLYrB "'Condition codes: 1 = good. 2 = slightly damaged, 3 = damaged but repairable, 4 = beyond repair, perhaps useful for parts. 5 =totally useless C:\DOCUME-l\Kwest\LOCALS-l\TempMPgrpwise\Abe SeniorCtrLab Obsolete-08-04-29.~1s Page 1 of 1 4/29/2008 ompaq 17" CRT Monitor 11467 11410 11470 11408 11463 11413 11464 11454 ompaq 17" CRT Monitor Compaq 17" CRT Monitor Compaq 17" CRT Monitor Viewsonic 17" CRT Monitor Compaq Desktop PC Compaq Desktop PC Compaq Desktop PC Compaq Desktop PC Compaq Desktop PC Compaq Desktop PC Compaq Desktop PC Compaq Desktop PC N N N Y Y Y Y Y Y Y Y WOO M720 17GS Dpens P550 Dpens P550 Dpens P550 Dpens P550 Dpens P550 Dpens P550 Dpens P550 Dpens P550 918CF03TB943 146CL28UA043 J962985596 6947CYH3K056 6947CYH3K012 6947CYH3K000 6947CYH3K177 6947CYH3K080 6947CYH3K064 6947CYH3K015 6947CYH3K085 1 1 1 1 1 1 1 1 1 1 1 Retirement Retirement Retirement Retirement Retirement Retirement Retirement Retirement Retirement Retirement Retirement EXHIBIT 2 COUNTY OF SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT AMENDMENT County Contract No: 51 3847 Amendment No: 02 TO: City of Carlsbad. Pursuant to the contract changes clause, you are directed to make the changes described herein to the Contract or do the following described work not included in the previous agreed on Statement of Work. Title of Contract, Project, or Program: Senior Nutrition Services Effective Date: July 1,2007 Description of Contract Change(s) andlor Work to Be Done: 1. The Signature Page of the Pro Forma Service Agreement is modified as follows: a. Compensation. The compensation for Option Year One Fiscal Year 2007-2008 is $156,557.00. The revised total contract price is now $750,410. PLEASE NOTE: A copy of the revised "Signature Page" is attached for your convenience. Do not remove and replace the "Signature Page" with the attached sample. Description of Additional Contract Change(s) andlor Work to Be Done: 2. Exhibit A, Performance Work Statement, is modified as follows: a. Section 4, Deliverables. 4.1 Reference to maximum number of annual Congregate meals is removed and referred to in Exhibit C, section 2. 4.2 Reference to maximum number of annual Home Delivered meals is removed and referred to in Exhibit C, section 2. 4.4 Reference to contracted units of transportation annually is removed and referred to in Exhibit C, section 2, 4.7 Provision "Contract period" is removed. b. Section 5, Payment for Services. 5.1 Provision regarding "Contractor will be paid" is removed. Provision 5.2 "Contractor shall submit" is renumbered as 5.1. Sentence in reference to Net 30 days is removed. c. Section 6, General Requirements for Service Delivery 6.2 Provision regarding "Eligible Contractor" is removed. Provision 6.3 is renumbered as 6.2 and "Contractor shall ensure" is added. 3. Exhibit C, Fiscal Terms & Conditions and Pricing Schedule, is modified as follows: a. Section 1, Compensation: Paragraph beginning with "...Contractor shall be compensated.. ." and ending with ". . .(CDA). . . is removed and replaced with new paragraph ". . .The compensation listed.. ." and ending with ". . .end of the fiscal year.. .". b. Provisions 1.1 through 1.3.2 are removed. c. Section 2, Service Units and Rates: Column 1, " Reference Compensation Paragraph" is revised to read "Exhibit A Paragraph Reference." Please remove and replace the following: 1. Exhibit A with attached document with pages marked AMENDMENT # Q. 2. Exhibit C with attached document with pages marked AMENDMENT # Q. All other Terms and Conditions remain in effect. Rev 711 I07 CONTRACT AMENDMENT TO CONTRACT #513847 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 1. Sco~e of Work The Senior Nutrition Program provides nutritionally sound meals and social services throughout San Diego County to individuals sixty (60) years old and older in two (2) settings, congregate (group setting) at Senior Dining Centers, and home delivered to frail seniors. Transportation is provided, or arranged, to and from Senior Dining Centers. There is no charge to the senior for these services although donations are accepted. Nutrition services assist older individuals to live independently by promoting better health and reduced isolation through a program of coordinated congregate meal, home-delivered meal, and supportive services. Priority is given to serving persons with the greatest economic or social needs, in particular low- income minority individuals. 2. Bacbround The Senior Nutrition Program is funded through Title III of the Older Americans Act, www.aoa.fiovl, a federal program administered by state and county governments and operated under rules, policies and regulations of the California Department of Aging (CDA). This program began in the County of San Diego, Aging & Independence Services (AIS), in 1975 and has increased to 25 current contractors providing noon meals for seniors at 68 sites. Breakfast is also provided at some sites. Most contractors also provide home-delivered meals. Older individuals will be able to live independently because of better health and reduced isolation as a result of the Senior Nutrition Program, a program of coordinated congregate meals, home-delivered meals, and supportive services. 4. Deliverables 4.1 Meals in Conme~ate Settings: Contractor shall provide the maximum number of meals annually, pursuant to Exhibit C, to seniors in a congregate setting at least five (5) days per week (see Title 22, paragraph 7636.1 in the following link http://www.aging.state~ca.uslaaa businesslresource materials & ~uideslnutrition niide.htm1). The number of meals will be based upon historical actuals, not to exceed the annual amount, without prior County approval. 4.1.1 Each meal shall contain at least 1/3 of the current daily recommended dietary allowance as established by the Food and Nutrition Board, National Academy of Sciences and shall comply with the 2005 Dietary Guidelines for Americans established by the US Department of Agriculture and the US Department of Health and Human Services www.health.g;ov/dietai~fiuidelines/daa2005/docun1ent. 4.2.1 Each meal shall contain at least 1/3 of the current daily recommended dietary allowance as established by the Food and Nutrition Board, National Academy of Sciences and shall comply with the 2005 Dietary Guidelines for Americans established by the US Department of Agriculture and the US Department of Health and Human Services, cww.health.gov/dietarygu idelines/dga2005/docutnent. 4.2 Home-Delivered Meals: Contractor shall provide the maximum number of home-delivered meals annually, pursuant to Exhibit C if applicable, to seniors at least five (5) days per week (see Title 22 link). 4.3 Contractor shall provide approved units of Nutrition Education at a minimum of four (4) times annually to participants in each congregate and home-delivered meal program. I I 4.4 Contractor shall provide units of transportation annually, pursuant to Exhibit C, to and from Senior Dining Centers counted as one-way trips. Exhibit A -Performance Work Statement Senior Nutrition -City of Carlsbad #5 13847. Amendment 02 Page 1 of 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 4.5 Contractor shall establish a plan to serve older individuals with the greatest economic and social need. The Older Americans Act defines older individuals in the greatest economic need as any person 60 years or older whose need results from an income level at or below the poverty line as defined by the Federal Bureau of the Census and greatest social need as physical and mental disabilities, language barriers, and cultural, social, or geographical isolation, including isolation caused by racial or ethnic status, that restricts the ability of an individual to perform normal daily tasks; or threatens the capacity of the individual to live independently. Plan shall be submitted to County no later than thirty (30) days after award of contract. 4.6 Geographic Service Area: North Coastal Region 4.6.1 Program/Service: Congregate Meals, Home Delivered Meals and Transportation 4.6.2 Zip Codes Served: 92008-9201 1 4.6.3 Dining Site Locations, days of service, hours of service and type (s) of meal served (breakfast, lunch or dinner) 4.6.3.1. Carlsbad Senior Center, 799 Pine Ave, Carlsbad, Ca. 92008; Monday through Friday, 8:00 AM to l:00 PM, lunch 5 Pavment for Services I 5.1 Contractor shall submit a monthly claim for the actual previous month's deliverables (including data pursuant to paragraph 7.3 below) to the COTR by the 1~~ of the following month. 6 General Reauirements for Service Delivery 6.1 Services shall be based upon Title 22 California Code of Regulations, Division 1.8, California Department of Aging, Article 6, Title III-C "Elderly Nutrition Program" requirements,(http://www.aging.state.ca.us/aaa business/resource materials & auideslnutrition gu ide.htm1); the California Uniform Retail Food Facilities Law (CURFFL), www.co.el-dorado.ca.us; and the Occupational Safety and Health Administration (OSHA), www.osha.nov/. A valid Health Permit from the County of San Diego, Department of Environmental Health for all food production sites and contracted caterers is also required. 6.2 Contractor shall ensure that the facilities in which the meals will be served shall be accessible via public transportation, if available, and shall comply with the requirements of the Americans with Disabilities Act (ADA), http:/lwww.ada.aov and Title 24 of the California Code of Regulation http://www.energy.ca.gov/title24/index.html. All facilities are subject to inspection and approval. 6.3 Funding Components: Nutrition Program services are funded by the following four components: 6.3.1 CDA Title I11 Allocation 6.3.2 NSIP funds that are based on Contractors previous year meal count. 6.3.3 Contractor's program income, which is donations/contributions and guest fees. 6.3.4 Contractor's other revenue (fundraising). .. Said compensation is not designed to fully fund the program. The fixed supplement rates are determined to offset the cost of providing services based on and subject to availability of funds from the State of California, California Department of Aging (CDA). 6.4 Performance Expectations: Contractor shall maintain one hundred percent (100%) compliance with service levels stated in the Performance Work Statement. A Corrective Action Plan is required to be submitted by Contractor if Contractor falls below ninety-five percent (95%) of the service levels. Service levels will be reviewed monthly, quarterly, and annually. Failure to bring service levels up Exhibit A - Performance Work Statement Senior Nutrition - City of Carlsbad #5 13847, Amendment 02 Page 2 of 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT to the contracted levels can result in re-negotiation of the contracted service levels or termination of the contract. The budget level will be revised to be commensurate with the lower level of service(s). 6.5 Reference to AIS: All printed materials, publicity, and media outreach prepared or conducted by the contractor will include a reference to Aging & Independence Services as a funding source. Copies of publicity materials related to contracted programs identified in this contract shall be filed with Aging & Independence Services Contract Operations. 6.6 Press and Media: Aging & Independence Services shall be advised at least twenty four (24) hours in advance of all locally generated press releases and media events regarding contracted services identified in this contract. 6.7 Equipment Documentation: Contractor shall document, in writing, the need for purchasing equipment. Written documentation must demonstrate a direct relationship between the goals, objectives and specific requirements for service delivery and the equipment to be purchased. In the case of automation equipment, the contractor must demonstrate that the equipment and related software to be purchased will meet County of San Diego/Health and Human Services Agency/Aging & Independence Services requirements and standards. 6.8 Match: Contractor is required to provide at least a fifteen percent (I 5%) match for program costs in cash or in-kind income. 6.9 Cultural Competence and Diversity: Contractor shall support the County of San Diego, the Health and Human Services, and Aging & Independence Services through organizational and systematic practices demonstrating cultural competence and diversity. A set of congruent behaviors, attitudes and policies for programs, programs, and systems shall be adopted that enable people to work effectively in cross-cultural situations. All services provided shall be oriented to meet the unique linguistic and cultural needs of the diverse clients to be served. 6.10 Critical IncidentsNiolence: Contractor shall assure that employees have written plans or protocols and receive training for handling critical incidents involving the instances of violence or threat of violence directed toward staff or clients, breach of confidentiality, fraud, unethical conduct, or instances of staff or client drug and/or alcohol use at the program. Contractor shall report all such incidents to Aging & Independence Services Contract Operations within one workday of their occurrence. 7 S~ecific Reauirements for Service Delivery 7.1 There are three (3) major program components: food service, support services, and the advisory role of participants: 7.1.1 Food Service: Contractor shall provide a hot or other appropriate meal, served five (5) or more days (Monday through Friday) a week in a congregate setting. Meals to the homebound must be made available every day of the year although frozen weekend or holiday meals may be delivered during the week (see Title 22 link). Meals must be prepared, served and delivered in a manner, which complies with local public health laws and regulations. 7.1.2 Services: Contractor shall conduct outreach activities to ensure participation of eligible older persons, particularly those in greatest economic or social need; must develop or maintain coordination with other social services agencies; and plan for and provide nutrition education services. 7.1.3 Advisory Role of Participants: Contractor shall have procedures for obtaining the views of participants about the services they receive. This will be implemented by the establishment Exhibit A - Performance Work Statement Senior Nutrition - City of Carlsbad #513847, Amendment 02 Page 3 of 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT of a Program Council or other advisory body of participants approved by Aging & independence Services. Other program components include: 7.2 StaEng/Administration: Contractor shall maintain an adequate number of qualified persons to assure the satisfactory implementation of: program leadership; program planning; provision of nutrition services; outreach and other services; volunteer activities; financial and contract management; and data collection for required federal, state and county reports and records.. Notification of program changes must be made to the County within seventy two (72) hours when said changes will affect the delivery of services to the participants. Example of such situations may be staff changes, site closures (temporary or permanent) and vehicle incidents. 7.3 Confidentiality: Contractor shall ensure that no information regarding, or obtained from, an individual shall be disclosed in any form identifiable with the individual without the individual's written infonned consent, Contractor shall maintain records in such a manner that confidentiality will not be violated. Persons may not be denied services if they refuse to provide written infonned consent. 7.4 Meal Contributions by Eligible Participants: Eligible persons receiving nutrition services shall be given the opportunity to contribute to the costs of the service provided and shall determine for themselves what they are able to contribute. Contractor shall not deny services to any person because of failure to contribute. Methods to receive contributions shall ensure anonymity. Contractor shall encourage participants to contribute towards the cost of the meal and shall suggest a minimum amount. The minimum suggested donation shall be developed with input from the program council. A suggested contribution schedule may be developed, considering the income ranges of older persons in the community. Contribution schedules shall not be used as a "means" test to determine eligibility. 7.5 Meal Charges for Staff and Guest under Sixty (60) Years of Age: Contractor may serve meals to staff and guests less than sixty (60) years of age if doing so will not deprive an older person of a meal. These individuals shall pay at least the fill cost of the meal. Contributions and charges for meals are considered program income and shall be used to increase the number of meals served. 7.6 Records, Reports and Distribution Information: Contractor shall maintain a system for the collection of data that will accurately reflect the Contractor's program and financial operations, will meet requirements with respect to confidentiality, and fulfill the information required by this contract. 7.7 Holidays: A maximum of twelve (12) recognized holiday closings will be allowed per year. These holidays must be submitted in advance to the COTR at the beginning of each fiscal year. Exceptions will be handled on a case-by-case basis. 7.8 Data Collection & Reporting: 7.8.1 Contractor shall utilize the AIS-identified Automated Data Collection System to: 7.8.1.1 Register and maintain all client demographic and assessment data for all active clients within each fiscal year, 7.8.1.2 Track and report all service unit delivery data (via bar-coding and manual data entry) within each fiscal year, and 7.8.1.3 If contractor received federal Housing & Urban Development (HUD) funding via the City of San Diego, contractor shall provide all relevant data. 7.8.2 Contractor shall maintain and report accurate, daily meal counts, nutrition education and transportation units by utilizing the County-identified Automated Data Collection System. Exhibit A - Performance Work Statement Page 4 of 5 Senior Nutrition - City of Carlsbad #5 13847, Amendment 02 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 7.8.3 Contractor shall send monthly summary report of above infomation and claim to AIS Contract Operations by 15' of following month. Claim will be paid upon successfil determination of reconciled data as mentioned in paragraphs 7.8.1 and 7.8.2 above. 7.9 Customer Satisfaction Survey: Contractor shall allow AIS or AIS-contracted representative to conduct a Customer Satisfaction Survey and compile the data. 7.10 Contractor shall achieve an overall "very satisfied" or "somewhat satisfied" rating by at least ninety percent (90%) of clients at each Customer Satisfaction Survey cycle. Contractor shall incrementally improve at each survey to achieve this rating. 8 DISENTANGLEMENT Contractor shall accomplish a complete transition of the services being terminated from Contractor to County, or to any provider designated by County, without interruption of or adverse impact on the services. Contractor shall cooperate with the County or Contractor's obligation to provide the services shall not cease until Disentanglement is satisfactory to County. Exhibit A - Performance Work Statement Senior Nutrition - City of Carlsbad #513847, Amendment 02 Page 5 of 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE 1. COMPENSATION: The compensation listed below is not designed to hlly fund the program. The fixed supplemental rates are developed annually based on funding and determined to offset the cost of providing services. These rates are subject to availability of funding from the State of California, California Department of Aging (CDA). A completed report of actual costs (closeout report) expended shall be submitted at the end of the fiscal year. 2. SERVICE UNITS AND RATES FOR FISCAL YEAR 2007-2008 (1) State of California C-lfunding stream (2) State of California C-2 hnding stream (3) State of California B funding stream 'Nutrition Services Incentive Payment (NSIP) dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. **Authorized providers within the City of San Diego may receive additional hnds, subject to availability of funding. Exhibit C -Fiscal Terms & Conditions and Pricing Schedule Page 1 of 1 City of Carlsbad #513847 Revised: July 1,2007 Exhibit A Paragraph Reference 4.1 4.2 4.4 4.1 4.2 4.1 4.2 4.4 4.1 TOTAL Amendment # 02 Funding Source Title 111-C 1 (1) Title 111-C2 (2) Title III-B (3) NSIP-C1 NSIP-C2 OTO-C 1 OTO-C2 OTO-B City- fbnded* * Services Congregate Meals Home-Delivered Meals Transportation Incentive Payments* Incentive Payments* One-time-only (OTO) One-time-only (OTO) One-time-only (OTO) Authorized Providers within the City of San Diego only; Congregate Meals # of Sewice Units 22,7 7,663 6,740 22,716 7,663 0 0 0 0 Fixed Supplemental Rate $3.49 $3.11 $5.00 $0.65 $0.65 0 0 0 0 Total $79,279 $23,832 $33,700 $14,765 $4,981 0 0 0 0 $156,557 IN WITNESS WHEREOF, County and Contractor have executed this Amendment effective as of the date first set forth above. We, the undersigned Contractor, have given careful consideration THIS AMENDMENT IS NOT VALID UNLESS to the change proposed and hereby agree, if this proposed change APPROVED BY THE DIRECTOR, DEPARTMENT OF is approved, that we will provide all equipment, furnish all ~URCHAS~GAND CONTRACTING materials, except as may otherwise be noted above, and perform all services necessary for the work specified herein, and will Department Review and Recommended Approval: accept as full payment the increased agreed upon contract amount of $156,557 for Fiscal Year 2007-2008. Contract time for completion remains unchanged. By: PAMELA B. SMITH, Director Aging & Independence Services Ray Patchett, City Manager City of Carlsbad 799 Pine Avenue Carlsbad, CA 92008 Phone: 760-602-4682 Fax: 760-434-4206 Date: .. -0 '7 Rev 711 107 Date: APPROVED: By: WINSTON F. McCOLL, Director Department of Purchasing and Contracting Date: CONTRACT AMENDMENT TO CONTRACT #513847 - 1 (1 0/11/2007) Sherry Freisinger - 51 3847 AMEND 2.pdf Page 2 1 IN WITNESS WHEREOF, County and Contractor have executed this Amendment effective as of the date fust set forth above. We, the undersigned Contractor, have given careful consideration THIS AMENDMENT IS NOT VALID UNLESS to the change proposed and hereby agree, ifthis proposed change APPROVED BY THE DIREmOR, DEPARTMENT OF is approved, that we will provide all equipment, furnish all PURCHASINGAND CONTRACTING materials, except as may otherwise be noted above, and perfonn all services necessary for the work specified herein, and will accept as full payment the increased agreed upon contract amount of $156,557 for Fiscal Year 2007-2008. Contract time for completion remains unchanged. PAMELA B. SMITH. Director Aging & Independence Services Ray Patchett, City Manager Citv of Carlsbad 799 Pine Avenue Carlsbad, CA 92008 Phone: 760-602-4682 Fax: 760-434-4206 Date: Date: f[zl$7 APPROVED: By: % WINSTON F. MCCOL~, %irector Department of Purchasing and Contracting Date: JO - 0 3 - a007 Rev 711 I07 CONTRACT AMENDMENT TO CONTRACT #513847 COUNTY OF SAN DIEGO - DEPARTMENT OF PURCHASING AND CONTRACTING CONTRACT AMENDMENT County Conhact No: 513847 Amendment No: 01 To: City of Carlsbad. Pursuant to the contract changes clause, you are directed to make the changes described herein to thecon- or do the following described work not included in the previous agreed on Statement of Work. Title of Contracf Project, or Program: Senior Nutrition Services Effective Date: May 1, 2007 Description of Contract Change@) andlor Work to Be Done: 1. The Signature Page of the Pro Forma Service Agreement is modified as follows: a. Compeusation. The compensation for the initial term ofthe Agreement is increased by $7,692 to a total ofS124,182 with Title I11 C-I funds. Total contract price is increased to $716,958. PLEASE NOTE: A copy of the revised "Signature Pagen is attached for your convenlence. Do not remove and replace the "Signature Page" with the attached sample. Description of Additional Contract Change@) andlor Work to Be Done: 2. Exhibit A, Performance Work Statement, is modified as follows: a) Deliverahles. The annual maximum number of meals provided in a congregate setting is increasedfrom 15,838 to 17,838 (A, Section 4, Paragraph 4.1) 3. Exhibit C, Fiscal Terms and Conditions and Pricing Schedule, is modified as follows: a. Compeusation. Contract amount for Fiscal Year 2006-2007 is increased from $116,490 to $124,182 (Section 1) b. Title XII-C1, Congregate Meals and Funding. Number of congregate meals is increased from 15,838 to 17,838, and funding is increased from $51,315 to $57,795. c. Nutrition Services Incentive Program @SIP) - C1 Funding. Number ofcongregate meals is increased f?om 15,838 to 17,838, and funding is increased hm $10,216 to $11,506. Please remove and replace the following: 1. Exhibits A and C with attached documents with pagw marked AMENDMENT # 01 All other Terms and Conditions remain in effect. IN WITNESS WHEREOF, County and Contractor have executed this Amendment effective as of the date first set forth above. We, the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposed change is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work specified herein, and will accept as full payment the increased agreed upon contract amount of $124,182 for Fiscal Year 2006-2007. Contract time for com~letion remains unchaneed. Ray patch&, City Manager City of Carlsbad 799 Pine Ave Carlsbad, CA 92008 Ph: (760) 602-4682 Fax: (760) 434-4206 Date: d Id CI/O 7 THIS AMENDMENT IS NOT vALm UNLESS APPROVED BY THE DIRECTOR, DEPARTMENT OF PURCHASING AND CONTRACTING DepartmeniReview and Recommended Approval: By: PAMELA B. SMITH, Director Aging & Independence Services Date: (, OL( APPROVED: By: f- WINSTON F. blcCOLL, Department of Purchasing Date: d / b 1 03 CONTRACT AMENDMENT TO CONTRACT # 513847 Rev 4/24/07 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM SIGNATURE PAGE AGREEMENT TERM. This Agreement shall be effective this I' day of October 2006 ("Effective Date") and end on June 30,2007 ("Initial Term") for a total Agreement period of nine months. OPTION TO EXTEND. The County's option to extend is for four (4) increments of one year each for a total of four (4) years beyond the expiration of the Initial Term, not to exceed June 30,201 1, pursuant to Exhibit C Pricing Schedule. Unless County notifies Contractor in writing, not less than 30 days prior to the expiration date that they do not intend to renew the Agreement. Each extension of the Agreement shall be a written Amendment and signed by both parties.. Oution to Extend For On option to extend the term of this Agreement (1) and no more than six (6) calendar Contracting Director. Each extension shall be affected by written A parties and delivered to Contractor no less than fifteen (15) calendaf Agreement term. The rates set forth in Article 4, Exhibit C any option exercised pursuant to this opti has been made elsewhere in this Agreement or by to "Availability of Funds." If funds are not terminated. COMPENSATION: Pursuant to Exhibit C, CQU hundred twenty four thousan Agreement and one hundred the four (4) one year option periods, for a m of seven hundred sixteen thousand nine hundred fifty-eight dollars ($716,958). od of payment stipulated in Article 4. COTR. The County has des Representative ("COTR") ,+ . ,.(' :*;pS:: -, cp.. ~ichaefhr~wn, ~o&ract Administrator + .*+ ,, PSA, Independence Services . 7. ,.q, , $: ... ..,a*, C! ,:~; . ..., . (~nr .h c ,ba.h-3 ,;,7,,~01h Diego, CA 92123 ~ligfie,: (858) 50.524955, FAX: Fg58) 694-2316, e-mail: michael.strawn@sdcounty.ca.gov . ,~ '. . CON$~CTOR'S REPRE%NTATNE. The Contractor has designated the following individual as the ~ontract&s~&l@$lii*. .... .>, ..* ,.~ .%& :. .. Cd ..~ LI; Gail Lynn, Recreation Area Manager .xf City of Carlsbad 799 Pine Avenue Carlsbad, CA 92008 Phone: (760) 602-4682; Fax: (760) 434-4206; e-mail: glynn@ci.carlsbad.ca.us RJ WITNESS WHEREOF, County and Contractor have executed this Agreement effective as of the date first set forth above Nutrition (Carlsbad) Amend 01 Signature Page (FY 06-07) doc hmenJrnenl01 April 24, 2007 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AMENDMENT 01 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT - - 1. Scope of Work The Senior Nutrition Program provides nutritionally sound meals and social services throughout San Diego County to individuals 60 years old and older in hvo settings, congregate (group setting) at Senior Dining Centers, and home delivered to frail seniors. Transportation is provided or arranged to and from Senior Dining Centers. There is no charge to the senior for these services; they are available for a donation. Nutrition services assist older individuals to live independently by promoting better health and reduced isolation through a program of coordinated congregate meal, home-delivered meal, and supportive services. Providers give priority to serving persons with the greatest economic or social needs, in particular low-income minority individuals. 2. Backeround The Senior Nutrition Program is funded through Title I11 of the Older Americans Act, www.aoa.gov/, a federal program administered by state and county governments and operated under rules, policies and regulations of the California Department of Aging (CDA). This program began in the County of San Diego, Aging & Independence Services (AIS), in 1975 and has increased to 25 current contractors providing noon meals for seniors at 68 sites. Breakfasts are also provided at some sites. Most contractors also provide home-delivered meals. 3. Goal Older individuals will be able to live independently because of better health and reduced isolation as a result of the Senior Nutrition Program, a program of coordinated congregate meals, home-delivered meals, and supportive services. 4. Deliverables 4.1 Contractor shall provide a maximum of 17,838 meals annually; to seniors in a congregate setting at least five days per week (see Title 22, paragraph 7636.1 in the following link httv:l/www.aginn.state.ca.us/aaa business/resource materials & euides/nutrition euide.html). The number of meals will be based upon historical actuals, not to exceed 17,838 annually, without prior County approval. 4.1.1 Each meal shall contain at least 113 of the current daily recommended dietary allowance as established by the Food and Nutrition Board, National Academy of Sciences and shall comply with the 2005 Dietary Guidelines for Americans established by the US Department of Agriculture and the US Department of 'Health and Human Services w~v~v.health.povldietar~uidelinedde.d2OO5/document. 4.2 Contractor shall provide a maximum of 7,114 home-delivered meals annually, to seniors at least five days per week (see Title 22 link). 4.2.1 Each meal shall contain at least 113 of the current daily recommended dietary allowance as established by the Food and Nutrition Board, National Academy of Sciences and shall comply with the 2005 Dietary Guidelines for Americans established by the US Department of Agriculture and the US Department of Health and Human Services, www.health.eov/dieta~euidelines/&a2005/document. 4.3 Contractor shall provide approved units of Nutrition Education at a minimum of four times annually, to participants in each congregate and home-delivered meal program. 4.4 Contractor shall provide 5,527 units of transportation annually, to and from Senior Dining Centers counted as one-way hips. C1hlh11 ,\-Peifom~~nce Work Slalerner~l (rcv~sed 4/24/07) Page I of5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AMENDMENT 01 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 4.5 Contractor shall establish a plan to serve older individuals with the greatest economic and social need. The Older Americans Act defines older individuals in the greatest economic need as any person 60 years or older whose need results from an income level at or below the poverty line as defined by the Federal Bureau of the Census and greatest social need as physical and mental disabilities, language barriers, and cultural, social, or geographical isolation, including isolation caused by racial or ethnic status, that restricts the ability of an individual to perform normal daily tasks; or threatens the capacity of the individual to live independently. Plan shall be submitted to County no later than 30 days after award of contract. 4.6 Geographic Service Area: HHSA North Coastal Region 4.6.1 ProgramIService: Congregate; Home Delivered; Transportation 4.6.2 Zip Codes Served: 92008 - 9201 1 (Carlsbad) 4.6.3 Dining Site Locations, days of service, hours of service and type (s) of meal served (breakfast, lunch or dinner) 4.6.3.1 Dining Site Location: Carlsbad Senior Center, 799 Pine Ave, Carlsbad, CA 92008, Dining Room open from Monday - Friday 8am - 1 pm. Lunch is served Monday - Friday from Noon - 1 pm. 4.7 Contract Period: This contract will be for the period beginning July 1, 2006, and ending June 30, 2007, with four one-year options through June 30, 201 1. Each fiscal year subject to renegotiation and subject to the availability of continued hnding and favorable evaluations of contracted services. If funds are not available, Contractor shall not be obligated to perform and this Agreement shall be terminated. 5 Pavment for Services 5.1 Contractor will be paid a rate pursuant to Exhibit C, based upon the units of service delivered, and availability of funds, as further described in 4.7 above. 5.2 Contractor shall submit a monthly claim for the actual previous month's deliverables (including data pursuant to paragraph 7.3 below) to the COTR by the 15' of the following month. Payment shall be NET 30 days from receipt and approval of invoice unless otherwise stated. 6 General Reauirements for Service Delivery 6.1 Services shall be based upon Title 22 California Code of Regulations, Division 1.8, California Department of Aging, Article 6, Title 111-C "Elderly Nutrition Program" requirements,(htto://www.aainr.state.ca.us/aaa business/resource materials & cuides/nuhition eu ide.htm1); the California Uniform Retail Food Facilities Law (CURFFL), www.co.el-dorado,ca,us; and the Occupational Safety and Health Administration (OSHA), www.osha.~ov/. A valid Health Permit from the County of San Diego, Department of Environmental Health for all food production sites and contracted caterers is also required. 6.2 Eligible Contractor: Contractor may be public or private agencies. Private agencies must be an incorporated entity, either for-profit or non-profit. 6.3 The facilities in which the meals will be served shall be accessible via public transportation, if available, and shall comply with the requirements of the Americans with Disabilities Act (ADA), httu://www.ada.rov and Title 24 of the California Code of Regulation h~://www.ener~.ca.~ov/titIe24/index.html. All facilities are subject to inspection and approval prior to award ofcontract. 6.4 Funding Components: Nutrition Program services are funded by the following four components: -..L.L:. % ~~~~~~lsnrr work Statement (revised 4124107) Page 2 of 5 COUNTY OF SAN DIEGO AGREEMENTNUMBER 513847 AMENDMENT 01 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 6.4.1 CDA Title III Allocation 6.4.2 NSIP funds that are based on Contractors previous year meal count. 6.4.3 Contractor's program income, which is participant's donations/contributions and guest fees. 6.4.4 Contractor's other revenue (fundraising). Said compensation is not designed to fully fund the program. The fixed supplement rates are determined to offset the cost of providing services based on and subject to availability of funds from the State of California, California Department of Aging (CDA). 6.5 Performance Expectations: One hundred percent compliance with service levels stated in the Statement of Work is expected. Contractors who fall below ninety-five percent of the contracted levels are required to submit a Corrective Action Plan. Service levels to be reviewed monthly, quarterly, and annually. Failure to bring service levels up to the contracted levels can result in re- negotiation of the contracted service levels or termination of the contract. The budget level will be revised to be commensurate with the lower level of service(s). 6.6 Reference to AIS: All printed materials, publicity, and media outreach prepared or conducted by the contractor will include a reference to Aging & Independence Services as a funding source. Copies of publicity materials related to contracted programs identified in this contract shall be filed with Aging &Independence Services Contract Operations. 6.7 Press and Media: Aging & Independence Senices shall be advised at least 24 hours in advance of all locally generated press releases and media events regarding contracted services identified in this contract. 6.8 Equipment Documentation: Contractor shall document, in writing, the need for purchasing equipment. Written documentation must demonstrate a direct relationship between the goals, objectives and specific requirements for service delivery and the equipment to be purchased. In the case of automation equipment, the contractor must demonstrate that the equipment and related software to be purchased will meet County of San DiegoMealth and Human Services AgencyIAging & Independence Services requirements and standards. 6.9 Match: Contractor is required to provide at least a 15% match for program costs in cash or in-kind income. 6.10 Cultural Competence and Diversity: Contractor shall support the County of San Diego, the Health and Human Services, and Aging & Independence Services through organizational and systematic practices demonstrating cultural competence and diversity. A set of congruent behaviors, attitudes and policies for programs, programs, and systems shall be adopted that enable people to work effectively in cross-cultural situations. All services provided shall be oriented to meet the unique linguisiic and cultural needs of the diverse clients to be served. 6.1 1 Critical IncidentsNiolence: Contractor shall assure that employees have written plans or protocols and receive training for handling critical incidents involving the instances of violence or threat of violence directed toward staff or clients, breach of confidentiality, fraud, unethical conduct, or instances of staff or client drug and/or alcohol use at the program. Contractor shall report all such incidents to Aging & Independence Services Contract Operations within one workday of their occurrence. 7 Specific Re~uirements for Service Delivery 7.1 There are three major program components: food service, support services, and the advisory role of participants: Exhlb~l A-Performance Work Staternen1 (revcrrd 4/24/07) Page 3 or 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AMENDMENT 01 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 7.1.1 Food Service: Includes the provision of a hot or other appropriate meal, served five (Monday through Friday) or more days a week in a congregate setting. Meals to the homebound must be made available every day of the year although frozen weekend or holiday meals may be delivered during the week (see Title 22 link). Meals must be prepared, served and delivered in a manner, which complies with local public health laws and regulations. 7.1.2 Services: Each program must have outreach activities to ensure participation of eligible older persons, particularly those in greatest economic or social need; must develop or maintain coordination with other social services agencies; and plan for and provide nutrition education services. 7.1.3 Advisory Role of Participants: Programs shall have procedures for obtaining the views of participants about the services they receive. This will be implemented by the establishment of a Program Council or other advisory body of participants approved by Aging & Independence Services. Other program components include: 7.2 Staffing/Administration: It is expected that the program will have an adequate number of qualified persons to assure the satisfactory implementation of: program leadership; program planning; provision of nutrition services; outreach and other services; volunteer activities; financial and contract management; and data collection for required federal, state and county reports and records. Notification of program changes must be made to the County within 72 hours when said changes will affect the delivery of services to the participants. Example of such situations may be staff changes, site closures (temporary or permanent) and vehicle incidents. 7.3 Confidentiality: The nutrition services provider shall ensure that no information about, or obtained from, an individual shall be disclosed in any form identifiable with the individual without the individual's written infonned consent. Records must be maintained in such a manner that confidentiality will not be violated. Persons may not be denied services if they refuse to provide written informed consent. 7.4 Meal Contributions by Eligible Participants: Eligible persons receiving nutrition services shall be given the opportunity to contribute to the costs of the service provided and shall determine for themselves what they are able to contribute. No person shall be denied participation because of failure to contribute. Methods to receive contributions shall ensure anonymity. The provider shall encourage participants to contribute towards the cost of the meal and shall suggest a minimum amount. The minimum suggested donation shall be developed with input from the program council. A suggested contribution schedule may be developed, considering the income ranges of older persons in the community. Contribution schedules shall not be used as a "means" test to determine eligibility. 7.5 Meal Charges for Staff and Guest under 60: Meals may be served to staff and guests less than 60 years of age if doing so will not deprive an older person of a meal. These individuals shall pay at least the full cost of the meal. Contributions and charges for meals are considered program income and shall be used to increase the number of meals served. 7.6 Records, Reports and Distribution Information: Each nutrition program shall maintain a system for the collection of data that will accurately reflect the program's program and financial operations, will meet requirements with respect to confidentiality, and fulfill the information required by this contract. Crh,hlt .\.Prrfolmance Work Statement (rev~sed 4/24/07) Page 4 af 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AMENDMENT 01 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 7.7 Holidays: A maximum of twelve (12) recognized holiday closings will be allowed per year. These holidays must be submitted in advance to the COTR at the beginning of each fiscal year. Exceptions will be handled on a case-by-case basis. 7.8 Data Collection & Reporting: 7.8.1 Contractor shall utilize the AIS-identified Automated Data Collection System to: 7.8.1.1 Register and maintain all client demographic and assessment data for all active clients within each fiscal year, 7.8.1.2 Track and report all service unit delivery data (via bar-coding and manual data entry) within each fiscal year, and 7.8.1.3 If contractor received federal Housing & Urban Development (HUD) funding via the City of San Diego, contractor shall provide all relevant data. 7.8.2 Contractor shall maintain and report accurate, daily meal counts, nutrition education and transportation units by utilizing the County-identified Automated Data Collection System. 7.8.3 Contractor shall send monthly summary report of above information and claim to AIS Contract Operations by 15' of following month. Claim will be paid upon successful determination of reconciled data as mentioned in paragraphs 7.8.1 and 7.8.2 above. 7.9 Customer Satisfaction Survey: Contractor shall allow AIS or AIS-contracted representative to conduct a Customer Satisfaction Survey and compile the data. 7.10 Contractor will achieve an overall "very satisfied" or "somewhat satisfied" rating by at least 90% of clients at each Customer Satisfaction Survey cycle. Contractor will incrementally improve at each surrey to achieve this rating. 8 Disentanelement 8.1 Contractor shall accomplish a complete transition of the services being terminated from Contractor to County, or to any provider designated by County, without interruption of or adverse impact on the services. Contractor shall cooperate with the County or Contractor's obligation to provide the services shall not cease until Disentanglement is satisfactory to County. End of Performance Work Statement Erhtbll A-Performance Work Siplement (revbred 4124107) Page 5 015 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AMENDMENT 01 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C -FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE 1. COMPENSATION: Contractor shall be compensated in an amount not to exceed $124,182 contract price amount, for all services performed in designated zip codes under this contract for the total contract term anticipated to begin May 1, 2007 through June 30, 2007, with four a~ual option years. Said compensation is not designed to fully fund the program. The fixed supplemental rates are developed annually based on funding and determined to offset the cost of providing services. These rates are subject to availability of funding from the State of California, California Department of Aging (CDA). 1.1. Compensation for the total contract term referenced above is as follows: 1.1. I. Fixed Supplemental Rate $ amount for Portion of Contractor's Congregate Meals costs. Payments are monthly compensation payments to Contractor for the provision of Congregate Meals according to the Performance Work Statement (State of California C-1 funding stream). 1.1.2. Fixed Supplemental Rate $ amount for Portion of Contractor's Home Delivered Meal costs. Payments are monthly compensation payments to Contractor for the provision of Home Delivered Meals according to the Performance Work Statement (State of California C-2 funding stream). 1.1.3. Fixed Supplemental Rate $ amount for Portion of Contractor's Transportation costs. Payments are monthly compensation payments to Contractor for the provision of Transportation (One way trips) according to the Performance Work Statement (State of California B funding stream). 1.1.4. Fixed Supplemental Rate $ amount for Incentive Payments from the NSIP (Nutrition Services Incentive Program). NSIP payments are monthly incentives for Contractors that continually attain high achievement based on number of meals (C-l and C-2) served during the prior year. This amount will be determined annually by the County, based on funds received from the State and Contractor's prior year's performance (i.e. meals served). 1.1.5. Cost Reimbursement $ amount for One Time Only (OTO) Allocation. OTO Allocations are one time annual monetary awards for designated goods or services related to C-I, C-2 or B Programs, which are directly related to the Senior Nutrition Service System, based on special cost reimbursement requests from Contractor. OTO awards are based on funds received from the State of California, and must be approved in advance by the County. Contractor shall procure the goods or services by utilizing competitive measures, and provide documentation of receiving 3 or more quotes to substantiate fair and reasonable pricing. County will reimburse costs upon presentation of receipts. 1.1.6. Fixed Supplemental Rate $ amount for Portion of Contractor's Congregate Meals costs. Payments are monthly compensation payments to Contractor for the provision of Congregate Meals according to the Performance Work Statement (City of San Diego funding stream). 1.2. The County shall have the authority to increase or reduce the contract compensation, via the issuance of a Unilateral Amendment, signed by the County's Director of Purchasing and Contracting, as required to execute Exhibit C, Paragraphs I .1.4 & 1.1.5. 1.3. Contractor shall submit: 1.3.1. a completed Budget for the entire program with this WSQ, and as required by County. Budget shall detail anticipated costs to provide number of meals (home delivered and congregate), and anticipated number of one-way trips for the upcoming contract term for the entire program. Budgets must be submitted per County provided form and format. Exh~bn C - Fiscal Terms & Cand~i~ons (Kcvtscd 412Ji07) and Pricing Schedule Page i of 2 COUNTY OF SAN DIEGO --- AGREEMENT NUMBER 513847 AMENDMENT 01 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE 1.3.2. at the end of the contract fiscal year, a completed report of actual costs (closeout report) expended, as requested. * NSIP dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. I I Providers within Exh!b,t C - F~scal Tcma & Cundal~ons (Revlsrd 4124107) and Prlclng Schedule Page 2 of 2 TOTAL I Congregate Meals $124,182 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM This Agreement ("Agreement") is made and entered into on the date shown on the signature page ("Effective Date") by and between the County of San Diego, a political subdivision of the State of California ("County") and City of Carlsbad, located at 799 Pine Ave, Carlsbad, California 92008 (" Contractor"), with reference to the following facts: RECITALS A. The County, by action of the Board of Supervisors August 2, 2005, Minute Order No. 14, authorized the Purchasing and Contracting Director, pursuant to Article XXIII, Section 401of the Administrative Code, to award an Agreement for Senior Nutrition Program services B. Contractor is specially trained and possesses certain skills, experience, education and competency to perform these services. C. The Chief Administrative Officer made a determination that Contractor can perform the services more economically and efficiently than the County, pursuant to Section 703.10 of the County Charter. D. The Agreement shall consist of this pro forma Agreement, Exhibit A Performance Work Statement, Exhibit A-1 Contractor's Proposal, Exhibit B Insurance Requirements, and Exhibit C Fiscal Terms & Conditions and Pricing Schedule. E. In the event that any provision of the Pro Forma Agreement or its Exhibits, A, B or C, conflicts with any other term or condition, precedence shall be: First (1st) the Pro Forrna: Second (2nd) Exhibit B; Third (3rd) Exhibit A; and Fourth (4th) Exhibit C. NOW THEREFORE, for valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties agree as follows: ARTICLE 1 PERFORMANCE OF WORK 1.1 Standard of Performance. Contractor shall, in good and workmanlike manner and in accordance with the highest professional standards, at its own cost and expense, furnish all of the labor, technical, administrative, professional and all other personnel, all supplies and materials, equipment, printing, transportation, facilities, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by County, necessary or proper to perform and complete the work and provide the services required of Contractor by this Agreement. 1.2 Contractor's Representative. Contractor's duties under this Agreement shall be performed on behalf of the Contractor by the person identified on the signature page. ("Contractor's Representative"); Contractor represents and warrants that (1) Contractor's Representative has fulfilled all applicable requirements of the laws of the State of California to perform the services under this Agreement and (2) Contractor's Representative has full authority to act for Contractor hereunder. Contractor and County recognize that the services to be provided by Contractor's Representative pursuant to this Agreement are unique: accordingly, Contractor's Representative shall not be changed during the Term of the Agreement without County's written consent which shall not be unreasonably withheld. County reserves the right to terminate this Agreement pursuant to Clause 7.1 "Termination for Default", if in County's judgment, the work hereunder is not being performed by Contractor's Representative. 1.3 Contractor as Independent Contractor. Contractor is, for all purposes of this Agreement, an independent Contractor, and neither Contractor nor Contractor's employees or subcontractors shall be deemed to be employees of the County. Contractor shall perform its obligations under this Agreement according to the Contractor's own means and methods of work which shall be in the exclusive charge and under the control of the Contractor, and which shall not be subject to control or supervision by County except as to the results of the work. Neither Contractor nor Contractor's employees or subcontractors shall be entitled to any benefits to which County employees are entitled, including without limitation, overtime, retirement benefits, workers' compensation benefits and injury leave. 1.4 Contractor's Agents and Emplovees or Subcontractors. Contractor shall obtain, at Contractor's expense, all agents, employees and subcontractors required for Contractor to perform its duties under this Agreement, and all such services shall be performed by Contractor's Representative, or under Contractor's Representatives' supervision, by persons authorized by law to perform such services. Retention by Contractor of any agent, employee or subcontractor shall be at Contractor's sole cost and expense, and County shall have no obligation to pay Contractor's agents, employees or subcontractors; to support any such person's or entity's claim against the Contractor; or to defend Contractor against any such claim. Nutr Revise (Carlsbad) Pro Forma (FY 06-1 l).doc Agreement - Page 1 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM Any subcontract, or a combination of subcontract to the same individual or firm for the Agreement period which is in excess of fifty thousand dollars ($50,000) or twenty five percent (25%) of the value of the Agreement, whichever is less must have prior concurrence of the Contracting Officer Technical Representative. Contractor shall provide Contracting Officer Technical Representative with copies of all other subcontract relating to this Agreement entered into by Contractor within 30 days after the effective date of the subcontract. Such subcontractors of Contractor shall be notified of Contractor's relationship to County. "Subcontractor" means any entity, other than County, that furnishes to Contractor services or supplies relevant to this Agreement other than standard commercial supplies, office space, and printing services. 1.4.1 Contractor Responsibility. In the event any subcontractor is utilized by Contractor for any portion of the project, Contractor retains the prime responsibility for carrying out all the tenns of this Agreement, including the responsi- bility for performance and insuring the availability and retention of records of subcontractors in accordance with this Agreement. No subcontract utilizing funds from this Agreement shall be entered into which has a term extending beyond the ending date of this Agreement. 1.4.2 Mandated Clause. All sub-contract shall include the Standard Terms and Conditions required of Contractor herein. 1.4.3 Countv Approval. As identified above, all sub-contract under this Agreement shall have prior concurrence of the Contracting Officer Technical Representative, such approvals shall not be unreasonably withheld. ARTICLE 2 SCOPE OF WORK 2.1 Performance Work Statement. Contractor shall perform the work described in the "Performance Work Statement" attached as Exhibit "A" to this Agreement, and by this reference incorporated herein, except for any work therein designated to be performed by County. 2.2 Right To Acquire Equipment and Services. Nothing in this Agreement shall prohibit the County from acquiring the same type or equivalent equipment andlor service from other sources, when deemed by the County to be in its best interest. ARTICLE 3 RESERVED 4.1 General Principles ARTICLE 4 COMPENSATION 4.1.1 The Pricing Schedule is in Exhibit C and the compensation is on the signature page. The County is precluded from making payments prior to receipt of services (advance payments). Invoices are subject to the following requirements. County will pay Contractor the agreed upon price, pursuant to the Pricing Schedule in Exhibit C and the budget for cost reimbursement elements in Exhibit C for the work specified in Exhibit A, Performance Work Statement. 4.1.2 Conditions Prerequisite To Pavments. County may elect not to make a particular payment if any of the following exists: 4.1.2.1 Misrepresentation. Contractor, with or without knowledge, made any misrepresentation of substantial and material nature with respect to any information furnished to County. 4.1.2.2 Unauthorized Actions bv Contractor. Contractor took any action pertaining to this Agreement, which required County approval, without having first received said County approval. 4.1.2.3 Unauthorized Actions by Contractor. Contractor took any action pertaining to this Agreement which required County approval, without having first received said County approval. 4.1.2.4 Default. Contractor was in default under any terms and conditions of this Agreement. 4.1.3 Withholding Of Pavment. County may withhold reimbursement until reports, data, audits, or other information required for Agreement administration or to meet County or State reporting or auditing requirements are received and approved by COTR or designee. County may also withhold payment if, in County's opinion, Contractor is in noncompliance with this Agreement, and refuses to cure any defect(s) within a reasonable time period. 4.1.4 Availabilitv of Funding. The County's obligation for payment of any Agreement beyond the current fiscal year is contingent upon the availability of funding fiom which payment can be made. No legal liability on the part of the County shall arise for payment beyond June 30 of the calendar year unless funds are designated by the County and are made available for such performance. Nutr Revise (Carlsbad) Pro Forma (FY 06-1 ]).doc Agreement - Page 2 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM County shall, in its sole discretion, have the right to terminate or suspend Agreement or reduce compensation and service levels proportionately upon thirty (30) days' written notice to Contractor in the event that Federal, State or County funding for this Agreement ceases or is reduced prior to the ordinary expiration of the term of this Agree- ment. In the event of reduction of funding for the Agreement, County and Contractor shall meet within ten (10) days of written notice to renegotiate this Agreement based upon the modified level of funding. In this case if no agreement is reached between County and Contractor within 10 days of the first meeting, either party shall have the right to terminate this Agreement within ten (10) days written notice of termination. In the event of termination of this Agreement in accordance with the terms of this Section, Contractor shall be entitled to retain all sums paid as of the effective date of such termination, subject to any payment offset to which County may be entitled, for damages or otherwise, under the terms of this Agreement. In the event of termination of this Agreement pursuant to this Section, in no event shall Contractor be entitled to any loss of profits on the portion of this Agreement so terminated, or to other compensation, benefits, reimbursements or ancillary services other than as herein expressly provided. 4.1.5 Disallowance. In the event Contractor receives payment from County for a service, reimbursement for which is later disallowed by County or the State of California, or the United States of America, Contractor shall promptly refund the disallowed amount to County on request, or County may offset the amount disallowed from any payment due to or to become due to Contractor under this Agreement or any other Agreement. Similarly, a disallowance under a prior Agreement may be offset against this Agreement. 4.1.6 Maximum Price. During the performance period of this Agreement, the maximum price for the items and/or services shall not exceed the lowest price at which Contractor then offers the items and/or services to its most favored customer. 4.1.7 In no event shall County pay Contractor in excess of the amount identified on the Signature Page, unless modified pursuant to Section 4.1.8 below. 4.1.8 Agreement Amendment. An Agreement amendment signed by the Contracting Officer is required to modify the total Agreement amount or Agreement term. 4.2 Fiscal for Fixed Price Elements. Pursuant to Exhibits A and C 4.2.1 Accounting Svstem and Fiscal Monitoring. Contractor shall provide and maintain an accounting and financial support system to monitor and control costs to assure Agreement completion. 4.2.2 Invoices and Pavrnent. 4.2.2.1 Invoices. Payment for the services performed under this Agreement shall be in accordance with Exhibit C, unless other payment methodologies are negotiated and agreed to by both Contractor and County. Contractor shall submit approved invoices monthly to the COTR for work performed in the monthly period, accordingly. Contractor's monthly invoices shall include a statement certifying whether it is in compliance with Paragraph 8.15 of this Agreement. 4.2.2.2 Pavments. County agrees to pay Contractor in arrears only after receipt and approval by COTR of properly submitted, detailed and itemized original invoice referencing the Agreement number pursuant to Exhibit C, documenting the total invoiced amount by Contractor. 4.2.2.3 Each invoice so approved and paid shall constitute full and complete compensation to Contractor for the work product submitted and for all work completed during the billing period pursuant to Exhibit A and Exhibit C. Payment shall be NET 30 days from receipt and approval of invoice unless otherwise stated. 4.2.3 Full Cornensation. Pending any adjustments by the COTR, each invoice approved and paid shall constitute full and complete compensation to the Contractor for all work completed during the billing period pursuant to Exhibit A and Exhibit C. Contractor shall be entitled only to compensation, benefits, reimbursements or ancillary services specified in this Agreement. 4.3 Fiscal for Cost Reimbursement Elements. Pursuant to Exhibits A and C 4.3.1 General Principles. Contractor shall comply with generally accepted accounting principles and good business practices, including all applicable cost principles published by the Federal Office of Management and Budget (OMB), including A-122, which can be viewed at h~://www.whitehouse.gov/omb/circulars. Please refer to PWS to reference website links for the California Department of Aging and Federal Administration on Aging. Contractor shall, at its own expense, furnish all cost items associated with this Agreement except as herein otherwise specified in the budget or elsewhere to be fiunished by County. 4.3.2 Agreement Budnet. The Agreement Budget is in Exhibit C. In no event shall the Agreement budget total be increased or decreased prior to County approved Agreement amendment. Some budget line item adjustments Nutr Revise (Carlsbad) Pro Forma (FY 06-1 l).doc Agreement - Page 3 of 15 Rev 8/17/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM require County review and approval. Adjustments requiring County review and approval are listed in Exhibit C "Pricing Schedule." 4.3.3 Administrative Adiustment. The COTR may make administrative Agreement adjustments to change or modify the budget as long as the total Agreement amount or Agreement term is not modified. 4.4 Invoices and Pavrnent 4.4.1 Invoices For Reimbursement. Contractor shall submit properly executed monthly Invoices for Reimbursement to the COTR for reimbursement of allowable costs associated with the work performed in the prior month. Payments will be paid as described in paragraph 4.4.2 below. Invoices shall be completed and submitted in accordance with written COTR instructions. Contractor's monthly invoices shall include a statement certifying whether it is in compliance with Paragraph 8.15 of this Agreement 4.4.2 Payments. County agrees to reimburse Contractor after receipt of properly completed invoice. County will reimburse for actual allowable costs incurred in consideration for services performed. Contractor will maintain supporting documentation of expenses as specified in Articles 11 and 13. Payments shall be in arrears after receipt of properly completed invoice approved by the COTR. COTR approved payments will be made within 30 days after receipt of properly completed invoice unless otherwise stated in this Agreement. 4.4.3 Full Compensation. Pending any adjustments by the COTR, each invoice approved and paid shall constitute full and complete compensation to Contractor for the invoice pursuant to Exhibit C and Exhibit A. This Agreement constitutes the entire Agreement between Contractor and County. Contractor shall be entitled only to reimbursement for allowable costs associated with services pursuant to Exhibit A. 4.4.4 Final Fiscal Year End Settlements. Contractor shall submit the final invoice for reimbursement for services performed during the County fiscal year by the final fiscal year settlement date, which will be established by each program This settlement date shall be no more than 45 calendar days from the end of the County fiscal year. County may, in its sole discretion, choose to not process invoices for reimbursement for services performed during that fiscal year after this date. The County fiscal year shall be defined as July 1, through June 30, unless otherwise defined in this Agreement. 4.4.5 Final Ameement Settlement Date. Contractor shall submit the final invoice for reimbursement for services performed during the final fiscal year of the contract by the final contract settlement date, which shall be no more than 60 calendar days from the final date of the contract services. County may, in its sole discretion, choose to not process invoices for reimbursement for services performed during the final fiscal year of the contract after the final Agreement settlement date. 4.4.6 Interpretation of Claim Provisions. As used in this Section 4.4, the term "claim" refers to a claim filed pursuant to San Diego County Code of Administrative Ordinances Article V-A, "Processing and Certification of Routine Claims." The term "claim" as used in this Article 4.3 does not refer to a claim filed pursuant to San Diego County Code of Administrative Ordinances, Article X, "Claims Against the County." 4.4.7 Severabilitv Limits. Severability pertains only to those Agreements that originate in one fiscal year and end in another fiscal year. This Agreement is severable for and limited to the amounts in the attached budget. In no event shall Contractor exceed the Severability Limits. 4.4.8 Partial Payment. If Contractor fails to perform specified services, provide specified products or perform services or provide products timely and in accordance with specified requirements, Contractor shall be paid only the reasonable cost for the services performed or products provided for the payment period as determined by the COTR. ARTICLE 5 AGREEMENT ADMINISTRATION 5.1 County's Agreement Administrator. The Director of Purchasing and Contracting is designated as the Contracting officer ("Contracting Officer") and is the only County official authorized to make any Changes to this Agreement. The County has designated the individual identified on the signature page as the Contracting Officer's Technical Representative ("COTR") 5.1.1 County's COTR will chair Contractor progress meetings and will coordinate County's Agreement administrative functions. The COTR is designated to receive and approve Contractor invoices for payment, audit and inspect records, inspect Contractor services, and provide other technical guidance as required. The COTR is not authorized to change any terms and conditions of this Agreement. Only the Contracting Officer, by issuing a properly executed amendment to this Agreement, may make changes to the scope of work or total price. 5.1.2 Notwithstanding any provision of this Agreement to the contrary, County's COTR may make Administrative Adjustments ("AA") to the Agreement, such as line item budget changes or adjustments to the service NU& Revise (Carisbad) Ro Fonna (FY 06-1 l).doc Agreement - Page 4 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM requirements, which do not change the purpose or intent of the Performance Work Statement, the Terms and Conditions, the Agreement period or the total Agreement price. Each AA shall be in writing and signed by COTR and Contractor. All inquiries about such AA will be referred directly to the COTR. 5.2 Agreement Progress Meetin~ The COTR and other County personnel, as appropriate, will meet periodically with the Contractor to review the Agreement performance. At these meetings the COTR will apprise the Contractor of how the County views the Contractor's performance and the Contractor will apprise the County of problems, if any, being experienced. The Contractor shall also notify the Contracting Officer (in writing) of any work being performed, if any, that the Contractor considers being over and above the requirements of the Agreement. Appropriate action shall be taken to resolve outstanding issues. The minutes of these meetings will be reduced to writing and signed by the COTR and the Contractor. Should the Contractor not concur with the minutes, the Contractor shall set out in writing any area of disagreement. Appropriate action will be taken to resolve any areas of disagreement. ARTICLE 6 CHANGES 6.1 Contracting Officer. The Contracting Officer may at any time, by a written order, make changes ("Changes"), within the general scope of thls Agreement, in the definition of services to be performed, and the time (i.e.) hours of the day, days of the week, etc.) and place of performance thereof. If any such Change causes an increase or decrease in the cost of, or the time required for, the performance of any part of the work under this Agreement, whether changed or not changed by an such order, an equitable adjustment shall be made in the Agreement price or delivery schedule, or both, and the Agreement shall be modified in writing accordingly 6.2 Claims. Contractor must assert any claim for adjustment under this clause within 30 days fiom the date of receipt by the Contractor of the notification of Change; provided, however, that the Contracting Officer, if he decides that the facts justify such action, may receive and act upon any such claim asserted at any time prior to final payment under this Agreement. Where the cost of property made obsolete or excess as a result of a change is included in the Contractor's claim for adjustment, the Contracting Officer shall have the right to prescribe the manner of disposition of such property. Failure to agree to any adjustment shall be a dispute concerning a question of fact within the meaning of the clause of this Agreement entitled "Disputes" (Article 15). However, nothing in this clause shall excuse the Contractor fiom proceeding with this Agreement as changed. ARTICLE 7 TERMINATION Termination For Default. Upon a Party's breach of this Agreement, the non-breaching Party shall have the right to terminate this Agreement, in whole or part. In the event of Contractor's breach and prior to termination for default, County will send Contractor written notice specifying the cause. The notice will give Contractor 10 days from the date the notice is issued to cure the default or make progress satisfactory to County in curing the default, unless a different time is given in the notice. If County determines that the default contributes to the curtailment of an essential service or poses an immediate threat to life, health or property, County may terminate this Agreement immediately upon issuing oral or written notice to the Contractor without any prior notice or opportunity to cure. In the event of termination under this Article, all finished or unfinished documents, and other materials, prepared by Contractor under this Agreement shall become the sole and exclusive property of County. In the event of such termination, the County may purchase or obtain the supplies or services elsewhere, and Contractor shall be liable for the difference between the prices set forth in the terminated order and the actual cost thereof to the County. The prevailing market price shall be considered the fair repurchase price. Notwithstanding the above, Contractor shall not be relieved of liability to County for damages sustained by County by virtue of any breach of this Agreement by Contractor, and County may withhold any reimbursement to Contractor for the purpose of off-setting until such time as the exact amount of damages due County from Contractor is determined. 7.1.1 If, after notice of termination of this Agreement under the provisions of this clause, it is determined for any reason that the Contractor was not in default under the provisions of this clause, the rights and obligations of the parties shall, if this Agreement contains a clause providing for termination for convenience of the County, be the same as if the notice of termination had been issued pursuant to such clause. 7.2 Damages For Delav. If Contractor refuses or fails to prosecute the work, or any separable part thereof, with such diligence as shall ensure its completion within the time specified in this Agreement, or any extension thereof, or fails to complete said work within such time, County will be entitled to the resulting damages caused by the delay. Damages will be the cost to County incurred as a result of continuing the current level and type of service over that cost that would be incurred had the Agreement segments been completed by the time frame stipulated and any other damages suffered by County. 7.3 County Exemption From Liability. In the event there is a reduction of funds made available by County to Contractor under this or subsequent Agreements, the County of San Diego and its Departments, officers and employees shall incur no Nutr Revise (Carlsbad) Pro Forma (FY 06-1 l).doc Agreement - Page 5 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM liability to Contractor and shall be held harmless from any and all claims, demands, losses, damages, injuries, or liabilities arising directly or from such action. Termination For Convenience. The County may, by written notice stating the extent and effective date, terminate this Agreement for convenience in whole or in part, at any time. The County shall pay the Contractor as full compensation for performance until such termination: 7.4.1 The unit or pro rata price for any delivered and accepted portion of the work. 7.4.2 A reasonable amount, as costs of termination, not otherwise recoverable from other sources by the Contractor as approved by the County, with respect to the undelivered or unaccepted portion of the order, provided compensation hereunder shall in no event exceed the total price. 7.4.3 In no event shall the County be liable for any loss of profits on the resulting order or portion thereof so terminated. Suspension Of Work. The Contracting Officer may order the Contractor, in writing, to suspend, delay, or intenupt all or any part of the work of this contract for the period of time that the Contracting Officer determines appropriate for the convenience of the Government. Remedies Not Exclusive. The rights and remedies of County provided in this article shall not be exclusive and are in addition to any other rights and remedies provided by law or under resulting order. Full Cost Recovery Of Investigation And Audit Costs. Contractor shall reimburse County of San Diego for all direct and indirect expenditures incurred in conducting an auditlinvestigation when Contractor is found in violation (material breach) of the terms of the Agreement. Reimbursement for such costs shall be withheld from any amounts due to Contractor pursuant to the payment terms of the Agreement, or from any other amounts due to Contractor from County. ARTICLE 8 COMPLIANCE WITH LAWS AND REGULATIONS Conformance With Rules And Regulations. Contractor shall be in conformity with all applicable Federal, State, County, and local laws, rules, and regulations, current and hereinafter enacted, including facility and professional licensing andlor certification laws and keep in effect any and all licenses, permits, notices and certificates as are required. Contractor shall further comply with all laws applicable to wages and hours of employment, occupational safety, and to fire safety, health and sanitation. Contractor Permits and License. Contractor certifies that it possesses and shall continue to maintain or shall cause to be obtained and maintained, at no cost to the County, all approvals, permissions, permits, licenses, and other forms of documentation required for it and its employees to comply with all existing foreign or domestic statutes, ordinances, and regulations, or other laws, that may be applicable to performance of services hereunder. The County reserves the right to reasonably request and review all such applications, permits, and licenses prior to the commencement of any services hereunder. Eaual Opportunity. Contractor shall comply with the provisions of Title VII of the Civil Rights Act of 1964 in that it will not discriminate against any individual with respect to his or her compensation, terms, conditions, or privileges of employment nor shall Contractor discriminate in any way that would deprive or intend to deprive any individual of employment opportunities or otherwise adversely affect his or her status as an employee because of such individual's race, color, religion, sex, national origin, age, handicap, medical condition, sexual orientation or marital status. Affitive Action. Each Contractor of services and supplies employing fifteen (15) or more 111-time permanent employees, shall comply with the Affirmative Action Program for Vendors as set forth in Article IIIk (commencing at Section 84) of the San Diego County Administrative Code, which program is incorporated herein by reference. A copy of this Affmtive Action Program will be timished upon request by COTR or from the County of San Diego Internet web- site (www.co.san-dieg0.ca.u~). Non Discrimination. Contractor shall ensure that services and facilities are provided without regard to ethnic group identification, race, color, nation origin, creed, religion, age, sex, or physical, mental disability, political affiliation and marital status in accordance with Title IX of the Education Amendments of 1972; Title VII of the Civil Rights Act of 1964 (42 U.S.C. 2000-d), the Age Discrimination of 1975 (42 U.S.C. 6101), Article 9.5, Chapter 1, Part 1, Division 2, Title 2 (Section 11 135, et seq) of the California Government Code, Title 9, Chapter 4, Subchapter 6 (Section 10800, et seq.) of the CCR and California Dept of Social Services Manual of Policies and Procedures (CDSS MPP) Division 21. AIDS Discrimination. Contractor shall not deny any person the full and equal enjoyment of, or impose less disadvantageous terms, or restrict the availability of, the use of any County facility or participation in any County funded or supported service or program on the grounds that such person has Acquired Immune deficiency Syndrome, AIDS-related complex (ARC), or AIDS-related status (ARS), as those terms are defined in Chapter 1, Section 32.1203, San Diego County Code of Regulatory Ordinances. Nutr Revise (Carlsbad) Pro Fm (FY 06-1 l).doc Agreement - Page 6 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 8.7 American With Disabilities Act (ADA) 1990. Contractor shall not discriminate against qualified people with disabilities in employment, public services, transportation, public accommodations and telecommunications services in compliance with the Americans with Disabilities Act (ADA) and California Administrative Code Title 24. 8.8 Political Activities Prohibited. None of the funds, provided directly or indirectly, under this Agreement shall be used for any political activities or to further the election or defeat of any candidate for public office. Contractor shall not utilize or allow its name to be utilized in any endorsement of any candidate for elected office. Neither the Agreement nor any funds provided thereunder shall be utilized in support of any partisan political activities, or activities for or against the election of a candidate for an elected office. 8.9 Lobbying. Contractor agrees to comply with the lobbying ordinances of the County and to assure that its officers and employees comply before any appearance before the County Board of Supervisors. None of the funds provided under this Agreement shall be used for publicity or propaganda purposes designed to support or defeat any legislation pending before State and Federal Legislatures or the Board of Supervisors of the County. 8.10 Religious Activity Prohibited. There shall be no religious worship, instructions or proselytization as part of or in connec- tion with the performance of this Agreement. 8.1 1 Drug and Alcohol-Free Workplace. The County of San Diego, in recognition of individual fights to work in a safe, healthful and productive work place, has adopted a requirement for a drug and alcohol free work place, County of San Diego Drug and Alcohol Use Policy C-25. This policy provides that all County-employed Contractors and Contractor employees shall assist in meeting this requirement. 8.1 1.1 As a material condition of this Agreement, the Contractor agrees that the Contractor and the Contractor employees, while performing service for the County, on County property, or while using County equipment: 8.11.1.1 Shall not be in any way impaired because of being under the duence of alcohol or a drug. 8.11.1.2 Shall not possess an open container of alcohol or consume alcohol or possess or be under the influence of an illegal drug. 8.1 1.1.3 Shall not sell, offer, or provide alcohol or a drug to another person; provided, however, that the foregoing restriction shall not be applicable to a Contractor or Contractor employee who as part of the perfonnance of normal job duties and responsibilities prescribes or administers medically prescribed drugs. 8.1 1.2 Contractor shall inform all employees who are performing service for the County on County property or using County equipment of the County objective of a safe, healthful and productive work place and the prohibition of drug or alcohol use or impairment from same while performing such service for the County. 8.1 1.3 The County may terminate for default or breach this Agreement, and any other Agreement the Contractor has with the County, if the Contractor, or Contractor employees are determined by the Contracting Officer not to be in compliance with the conditions listed herein. 8.12 Board of Su~ervisors' Policies. Contractor represents that it is familiar, and shall use its best efforts to comply, with the following policies of the Board of Supervisors: 8.12.1 Board Policy B-67, which encourages the County's Contractors to offer products made with recycled materials, reusable products, and products designed to be recycled to the County in response to the County's requirements; and 8.12.2 Board Policies B-53 and B-39% which encourage the participation of small and disabled veterans' business enterprises in County procurements; and 8.12.3 Zero Tolerance For Fraudulent Conduct In Countv Services. Contractor shall comply with County of San Diego Board of Supervisors Policy A-120 "Zero Tolerance for Fraudulent Conduct in County Services." There shall be "Zero Tolerance" for hud committed by Contractors in the administration of County programs and the provision of County services. Upon proven instances of fraud committed by independent Contractors in connection with their performance under the Agreement, said Agreement shall be terminated; and. 8.12.4 Farnilv-Centered Practice. Board Of Supervisors Policv E-13. Contractor shall comply with County of San Diego Board of Supervisors Policy E-13, "Family-Centered Practice." Family-centered practice addresses the needs of the whole family and is intended to promote and support community and family involvement to ensure safe and healthy environments for children; and 8.12.5 Interlocking Directorate. In recognition of County Policy A-79, not-for-profit Contractors shall not subcontract with related for-profit subcontractors for which an interlocking relationship exist unless specifically authorized in writing by the Board of Supervisors; and Nutr Revise (Carlsbad) Pro Forma (FY 06-1 l).doc Agreement - Page 7 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 8.12.6 Zero Tolerance In Coaching Medi-Cal Or Welfare Clients (Including Undocumented ImrnirrrantsL The County of San Diego in recognition of its unique geographical location and the utilization of Welfare and Medi-Cal system by foreign nationals who are not legal residents of this county or country, has adopted a Zero Tolerance policy and shall aggressively prosecute employees and Contractors who coach Medi-Cal or Welfare clients (including un- documented immigrants), to obtain services for which they are not otherwise entitled. As a material condition of this Agreement, Contractor agrees that the Contractor and Contractor's employees, while performing service for the County, on County property or while using County equipment shall not: (a) in any way coach, instruct, advise, or guide any Medi-Cal or Welfare clients or prospective clients who are undocumented immigrants on ways to obtain or qualify for Medi-Cal assistance, for which they are not otherwise entitled. (b) support or provide funds to any organization engaged directly or indirectly in advising undocumented immigrants on ways to obtain or qualify for Medi-Cal assistance, for which they are not otherwise entitled. Contractor shall inform all employees that are performing service for the County on County property or using County equipment of County's Zero Tolerance Policy as referenced herein. County may terminate for default or breach this Agreement and any other Agreement Contractor has with County, if Contractor or Contractor employees are determined not to be in compliance with the conditions stated herein. 8.13 Cartwrieht Act. Following receipt of final payment under the Agreement, Contractor assigns to the County 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 1) (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the Contractor for sale to the County under this Agreement. 8.14 Hazardous Materials. Contractor shall comply with all Environmental Laws and all other laws, rules, regulations, and requirements regarding Hazardous Materials, health and safety, notices, and training. Contractor agrees that it will not store any Hazardous Materials at any County Facility for periods in excess of ninety (90) days or in violation of the applicable site storage limitations imposed by Environmental Law. Contractor agrees to take, at its expense, all actions necessary to protect third parties, including, without limitation, employees and agents of the County, from any exposure to Hazardous Materials generated or utilized in its performance under this Agreement. Contractor agrees to report to the appropriate governmental agencies all discharges, releases, and spills of Hazardous Materials that are required to be reported by any Environmental Law and to immediately notify the County of it. Contractor shall not be liable to the County for the County's failure to comply with, or violation of, any Environmental Law. As used in this section, the term "Environmental Laws" means any and all federal, state or local laws or ordinances, rules, decrees, orders, regulations or court decisions (including the so-called "common law"), including, but not limited to, the Resource Conservation and Recovery Act, relating to hazardous substances, hazardous materials, hazardous waste, toxic substances, environmental conditions or other similar substances or conditions. As used in this section the term "Hazardous Materials" means any chemical, compound, material, substance or other matter that: (a) is a flammable, explosive, asbestos, radioactive nuclear medicine, vaccine, bacteria, virus, hazardous waste, toxic, overtly injurious or potentially injurious material, whether injurious or potentially injurious by itself or in combination with other materials; (b) is controlled, referred to, designated in or governed by any Environmental Laws; (c) gives rise to any reporting, notice or publication requirements under any Environmental Laws, or (d) is any other material or substance giving rise to any liability, responsibility or duty upon the County or Lessee with respect to any third person under any Environmental Laws. 8.15 Debarment And Suspension. As a sub-grantee of federal funds under this Agreement, Contractor certifies that it, its principals, its employees and its subcontractors: 8.15.1 Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal Department or agency. 8.15.2 Have not within a 3-year period preceding this Agreement been convicted of or had a civil judgement rendered against them for the commission of hud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction; violation of Federal or State anti-trust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 8.15.3 Are not presently indicted or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in the paragraph above; and 8.15.4 Have not within a 3-year period preceding this Agreement had one or more public transaction (Federal, State, or local) terminated for cause or default. Nu6 Revise (Carlsbad) Pro Fonna (FY 06-1 l).doc Agreement - Page 8 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM ARTICLE 9 CONFLICTS OF INTEREST: CONTRACTOR'S CONDUCT 9.1 Conflicts of Interest. Contractor presently has no interest, including but not limited to other projects or independent Agreements, and shall not acquire any such interest, direct or indirect, which would conflict in any manner or degree with the performance of services required to be performed under this Agreement. The Contractor shall not employ any person having any such interest in the performance of this Agreement. Contractor shall not hire County's employees to perform any portion of the work or services provided for herein including secretarial, clerical and similar incidental services except upon the written approval of County which shall not be unreasonably withheld. Without such written approval, performance of services under this Agreement by associates or employees of County shall not relieve Contractor from any responsibility under this Agreement. 9.2 Conduct of Contractor: Privileged Information. 9.2.1 Contractor shall inform the County of all the Contractor's interests, if any, which are or which the Contractor believes to be incompatible with any interests of the County related to the performance of this Agreement. 9.2.2 The Contractor shall not, under circumstances that might reasonably be interpreted as an attempt to influence the recipient in the conduct of his duties, accept any gratuity or special favor from individuals or organizations with whom the Contractor is doing business or proposing to do business, in accomplishing the work under this Agreement. 9.2.3 Contractor shall not use for personal gain or make other improper use of privileged information, which is acquired in connection with his employment. In this connection, the term "privileged information" includes, but is not limited to, unpublished information relating to technological and scientific development; medical, personnel, or security records of the individuals; anticipated materials requirements or pricing actions; and knowledge of selections of Contractors or subcontractors in advance of official announcement. 9.2.4 The Contractor, or employees thereof, shall not offer directly or indirectly gifts, gratuity, favors, entertainment, or other items of monetary value to an employee or official of the County. 9.2.5 Referrals. Contractor further covenants that no referrals of clients through Contractor's intake or referral process shall be made to the private practice of any person(s) employed by the Contractor. 9.3 Prohibited Agreements. As required by Section 67 of the San Diego County Administrative Code, Contractor certifies that it is not in violation of the provisions of Section 67, and that Contractor is not, and will not subcontract with, any of the following: 9.3.1. Persons employed by County or of public agencies for which the Board of Supervisors is the governing body. 9.3.2 Profit-making firms or businesses in which employees described in sub-section 9.3.1, above, serve as officers, principals, partners, or major shareholders; 9.3.3 Persons who, within the immediately preceding twelve (12) months came within the provisions of the above sub- sections and who (1) were employed in positions of substantial responsibility in the area of service to be performed by the Agreement, or (2) participated in any way in developing the Agreement or its service specifications; and 9.3.4 Profit-making firms or businesses in which the former employees described in sub-section 9.3.3 above, serve as ofiicers, principals, partners, or major shareholders. 9.4 Limitation Of Future Ameements Or Grants. It is agreed by the parties to the Agreement that Contractor shall be restricted in its future Contracting with the County to the manner described below. Except as specifically provided in this clause, Contractor shall be fiee to compete for business on an equal basis with other companies. 9.4.1 If Contractor, under the terms of the Agreement, or through the performance of tasks pursuant to this Agreement, is required to develop specifications or statements of work and such specifications or statements of work are to be incorporated into a solicitation, Contractor shall be ineligible to perform the work described within that solicitation as a prime or subcontractor under an ensuing County Agreement. It is further agreed, however, that County will not, as additional work, unilaterally require Contractor to prepare such specifications or statements of work under this Agreement. 9.4.2 Contractor may not apply for nor accept additional payments for the same services contained in the Performance Work Statement. ARTICLE 10 INDEMNITY AND INSURANCE Nutr Revise (Carlsbad) Pro Forma (FY 06-1 ]).doc Agreement - Page 9 of 15 Rev 8/17/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 10.1 Indemnitv. County shall not be liable for, and Contractor shall defend and indemnify County and the employees and agents of County (collectively "County Parties"), against any and all claims, demands, liability, judgments, awards, fines, mechanics' liens or other liens, labor disputes, losses, damages, expenses, charges or costs of any kind or character, including attorneys' fees and court costs (hereinafter collectively referred to as "Claims"), related to this Agreement and arising either directly or indirectly from any act, error, omission or negligence of Contractor or its Contractors, licensees, agents, servants or employees, including, without limitation, Claims caused by the concurrent negligent act, error or omission, whether active or passive, of County Parties. Contractor shall have no obligation, however, to defend or indemnify County Parties from a Claim if it is determined by a court of competent jurisdiction that such Claim was caused by the sole negligence or willful misconduct of County Parties. 10.2 Insurance. Prior to execution of this Agreement, Contractor must obtain at its own cost and expense, and keep in force and effect during the term of this Agreement, including all extensions, the insurance specified in Exhibit "B," "Insurance Requirements," attached hereto. ARTICLE 11 AUDIT AND INSPECTION OF RECORDS The County shall have the audit and inspection rights described in this section. 11.1 Audit And Inspection. Contractor agrees to maintain andlor make available within San Diego County accurate books accounting records relative to all its activities under this Agreement. Upon reasonable notice to Contractor, authorized Federal, State or County representatives shall have the right to monitor, assess, or evaluate Contractor's performance pursuant to this Agreement, said monitoring, assessments, or evaluations to include but not limited to audits, inspection of premises, reports, and interviews of project staff and participants. At any reasonable time during normal business hours, but not more than two times during the contract year,, Contractor shall make available to County, State or Federal officials for examination all of its records with respect to all matters cover- ed by this Agreement and will permit, at its own expense, County, State or Federal officials to audit, examine and make excerpts or transcripts from such records, and to make audits of all invoices, materials, payrolls, records of personnel, information regarding clients receiving services, and other data relating to all matters covered by this Agreement. . If an audit is conducted, it will be done in accordance with generally accepted government auditing standards as described in "Government Auditing Standards," published for the United States General Accounting Office. If any services performed hereunder are not in conformity with the specifications and requirements of this Agreement, County shall have the right to require the Contractor to perform the services in conformity with said specifications and requirements at no additional increase in total Agreement amount. When the services to be performed are of such nature that the difference cannot be corrected, County shall have the right to (1) require Contractor immediately to take all necessary steps to ensure future performance of the services in conformity with requirements of the Agreement, and (2) reduce the Agreement price to reflect the reduced value of the services performed. In the event Contractor fails to perform the services promptly or to take necessary steps to ensure future performance of the service in conformity with the specif- ications and requirements of the Agreement, County shall have the right to either (1) by Agreement or to otherwise have the services performed in conformity with the Agreement specifications and charge to Contractor any cost occasioned to County that is directly related to the performance of such services, or (2) terminate this Agreement for default as provided in the Termination clause. 1.2 Cost or Pricing Data. If the Contractor submitted cost or pricing data in connection with the pricing of this Agreement or any change or modification thereto, unless such pricing was based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities of the general public, or prices set by law or regulation, the Contracting Officer or his representatives who are employees of the County or its agent shall have the right to examine all books, records, documents and other data of the Contractor related to the negotiation pricing or performance of such Agreement, change or modification, for the purpose of evaluating the accuracy, completeness and currency of the cost or pricing data submitted. 1 1.3 Availabilitv. The materials described above shall be made available at the office of the Contractor, at all reasonable times, pursuant to Section 1 1.1 for inspection, audit or reproduction, until the expiration of three (3) years from the date of final payment under this Agreement, or by section 1 1.3.1 and 1 1.3.2, below: 1 1.3.1 If this Agreement is completely or partially terminated, the records relating to the work terminated shall be made available for a period of three (3) years from the date of any resulting final settlement. 11.3.2 Record which relate to appeals under the "Disputes" clause of this Agreement, or litigation or the settlement of claims arising out of the performance of this Agreement, shall be made available until such appeals, litigation, or claims have been disposed of, or three years after Agreement completion, whichever is longer. Nub Revise (Carlsbad) Pro Forma (FY 06-1 l).doc Agreement - Page 10 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 11.4 Subcontract. The Contractor shall insert a clause containing all the provisions of this Article 11 in all subcontract hereunder except altered as necessary for proper identification of the Contracting parties and the Contracting officer under the County's prime Agreement. ARTICLE 12 INSPECTION OF SERVICE 12.1 Subiect to Inspection. All performance (including services, materials, supplies and equipment furnished or utilized in the performance of this Agreement, and workmanship in the performance of services) shall be subject to reasonable inspection and test by the County at all reasonable times during the term of this Agreement. Contractor shall cooperate with any inspector assigned by the County to permit the inspector to determine whether Contractor's performance conforms to the requirements of this Agreement. County shall perform such inspection in a manner as not to unduly interfere with Contractor's performance. 12.2 Specification and Requirements. If any services performed by Contractor do not conform to the specifications and requirements of this Agreement, County may require Contractor to re-perform the services until they conform to said specifications and requirements, at no additional cost, and County may withhold payment for such services until Contractor correctly performs them. When the services to be performed are of such a nature that Contractor's cannot correct its performance, the County shall have the right to (1) require the Contractor to immediately take all necessary steps to ensure future performance of services conforms to the requirements of this Agreement, and (2) reduce the Agreement price to reflect the reduced value of the services received by County. In the event Contractor fails to promptly re-perform the services or to take necessary steps to ensure that future performance of the service conforms to the specifications and requirements of this Agreement, the County shall have the right to either (1) without terminating this Agreement, have the services performed, by Agreement or otherwise, in conformance with the specifications of this Agreement, and charge Contractor, andlor withhold fiom payments due to Contractor, any costs incurred by County that are directly related to the performance of such services, or (2) terminate this Agreement for default. ARTICLE 13 USE OF DOCUMENTS AND REPORTS 13.1 Findings Confidential. Any reports, information, data, etc., given to or prepared or assembled by Contractor under this Agreement which the County requests to be kept as confidential shall not be made available to any individual or organization by the Contractor without the prior written approval of the County. 13.2 Ownership. Publication, Reproduction And Use Of Material. All reports, studies, information, data, statistics, forms, designs, plans, procedures, systems, and any other material or properties produced under this Agreement shall be the sole and exclusive property of County. No such materials or properties produced in whole or in part under this Agreement shall be subject to private use, copyright or patent right by Contractor in the United States or in any other country without the express written consent of County. County shall have unrestricted authority to publish, disclose, distribute and otherwise use, copyright or patent, in whole or in part, any such reports, studies, data, statistics, forms or other materials or properties produced under this Agreement. 13.3 Confidentiality. County and Contractor agree to maintain confidentiality of any information regarding applicants, project participants or their immediate families which may be obtained through application forms, interviews, tests, reports, fiom public agencies or counselors or any other source. Without the written permission of the applicant or participant, such information shall be divulged only as necessary for purposes related to the audit and evaluation of the Agreement and then only to persons having responsibilities under the Agreement, including those furnishing services to Project under subcontract. County and Contractor agree that all information and records obtained in the course of providing services to project clients shall be subject to confidentiality and disclosure provisions of applicable Federal and State statutes and regulations adopted pursuant thereto. However, at County's request, Contractor shall permit County access to all records and information regarding the project and confidentiality shall not be a bar to County's access to all records and information. 13.4 Maintenance Of Records. Contractor shall maintain and keep available all records within the County of San Diego for a minimum of three (3) years fiom the ending date of this Agreement unless County agrees in writing to an earlier disposition. 13.5 Custodv Of Records. County, at its option, may take custody of Contractor's records related to this Agreement upon Agreement termination or at such other time as County may deem reasonably necessary. County agrees that such custody will conform to applicable confidentiality provisions of State and Federal law. Said records shall be kept by County in an Nub Revise (Csrlsbad) Pro Forma (FY 06-1 l).doc Agreement - Page 1 1 of 1 5 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM accessible location within San Diego County and shall be available to Contractor for examination and inspection. Contractor shall be entitled to a copy of all records taken by the County. 13.6 Audit Reauirement. At the option of the County, upon County request, Contractor shall engage a Licensed Certified Public Accountant to conduct an annual audit of their agency's operations. Contractors that expend $500,000 or more of federal grant funds per year shall have an audit conducted in compliance with Government Auditing Standards, which includes Single Audit Act Amendments, Public Law 104-156, and OMB Circular A-133. Contractor shall include a clause in any Agreement or agreement Contractor enters into with an audit firm to provide access by the County, State, Federal Government to the working papers of the independent auditor who prepare the audit for Contractor. Contractor shall submit two (2) copies of the annual report and the management letter to the County no later than fifteen (15) days after receipt from the independent Certified Public Accountant. 13.7 Re~orts. Contractor shall submit reports required in Exhibit A and additional reports as may be requested by the COTR and agreed to by the Contractor. Format for the content of such reports may be developed by County. The timely submission of these reports is a necessary and material term and condition of this Agreement, and Contractor agrees that failure to meet specified deadlines will be sufficient cause to withhold payment. Contractor shall submit to County within thirty (30) days of the termination of this Agreement a report detailing all work done pursuant to this Agreement by Contractor. 13.8 Evaluation Studies. Contractor shall participate as requested by the County in research and/or evaluative studies designed to show the effectiveness andlor efficiency of Contractor services or to provide information about Contractor's project. ARTICLE 14 (RESERVED) ARTICLE 15 DISPUTES Notwithstanding any provision of this Agreement to the contrary, the Contracting Oficer shall decide any dispute concerning a question of fact arising out of this Agreement that is not otherwise disposed of by the parties within a reasonable period of time. The decision of the Contracting Officer shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, capricious, arbitrary or so grossly erroneous as necessarily to imply bad faith. Contractor shall proceed diligently with its performance hereunder pending resolution by the Contracting Officer of any such dispute. Nothing herein shall be construed as granting the Contracting Officer or any other administrative official, representative or board authority to decide questions of law. ARTICLE 16 GENERAL PROVISIONS 16.1 Assienment and Subcontracting. Contractor shall not assign any interest in this Agreement, and shall not transfer any interest in the same (whether by assignment or novation), without the prior written consent of the County; County's consent shall not be unreasonably withheld.. The Contractor shall make no Agreement with any party for furnishing any of the work or services herein contained without the prior written consent of the COTR, pursuant to Paragraph 1.4. 16.2 Contingency. This Agreement shall bind the County only following its approval by the Board of Supervisors or when signed by the Purchasing and Contracting Director. 16.3 Entire Ameement. This Agreement, together with all Sections attached hereto and other agreements expressly referred to herein, constitute the entire agreement between the parties with respect to the subject matter contained herein. All prior or contemporaneous agreements, understandings, representations, warranties and statements, oral or written, including any proposals from Contractor and requests for proposals from County, are superseded. 16.4 Sections and Exhibits. All sections and exhibits referred to herein are attached hereto and incorporated by reference. 16.5 Further Assurances. Parties agree to perform such further acts and to execute and deliver such additional documents and instruments as may be reasonably required in order to cany out the provisions of this Agreement and the intentions of the parties. 16.6 Governing Law. This Agreement shall be governed, interpreted, construed and enforced in accordance with the laws of the State of California. 16.7 Headings. The Article captions, Clause and Section headings used in this Agreement are inserted for convenience of reference only and are not intended to define, limit or affect the construction or interpretation of any term or provision hereof. 16.8 Modification Waiver. Except as otherwise provided in Article 6, "Changes," above, no modification, waiver, amendment or discharge of this Agreement shall be valid unless the same is in writing and signed by both parties. Nutr Revise (Carlsbad) Pro Forrna (FY 06-1 l).doc Agreement - Page 12 of I5 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM 16.9 Neither Party Considered Drafter. Despite the possibility that one party may have prepared the initial draft of this Agreement or played the greater role in the physical preparation of subsequent drafts, neither party shall be deemed the drafter of this Agreement and that, in construing this Agreement in case of any claim that any provision hereof may be ambiguous, no such provision shall be construed in favor of one party on the ground that such provision was drafted by the other. 16.10 No Other Inducement. The making, execution and delivery of this Agreement by the parties hereto has been induced by no representations, statements, warranties or agreements other than those expressed herein. 16.1 1 Notices. Notice to either party shall be in writing and either personally delivered or sent by certified mail, postage prepaid, return receipt requested, addressed to the party to be notified at the address specified herein. Any such notice shall be deemed received on the date of personal delivery to the party (or such party's authorized representative) or three (3) business days after deposit in the U.S. Mail, as the case may be to the COTR and Contractor's Representative identified on the signature page.. 16.12 Severability. If any term, provision, covenant or condition of this Agreement is held to be invalid, void or otherwise unenforceable, to any extent, by any court of competent jurisdiction, the remainder of this Agreement shall not be affected thereby, and each term, provision, covenant or condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law. 16.13 Successors. Subject to the limitations on assignment set forth in Clause 16.1 above, all terms of this Agreement shall be binding upon, inure to the benefit of, and be enforceable by the parties hereto and their respective heirs, legal representatives, successors, and assigns. 16.14 Time. Time is of the essence of each provision of this Agreement. 16.15 Time Period Comutation. All periods of time referred to in this Agreement shall include all Saturdays, Sundays and state or national holidays, unless the period of time specifies business days, provided that if the date or last date to perform any act or give any notice or approval shall fall on a Saturday, Sunday or State or national holiday, such act or notice may be timely performed or given on the next succeeding day which is not a Saturday, Sunday or State or national holiday. 16.16 Waiver. The waiver by one party of the performance of any term, provision, covenant or condition shall not invalidate this Agreement, nor shall it be considered as a waiver by such party of any other term, provision, covenant or condition. Delay by any party in pursuing any remedy or in insisting upon full performance for any breach or failure of any term, provision, covenant or condition shall not prevent such party from later pursuing remedies or insisting upon full performance for the same or any similar breach or failure. 16.17 Third Pam Beneficiaries Excluded. This agreement is intended solely for the benefit of the County and its Contractor. Any benefit to any third party is incidental and does not confer on any third party to this Agreement any rights whatsoever regarding the performance of this Agreement. Any attempt to enforce provisions of this Agreement by third parties is specifically prohibited. 16.1 8 Publicity Announcements and Materials. All public announcements, including those issued on Contractor letterhead, and materials distributed to the community shall identify the County of San Diego as the funding source for Contracted programs identified in this Agreement. Copies of publicity materials related to Contracted programs identified in this Agreement shall be filed with the COTR. County shall be advised at least 24 hours in advance of all locally generated press releases and media events regarding Contracted services identified in this Agreement. 16.19 Critical Incidents. Contractor shall have written plans or protocols and provide employee training for handling critical incidents involving instances of violence or threat of violence directed toward staff or clients, breach of confidentiality, fiaud, unethical conduct, or instances of staff or client drug andfor alcohol use at the program. Contractor shall report all such incidents to the COTR within one work day of their occurrence. 16.20 Responsiveness To Community Concerns. Contractor shall notify County within 48 hours of receipt of any complaints, submitted to Contractor verbally or in writing, regarding the operation of Contractor's program or facility. Contractor shall take appropriate steps to acknowledge receipt of said complaint(s) from individuals or organizations. Contractor shall take appropriate steps to utilize appropriate forums to address or resolve any such complaints received. Nothing in this provision shall be interpreted to preclude Contractor from engaging in any legally authorized use of its facility, property or business as approved, permitted or licensed by the applicable authority. 16.21 Health Insurance. Contractor shall ask any client who is a parent or guardian of any minor(s), if all the minors for whom they are responsible have health insurance coverage. If the response for any child is "no" the contractor shall provide the client with County provided referral information. 1 Nutr Revise (Carlsbad) Pro Forma (FY 06-1 l).doc Agreement - Page 1 3 of 1 5 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM Nutr Revise (Carlsbad) Pro Forma (FY 06-1 ]).doc Agnement - Page 14 of 15 Rev 811 7/06 COUNTY AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM SIGNATURE PAGE AGREEMENT TERM. This Agreement shall be effective this 1" day of October 2006 ("Effective Date") and end on June 30, 2007 ("Initial Term") for a total Agreement period of nine months. OPTION TO EXTEND. The County's option to extend is for four (4) increments of one year each for a total of four (4) years beyond the expiration of the Initial Term, not to exceed June 30, 201 1, pursuant to Exhibit C Pricing Schedule. Unless County notifies Contractor in writing, not less than 30 days prior to the expiration date that they do not intend to renew the Agreement. Each extension of the Agreement shall be a written Amendment and signed by both parties.. Option To Extend For One To Six Additional Months At End Of Agreement. County shall also have the option to extend the term of thls Agreement in one or more increments for a total of no less than one (1) and no more than six (6) calendar months at the discretion of the County Purchasing and Contracting Director. Each extension shall be affected by written Amendment and signed by both parties and delivered to Contractor no less than fifteen (15) calendar days prior to expiration of any Agreement term. The rates set forth in Article 4, Exhibit C, or other pricing section of this Agreement shall apply to any option exercised pursuant to this option clause unless provision for appropriate price adjustment has been made elsewhere in this Agreement or by Agreement amendment. All payments are subject to "Availability of Funds." If funds are not available this Agreement shall be immediately terminated. COMPENSATION: Pursuant to Exhibit C, County agrees to pay Contractor a sum not to exceed One Hundred Sixteen Thousand Four Hundred Ninety dollars ($1 16,490) for the initial term of this Agreement and One Hundred Forty-Eight Thousand One Hundred Ninety-Four dollars ($148,194) for each of the four (4) one year option periods, for a maximum Agreement amount of Seven Hundred Nine Thousand Two Hundred Sixty-Six dollars ($709,266), in accordance with the method of payment stipulated in Article 4. COTR. The County has designated the following individual as the Contracting Officer's Technical Representative ("COTR") Michael Strawn, Contract Administrator HHSA, Aging & Independence Services 9335 Hazard Way San Diego, CA 92 123 Phone: (858) 505-6955, FAX: (858) 694-23 16, e-mail: rnichael.strawn@sdcounty.ca.gov CONTRACTOR'S REPRESENTATIVE. The Contractor has designated the following individual as the Contractor's Representative. Gail Lynn, Recreation Area Manager City of Carlsbad 799 Pine Avenue Carlsbad, CA 92008 Phone: (760) 602-4682; Fax: (760) 434-4206; e-mail: glynn@ci.carlsbad.ca.us IN WITNESS WHEREOF, County and Contractor have executed this Agreement effective as of the date first set forth above By: WINSTON F. McCOLL, Director, Department of purclysing and Contracting Date: q3,bd ITY OF CARLSBAD RAY PATCHETT, City Manager Date: 4-J /- 0 AND LEGALITY BY: a: 9,Me. eputy City Attorney Nutr Revise (Carlsbad) Pro Fom (FY 06-1 l).doc Agreement - Page 15 of 15 Rev 8/17/06 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 1. Scope of Work The Senior Nutrition Program provides nutritionally sound meals and social services throughout San Diego County to individuals 60 years old and older in two settings, congregate (group setting) at Senior Dining Centers, and home delivered to frail seniors. Transportation is provided or arranged to and from Senior Dining Centers. There is no charge to the senior for these services; they are available for a donation. Nutrition services assist older individuals to live independently by promoting better health and reduced isolation through a program of coordinated congregate meal, home-delivered meal, and supportive services. Providers give priority to serving persons with the greatest economic or social needs, in particular low-income minority individuals. 2. Background The Senior Nutrition Program is funded through Title I11 of the Older Americans Act, www.aoa.uov1, a federal program administered by state and county governments and operated under rules, policies and regulations of the California Department of Aging (CDA). This program began in the County of San Diego, Aging & Independence Services (AIS), in 1975 and has increased to 25 current contractors providing noon meals for seniors at 68 sites. Breakfasts are also provided at some sites. Most contractors also provide home-delivered meals. Older individuals will be able to live independently because of better health and reduced isolation as a result of the Senior Nutrition Program, a program of coordinated congregate meals, home-delivered meals, and supportive services. 4. Deliverables 4.1 Contractor shall provide a maximum of 15,838 meals annually; to seniors in a congregate setting at least five days per week (see Title 22, paragraph 7636.1 in the following link http://www.agin~.state.ca.us/aaa business/resource materials & guidesfnutrition mide.htm1). The number of meals will be based upon historical actuals, not to exceed 15,838 annually, without prior County approval. 4.1.1 Each meal shall contain at least 113 of the current daily recommended dietary allowance as established by the Food and Nutrition Board, National Academy of Sciences and shall comply with the 2005 Dietary Guidelines for Americans established by the US Department of Agriculture and the US Department of Health and Human Services www.health.gov/dietaryguidelines/dg;a2005/docurnent. 4.2 Contractor shall provide a maximum of 7,114 home-delivered meals annually, to seniors at least five days per week (see Title 22 link). 4.2.1 Each meal shall contain at least 1/3 of the current daily recommended dietary allowance as established by the Food and Nutrition Board, National Academy of Sciences and shall comply with the 2005 Dietary Guidelines for Americans established by the US Department of Agriculture and the US Department of Health and Human Services, www.health.govldie~g~idelines/dga2005/document. 4.3 Contractor shall provide approved units of Nutrition Education at a minimum of four times annually, to participants in each congregate and home-delivered meal program. 4.4 Contractor shall provide 5,527 units of transportation annually, to and from Senior Dining Centers counted as one-way trips. 4.5 Contractor shall establish a plan to serve older individuals with the greatest economic and social need. The Older Americans Act defines older individuals in the greatest economic need as any Exhibit A-Performance Work Statement (revised 8/17/06) Page 1 of 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT person 60 years or older whose need results from an income level at or below the poverty line as defined by the Federal Bureau of the Census and greatest social need as physical and mental disabilities, language barriers, and cultural, social, or geographical isolation, including isolation caused by racial or ethnic status, that restricts the ability of an individual to perform normal daily tasks; or threatens the capacity of the individual to live independently. Plan shall be submitted to County no later than 30 days after award of contract. 4.6 Geographic Service Area: HHSA North Coastal Region 4.6.1 Progradservice: Congregate; Home Delivered; Transportation 4.6.2 Zip Codes Served: 92008 - 9201 1 (Carlsbad) 4.6.3 Dining Site Locations, days of service, hours of service and type (s) of meal served (breakfast, lunch or dinner) 4.6.3.1 Dining Site Location: Carlsbad Senior Center, 799 Pine Ave, Carlsbad, CA 92008, Dining Room open from Monday - Friday 8am - 1 pm. Lunch is served Monday - Friday from Noon - 1 pm. 4.7 Contract Period: This contract will be for the period beginning July 1, 2006, and ending June 30, 2007, with four one-year options through June 30, 201 1. Each fiscal year subject to renegotiation and subject to the availability of continued funding and favorable evaluations of contracted services. If funds are not available, Contractor shall not be obligated to perform and this Agreement shall be terminated. 5 Pavment for Services 5.1 Contractor will be paid a rate pursuant to Exhibit C, based upon the units of service delivered, and availability of funds, as further described in 4.7 above. 5.2 Contractor shall submit a monthly claim for the actual previous month's deliverables (including data pursuant to paragraph 7.3 below) to the COTR by the 15' of the following month. Payment shall be NET 30 days from receipt and approval of invoice unless otherwise stated. 6 General Reauirements for Service Delivery 6.1 Services shall be based upon Title 22 California Code of Regulations, Division 1.8, California Department of Aging, Article 6, Title III-C "Elderly Nutrition Program" requirements,@~ttI,://www.aaing.state.ca.uda business/resource materials & rmides/nutrition rm ide.htrnl); the California Uniform Retail Food Facilities Law (CURFFL), www.co.el-dorado.ca.us; and the Occupational Safety and Health Administration (OSHA), www.osha.aov/. A valid Health Permit from the County of San Diego, Department of Environmental Health for all food production sites and contracted caterers is also required. 6.2 Eligible Contractor: Contractor may be public or private agencies. Private agencies must be an incorporated entity, either for-profit or non-profit. 6.3 The facilities in which the meals will be served shall be accessible via public transportation, if available, and shall comply with the requirements of the Americans with Disabilities Act (ADA), http://www.ada.aov and Title 24 of the California Code of Regulation http:Nwww.energv.ca.gov/title24/index.h. All facilities are subject to inspection and approval prior to award of contract. 6.4 Funding Components: Nutrition Program services are hded by the following four components: 6.4.1 CDA Title 111 Allocation 6.4.2 NSIP funds that are based on Contractors previous year meal count. Exhibit A-Performance Work Statement (revised 811 7/06) Page 2 of 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 6.4.3 Contractor's program income, which is participant's donations/contributions and guest fees. 6.4.4 Contractor's other revenue (fundraising). Said compensation is not designed to fully fund the program. The fixed supplement rates are determined to offset the cost of providing services based on and subject to availability of funds from the State of California, California Department of Aging (CDA). 6.5 Performance Expectations: One hundred percent compliance with service levels stated in the Statement of Work is expected. Contractors who fall below ninety-five percent of the contracted levels are required to submit a Corrective Action Plan. Service levels to be reviewed monthly, quarterly, and annually. Failure to bring service levels up to the contracted levels can result in re- negotiation of the contracted service levels or termination of the contract. The budget level will be revised to be commensurate with the lower level of service(s). 6.6 Reference to AIS: All printed materials, publicity, and media outreach prepared or conducted by the contractor will include a reference to Aging & Independence Services as a funding source. Copies of publicity materials related to contracted programs identzjled in this contract shall be filed with Aging & Independence Services Contract Operations. 6.7 Press and Media: Aging & Independence Services shall be advised at least 24 hours in advance of all locally generated press releases and media events regarding contracted services identified in this contract. 6.8 Equipment Documentation: Contractor shall document, in writing, the need for purchasing equipment. Written documentation must demonstrate a direct relationship between the goals, objectives and specific requirements for service delivery and the equipment to be purchased. In the case of automation equipment, the contractor must demonstrate that the equipment and related software to be purchased will meet County of San Diegomealth and Human Services AgencyIAging & Independence Services requirements and standards. 6.9 Match: Contractor is required to provide at least a 15% match for program costs in cash or in-kind income. 6.10 Cultural Competence and Diversity: Contractor shall support the County of San Diego, the Health and Human Services, and Aging & Independence Services through organizational and systematic practices demonstrating cultural competence and diversity. A set of congruent behaviors, attitudes and policies for programs, programs, and systems shall be adopted that enable people to work effectively in cross-cultural situations. All services provided shall be oriented to meet the unique linguistic and cultural needs of the diverse clients to be served. 6.1 1 Critical IncidentsNiolence: Contractor shall assure that employees have written plans or protocols and receive training for handling critical incidents involving the instances of violence or threat of violence directed toward staff or clients, breach of confidentiality, fraud, unethical conduct, or instances of staff or client drug and/or alcohol use at the program. Contractor shall report all such incidents to Aging & Independence Services Contract Operations within one workday of their occurrence. 7 S~ecific Reauirements for Service Deliverv 7.1 There are three major program components: food service, support services, and the advisory role of participants: 7.1.1 Food Service: Includes the provision of a hot or other appropriate meal, served five (Monday through Friday) or more days a week in a congregate setting. Meals to the homebound must be made available every day of the year although frozen weekend or Exhibit A-Performance Work Statement (revised 8/17/06) Page 3 of 5 Othe COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT holiday meals may be delivered during the week (see Title 22 link). Meals must be prepared, served and delivered in a manner, which complies with local public health laws and regulations. 7.1.2 Services: Each program must have outreach activities to ensure participation of eligible older persons, particularly those in greatest economic or social need; must develop or maintain coordination with other social services agencies; and plan for and provide nutrition education services. 7.1.3 Advisory Role of Participants: Programs shall have procedures for obtaining the views of participants about the services they receive. This will be implemented by the establishment of a Program Council or other advisory body of participants approved by Aging & Independence Services. :r program components include: StaffingIAdministration: It is expected that the program will have an adequate number of qualified persons to assure the satisfactory implementation of: program leadership; program planning; provision of nutrition services; outreach and other services; volunteer activities; financial and contract management; and data collection for required federal, state and county reports and records. Notification of program changes must be made to the County within 72 hours when said changes will affect the delivery of services to the participants. Example of such situations may be staff changes, site closures (temporary or permanent) and vehicle incidents. Confidentiality: The nutrition services provider shall ensure that no information about, or obtained from, an individual shall be disclosed in any form identifiable with the individual without the individual's written informed consent. Records must be maintained in such a manner that confidentiality will not be violated. Persons may not be denied services if they refuse to provide written informed consent. Meal Contributions by Eligible Participants: Eligible persons receiving nutrition services shall be given the opportunity to contribute to the costs of the service provided and shall determine for themselves what they are able to contribute. No person shall be denied participation because of failure to contribute. Methods to receive contributions shall ensure anonymity. The provider shall encourage participants to contribute towards the cost of the meal and shall suggest a minimum amount. The minimum suggested donation shall be developed with input from the program council. A suggested contribution schedule may be developed, considering the income ranges of older persons in the community. Contribution schedules shall not be used as a "means" test to determine eligibility. Meal Charges for Staff and Guest under 60: Meals may be served to staff and guests less than 60 years of age if doing so will not deprive an older person of a meal. These individuals shall pay at least the full cost of the meal. Contributions and charges for meals are considered program income and shall be used to increase the number of meals served. Records, Reports and Distribution Information: Each nutrition program shall maintain a system for the collection of data that will accurately reflect the program's program and financial operations, will meet requirements with respect to confidentiality, and fulfill the information required by this contract. Holidays: A maximum of twelve (12) recognized holiday closings will be allowed per year. These holidays must be submitted in advance to the COTR at the beginning of each fiscal year. Exceptions will be handled on a case-by-case basis. Data Collection & Reporting: 7.8.1 Contractor shall utilize the AIS-identified Automated Data Collection System to: Exhibit A-Performance Work Statement (revised 8/17/06) Page 4 of 5 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT A - PERFORMANCE WORK STATEMENT 7.8.1.1 Register and maintain all client demographic and assessment data for all active clients within each fiscal year, 7.8.1.2 Track and report all service unit delivery data (via bar-coding and manual data entry) within each fiscal year, and 7.8.1.3 If contractor received federal Housing & Urban Development (HUD) funding via the City of San Diego, contractor shall provide all relevant data. 7.8.2 Contractor shall maintain and report accurate, daily meal counts, nutrition education and transportation units by utilizing the County-identified Automated Data Collection System. 7.8.3 Contractor shall send monthly summary report of above information and claim to AIS Contract Operations by 15" of following month. Claim will be paid upon successful determination of reconciled data as mentioned in paragraphs 7.8.1 and 7.8.2 above. 7.9 Customer Satisfaction Survey: Contractor shall allow AIS or AIS-contracted representative to conduct a Customer Satisfaction Survey and compile the data. 7.10 Contractor will achieve an overall "very satisfied" or "somewhat satisfied" rating by at least 90% of clients at each Customer Satisfaction Survey cycle. Contractor will incrementally improve at each survey to achieve this rating. 8 Disentanglement 8.1 Contractor shall accomplish a complete transition of the services being terminated from Contractor to County, or to any provider designated by County, without interruption of or adverse impact on the services. Contractor shall cooperate with the County or Contractor's obligation to provide the services shall not cease until Disentanglement is satisfactory to County. End of Performance Work Statement Exhibit A-Performance Work Statement (revised 8/17/06) Page 5 of 5 COUNTY OF SAN DIEGO REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFSQ) 883 (THIS IS NOT AN ORDER) MAIL OR DELIVER YOUR SOQ TO: IC+C\L~,T n- \ County of San Diego, Purchasing and Contracting 63 ~TL A c~.-c) n.5 5555 Overland Avenue, Building 1 1, Suite 1 1 11, Mail Stop 032 YP Q 77 r) A San Diego, CA 92123 k - FOR INFORMATION, PLEASE CALL Statements of Qualifications (SOQ) shall be received at above EVE BABCOCK, PC0 (858) 694-5209; address prior to 500 PM LOCAL TIME, February 7,2006 FAX: (858) 694-358 1 or E-MAIL ADDRESS: Eve.Babcock@sdcounty.ca.gov SUBMIT STATEMENTS OF QUALIFICATIONS (SOQ) IN A SEALED ENVELOPES OR PACKAGE MARKED ON TKE OUTSIDE WITH "RF'SQ 883, THE DUE DATE, AND OFFEROR'S NAME ADDRESS. SENIOR NUTRITION PROGRAM The County of San Diego, Aging and Independence Services is requesting Statements of Qualifications (SOQ) from those organizations or individuals eligible and qualified to provide a Senior Nutrition Program. The Senior Nutrition Program provides nutritionally sound meals and social services throughout San Diego County to individuals 60 years old and older in two settings, congregate (group setting) at Senior Dining Centers, and home delivered to frail seniors. Transportation is provided or arranged to and from Senior Dining Centers. There is no charge to the senior for these services; they are available for a donation. Nutrition services assist older individuals to live independently by promoting better health and reduced isolation through a program of coordinated congregate meal, homedelivered meal, and supportive services. Providers give priority to serving persons with the greatest economic or social needs, in particular low-income minority individuals. SERVICES Indicate with an X each service your program(s) will provide: [d Congregate Meals k] Home-Delivered Meals 8 ] Transportation REGION Indicate with an X each region in.which your program(s) will provide sei-vices: ?. - [ ] North Central [ ] North Inland [q North Coastal [ ] Central [ ] South [ 1 East . . TYPE OR USE BLACK I2VK TO COMPLETE THE OFFEROR RVFORM4TION BELO W OFFEROR INFORMATION: I AUTHORIZATION FOR OFFER (Must be signed): FirrnNarne: City of Carlsbad I Street: 799 Pine Avenue ~ity/~tate/~ip: Car lsbad , CA 9 2 0 0 8 I IBy: -ZI;I I dL& Signature Offer Date 2-14-06 a PhoneNo:(790-602-4650 FaxNo:(f@-434- 1PrintedName:p - E-Mail Address: . . . . . 4206 Contact Person: FWne: Gail Lynn (If other than above) Title: Recreation Area Manager Phone No: ( ) 760-602-4682 E-Mail Address: glynn@ci. carlsbad. ca .us 1 -- - SUBMIT THIS COMPLETED FORM AS THE COVER PAGE OF THE SOQ PC 600 FORM (883) COUNTY OF SAN DIEGO REPRESENTATIONS AND CERTIFICATIONS me following representations and certifications are to be 4 CERTIFICATE OF CURRENT COST OR PRICING completed, signed and returned with bid or proposal. "This is to certify that, to the best of my knowledge and 1 NOT-FOR-PROFlT ORGANIZATIONS, attach proof belief, cost and/or pricing data submitted with this bid or of status and omit Paragraph 2. proposal, or specifically identified by reference if actual 2 BUSINESS REPRESENTATION 2.1 DJEFWITION OF A DISABLED VETERANS BUSINESS ENTERPRISE "Disabled Veterans Business Enterprise" means a business which is at least fifty-one (51 %) owned and operated by one or more veterans with a service related disability as certified by Equal Opportunity Management Office (EOMO), California Department of General Services, Office of Small Business and members of Joint Agencies Cowacting Opportunities (JACO), (California Military and Veterans code, Article 6, Section 999). 2.2 REPRESENTATION AS DISABLED VETERANS OWNED BUSINESS: (Mark all applicable blanks). ,This offeror represents as a part of this offer that the ownership, operation and control of the business, in accordance with the specific definition in 1.1. I am currently certified by (Government. Agency) Certification #: 3 CERTIFICATE REGARDING DEPARMENT, SUSPENSION AND RELATED MATTERS (Bidder) (Proposer) hereby certifies to the best of its knowledge that it or any of its officers: 3.1 Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fiom covered transactions by any Federal department or agency; and 3.2 Have not within a three (3) year period preceding this agreement been convicted of or had a civil, judgement rendered against them for commission of fraud or criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bn'bery, falsification or destruction of records, making false statements, or receiving stolen property; and 3.3 Are not presently indicted for or otherwise criminaUy or civilly charged by a government entity (Federal, State, or local) with the commission of any of the offenses enumerated in paragraph 3.2 of this certification; and 3.4 Have not within a three (3) year period preceding this agreement had one or more public transactions (Federal, State or local) temnhnted for cause or default. ' SUBMIT THIS FORM AS DIRECTED IN THE REQUEST FOR BlDS OR PROPOSALS Rurhaaing and Contracting RepresenWbm snd Certifications Form (P&CREP&CBRTSpRM) (June 19,2000) 2 submission of the data is impracticable, islare accurate, complete, and current as of (date) 7 - I 4 - 0 6 I# 5 CERTIFICATE OF INDEPENDENT PRICING 5.1 By submission of this bid or proposal, each offeror certifies, and in the case of a joint offers, each party thereto certifies as to its own organization, that in relation to this procurement: 5.2 The prices in this bid or proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with other bidder or offeror; with any competitor; or with any County employee(s) or wnsultant(s) involved in this or related procurements: and 5.3 Unless otherwise required by law, the prices which have been quoted in this bid or proposal have not been knowingly disclosed by the bidder or offeror and will not knowingly be disclosed by the bidder or offeror prior to opening, in the case of a bid, or prior to award, in the case of a proposal, directly or indirectly to any other bidder or offeror or to any competitor; and 5.4 No attempt has been made or will be made by the bidder or proposal to induce any other person or firm to submit or not to submit a bid or proposal for the purpose of restricting competition. 6 TAX IDENTIF'ICATION NUMBER (Corporations) Federal Tax I.D. # , CERTIFICATION: The information furnished in Paragraph 1 through 6 is certified to be factual and correct as of the date submitted. NAME Gail J. Lynn TITLE Recreation Area Manager SIGNATURE DATE 2-14-06 SUMBIT THIS REPRESENTATIONS AND CERTIFICATIONS FORM AS THE 2ND PAGE OF THE SOQ -,.* ps. -,... . . ~f h?ar=.leor sve:2, r.ee 3:-2t.& ,. .! j*;;3rv: FOC LEE, Lh? f 911 owing rnosluticn i- ridrptrfd t 1i.,32.iel e u !titLon 'd%(J, fll~i ulu. ;;,he c@..E2 r--,:, ziti?, She $GSO;.>~Y&~IO~~ !. C3>y $3 b0 $l<:r' v"f ;W:BEE.& z:.'~dd~Lif *a '8 ltn MQoP&~~ICB YL th Sbbp:er I O: rwb 1, 31 ~b3~3n Zr 2: tPm 4 at LC?) 2avaramQat So* were :1~5 2n 0aPB ::utltion rcsv.'.ti. .:, in tF.8 :eabtiaa by tbir Boauld on Mty C, S52, bf r. C~.SC~L~ 1x1 ekllini; rn e1~1atLm a13 reedreb by rars u"r.&pt@r 1 :a js r.5i.a 24, l2?5?, rL thBn tne propaa@d City aE Cks36bed gn the ;;.:c~t,lon of : 5r lr,o:w:s%tlcrr. ee2 i'or f .o alas- elon or orricers (fi4~~tega Val. A7t, ;,,% 277# L2.c~. 14C1, el1 aa act forth ill dotgil in said r~e-:lu',ian 0," I:-.y 6, 1-52; and ;TiL?:EW, rtot.lc6 .3 cell s1~0t193 raa@ EIY4fl in the fan dnd alraor m(iuLt?ld Py aa14 ;'Ph>ter 1, i.e ti!*o-;n k:* tzc ,.ffl;l:rvI t 6: eke subli~char sn f116 in eke ofPZce r:i' La.$ SXIPZ OZ t:dr Set.*3; t=o a:~at:oz, vae hold 18 o:QsI&~~Y&~ s1tkd fa natioa p,r-; it% a~-li~?c;lg law^, m.rd tke retu.%s tb6:*soE wore oer-tificd to t&e L?o~rd DJ L.?o p?dalret eIa3t53n SOPC~CJ ind :rHiXtM, %>La hard r!et or. Junq X, 1352. in Fts oacmbsr to em- raso ti.& rote8 cast at aePC elw32on, ~rooon4sU to at.a-tmr "u ret~uma from the elmtion proclnct~, soatlnud raij ~astlr, fraa by to wtil tk18 bak wdtifig th, raoslpt or clP a;rte,rt ootar belXotr wnloh &ad bema lasucd: Md ii%E.iZ.&, thie loal'd .?ti& tr.la date coapltte& Liic Jalsr&US 0s a21 a39ent votw Sa;lote Ic~r~~d scS mturr.orl Ilr r&l& elrtotian, 1D;1 2'RE.WOWTZ IT 1s ~scs:-l;c'~~~ 32TXE'I!:39, A:<i) ;:GlAZTp t,:cl: %;-a f o?eg~Iq a%ate- ;en$ 4; r.~cEs ia trus 3nJ carmet, t1:rst all ?rooaelings mqulred fcr ;;,Q zJni:.tlaz OC ti;@ rro:.-oaud ;I ty sf ;:a~.L~ala6; ~LYS baan 24 w.~ 3338 in :3e f3~1; aaraer m-.A?.sb by law, s;ld t:at %to recults at r6Ld el*gt2gn cr crx7* 24, 1222, GF8 66 ~E~%QW#J Oluv 213bwtr Citf E2erkr mord Q. fa@a ma. atrl2e G~TQ~ IQ*.td, Butbr Clinton Fedkt Gliftm :?%illar~a Ruth CrllZy 6.2.1. Ddhy (retired) mr*a I)- 3harler ;. F&noir Emen o1rm .'rceir'te 12 3 4 zae rso rsz 109 110 I21 2GE :i y ~ressurarg i. 3tcr Taus I;W ISe 7 i Ul 28 809 de:aLlo Zsrcaw 30 JQ 17 &C 21 : 139 Sawuu: Suttr 16 14 WaroU cxtlor I c 10 ;L;arSco 3. Xwlr 0 3 7 aurt ~e~xsca 2 2 4 dam &omur~ 2 @ Virsznia P a 8erbe:t Carpeater 1 Ray Lopes I wvS2.9 Wsrgw. 1 :a. s~aa 1 R. ~~ae 1 1 PmuZ ?:si;.gener L I SCOEWUEOl2. IT 23 t.j32:?SD =O i)SLCS txlot the nsJorlty of tko ?eta& sat at tiad e1ec:lsS ie Istc 1ntGr~srathon and %::at i~i2 :allert?+.. can$2brMe ~oeiv~d thh PJ&esa oetse f=t. the oeveral oft'L&bf &ad are elscmd to Lira off ice0 8 Yiabe~6, City Gowall *w;wl CaBtaroae t. O. XsC;e:Pau, Wxen.3 0. LSe hUE :i* SuttQE toorge a. wber 31%; Clerk: E$W&W& 3. 99rg8Zl Oi tr 'We&sw@r 8 X. 26ee IT IS ?mt'PS1&R tRS;.IREP 3EUW tnhrr, %be terrl tcrr nr*insfto~ btoatriberl be 5%d tt 1s I?xarparGted ao A alxtt c:&?t city of the gtnte of GrlLtcrnl& mer the nwpo of CZtz % darL~S8.I: 1. :eanniras at u *'lint , I; . ia .,?.< r*sosia-, cf ;%:! . be. ni& fg* 02 :a~ff:3 2C9tttl "ii.. ; .: *Ccr'mr'ert9ru ,:rczl>tte;+tl~n 3f thQ =opt ~tut?%o:C:$:ly iL39 3. tr territu~ ,-,2oxa& to *.b Sit;. sf :cerulcl?.rs :g 2?.Tata-.~t~o .:5. :56 %a3 ~.ttc.n.rr :m St. i..nl5 .ienrz~ P;-Z~XP- tien; 2. rE..anoe czt;=ia'dr.,: *'.on,, t:.~ , k:t.+rr* an: E?UL t.e&stt,-. ,~wdis"iet the &it$ z? 2recia~lle ah :cay extet9d en For;r.lar7 iS, 1942; am6 their .nortizarr&terl pralo~atle~ to at larrrraecaion with atuthcrrlj' lirte of $ovXtX%x 33~3 :c'.* g. 1u 13 tne 3~rtlttla6t qu4irbtI' of DE~~&S;:B~; qu~*tcr a:' Sebti~n 32, T'c-~BN~ 11 S3'ltxir 3a e 4 qeet; +k-atwe mtsterly rlGzL *rid a8l;kherU Ilns ftr .:.3. lh to the &sutksrll Urn or VLats fe+y; tslence coct.ir=stw amtrrly alone; aald southerly llru of Vlsts 'W, Es ttc! war!. Line cl iaunty iiti~d A-If othar&fr XNM an Read SPlrrrsyo 682 an& 8?5, ar a;eum oa tima :Lats tf~e~esi. oa file In tho t.fXce oT b:e Swrsrar af em 21s~ :ow:3*; 3. henee sas*+.imrLy tanl ~aa~tkicar=erly sc:ok t~ :sat llas sf a&& OomQ RO~dte IateF~~tt k ~trsi~ht 1Lm &raws Eroz ssm-\r ,.a. B to c3mer 30. 17 31 23% f ~b ?%m&.?o 9 i"cllcnl?a ,:c5~31.1: %c SPP: tLel Xip BQ. 223, i--e=:rds lf gar. %e&e ~our,r;jr f 4. m-s rs:.;trzerterly to 357--.?3~ ''c. 17 ;rf &FA, . e~ :; 5. Thenos ezstn ~"34' 38% 3219.22 fe~ t to J:Y~-L ; tT La:, ,? Sash0 &US :i*bl~ah; &. ::t='.t 99°2f' 3nr: 1569 7-3:. :a i- -cir,t; 7. Th*nce gttlt3 00032' mitt 98C.Ca ft2.71; tz : ;Ol:i: i&h 16 15fj5.B tmt racsoF'c5 157f feet) norti: ~sr' tm sotrc;~ %%as Let If oi R.ardka ETdYOaOCLI 9. 1P&!kob oonUnu1w motwly ~1~1.. t3e *e~terly prulowtioa af oud garellel Plse ta %he westerly baurdaPy of tohe Btate GaLIfamiklt. IG. mor IEorL?wosterly raid .-eater1 line sLO tke Stow $' ca:ziom. to its inwaeesicm with t%* swtF,.at..t.rl prttowa~s~a ob tbe md ~~ou%&e-$srly lln, of the terrvltory crsnemed to tho G$ty el cooaasia Qr8lnan:e !io. $68 sn& kcowrr as st. K~la ancb annexatlor.. 11. Tbmce #attheeat~rlg LLoa< atl? 3 ut&'--ectorly ~r~la~zeh~n 2.3 $ka point of beginrdx. 3~ 18 PwTW~ OEJEiGO. that ~k.6 :ieuiat,rar of ?.'a,ero frirttwm og~tlf gaats8 af elacti3S to tne t1:eoaartul oma;fido%eo r,aed ~b.bsrs aza tr.8~ tas Slerk sf thlr Jos.~& Lctite&~clel~ aaure a ce~tsiied oi ;sf ffornLa st^ c- .ye r-u:.;i:; xi a~leo 3: PME ~r:m $2su2i$ar wl+& a rap as ?:kt G~Iow~.?~ &ke ,~rsn5arioa 4f Prhlti :?Lr ~.nf 2~rlsbsd to be file& ln :be cl"f1ce cf ths 6$&W 26~rd tf Squalks~tlzr. ad:! f~a tae offlcm of the rasec-eor of its6 Sountg sf Sara Md~3. sz.:;zif *- ';L=b;t:;'fWf&8 . -. . 2- f.h ..- db L&;rx a am; I I, f. E. S?XTCH, Ccur.t Jicrk cP :be Semtg of Ow. 31eg0, Bta- et Qalifornio, ad ox efflcia 8 lark of t?& fbdd Qi Lupralaoro oi naiG Oouxtp, berew oertif), thwo I bdve ecmgrrrb ttka To~e&of& eopp with tha arl&kml rteolutSa pas@@& snS a&ySeG by said &arb, at &a sdJowa rsiy- Eieetin~ fturwof, 6: the ti- an& 5r tl". aetc $3re~Bfn rtatcrb, wrAsS ortgirul reaolutlc?r is new QB ria% 1s tax Offi.s~; that the rue aoat.la8 a ZuZl, true, and correct trr.rr~cri~fpt =i.emtf?cn ~d of the whole theraol. Section REQUEST FOR STATEMENT OF QUALIFICATIONS County of San Diego. Senior Nutrition Program (RFSQ 883) Offered by City of Carlsbad. CA Table of Contents ............................................................................... 1 Response Submittal Form 1 ................................................................................................. 1.2.1 PC600Form 1 ........................................................ 1.2.2 Representations and Certifications Form 2 ................................... 1.2.2A Proof of Non-Profit Status - Articles of Incorporation 3 ............................................................ 1.2.3 Pro Forma Agreement Signature Page 9 .................................................................. 1.2.4 HHSA Regional Zip Code Form 10 .................... 2 Experience, Proposed Organization, Management and Staffing 11 ........................................................................................ 2.1 Offeror's Resume 11 ..................................................... 2.2 Lawsuits, Litigation, Regulatory Actions 11 2.3 Breach or Non-Compliance, Failure to Complete Contract, or Early ............................................................................................... Termination 11 2.4 References (2.4.1-2.4.6) .............................................................................. 12 2.5 Government Contracts .................................................. ; .............................. 13 ............................................................................ 2.6 Organization and Staffing 13 .......................................................................................... 2.6.1 Job Descriptions 13 .............................................................................................. 2.6.2 Staff Resumes 34 .................................................. 2.7 Collaborations, Linkages and Subcontracts 41 ........................................................................................... 2.7.1 Sub-Contractm 41 ................................................................... 2.7.2 Specitic Program Requirements 41 .................................................................... 2.7.3 Type of Contract or Agreement 41 3 Program Description ...................................................... 3.1 How Service and Hours Are Responsive 42 ...................................................... 3.2 Identi@ How Services Will Be Provided 42 3.3 Target Populations ....................................................................................... 43 4 Financial Information .................................................................................. 45 ......................................................................................................... 4.1 Budget 46 ...................................................................................... 4.1.1 Contractor's Match 54 4.2 Financial Statements ............................................................................... Statement of Net Assets 54 .............................................................................. Financial Status Reports 60 4.2.1 BalanceSheets ............................................................................................. 82 .............................................. 4.2.2 Income Statements - Statements of Activities 91 ............................................................................ 4.2.3 Statements of Cash Flows 97 4.2.4 Auditor'sReports .................................................................................. 112 ................................................................. 4.3 Financial Management Systems 117 ......................................... 4.3.1 Service Budgeting, Expenditures and Reporting 117 .......................................... 4.3.2 Allocating Expenses for Multiple Cost Centers 117 ............................................................... 4.3 -3 Maintaining Accounting Records 117 COUNTY OF SAN DIEGO AGING & INDEPENDENCE SERVICES REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFSQ) 883 - SENIOR NUTRITION PROGRAM DRAFT PRO FORMA AGREEMENT SIGNATURE PAGE AGREEMENT TERM. This contract shall be effective this 1" day of July, 2006 ("Effective Date") and end on June 30, ' 2007 ("Initial Term") for a total contract period of one year. OPTION TO EXTEND. The County's option to extend is for four (4) increments of one (1) year each for a total of four (4) years beyond the expiration of the Initial Term, not to exceed June 30, 2011, pursuant to Exhibit C Billing Rates. unless County notifies contractor in *ting, not less than 30 days prior to the expiration date that they do not intend to renew the contract, the contract will be automatically renewedfor another year. %tiom To Extend For One To Six Additional Months At End Of Contract. County shall also have the option to extend the term of this Agreement in one or more increments for a total of no less than one (1) and no more than six (6) calendar months at the discretion of the County Purchasing and Contracting Director. Each extension shall be affected by written unilateral contract amendment delivered to Contractor no less than meen (15) calendar days prior to expiration of iiny contract term. The rates set forth in Article 4, Exhibit C, or other pricing section of tbis Agreement shall apply to any option exercised pursuant to this option clause unless provision for appropriate price adjustment has been made elsewhere in this Agreement or by confract amendment. All payments are subject to "Availability of Funds." COMPENSATION: Pursuant to Exhibit C, County agrees to pay Contractor a sum not to exceed the fixed supplemental rate for services performed during the term of this Agreement in accordance with the methods of payment stipulated in Article 4. COTR The County has designated the following individual as the Contracting Officer's Technical Representative ("COTR"): * Chuck Leichliter, Contract Administrator Health and Hwnan Services Agency Aging & Independence Services 9335 Hazard Way San Diego, CA 92123 Ph: (858) 495-5764 Fa: (858) 694-23 16 E-mail: Chuck.Leichliterli3sdcounty.ca.~ov CONTRACTOR'S REPRESENTATIVE. The Contractor has designated the following individual as the Contractor's Representative. Gail J. Lynn, Recreation Area Manager 799 Pine Avenue . Carlsbad, CA 92008 (760) 602-4682 FAX (760) 434-4206 E-mail. glynn@ci.carlsbad.ca.us DJ WITNESS WHEREOF, County and Contractor have executed this Contract effective as of the date fitst set forth above COUNTY OF SAN DIEGO City Of Carlsbad By: By: WINSTON F. McCOLL, Director, Department of Purchasing and Contracting Recreatin Services Manager Date: Date: 7-13-06 D AS TO FORM AlYD LEGALITY By: Date: Senior Deputy County Counsel 9 COUNTY OF SAN DIEGO AGING & INDEPENDENCE SERVICES SEMOR NUTRITION PROGRAM ATTAWNT 1 - SERVICE REGIONS AND ZIP CODES Please add zip code in your service area if it is not listed below. NORTH COASTAL REGION Type of Service Provided (Home Delivered/Congregate Meal and/or Transportation) Home-Conqreqate-Transportation Home-Congregate-Transportation Home-Congregate-Transportation Home-Congregate-Transportation Indicate YesINo for Services Yes Yes Yes Yes Zip Code 92007 92008 92009 920 10 - 920 11 Name of Area Cardiff Carlsbad Carlsbad Carlsbad Carlsbad - , 92014 92024 92052 92054 92055 92056 92057 92067 92068 92075 Del Mar Encinitas/Leucadia Oceanside . Oceanside Camp Pendleton Oceanside Oceanside Rancho Santa Fe San Luis Reyhbinbow Solana Beach 92081 92083 92084 Vista' Vista Vista REQUEST FOR STATEMENT OF QUALIFICATIONS County of San Diego, Senior Nutrition Program (RFSQ 883) mered by City of Carlsbad, CA 2. Es~erience, Pmmsed Oreanizatioa, Manaeement and Staffiig 2.1 OiTeror's Resume The City of Carlsbad Senior Services has collaborated with the County of San Diego to deliver nutrition and social services since 1987. This includes congregate, home meal delivery, congregate, transportation, nutrition education and Nutrition Council. In December of 1989 the program was moved ftom Harding Community Center to the Carlsbad Senior Center a state of the art facility dedicated specifically for adults 55 and older. This new facility included a beautifidly designed dining mom dedicated to the Nutrition Program and a fully Wshed warming kitchen for congregate and home meal preparation and serving. Seniors enjoy a warm, fiiendly and clean environment to eat lunch Monday- Friday. The City of Carlsbad prides itself in providing top quality nutrition and social senices with qualified, well trained, caring staff that understand both the nutritional and social needs of seniors. In 2005, we served over 19,000 congregate meals and provided more than 7,000 transportation trips to congregate. In addition, over 8.700 home meals were delivered to homebound seniors. We strive to improve their quality of life for seniors through providing nutrition, recreation and social service programs. The Senior Center utilizes over 100 well trained and enthusiastic volunteers to support our program. We collaborate with outside organizations and individuals that provide program extra's such as entertainment for congregate special event days and holiday and birthday gifts for our homebound seniors. We actively market our programs and encourage participation to prevent isolation and support independence. We have an active Nutrition Council that provides advice to our staff on food quality and service needs. The City of Carlsbad has also enthusiastically participated in special services such as Thanksgiving Day & Mother's Day Home Delivery, the Farmer's Market Coupons and Senior Emergency Meal Kits programs offered by the County of San Diego. The City's excellent financial management and strong support hm our City Council provides stability for the nutrition program in 2006107 and beyond. 2.2 State of Lawsuits - The City of Carlsbad is a government agency and bas no lawsuits involving the Senior Center or its services. 2.3 BreachMon-compliance, failure or refid to complete or termination of contract. - None. 2.4 References 2.4.3-A Reference: Essenco, Inc. Contact Person: Otmar L. Staab Title: President Phone: 760-450-0097 Fax: 760-450-0097 Email Address: atasteofeurope@yahoo.com 2.4.4-A Relationship: Essenco Inc. is contracted to provide food catering services to the City of Carlsbad for our Senior Nutrition Program. Staff works closely with Otmar and staff members to provide a quality menus and food that meet all the nutrition and quality standards required by the City, County, State and Federal governments. 2.4.5-A Not applicable. 2.4.6-A Summary: Essenco, Inc. has been providing catering services to the Carlsbad Senior Center for their daily Congregate and Home Meal Programs since August 25,2003. Total annual limit: $200,000 Date of original agmment: August 25,2003 Tm of Service: One year (with Four 1-year options) Reference B 2.4.1 -B Reference: Carlsbad Senior Association: They are a non-profit group that has been offering Bingo at the Carlsbad Senior Center for 26 years. They provide a iiiendly environment for seniors to meet, have fun and socialize. 2.4.2-B Address: 799 Pine Avenue, Auditorium. 2.4.3-B Contact Person: Elena Stock Title: Secretary Address: 1619 Corte Orchidia, Carlsbad, California 9201 1 Phone: 760-602-0547 2.4.4-B Relationship: The Carlsbad Senior Association collaborates with the City of Carlsbad to provide Bingo each Tuesday. The City provides fmility space and staff set-up support at no charge at the Senior Center and the Carlsbad Senior Association organizes and produces the Bingo program for seniors at no cost to the City. This program is advertised as an ongoing activity at the Carlsbad Senior Center. The association donates funds to Senior Center to support the Senior programs- 2.4.6-B Summary: Tuesday Bingo at the Carlsbad Senior Center is the sole program of the Carlsbad Senior Association. Senior volunteers staff our organization. Reference C 2.4.1 -C Reference: The Carlsbad Bridge Group. They are a non-profit group that has been offering Bridge at the Carlsbad Senior Center for several years. They provide a friendly environment for seniors to meet, have fun and socialize. 2.4.2-C Address: 799 Pine Avenue, Auditorium. 2.4.3-C Contact person: Ron Wright Title: Bridge Director Address: 4560 Sea Bluff Circle, Carlsbad, California 92008 Phone: 760-720- 1693 Fax: 6 19-434-2749 2.4.4-C Relationship: The City of Carlsbad provides facility space for the Carlsbad Bridge Group each Friday. The Carlsbad Bridge Group plans and organizes a Party Bridge program for Seniors. The City advertises this program as part of the activities available at the Senior Center 2.4.5-C Not Applicable 2.4.6-C Summary: Friday Bridge at the Carlsbad Senior Center is sole purpose. Senior volunteers staff our organization. Over 140 seniors play every Friday. 2.5 - Government Contracts -Not required for government agency. 2.6 - OrgMon and Stafiing 2.6.1 - Job Descriptions CITY OF CAWBAD CLASS SPECIFICATION JOB TITLE: RECREATION AREA MANAGER DEPARTMENT: RECREATION BASIC FUNmION: Under functional supervision, to plan, direct and coordinate an assigned recreational area; to be responsible for the operation, maintenance and scheduling of a recreation/community center facility or facilities; perform professional recreation work in the organization and supervision of MI-time and hourly staff involved in City recreation programs; and perform related work as assigned. DISTINGUISHING CHARACTERISTICS: Incumbents assigned to this classification are responsible for the overall management of programs assigned to an area, including responsibility for a recreation/community or senior center and/or park, and coordinatiag with other City departments for maintenance of the physical structure(s) and grounds. The incumbents also have additional responsibilities to assist in the development and planning of departmeat wide policies, programs and procedures. KEY RESPONIBILITIES: Manage a variety of City-wide recreation program activities for an assigned recreation area, including supervision of program, staff and facilities' responsibility for a recreatidcornmunity center(s) andlor park. Develop and administer Ihe area programs budget; evaluate and recommend approval to meet staf%ing needs, and equipment, material and supplies requirements. Assist in the development of goals, objectives, policies and priorities for the recreation department. Implememt department operating policies and procedures and monitor for compliance. Supervise, train and evaluate a variety of regular and hourly staff providing skilled recreation leadership or instruction at recreation facilities. Supervise the rnainmance of efliciency and progress records. Research and prepare reports and news releases. Attend mags and provide staff support to the Parks and Recreation or Senior Commissions, including the preparation and presentation of technical staff reports. Respond to citizen complaints and requests for information. Act as liaison with school district officials. Determine use of contractors and supervise contract ahnistration. Coordinate recreation activities with other recreation areas, City departments and divisions, and with outside agencies. Perform related duties as assigned or requested. QUALIFICATIONS: To perform a job in this classification, an individual must be able to perform the essential duties as generally described in the specification Reasonable accbmrnodations may be made to enable individuals with disabilities to perform the essential duties in a specific job. The requirements listed below are representative of the knowledge, skill and/or ability required. Knowledge of: Philosophy, principles, and practices of public recreation programs. Major sports, games, and other recreational activities suitable for children, adolesc-mts, adults, and senior citizens. City of Carlsbad policies and rules related to recreational programs and general administrative practices and procedures. Operation and scheduling of a recfeation/cornmunity center facility. Principles of supervision, training, and evaluation. First aid method and safety precautions related to recreation se4ihgs, athletic fields, swimming pools, and senior citizen centers. Plan, organize and coordinate the program activities of a recreatiodcommunity center. Maintain the operation and scheduling of a recreatiodcommunity center facility. Communicate clearly and concisely, orally and in writing. Recre%tion Area Manager Supervise a variety of recreational programs and instruct individuals and groups in recreational activities. Establish and maintain cooperative working relationships with those contacted in the course of work. Supervise, train, and evaluate assigned staff. EXPERIENCE AND EDUCATION: Any combination equivalent to the experience and educatibn that could likely provide the required knowledge and abilities is qualiflmg. A typical way to obtain the knowledge and abilities would be: Equivalent to a Bachelor's degree from an accredited college or university with major work in recreation or a related field. Three years of professional experience involving the development and supervision of a variety of recreation programs for all age groups. SPECIAL REQUIREMENTS: Must meet State of California Tuberculosis test requirements. If assignment involves working with minors, in accordance with the Health and Safety Code Section 1091 1.5 (a), cannot have any convictions related to drugs, sexual misconduct, assault or related offenses involving minors; and CA Penal Code Section 11 165.9 requires responsibility to report suspected child abuse. PHYSICAL REQUIREMENTS AND ENVIRONMENTAL CONDITIONS: While performing the duties of this class, an empioyee is regularly required to sit; talk or hear, in person and by telephone; use hands to finger, handle, feel or operate staudard office equipment, and reach with hands and arms. An employee is frequently required to walk and stand. Specific vision abilities required by this job include close vision and the ability to adjust focus to read and operate office equipment as necessary during the come of the work assignments. While pdorming the duties, employees of this class are regularly required to use written and oral communication skills; read and interpret financial and statistical data, information and documents; analyze and solve problems; use math and apply mathematical reasoning and abstract statistical concepts; observe and interpret people and situations; learn and apply new information or skills; perform highly detailed work on multiple, concurrent tasks; work under intensive deadlines; and interact with staff, Council members and others encountered in the course of work. Recreation Area Manager Ability to work in a standard office environment with some exposure to the outdoors; ability to travel to different sites and locations; attend evening meetings; work under pressure and potentially stressll situations. This is an at-will management classification. DATE APPROVED: 4-05-02 Management Salary Schedule Management Salary Benefits Citv of Carlsbad Management Benefits Recreation Area Manager CITY OF CARLSBAD CLASS SPECIFICATION JOB TITLE: RECREATION SUPERVISOR DEPARTMENT: RECREATION BASIC FUNCTION: Under general supervision, perform professional recreation work in a variety of recreational programs of the City; conduct, organize, and supervise recreation program activities and staff, and perform related work as assigned. DISTINGUISHING CHARACTERISTICS: This is the senior classification in the Recreation series before management level. Incumbents assigned to this classification are responsible for coordmating assigned program activities as well coordinating responsibilities for city-wide programs. Positions assigned to this class are distinguished from the Recreation Specialist class by the scope and level of administrative and supervisory responsibility assigned. Plan, organize, and coordinate multiple recreation programs, and directly participate in a variety of City-wide recreation program activities. Supe~ise and direct full-time andor hourly staff in a variety of City-wide recreation program activities. Make recommendations regarding the organization, scheduling, and stafliug of various recreation program activities to department management, Develop recreation program and procedures; oversee implementation within assigned area Prepare periodic reports and news releases; maintain activity and progress records. Attend meetings and assist in providing staff support to the Parks and Reereation Commission, including the preparation and presentation of technical staff reports. Respond to citizen complaints and requests for information; present information to the public on event activities. Assist in budget preparation and administration for the department. Assist in the development of goals, objectives, and policies for the Recdon Department. Act as liaison with school district officials. Make recommendations and assist in contract administration. Assist in the coordination of recreation activities with other City departments and divisions, and with outside agencies. Perform related duties as assigned or requested. To perform a job in this classification, an individual must be able to perform the essential duties as generally described in the specification Reasonable aaxmmodations may be made to enable individuals with disabilities to perform the essential duties in a specific job. The requirements listed below are representative of the knowledge, skill andlor ability required, Knowled~e of: Philosophy, principles, and practices of public recreation programs. Major sports, games, and other recreational activities suitable for children, adolescents, adults, and senior citizens. City of Carlsbad policies and rules related to recreational programs and general administrative practices and procedures. Operation and scheduling of a recreationlcornmunity center facility. Principles of supervision, training, and evaluation. First aid method and safety precautions related to recreation settings, athletic fields, swimming pools, and senior citizen centers. AbUitv to: Plan, organize and coordinate ibe program activities of recreation programs. Maintain the operation and scheduling of a recreation/community center facility. Communicate clearly and concisely, orally and in writing. Supervise a variety of recreational programs and instruct individuals and groups in recreational activities. Rccreatim Sqmwm, page 3 of 3 Establish and maintain cooperative working relationships with those contacted in the come of work. Supervise, train, and evaluate assigned staff. EXPERIENCE AND EDUCATION: Any combination equivalent to the experience and education that could likely provide the required knowledge and abilities is quallfymg. A typical way to obtain the knowledge and abilities would be: Equivalent to a Bachelor's degree from an accredited ~ollege or university with major work in recreation or a related field. Two years of professional experience involving the development and supervision of a variety of recreation programs for all age groups. SPECIAL REOUUREMENTS: Possession of a valid Class C California Driver's License. Must meet State of California Tuberculosis test requirements. If assignment involves working with minors, in accordance with the Health and Safety Code Section 1091 1.5 (a), cannot have any convictions related to drugs, sexual misconduct, assault or related offenses involving minors; and CA Penal Code Section 1 1 165.9 requires responsibility to report suspected child abuse. Work weekends, holidays, and ewenings as assigned. PHYSICAL REOUIREMENTS AND ENVIRONMENTAL CONDITIONS: Incumbents frequently drive to site locations, attend outdoor activities and events and occasionally be required to physically exert themselves (mu, walk, stoop, bead, reach) in . the supervision of recreational adivities. Some positions may occasionally require incumbents to lift or move moderately heavy equipment, or materials during the come of duties assigned. This position may also require frequent exposure to the weather duing the course of performing the essential duties. DATE APPROVED: 4/05/02 General Em~lovee war9 schedule Benefits Citv of Carlsbad General IEPlplwm Bendts Please type your responses on no more than two (2) 8 W' x 1 1 " pages. Please respond to each question concisely and indude the following statement at the bottom of your questlonnalre along wlth your signature and the date, "1 declare the statements on this appllcatlon and quastionnaim are true and complete to the best of my knowledge and belief." 1. Describe your experience working with diffent age groups (i.e. children, teens, adutts, seniors). 2. Describe your specific experience with nuttition and transportation programs. 3. Describe your experience working with non-profit organizations, community groups, and public speaking. 4. Describe your experience in planning, marketing, organizing and evaluating recreation programs. 5. Describe your experience recruiting, training and supervising full-time, part-time staff and volunteers. Applications will be reviewed to determine competltive qualifications and timety sukni of apQropriate information Applicants considered must qualified will be invited to continue in the selection process. Submit complete applications to: Ci of Carlsbad HR Department 1635 Faraday, Carlsbad, CA 92008 Phone (760) 602-2440 Fax (760) 6028554 E-mail: hrQd.carlsbad.ca. us www.ci.carlsbad.ca.us 3% @ 60 PERS retirement r Health benefits (CalPERS) medicaVdentaVvision Flexible spending account Invites Applications fw: The Msbed RmetiOn Department is committed to building strong obmmunHy fhrough a broad range of high quality recreation and park SBNices indudlng RECREATDN litkbng learning, satk places to gahw and access to trails, p&s and open space Ibr all who he, work and mate in Carfsbwl. SUPERVISOR Our mission is to provide topquality mwlces to our citlzens and customers In a manner that enhances the qualtty of life for all, who Ilve, work and piay in Carlsbad. The p-s of his bulYebir do not awrstiMs en exprasssd or impried conbad Any of the pvkions wntahd h this mmnincemeni my be moclified or rsvolred Wmut notice. EQUAL OPPORTUNITY EMPLOYER $3,593 - $4,367 Monthly Plus Excellent Benefits Filing Deadline July 1 I, 2005 Creating Community through people, parks and programs This position will be under general supervision and will report to the Recreation Area Manager. The Recreation Supervisor will provide professional recreation leadership in planning, organizing and coordinating multiple recreation programs and directly participate in a variety of citywtde recreation program activities. Current vacancy is at the Carlsbad Senior Center. Responsibilities include supervision of Nutrition, Home Meals and Transportation programs and daily operations of the Senior Center. Duties include coordinating excursions, classes. health screenings, seminars, and special events. Some nights, weekends and holidays are required. The position will supervise 13 part time staff and provide backup for Recreation Area Manager. Food Manager Certificate will be required after hire. The Recreation Department provides diversified recreation facilities and programs for all ages of the population that live, work and play In Carlsbad. The department is responsible for planning future parks sites, operation of current recreation programs and senior activities, including youth and aduk sports, special events, instructional classes, Fdciltty rentals, aquatics, nutrition and transportation programs. Our commitment to our citizens is to remain in touch and focused on the needs and wants of the Carfsbad community. Has familiarity with computer programs, particularly Microsoft Office programs. The Department is organized into Park Planning and Recreation Senrices with a staff of 33 full-time and up to 200 part-time employees. Is a skilled communicator and able to establish positive personal relationships. Has a collaborative style and believes in empowerment, mentoring and development of the team members. Is flexible and creative in dealing with the needs of the project and the people to resolve issues in a fair and equitable manner. Is socially sensitive and possesses a good sense of humor. Possesses knowledge and experience in all areas of recreational programming and activities for all age groups induding seniors. Has demonstrated experience in fadities management, food service management and special events planning. Has experience recruiting, supervising and training staff and volunteers. Has experience preparing, analyzing and reviewing reports. Displays strong leadership abilities in fostering positive attitudes, behaviors and high performance standards among subordinates. Models a team-oriented approach to accomplishing the department's mission. Has experience working with the community and non-profit organizations and making presentations. Knowledge of: Philosophy, principles and practices of public recreation programs; Operation and scheduling of a recreationlcommuntty center faaltty; Principles of supervision, training and evaluation. Ability to: Plan, organize and coordinate the program acthities of recreation programs; Supervise a variety of recreational programs and instruct individuals and groups in recreational activities; Communicate dearly and concisely, orally and in writing; Establish and maintain cooperative relationships with those contacted in the course of work EXPERIENCE AND EDUCATION: Equivalent to a bachelor's degree from an accredited college or university with major course work in reaeation or a related field, and two years of professional experience involving the development and supervision of a variety of reaeation programs for all age groups. SPECIAL REQUIREMENTS: Must meet State of California Tuberculosis test requirements. If assignment involves working with minors, in accordance with the Health and Safety Code Section 1091 1.5 (a), cannot have any convictions related to drugs, sexual miscanduct, assautt or related offenses involving minors; and CA Penal Code Sedion 11 165.9 requires responsibility to report suspected child abuse. City of Carlsbad Recreation Department Senior Center Job Descri~tion Home Meal Coordinator (PT - 20 Hours per week) Definition: Under Supervision of Nutrition Coordinator or Recreation Area Manager, to perform assigned duties relating to the delivery of Senior Home Meals offered by the County of San Diego, Aging & Independence Services. Primarily responsible for coordinating volunteers, drivers, preparing and packing meals and assisting with Congregate meal preparations as assigned. Job Related and Essential Qualifications Knowledge of: Principles and procedures of record keeping Basic mathematical principles Safe driving principles and practices Basic First Aid methods and techniques Basic food handling principles Volunteer recruitment . Basic computer skills - Data entry Ability to: Organize and be prepared to perform multiple task simultaneously Promote and organize activities with fellow employees and supervisors Prepare clear and concise reports Requisition materials and equipment Exercise good judgment, flexibility, creativity and sensitivity in response to changing situations and needs My DocsRorVHome Meal Coofd.doc Duties to Include: Home Meal Assessments Coordinate Volunteers Coordinate Routes Oversee packing and temperatures of the Home Meals Weekly donations: Prepare receipts, accounting, quarterly follow-up of home meals recipients Organize/Coordinate volunteers for Special Holiday home meal deliveries Maintain Home Meal Data Base Assist with Congregate meal preparation Assist with Special Events License or Certification Basic Food Handling Certificate High School diploma or G.E.D. equivalent Possession of or ability to obtain, a valid Class C California Drivers License Possession of or ability to obtain, CPR & First Aid Certification Possession of or ability to obtain, a Certified Professional Food Manager Certificate Special Reauirement Must be 18 years of age or older Must have experience working with the Public Ability to sit, stand, walk, kneel, crouch, squat, stoop, reach, and lift 50 + Ibs. Exposure to outdoors; ability to travel to different sites and locations Must be able to work flexible schedule including holidays My Docs/LorUHome Meal Coofd.doc Appropriate safety precautions and procedures Senior Kitchen Aide (Including the list above) Ordering food items and supplies = The principles of teamwork and supervision Abilitv to: = Understand and carry out oral and written instructions Establish and maintain effective relationships with those contacted in the course of work Serve accurate food portions = Keep simple records Operate standard kitchen and dishwashing equipment MINIMUM OUALIFICATIONS: Experience: Any combination of training, experience and education, which would provide the howledge necessary to perform the duties of the position A typical qualifjing entrance background would be the ability to work well with others in a team effort, and have the willingness to work in a kitchen facility with elderly participants Svecial - Reauirements: Must be 18 years of age or over Must have experience working with the public Essential dutii?s require the following physical skills and work environment: Ability to sit, stand, walk, kneel, crouch, squat, reach, and lift 501bs. +: Incumbent may be subjected to increase kitchen temperatures during the summer months, and occasional chemical fiunes form kitchen cleaning agents. City of Carlsbad Recreation Department Senior Center Van Driver $1 0.00 (Part time - 20 hours per week) Job Description Van Driver is a part time position with the Carlsbad Senior Center. Under the general direction of the decreation Area Manager, the Van Driver is responsible for picking up the bulk and home delivered meals from the caterer; transporting seniors to and from the Center; driving seniors shopping, to doctor appointments, on excursions, etc. Must maintain daily records, daily inspection logs, keep the vehicles cleaned and gassed; must report all maintenance and safety concerns. Assist seniors with packages. On occasion will be required to lift. Qualifications Must have the ability to drive a 25-passenger vehicle. Must work well with older people, be patient, calm and friendly. Must be conscientious and responsible. Special Conditions Must possess or be willing to obtain a valid California Class B Drivers License with Passenger Endorsement. Must be willirig to work a flexible schedule, including some nights and weekends. Passing the physical examination (at own cost) required. ' CITY OF CARLSBAD RECREATION DEPARTMENT JOB DESCRIPTION KITCHEN AIDE- FACILITY ATTENDANT SENIOR KITCHEN AIDE- FACILITY ATTENDANT Under supervision (Food Service Manager), the Kitchen Aide assist in the preparation, cooking and serving of food and beverages, cleans kitchen; and to perform related work -as required. Besides the duties listed above the Senior Kitchen Aide is responsible for kitchen supervision in the absence of the Food Service Manager. DISTINGUISHING CHARACTERISTICS Kitchen Aide- Facility Attendant Positions in this class perform unskilled and semi-skilled work while working in the Nutrition Center kitchen under a lead person. Incumbents are expected to perform at an unskilled or semi- skilled level, as a helper or independently. Positions in this class perform work, which is highly structured. Incumbents receive thorough instructions when tasks are initially assigned and after training are expected to perform duties without constant supervision. Work is reviewed periodically, upon completion and while in progress. Incumbents are expected to refer most variations in work to the supervisor for instructions. I - Senior Kitchen Aide- Faciltity Attendant Position in this class performs semi-skilled work while working in Nutrition Center kitchen under a lead person. Position in this class may, as the need arise, be assigned to cany out supervisory duties in the supervisors absence. Positions in this class perform work which has some variations and which allows or requires a limited range choice in the application of defined methods or procedures. Incumbent receive instructions when tasks are assigned and have some latitude in selection, which work methods. Work is generally reviewed upon completion for hal results. Incumbents are expected to refer matters, which do not fit a clear pattern to the supervisor for instruction. SUPERVISION EXERCISED Kitchen Aide- Facility Attendant Exercises no supervision. Senior Kitchen Aide- .Facility Attendant May exercise technical and functional supervision over lower level staff in the absences of the supervisor. EXAMPLE OF ESSENTAIL DUTIES = Prepare foods for distribution including, salads, desserts and assists in the serving of foods and beverages for both congregate and home delivered meals. Washes trays, silverware, pots and pans. Cleans and straightens up storage areas. Operates dishwasher &d other kitchen machinery. = Complies with California Restaurant Act regarding sanitation and personal hygiene. Empties trash and garbage. Checks kitchen equipment daily. Observes safety and health rules. Works on special events requiring food service when necessary. = Cleans general kitchen area. Transports food from storage areas. Mops floors in office, hall and dinning area. Performs related work as required. JOB RELATED OUALIFICATIONS Kitchen Aide Knowledne of: = The standards- of Hygiene under the California Restaurant Act; Kitchen equipment operations and maintenance REQUIRED APPAREL Person hired must wear standard apparel as prescribed by the Recreation Depa'rtment SALARY RANGE KITCHEN AIDE-FACILITY ATTENDANT $6.75 - $10.00 SENIOR KITCHEN AJDE- FACILITY ATTENDANT S CITY OF CARLSBAD CLASS DESCRIPTION JOB TITLE: SECRETARY 1 ADMINISTRATIVE SECRETARY DEPARTMENT: VARIOUS BASIC FUNCTION: Under general supervision, performs a variety of responsible secretarial duties and administrative tasks in support of department staff. Performs related responsibilities as required. DISTINGUISHING CHARACTERISTICS: Secretary is the experienced journey-level class performing a wide variety of tasks, duties and responsibilities at an advanced technical skill level. Assignments may vary from general support of several staff to specialized support in a technical area. Employees are expected to perform independently under general supervision and are reviewed for end result or product. Administrative Secretary is the senior or executive level class. Employees at this level are distinguished by the scope and magnitude of job responsibilities, discretion in decision-making and accountability expected. The work requires in-depth knowledge of activities or operations in order to analyze and interpret information and make decisions based on non-standard or diverse guidelines rather than those readily established. Only purpose and objectives are defined with supervisory review on final results or compliance to objectives. Typical administrative assignments may include a combination or majority of the following duties: input and monitoring of budgets; payroll/personnel processing; handling confidential/sensitive information; supervising others; composing correspondence or researching and drafting information for correspondence or reports; and interacting with high level or critical contacts in providing information. KEY RESPONSIBILITIES: Provide direct secretarial support to one or more professional or management positions and may provide support to commissions/committees; receive visitors; schedule appointments; maintain appointment calendars; make travel and meeting arrangements; may attend meetings to take minutes. Type, edit, proofread and prepare materials in appropriate formats, assemble and distribute correspondence, reports and documents, such as agreements, contracts, permits, resolutions, and agendas; transcribe recorded dictation; prepare standard forms and other related records; may assist in production of newsletters or other desk-top publishing documents. Secretarial Series, Page 2 of 5 Compose correspondence and compile reports from a variety of sources; facilitate transmission of information to other offices/agencies and interface with other staff or outside agencies/clients/public in obtaining information and coordinating activities. Receive inquiries from the public, other departments and agencies; answer phones and route calls, provide a variety of information requiring an understanding of department policies and procedures. Establish and maintain a variety of files and records in systems for retrieval by staff; determine subject and nature of files, cross-referencing and storage of this information in active, inactive or purge status. Perform a variety of tasks in budget monitoring and fiscal recordkeeping, which may include, sorting, filing, preparing andlor processing a variety of documents and fiscal records; may assist in monitoring or reviewing expenses and revenues relative to budget; may recommend transfers and assist in budget preparation. Perform a variety of other clerical tasks as minor duties or back-up to staff, including but not limited to, data entry, copying, recordkeeping, filing, and processing standard business forms. May supervise or provide direction for the work of other clerical personnel when so assigned. Perform other related duties as assigned. OUALIFICATIONS: To perform a job in this classification, an individual must be able to perform the essential duties as generally described in the specification. Reasonable accommodations may be made to enable individuals with disabilities to perform the essential duties in a specific job. The requirements listed below are representative of the knowledge, skill and/or ability required. Knowled~e of: General City policies, procedures and practices. Department policies, procedures and practices. Standard secretarial and general office practices, methods and techniques including office equipment operation. Proper English usage, grammar, punctuation and spelling. Secretarial Series, Page 3 of 5 Standard recordkeeping systems and procedures. Preparation of complicated documents requiring specialized typing. Software applications, e.g., word processing, spreadsheet or database on microcomputer systems as required by the assignment. For the Administrative Secretarv: Thorough knowledge of City and department policies, procedures and practices as it relates to administrative functions. Depending on assignment, knowledge of specialized legal or technical protocols, terminology, codes, procedures as it relates to duties. Depending on assignment, general knowledge of supervisory methods and techniques. Operation of a variety of office equipment, including computer equiment and typing at 60 wpm net corrected speed. Depending on assignment, may require shorthand or speedwriting at a speed necessary to perform job. Abilitv to: Demonstrate excellent customer service. Learn, apply, and explain related policies and procedures. Use correct English grammar, punctuation, and spelling. Direct and review the work of subordinate staff, Communicate effectively both orally and in writing. Establish and maintain cooperative working relationships. Make independent decisions within broad established guidelines. As necessary, maintain confidentiality of sensitive materials. Secretarial Series, Page 4 of 5 Transcribe materials from tape or shorthandlspeedwriting as determined by assignment. For the Administrative Secretarv: Demonstrate and foster excellent customer service. Problem-solve through analyzing and interpreting materials or information to make decisions or recommendations. Make decisions and handle situations in the absence of the supervisor. EXPERIENCE AND EDUCATION: Any combination of education andlor experience that could likely provide the required knowledge, skills, and abilities is qualifying. A typical way to obtain the required knowledge, skills, and abilities would be: Equivalent to completion of the twelfth grade, including or supplemented by specialized secretarial and business training. For the Seeretarv: Two years of progressively responsible clerical and secretarial experience. For the Administrat.ive Secretarv: Four years of progressively responsible journey-level clerical and journey-level secretarial experience. PHYSICALMENTAL DEMANDS AND ENVIRONMENTAL SETTING: While performing the duties of this class, an employee is regularly required to sit; talk or hear, in person and by telephone; use hands to finger, handle, feel or operate standard ofice equipment; and reach with hands and arms. An employee is frequently required to walk and stand. Specific vision abilities required by this job include close vision and the ability to adjust focus to read and operate office and computer equipment as necessary during the course of the work assignments. While performing the duties, employees of this class are regularly required to use written and oral communication skills; read information and documents; observe and interpret people and situations; learn and apply new information or skills; perform detailed work; and interact with staff and others encountered in the course of work. Incumbents may occasionally need to travel to various city locations or to off-site meetings as necessary and as the assignment demands. Secretarial Series, Page 5 of 5 Depending on the assignment, there may be special environmental or additional physical or mental requirements that will be detailed at the time of recruitment. DATE APPROVED: 41200 1 General Employee Salary Schedule General E~D~ov~~s Salarv Ran~es Benefits City of Carlsbad General Em~lovee Benefits. 2.6.2 - RECREATION AREA MANAGER - Senior Center - Gail Lynn Gail J. Lynn Recreation Area Manager - City of Carlsbad, CA EXPERIENCE Recreation Area Manager City of Carlsbad Recreation Department, Carlsbad, CA May 1989 to present Administration and supervision of Community Services programs, facilities, and special events in a heavy multi-tasking environment including: preparation, implementation, and monitoring of budget; hiring, training, supervision, and evaluation of personnel; solicitation of sponsorship; recruitment and coordination of volunteers; collabomtion and negotiation with community businesses and organizations; presentation to community groups, Park and Recreation Commission, City Manager, and City Council. Current assignment: Responsible for Senior Center operations; Liaison to Senior Commission. Special assignments have included: Systems and Structures Strategic Initiative Team member, Customer Service Strategic Initiative Team member and citywide Wer, Recreation Leadership Team member, and Acting Recreation Superintendent. Substitute for Recreation Director as requested. Recreation Director Lincoln Property Management Services Division June 1986 to May 1989 Development, implementation, and direction of a series of integrated resident recmtion programs in eight expansive apartment complexes in which each recreation program was designed to meet the needs of that community including: mmitment and development of recreation activities coordinates, class instmctors, tennis pros, and recreation interns; design, implementation, direction, and evaluation of program including social events, recreation classes, sports events and tournaments, bus excursions, and special events; development of a recreation publicity campaign; preparation of budgets and monitoring of program expenses; coordination of facility maintenance and repair. Special assignments included: consultation for Development Department on design of new remation kilities and equipment. Cultural Center Manager November 1983 to October 1985 City of Port Hueneme Recdon and Community Services Department Management of 20,000 sq. ft. Port Hueneme Cultural Center, a 600-seat performing arts hall, catering facilities, and five banquet and community meeting rooms that opened in September 1984, including: management of facility and recruitment, training, and supefvision of personnel; diredion and implementation of performing arts, fine arts, and ~ultural arts programming; development of 5-year Facility Marketing Plan and budget proposal, development and implementation of individual and corporate fund raising program; writing of grant applications for arts programming; redesign of catering facilities for optimum industrial use; and in cooperation with subcontractm and architects, supervision of the completion of cultural center punch list (researched and proposed solutions for design problems). Special assignments included: development of annual Arts Programming Proposal in cooperation with the Recreation and Fine Arts Commission, and five-year City Financial Plan team member. GAIL J. LYNN - 2 General Manager December 1980 to July 1983 Phi Time Theatre, La Habra-Simi Valley, Oxnard, CA Management of entire store opemtions included: customer service; food and beverage quality control; sanitation and maintenance; personnel recruitment and development; marketing, promotion, and community involvement; showmanship and atmosphere entertainment; and profit assurance. Administrative Assistant Malibu Grand Prix, Woodland Hills, CA July 1980 to November 1980 As intern planning and execution of a general program to increase cost efficiency of game operations including: design and implementation of effective system to increase the profit margin, evaluate and implement employee schedules, train new employees, and design of a system to tabulate information game operations statistics. EDUCATION NRPA Pacific Marketing and Revenue Sources Management School, La Jolla, CA 2000 National University, San Diego, CA MBA program with emphasis in Marketing (20 units completed) California State Polytechnic University, Pomona, CA Bachelor of Science in Recreation and Leisure Administration PROFESSIONAL AFFILIATIONS/CERTlFlCATlONS Certified Professional Food Manager (2005) Recognized by Conference for Food Protection Calitornh Parks and Recreation Society (CPRS) Supervisors Section State Board member (1995-2003) District XII Representative (1 995-200 11, Communications OfEcer (200 1-03) District XI1 member (1 979 to present) Second Vice President (1 994-99, Supervisor's Section Representative (1 995-200 1) Women in Leisure Services (WILS) Charter member (1 99 1 to present) First Vice President (1 991 -92), President (1 992-93), Past President (1 993-94) National Delegate (1 994-96) AWARDS AND CITATIONS State Achievement Award - 1998 Certificate of Commendation - 1995 Sewice Award - 1992 California Park and Recreation Society (CPRS) City of Carlsbad California Parks and Recreation 2.6.2 - RECREATION SUPERVISOR (Nutrition and Recreation Programs) - Jack Risley VERNON G. RISLEY 408 N. Cleveland Street Oceanside, CA 92054 Contact Phone: (760) 435-9565 Email Address: vrisley@pacbell.net CURRENT SEMOR CENTER EMPLOYMENT: October 2005 to present: Supervisor, Carlsbad Senior Center, 799 Pine Avenue, Carlsbad, Ca 92008. Gail Lynn, Recreation Area Manager, 769-602-4650, I am responsible for recruiting, training and supervising 13 part time M. I also provide backup for the Recreation Area Manager. I am responsible for all senior activities including nutrition. I supervise a Fkogram Coordinator, Home Meal Coordinator, Kitchen Assistant and kitchen staff- We accomplish our tasks with the help of over 100 volunteers. Our Congregate Dining Program serves over 20,000 meals annually and our Home Meal Program delivers over 9000 meals annually to homebound seniors living in the City of Carlsbad. We provide over 8400 transportations trips annually bringing seniors to lunch, shopping and doctor appointments. I have a Food Managers Certificate and I am responsible for food service management. My past experience in Facilities Management enables me to maintain our nutrition equipment to conform to existing health standards. I attend monthly Aging & Independence Service Meetings and comply with all their rules and guidelines. I document and input data into the AIS 'Q database monthly. I maintain a history file of all congregate, home meals and transportation totals November 2003 to present: Home Meal Coordinator, Carlsbad Senior Center, 799 Pine Avenue, Carlsbad, Ca. 92008. Ed Diamond, 769-602-4652, Supervisor. As the Home Md Coordinator for the Carlsbad Senior Center, I managed the program supported by the City and the County Ageing & Independence Service. The Program is designed to provide nutrition to seniors who are homebound for a variety of medical reasons. I conduct quarterly home assessments to evaluate those seniors applying for this program. Once approved, I assign clients to one of four delivery routes which are driven by volunteer drivers. I alter the routes as needed to provide this service in a way that insures the fast and efficient delivery of a quality meal. I make sure the meals are at the requited temperature and quality for delivery. VERNON G. RISLEY - 2 I use M/S Excel to plan Delivery Schedules 4-5 weeks in advance. I work closely with the volunteers so that I can formulate a reliable schedule which maximizes effectiveness of the available manpower. I record the donations received and prepare weekly reports for deposit. I maintain spreadsheets to document weekly, monthly and year to date donation totals. I manage and maintain the "new" AIS software program titled "Q". This requires me to input profile information on all clients who use the following services: transportation, congregate meals and home delivered meals, I am the administrator of the Senior Center Volunteer Database. I work closely with the Carlsbad Volunteer Coordinator so that volunteer tasks and hours worked are properly recorded. I assume the duties of the Nutrition Manager in his absence. I have a working knowledge of: MS Word, MS Outlook, MS Publisher, Excel and various other software programs. September 1999 to March 30,2003; Utilities Planner; Facilities Maintenance Department; Bldg. 2291 MCB Camp Pendleton, Ca. 92055; Louis D. Stefani; As the Utilities Department's Senior Planner, I scheduled and expedited the use of manpower, material and equipment to accomplish major and minor maintenance projects for the Electrical, Gas, Sewage and Water Distribution Branches which included: 15 Electricians, 10 High Voltage Linemen, 25 Pipefitten, 20 Waste Water Treatment Plant Operators, 20 Water Treatment Plant Operators, and 2 Cross Connection Specialists etc. I was responsible for planning corrective action to all emergencies associated with the various utility systems at Camp Pendleton MCB. I supervised the Preventative Maintenance Program and I maintained the database and scheduled all daily, weekly, monthly, quarterly and annual inspections. I kept records on file for 5 years. I acted as liaison with various personnel and departments to coordinate the necessary worknow to make system corrections and repairs as required. I provided input and analyzed reports. I worked closely with the Enviromental Department and other government agencies when accidental sewage spills occur due to equipment breakdown. I compiled iafodon needed for teportiug violations. VERNON G. RISLEY - 3 I helped implement the new "Maximo" software program which is used to track all costs associated with labor, material, equipment etc. EDUCATION: Maryvale High School; Phoenix, Arizona; High School Diploma Long Beach State University, Long Beach California, 1982, Economics Palomar College, San Marcos, California, 1988, Associates Degree in Economics. Palomar College, San Marcos, California, 1989, Associates Degree in Business Administration. Cal State University; San Marcos, California; Business Administration; 199 1 ; 24 Semester Hours in Statistical Analysis of Business. PROFESSIONAL TRAINING AND ACKNOWLEDGEMENTS: Total Quality Leadership Training 199 1 - 1997 Naval Leader Training Unit (MCRD) Coronado, Ca. March 94 to September 95 Instructor for: Building Teams, Team Skills, Methods for Quality and Systems Improvement for the Department of the Navy Camp Pendleton, September 91 to April 93 TQL Fundamentals and Team Skills & Concepts 1994 "Implementation of TQL" 1997 "National Quality Month" 1995 "Event Coordinatorn 1998 "Employee Picnic Chairman" 1995 "National Quality Month" 2000 "AC/S Facilities Recreation Event Chairman" 1 996 "TQL Instructor Assist" 2001 "AC/S Facilities Recreation Event Chairman" VOLUNTEER INFORMATION: President, City of Oceanside, Neighborhood Watch Block Captains Association City of Oceanside- Economic Restoration Committee Member City of Oceanside Christmas Day Parade Committee Vice-Chairman City of Oceanside Project Area Committee Vice-Chairman 2.6.2 - HOME MEAL COORDINATOR - Vincent Rodrigues Vincent Rodrigues is our new Home Meal Coordinator. He has been a valued volunteer for over a year in our Congregate Dining Room. He brings over 30 years of hotel and food experience to our Nutrition Program. He was a manager for the Hilton Hotel in Oakland and Four Seasons Hotel in San Francisco for a combined 34 years. He obviously knows about customer service and is anxious to use these skills to enhance the quality of our Nutrition Program. He works under the direction of the Recreation Supervisor. He performs assigned duties relating to the delivery of Senior Home Meals offered by the County of San Diego, Aging & Independence Services. Primarily, he is responsible for coordinating volunteers, drivers, preparing and packing meals, food quality, conducting Home Meal assessments and assisting with Congregate Meal preparations as assigned. Examples of Duties: Home Meal Assessments Coordinate Volunteers Coordinate Routes Oversee packing and temperatures of the Home Meals Weekly donations: Prepare receipts, accounting, quarterly follow-up of home meals recipients Org~/Coordinate volunteers for Special Holiday home meal deliveries Maintain Home Meal Data Base Deliver Home Meals when needed. Assist with Congregate meal preparation and assist with Special Events We employee t. part time Bus Drivers: Tom Clemons, Carl Jamison and Hilda Villarreal. They transport seniors to and hm the Carlsbad Senior Center for lunch each day. They have over 50 years of combined experience serving seniors. They all possess current a Class B License with Passenger Endorsement, CPR Certification and are subject to drug testing. Examples of Duties: Pick-up congregate and home meals from the caterer. Transport seniors to the center for lunch. Transport seniors to shopping, doctor appointments and excursions. Conduct daily vehicle safii inspections. Report all maintenance or safety concerns. Drive vehicles to Fleet Maintenance for regular service. 40 Maintain daily logs. Deliver Home Meals and assist with Congregate meal preparation and assist with Special Events 2.6.2 - KITCHEN AID - FACILITY AlTENDANT - Terry Talbot Terry Talbot is our Kitchen Aid; she bas worked at the Carlsbad Senior Center since it was built in 1989. She prepares food for distribution to our congregate and home meal seniors. She is a Certified Food Handler and complies with the California Restaurant Act regarding sanitation and personal hygiene. She and her 12 volunteers observe all safety and health regulations. 2.6.2 - DISHWASHER - KITCHEN HELPER - Salvadore Serrano Salvadore Serrano is our Dishwasher and Kitchen Helper. He operated a fully automatic dishwasher that cleans and sterilizes. He is very conscientious about maintaining a very clean food service area. He observes all safety and health regulations. 2.6.2 - SECRETARY - Kris Westland Kris Westland is our secretary and assists with her administrative knowledge. She types, edits, proofkads and prepares information in appropriate formats. She helps maintain the AIS History Library. Kris has over 25 years in secretarial and administrative work. She helps with budget monitoring and fiscal recordkeeping. She performs a variety of other clerical tasks and duties including but not limited to data entry, copying, recordkeeping, filing and processing paperwork and forms. 2.7 - Collaborations, Linkages and Subcontracts 2.7.1 - Subcontracts - The City of Carlsbad sub-contracts with a caterer. 2.7.2 - Describe specific program requirements met. - Essenco Inc. provides nutritionally balanced meals in bulk for congregate and individual meals for home delivery and assists with menu planning and attends A.I. S. meetings as requested. 2.7.3 - Type of contract or agreement/Commitment- The initial contract is for one year with an additional three-year renewal option. We are currently in our second year of renewal expiring in June of 2006. Essence Inc. has expressed interest in a 3rd year renewal. A copy of the contract is attached. 3. Promam Dcscri~tioq - (Scope of Work PWS numbers in bold) 3.1 - How Service and Hours are responsive to target population. The City of Carlsbad provides a nutrition program Monday through Friday (except holidays) for seniors 60 and older that includes: home meal delivery, congregate dining with social interaction, transportation to congregate and nutrition education. A nutritionally balanced meal is provided each day at 12:00 PM in our dining room at the Carlsbad Senior Center, 799 Pine Avenue in Carlsbad. Transportation is provided to Carlsbad Residents who cannot drive that attend congregate. There is no charge for these services, however: we do request a donation to help support the program. Our nutrition services assists older individuals to live independently by promoting better health and reduced isolation through a coordinated congregate lunch program with supportive Services such as nutrition education. Priority is given to seniors with greatest economic or social needs. Home delivered meals assists seniors who cannot attend congregate for both temporary and longer term illnesses. The Nutrition boasts over 50 volunteers who assist with serving meals, guest check-in, clean-up, home delivery and office support. Food Handler's Cad training is provided for all volunteers who handle food. All volunteers must pass a food handler's test given by the Recreation Supervisor, who is certified as Professional Food Service Manager. 2. Background - The Senior Nutrition program is funded though Title 111 of the Older Americans Act, a Federal Program. It is also funded by the City of Carlsbad, Nutrition Council fundraising efforts and donations fiom senior nutrition clients. Community donations are accepted hm the public and local businesses and organizations. 3. Goal - To offer senior citizens nutritious meals to seniors through, home delivery and congregate with transportation to and fhm the meal site in order to increase independence and decrease social isolation. 3.2 - Identify how services will be delivered. 4.1 The Carlsbad Senior Center proposes providing a maximum of meals 19,610 meals mually in a congregate setting five days per week. 4.1.1 Each meal will contain at least 1/3 of the daily recommended dietary allowance and shall comply with the 2005 Dietary Guidelines for Americans. The meals will be prepared by the our food services caterer Essenco Inc. Menus are proposed by the Food Services Caterer, reviewed by staff and approved by an A.I.S. Nutrition consultant to ensure the pposed meals meet the dietary standards. 4.2 The Carisbad Senior center proposes to deliver a maximum of 9,340 meals to the homebound. Meals are prepared by our food services caterer and organized by our Home Meal Coordinator for delivery by volunteers. Quarterly visits to each home meal participant ensure feedback on the quality of our service and ensure they still meet the requirements to qualify for the program. Staff will take action to gain support from AIS and or social workers to assist in addressing any environmental or physical or abuse concerns. 43 We will provide Nutrition Education a minimum of four times annually. All nutrition guest speakers at congregate will be announced in the Carlsbad Senior Center Newsletter, announced at congregate, and promoted at the Center by flier. Home Meal participants receive printed materials, as well as visits fiom our Home Meal Coordinator. 4.4 In addition, the Carlsbad Senior Center proposes to provide 7,200 units of transportation annually to and from the center. This will be provided by City- owned buses and a van. All City van and bus drivers have a Class 2 license, follow strict safety standards and provide excellent customer service. 4.5 Plans are in place to ensure seniors with the greatest social and economic needs have priority. 3.3 - Target Population The target population is adults, 60 and older, who are at risk of isolation and or health risk due to lack of nutrition: 4.6 - Geographic Service Area 4.6.1 - The geographic area served is Carlsbad. 4.6.2 - Zip Codes served are: 92008,92009,9201 0 and 9201 1. 4.63 - 4.63.2 Our Dining site location is the Carlsbad Senior Center is located at 799 Pine Avenue in Carlsbad. Lunch is served Monday through Friday at 12:OO PM. The dmiq room is a dedicated facility for the nutrition program firom 8:OO AM- 1 :OO PM. 4.7 - We understand the Contract period to be July 1,2006 - June 30,2007, with four 1 -year options through June 30,201 1. 5. - Payment for Services: 5.1-5.2 - See Exhibit C. Rates to be determined by AIS. 6. - General Requirements for Semce Delivery: 6.1 - Agree. 6.2 - Contractor is a public agency. 63 - The facility is accessible via public transportation on the North County Transit District (NCTD) bus route 321, and meets ADA and Title 24 regulations. 6.4.14.4.4 - The City of Carlsbad agrees and understands the funding components for the Nutrition program. 6.5 - Performance service levels will be met through repeat clients and attracting new clients through marketing. 6.6 - A.I.S. is ref& to as a funding source on printed materid. 6.7 - A.I.S. will be notified at lease 24 hours in advance of all media events and press releases 6.8 - The City of Carlsbad will make all requests for equipment to A.1.S in writing. 6.9 - Refer to the FY 06/07 Budget, Exhibit D to see at least a 15% match for program costs. 6.10 - The City of Carlsbad requires Respectful Workplace training for all staff members that encourages respect for cultural competency and diversity in the workplace. All City services are designed to meet the diverse population served. 6.11 - Procedures are in place to handle fiaud and other Critical Incidents and will be reported to City of Carlsbad Recreation and Risk Management Departments and A.I.S. 4. Financial Information On the immediately following pages, please find documentation of the City of Carlsbad's financial situation including: 4.1 - Budget 4.1 1 - Match information is provided in the Budget Forms, Exhibit D. 4.2 - Financial Statements - City of Carlsbad is a government agency funds are budgeted annually to ensure the program is supported. Statements of Net Asset. are attached for the past three to show adequate cash flow. 4.2.1 - Balance Sheets 4.2.2 - Statement of Activities 4.2.3 - Statements of Cash Flows 4.2.4 - Auditor's Reports (See bound copies provided.) CONTMCTOR NAME1 Clv 01 C8CI#bad PROJECT )IAMB: Nuitmion program TRANSPORTATION 1411 l CONGREGATE T4ll C-1 HOME DELNEREO 7411 C4 TOTAL BUDOR PERSONNEL TRAYELmlAlNlNG TRANSPlDEUVERY EQUIPMENT o CONSULTICONTR SVCS o FOOD OTHER COSTS REVENUE: PROGRAM INCOME 4,092 OTHER REMNUEEASH MATCH o IN-KIND MATCH CONTRACT AMWM BRWVASTMEALS NOON MEALS TOTAL SCOPE OF MWS 1,634 776 GRANT CONTMCT AMOW AIS-EXHIBIT D.l WNTR&GTOR we: Clty of Clrlsbrd PROJECT lYAMC N- PlogCIIm FY OBlW TOTAL BUDGET MONTHLY EXPENDITURE SCHEDULE 5 U(PLNDIl'Um mscmEL lUAEullWMNG 7mNSmmmY EamaM ~~SVCS JUL 6.054 6 6 209 rWY, 10,012 10.012 10,012 10,012 10,012 10,012 10,012 10,012 10,012 10,012 10.012 10,011 120,143 92 9 2 92 92 92 92 92 92 92 92 92 91 1,100 AUO 6.054 6 6 209 PROGRAUI~ 0THWmXA.wIUTCH CWlTMCT MIOUNT - - - - - TOTALREVENUE SEC 6,054 66 209 5,462 10,972 . - - - 16,434 5,462 10,972 - 16,434 OtT 6,054 6 6 209 5,462 10,972 16,434 NOV 6,054 6 6 208 JIN 6,054 6 6 208 WC 6,054 6 6 208 FED 6,055 6 6 208 MAR 6,054 68 208 5,462 10,971 16,433 APR 6,054 6 8 208 5,462 10,970 16,432 MAY 6,054 68 208 5,462 10,970 16,432 JUN 6.055 68 208 5,462 10,970 16,432 TOTU 72,650 800 2.500 0 0 5,462 10,970 16,432 5,462 10,970 16,432 5,462 10,970 16,432 5,463 10,970 16,433 5,463 10,970 16.433 65,546 131,647 197,193 686'ST WLOA ZEE'K NC)P ZEE'K AVW ZCE'T MdW ZEE'T YIW ZEE'T mild ZtE'T NIP ZEE'T 3a4 ZEE'T AON ZEE'T 130 ZEE'T das ZEE'T onv ZEE'I lnr -i5WCW3 CaZIllllONildM AOINO I INDEPENDENCE SERVICES FY 06/07 CONTRACTOR NAME City 01 CIn8b.d AIS EXHIBIT D.l 5 1 AWN0 a INDEPBNDENGE SERVICES FY 08/07 CONTRACTOR NAME: Clty Of Car1Sb.d Miscellaneoue Mileage for etaff/volunteers I I I Vehicle Maintenance IV. EQUIPMENT AXS EXHIBIT D.l AOlNO & INDEPENDENCE SERVICES f Y OBlV7 CONTRACTOR NAME: City Of Canread V. CONSULT/CONTR SVCS Vf. FOOD ~p -- Congregate lunch 19,610 X 4.05 Home Delivered Meals 9,340 X 4.36 TRANSPORTATION W. OTHER COSTS CONGREGATE T.lll C-I TOTAL I Supplies HOME DELIVERY Tlll C.2 1.111 8 AIS EXHIBIT D.1 AQlNO 6 INDEPENDENCE SERVICES FY OSlO6 CONTRACTOR NAME: Clty 01 Cantbad VI1I. INDIRECT COSTS ******* R E V E N U €******* I. PROGRAM INCOME /I. OTHER REVENUUCASH MATCH ****** IN-KIND MATCH* * * * * * Transportation Congregate 19,610 x 1.98 Home Meal 9,340 x 2.41 Congregate Volunteers 5,324 @ 6.75 hr. Home Meal Volunteers 1,894 x 6.75 hr. 38,943 4,092 AIS EXHIBIT D.l 54 22,511 CITY OF CARLSBAD, CALIFORNIA Statement of Net Assets June 30,2003 Primary Government Governmental Business-type ASSETS Activities Activities Total Cash and investments S 303,749,655 $ 124,330,827 $ 428,080,482 Receivables: Taxes Accounts, net Other Due from other governments Inventories Prepaid items Loans receivable Deposits Restricted assets: Cash and investments Accrued interest Internal balances Capital assets: Land Buildings and other structures Improvements other than buildings Machinery and equipment Infiashucture Construction in progress Sewage treatment Wlity Less accumulated depreciation Total capital assets Total assets S 595,907,912 $ 303,065,08 1 $ ' 898,972,993 me notes to the financial statements are an integral part of this statement. CITY OF CARLSBAD, CALIFORNIA Statement of Net Assets (Continued) June 30,2003 Primary Government Governmental Business-type LIABILITIES Activities Activities Total Accrued liabilities $ 8,456,760 $ 3,085,307 $ 11,542,067 Accrued interest payable Due to other governments Estimated claims payable Deposits payable Current liabilities payable from restricted assets - accrued interest Deferred revenue Noncurrent liabilities: Due within one year Due in more than one year, net of deferred charges and unamortized issuance costs of $644,083 Total liabilities 30,427,434 17,946,766 48,374,200 NET ASSETS Invested in capital assets, net of related debt 248,218,517 163,206,299 41 1,424,816 Restricted for: Capital assets 165,477.9 14 96,666,368 262,144,282 Other purposes 34,854,737 34,854,737 Unrestricted 1 16,929,310 25,245,648 142,174,958 Total net assets $ $ 285,118,315 $ 850,598,793 The notes to the financial statements are an integral part of this statement. CITY OF CARLSBAD, CALIFORNIA Statement of Net Assets June 30,2004 Primary Government ASSETS ~ctivities Activities Total Cash and investments S 343,933,119 $ 124,552,184 % 468,485,303 Receivables: Taxes Accounts, net Other Due from other govcmments Inventories Prepaid items Loans receivable Restricted assets: Cash and investments Accrued interest Internal balances Capital assets: Land Buildings and other structures Improvements other than buildings Machinery and equipment Infrastructure Construction in progress Sewage treatment facility Less accumulated depreciation Total capital assets Total wets The notes to the financial statements are an'integral part of this statement. CITY OF CARLGBAD, CALIFORNIA Statement of Net Assets (Continued) June 30,2004 Rimary Government Governmental Business-type LIABILITIES Activities Activities Total Accrued liabilities $ 13,194,045 $ 6,816,084 $ 20,010,129 Accrued interest payable Due to other governments Estimated claims payable Current portion of long-tenn debt Deposits payable Current liabilities payable from restricted assets - accrued interest Deferred revenue Noncurrent liabilities: Due in more than one year, net of deferred charges and unamortized issuance costs Total liabilities 34,452,650 20,180,016 54,632,666 NET ASSETS Invested in capital assets, net of related debt 282,727,367 1 83,234,445 465,96 1,812 Restricted for: Capital assets Other purposes Unrestricted Total net assets 'Ihe notes to the financial statements are an integral part of this statement. CITY OF CAWBAD, CALlFORNlA Statement of Net Asseta June 30,2005 ASSETS Cash and investments Receivables: Taxes Accounts, net Other Due from other governments Inventories Prepaid items Loan and reirnbunwmmt receivables Restricted asects: Cash and investments Acrrued intcmt Intd balancts Capital essets: Land Buildings and other structures hprovcmmts other than buildings Machinery and equipment Infrastructure Coneeuction m progress Sewage treatment facility Less accumulatad depreclalion Total capital assets Activities Activities Total S 387,803,652 $ 123,414,224 S 511,217,876 The notes to the financial statements are an integral part of this statememt. CITY OF CARISBAD, CALIFORNIA Statement of Nd Assets (Conthud) Jane 30,2005 Rimary Govanment Governmental Business-type LIABILITIES Activities Activities Total ~ccrued liabilities 5 12,022,225 $ 6,595,730 S 18,617,955 Accrued interest payable 270,683 270,683 Due to other governments Estimated claims payable Current portion of long-term debt Deposits paysble Current liabilities payable from restricted assets - accrued interest Unesmed revenue Noncment liabilities: Due in more than one ytar, net of defd charges and unamortized issuance costs Total U.bUlties NET ASSETS Invested in capital assets, net of related debt 3423 1,872 208,964,249 551,1%,121 Resbictad for: Capital assets Otha purposes Unrtstricted Total net rsscts The notes to the financial statemnts are an integral part of this statement. Financial Status Report Prepared by the Finance Department December 31,2005 This report summarizes the City of Carlsbad's General fund revenues and expenditures for the first half of the fiscal year. It compares revenues and expenditures for the first six months of both fiscal years. In addition, the financial status of the Water and Sanitation Enterprises and the Village Project Area of the Redevelopment Agency will be addressed. This report is for internal use only. The figures presented here are unaudited and have not been prepared in accordance with Generally Accepted Accounting Principles (GAAP). Carlsbad's revenue trends appear to mirror the San Diego region in general. Therefore, on a monthly basis this report will provide the most recent economic data for the area: The San Diego County Economic Indicators. We believe this information provides the reader with some insight on the direction of the local economy. SAN DlEGO ECONOMIC INDICATORS I index of ~eadin~ Economic Indicators I SAN DlEGO COUNTY ECONOMIC INDICATORS October 2005 Consumer Confidence I Stock Prices Building Permits Help Wanted Advertising I Unemployment Insurance National Economy Sows. Uni-ty of San Dicgo Schwl dBurinss Mmmi~io~ USD lndu gleoihlg Ermanic Idcnfors. Dssnbcr 14,2005. Financial Status Report 2 Accordina to the USD lndex of Leadina Economic lndicators Re~ort: The Universtty of San Diego's lndex of Leading Economic Indicators for San Diego County was down in the two latest reporting periods, September and October. Components down in both months were building permits, consumer confidence, and help wanted advertising. The only component that was positive in both months was initial claims for unemployment insurance. There were mixed results as far as local stock prices and the outlook for the national economy was concerned. The declines in September and October mean the USD lndex has now declined for three months in a row. However, other than a big drop in September, there has not been a significant change in the lndex since May. It has changed in either direction by only 0.1 percent in five of the last six months. The implication is that the economy is basically on a stable trajectory at this point. The forecast is that San Diego County is likely to experience continued economic growth for the year ahead, although it may be a little slower than in recent years. The forecast is for job growth of roughly 17,500, with the local unemployment rate to edge up slightly to 4.5 percent. Residential units authorized by building permits plunged in October. The 634 units authorized for the month was the lowest level since March 1997. Through October, residential units authorized were down almost four percent compared to the same period in 2004. The labor market variables remain mixed. Initial claims for unemployment insurance have been the most consistent positive component in the USD Index, having been up now for six months in a row. This has been offset by a downturn in help wanted advertising, which has been down for exactly the same period. The net result is a relative stable local unemployment rate of 4.4% for October. Local stock prices dipped in October, which broke a modest five-month winning streak. Consumer confidence continues to exert a strong negative influence, having fallen now for 10 consecutive months. The consumer confidence index calculated by the San Diego Union-Tribune is down nearly 20% on a year-to-year basis. As the latest survey (October) was taken during the heat of the special election campaign, the political turmoil surrounding the City of San Diego probably had an impact in terms of the negative local outlook by consumers. It remains to be seen whether the election of a new mayor can turn that situation around. The outlook for the national economy was very erratic during September and October, with a big drop in the national lndex of Leading Economic Indicators in September, followed by a big jump in that component in October. The national economy loverall appears to be in good health, with the GDP in the third quarter growing at a solid 4.3 percent rate. TOP GENERAL FUND REVENUES Pro~ertv Taxes ($13.9 million1 - In December, the City began to see a much larger flow of property tax revenues. Property taxes reflect a 15% increase over fiscal year 2004-05. The larger than anticipated increase in property taxes to date is primarily due to two reasons: the continued rise in North County median home prices and the K~Q~%~ timing of property tax payments received from the County. According to the most recent County of San Diego Assessor's Office report, assessed values in Carlsbad have increased by 12.1 % for fiscal year 2005-06. Sales Taxes ($10.4 million) - During the first half of the new fiscal year, sales tax revenues are $71 0,000 (or 6%) lower than the same time period in the previous fiscal year. Sales tax revenues to date represent actual sales tax receipts for the second and third quarters of the calendar year, as well as the first advance of the City's fourth quarter sales tax revenues. Advances are based on prior year activity, and are not a true indicator of the current economy. The receipts have also been impacted by the "Triple Flip", which reduced the advances by 25%. The first "Triple Flipn payment to the City will be received in January 2006. For sales occurring in the second calendar quarter of 2005, key gains could be seen in apparel stores, restaurants, and new auto sales. During the same period, key declines could be seen in retail building University of San Digo School of Business Administration, US0 lndex of Leading Economic Indicators, 'Leading Economic Indicators DM in September and October," December 14. 2005. Financial Status Report 3 -- materials, office equipment and miscellaneous retail. The largest economic segments in the City continue to be new auto sales, department stores, restaurants, apparel stores, and miscellaneous retail. Together, they generate 68% of the City's sales tax revenues. Excluding one-time payments received as the result of audit findings, payments for previous quarters, etc., actual sales tax transactions were up by 5.6% for sales occurring in the twelve months ended June 30, 2005 over the same twelve-month period last year. In this fiscal year, sales taxes are expected to increase by a total of 8%. These projections assume a base increase of 5.6% plus additional amounts for new retail sites locating in the City. The base increase would have been closer to 6.5% if not for the implementation of the "Triple Flip" required under the State's 2003-04 budget. Transient Occu~ancv Tax ($6.1 million) - Transient Occupancy Taxes (TOT) for the first six months reflect an increase of $866,000, 17% over the previous year. Increased tourism throughout the City accounted for most of the variance. Another contributing factor to this increase is the reopening of rooms at the La Costa Resort and Spa. Last fiscal year, these rooms were under construction. In addition to these factors, timing differences account for the remaining change in revenues for the year. Year-todate TOT figures represent taxes collected on hotel receipts through the month of November 2005. Development-Related Revenues ($2.7 million) - Development-related revenues, which include building permits, planning fees, building department fees, and engineering fees, reflect a slight increase year-to-date. These fees are paid by developers to cover the cost of reviewing and monitoring development activities such as plan checks and inspections. The largest development-related revenue source year-to-date is engineering plan check fees. Some of the activity in December included developments at Bressi Ranch, Crescent Del Sol Estates (8 residential homes), four industrial buildings on the Fox Miller property, and expansion of the La Costa Resort & Spa. Another source of development-related revenue is building permits, up 1% compared to last fiscal year. The increase in building permit revenue is derived from increases in the valuation of new construction, the number of building permits issued, and higher building fees. The valuation of new construction in the current fiscal year is just under $201 million, while it was just over $193.3 million in the previous fiscal year, a 4% increase. For the fifth month in a row, residential unit permitting fell below 100 units for the month. All . - the permitting in December was for developments in the Northwest Quadrant; four condominium units at the Pine Street Condos and a second dwelling unit. For the first half of the fiscal year, 465 residential permits were issued, as compared to 729 permits issued during the same period last year. December was another busy month for new reportable non-residential space. Seventeen permits were issued for a total of 244,962 square feet. Fourteen of these permits (205,462 square feet) are for industrial buildings at the Palomar Forum industrial center. The remaining permits included a new industrial building at the Carlsbad Corporate Center, a new restaurant on Avenida Encinas and a small commercial building at Poinsettia Village. Year-to-date, there has been a combined 743,668 square feet in commercial/industriaI permits issued, as compared to 244,040 square feet at this time in fiscal year 2005. Business License Tax ($1.6 million) - Business license revenues have increased $103,000, 7% over fiscal year 2005 figures. This increase is attributable mainly to an increase in the number of licensed businesses compared to the prior year. There are currently 8,143 licensed businesses operating within the City, up 268 licenses from last year. Of this figure, 5,760 businesses are located in Carlsbad, with 2,431 of these businesses home-based. Financial Status Report - -- , . ---.- Income from Investments and Propertv ($1.5 million) - For the first six months of the new fiscal year, income from investments and property is up $140,000 1 compared to the previous year. The increase is the combination of higher interest 1 income (up 7%) combined with an increase in income from the sale and rental of I City-owned property (up 22%). Interest income is up due to the net effect of a 4% decrease in the average cash balance, offset by an 11% increase in the average yield on the portfolio for the first half of the year. Income from property rentals and sales is up compared to the previous year, primarily due to increased parking lot rentals at the Farmer's building, additional recreation site rentals and increased cell site leases. Interdenartmental Charaes ($1.3 million) - Interdepartmental charges are $93,000, or 8% higher than last year. These charges are generated through engineering overhead charged to capital projects and miscellaneous interdepartmental expenses charged to funds outside the General fund for services performed by departments within the General fund. The increase through December is due to an increase in interdepartmental charges to funds outside the General fund, reflecting an updated cost allocation plan as well as additional engineering overhead charged to City's various capital projects. Other lnteraovernrnental Revenues ($1.2 million) - Other intergovernmental revenues include miscellaneous receipts received from the State or Federal governments, as well as local school districts. Included in the $1.2 million received this year are state library grants, senior nutrition grant funds, a federal museum grant, reimbursements for Peace Officer Standards and Training (POST) expenses, state mandated costs reimbursements, school resource officer reimbursements from the school districts, and money received from the State of California and County of San Diego for police task force reimbursements. A major factor in this year's increase has come from arr~ounts billed to the Federal Highway Administration and amounts received from both FEMA and OES for assistance with the 2005 winter storm damage in the City. Franchise Taxes ($1.1 million) - Franchise fees come from public utility sources such as San Diego Gas & Electric (SDG&E), trash collection franchises, and cable franchises conducting business within City limits. Year-to-date franchise fees are up $88,000 over the same period last year due primarily to an increase in the quarterly franchise taxes paid by Adelphia (up 8%) and Coast Waste Management (up 10%) for the second and third quarters of the calendar year. Approximately 58% of the total franchise fee revenue anticipated for the year will be collected from SDG&E during the month of April 2006. Recreation Fees ($916,000) - Recreation fees are generated through instructional classes, youth and adult sports, the triathlon, and other special events, day trips, various aquatic programs, and lagoon permits. Year-to-date recreation fee revenue is $79,000 higher than the previous fiscal year. The largest factor in this year's increase is the fact that this year's triathlon was held in July while last year's triathlon was held in June; two different fiscal years (a difference of $105,000). In addition to the triathlon, the City has seen increased participation in instructional classes, youth sports and the various aquatics programs. These increases were partially offset by a reduction in senior triplclass revenues. This reduction is merely a timing difference in the recording of senior triplclass revenues; a result of recently implementing the CLASS System to register and account for senior programs. Financial Status Report 5 Ambulance Fees ($719.0001 - The City bills any individual who is transported in one of the City's ambulances. Through December 2005, receipts from ambulance fees are up 8%, or $50,000 higher than fiscal year 2004-05. Ambulance fees can fluctuate from month to month based on the number of calls. Although the number of ambulance calls is up for the year, the increase was partially offset by an increase in Medicare adjustments (Medicare claims are reimbursed to the City at substantially reduced rates). ADDITIONAL GENERAL FUND REVENUES Although the top General fund revenues represent approximately 94% of all General fund revenues, the City does have some other revenue sources, although much smaller in scale. Each month, we will highlight other revenue sources to give you some insight as to how these revenues are derived and how they are doing in the current fiscal year. Homeowners' Exem~tions ($56,000) - When property taxes are calculated on a particular parcel of property, the first $7,000 of property value is excluded from the property tax calculation. The State then reimburses the City for this mandated exemption. This reimbursement is entitled Homeowners' Exemption revenue and is shown under intergovernmental revenues. Fines and Forfeitures ($465.000) - Fines and forfeitures represent fees collected for code violations, parking citations, overdue fines, and returned checks The City recognizes revenues when the citizen pays the fine or forfeiture, as opposed to when the fine is imposed. Decreased revenues received by the City from the court system for our share of moving violation fines, as well as a reduction in parking citation billings, account for the lower revenues in the current year. Financial Status Report 6 EXPENDITURES Total General fund expenditures and encumbrances through December 2005 are $55.8 million, compared to $49.2 million at the same time last year. This leaves $63.9 million, or 53.4%, available through the fiscal year-end on June 30, 2006. If funds were spent in the same proportion as the previous year, the General fund would have 54.4% available. Excluding the transfers out, contingencies, and non-departmental charges, the percentage available at December 31, 2005 is 56.496, essentially the same as the 56.2% available at December 31, 2004. Some of the larger factors reflected in the increase in expenditures for the current year includes an increase in retirement and health insurance rates, costs related to the 2005 winter storms, additional communication-related expenditures and the purchase of the new radio frequency identification system in the City's libraries. The City Council has allocated $2.3 million out of the General fund budget to be available for unanticipated emergencies or unforeseen program needs. As of December 31,2005, $165,000 has been authorized out of the contingency account, as shown in the chart below. CONTINGENCY ACCOUNT USE OF FUNDS RESOLUTION EXPLANATION AMOUNT DATE NUMBER ADOPTED BUDGET $2,300,000 USES: Emergency Donation to the Victims of Hurricane Katrina (50,000) 09/06/2005 2005-277 Enhanced City Enforcement Efforts in the Downtown Village Area (65,000) .tOiOSnOO5 2005-31 3 Temporary Pump Rental for Calavera Dam (50,000) 12/06/2005 CMWD 1262 TOTAL USES (165,000) AVAILABLE BALANCE $2,135,000 Detailed schedules of General fund revenues and expenditures are provided on the following pages. Financial Status Report INTERGOVERNMENTAL VEHICLE LICENSE FEES HOMEOWNERS EXEMPTIONS OTHER TOTAL lNTERGOVERNMENTAL GENERAL FUND REVENUE COMPARISON UCENSES AND PEWI~S BUILDING PERMITS OTHER LICENSES 6 PERMITS TOTAL UCENSES a PERlTS EXPECTED BUDGET AS OF 12131106 TAXES PROPERTY TAX 513,439,854 SALES TAX 12,097,088 TRANSIENT TAX 5,348,060 FRANCHISE TAX 914,374 BUSINESS LICENSE TAX 1,610.779 TRANSFER TAX '471,520 TOTAL TAXES 33,881,674 CHARGES FOR SERVICES PLANNING FEES BUILDING DEPARTMENT FEES ENGINEERING FEES AMBULANCE FEES RECREATION FEES OTHER CHARGES OR FEES TOTAL CHARGES FOR SERVICES ACTUAL ACTUAL CHANGE FROM M 2005 M 2006 YTD 2006 TO PERCENT AS OF 12131104 AS OF 12n1106 YTD2006 CHANGE 512,018,560 $1 3,880,855 $1,842.295 15% 11,116,561 10,406,607 (709,854) -6% 5,240,505 6,106,555 866,050 17% 975,656 1,063,306 87.650 9% 1,454,729 1,558.081 103,352 7% 630.607 676,670 46,063 7% 31,436,618 33,612,074 2,236,466 PA IRNES AND FORFEITURES I (I) Calculated General fund revenues are 3.9% abow budget estimates as of ~e&rnber 2005. I INCOME FROM INVESTMENTS 6 PROPERTY 1,480,000 INTERDEPARTMENTAL CHARGES 1,35(1,000 OTHER REVENUE SOURCES 426,985 TOTAL GENERAL FUND $41,449,611. 0) 1,383,251 1,623,284 140,043 10% 1,224.949 1,318,264 93,316 8% 630,467 382,896 (147,661) -28% $41,101,627 $44,100,838 $2,899,211 7% Financial Status Report GENERAL FUND I EXPENDITURE STATUS BY DEPARTMENT DEPT DESCRIPTION TOTAL AS OF 12/31/05 I BUDGET AMOUNT AVAllABLE FY 206506 COMMITTED Ibl BALANCE AVAILABLE* . . pOUCYlLEADERSHlP GROUP CITY COUNCIL $451.221 $175,607 $275,614 61.1% CITY MANAGER 1,738,626 710,617 1,028,009 59.1 % COMMUNICATIONS 1,124,861 837,986 286.875 25.5% CITY CLERK 203.332 87.135 116.197 57.1 % CITY ATTORNEY 1,340,710 523.996 816.714 60.9% CITY TREASURER 207,123 73,950 133,173 64.3% TOTAL POUCY/LEADERSHlP 5,065,873 2,409,291 2,656,582 52.4% ADMlNlSTRAllVE SERVICES ADMINISTRATION 780,601 302,809 477,792 61.2% FINANCE 3,829,876 1.372.744 2,257,132 62.2% HUMAN RESOURCES 3.212.295 1,168,233 2,044,062 63.6% RECORDS MANAGEMENT 907.940 365.872 542.068 59.7% TOTAL ADMINISTRATIVE SERVICES 8,530,712 3,209,658 5,321,OS 62.4% PUBUC SAFETY POLICE 24,392,815 11,091,189 13,301.626 54.5% FIRE 14,839,610 6,614,869 8,224,741 55.4% TOTAL PUBLIC SAFm 39,232,425 17,708,058 21,526,367 54.9% COMMUNIM D&ELOPMENT COMMUNITY DEVELOPMENT AWlN 2,641,949 466,580 2.175.369 82.3% HIRING CENTER 85,004 82,899 2,105 2.5% GEOGRAPHIC INFORMATION 394,332 242,887 151.465 38.4% ECONOMIC DEVELOPMENT 238.979 94.523 144.456 60.4% COMMUNIW PROMOTION (CCVB) 341.940 254.001 87.939 25.7% PLANNING 3,&2,705 1,822.701 2,020,004 52.6% BUILDING 2,072,692 I ,170,322 902.370 43.5% TOTAL COMMUNITY DEVELOPMENT 9,617,601 4,133,893 5,483,708 57.~ COMMUNITY SERVICES PARK PLANNING 8 RECREATION 7,253.335 2,485,557 4,767,778 65.7% SENIOR PROGRAMS 918.587 473.505 445,082 48.5% LIBRARY 11,.161.907 4.761.91 1 6,399,996 67.3% CULTURAL ARTS 1,184,306 416.865 767,441 64.8% TOTAL COMMUNITY SERVICES 20,518,135 8.1 37,838 12,380,297 60.3% PUBLIC WORKS PUBLIC WORKS ADMINISTRATION 1,276,343 437,983 838.360 65.7% ENGINEERING 7,575,535 3,751.525 3,824,010 50.5% PARKS 4,846,186 2.199.446 2,646,740 54.6% STREETS 8 TRAFFIC SIGNALS 4,998,690 1.979.642 3,019,048 60.4% FACILITIES 3.749.479 2,027,117 1,722.362 45.9% TOTAL PUBLIC WORKS 22,446,233 10,395,713 12,050,520 S3.7.X NON-DEPARTMENTAL a CONTINGENCY OTHER NON-DEPARTMENTAL (a) 6,194,582 4,069,672 2,124,910 34.3% TRANSFERS OUT 5,925,000 5.700.OOO 225,000 3.8% CONTINGENCY 2.135.000 0 2.135.000 100.0% TOTAL NON-DEPT 6 CONTINGENCY 14,264,682 9,769,672 4,484,910 31.5% TOTAL GENERAL FUND $119,665,661 $55,762,123 $63,903,438 53.4% > (a) Other nondepartmental expenses indude property tax administration fees, assessment district administration, crtywide litigation expenses, 2005 stonn damage costs and other item not attributed to a specific department. (b) Total committed indudes expenditure9 and encumbrances. Amwnt avalable wwkl be 54.4% if funds were spent in the same proportion as the previous year. . . 68 Financial Status Report 9 WATER ENTERPRISE - - WATER OPERATIONS FUND DECEMBER 31,2005 REVENUES WATER SALES 14,031,199 CHARGES FOR CURRENT SERVICES 4,000,620 PROPERTY TAXES 2,032,029 FINES, FORFEITURES & PENALTIES 255,000 INTEREST 552,423 OTHERREVENUES 705,828 TOTAL OPERATING REVENUE 21,677,099 BUDGET FY 2005-06 EXPENSES STAFFING INTERDEPARTMENTAL SERVICES PURCHASED WATER MWDICWA FlXED CHARGES OUTSIDE SERVICESWINTENANCE DEPRECIATIONIREPLACEMENT CAPITAL OUTLAY MISCELLANEOUS EXPENSES TOTAL OPERATING EXPENSES CHANGE FROM YTD YTD YTD 2004-06 TO PERCENT 12/31/2004 12/31/2006 YTD 2005-06 CHANGE Revenues The increase in water sales can be tied directly to the 6.1% increase in the number of water unit sales. The higher water sales in the current year are a reflection of the wet winter the City experienced last year. Additional ready-to-serve revenues from the recent growth in development accounts for the higher charges for current services. . Increased taxes are the result of higher assessed value within the water district's boundaries. Efforts to work with our customers to ensure the timely payment of utility bills are reflected in the reduction in fines, forfeitures and penalties. The increase in interest income is the combination of a 3% increase in the average daily cash balance and an 11% increase in the average yield on the portfolio for the first six months of the fiscal year. The drop in other revenues is the result of a timing difference in recording agricultural water credits received from the San Diego County Water Authority (SDCWA) as well as a reduction in the recording of engineering labor charged to water projects. Last year, the amount of labor charged to the recycled water phase I1 project was much higher, whereas this year, the project is nearing completion. Although the Enterprise has experienced higher retirement and health insurance costs, current year vacancies from recent retirements has partially offset staffing expenses year-to-date. Higher purchased water costs are the result of a 9% rate increase by SDCWA that went into effect on January 1, 2005, partially offset by a 5% reduction in the amount of water purchased. Purchased water costs lag water sales by approximately one month. Outside services and maintenance expenses are up due to the Enterprise's share of a manhole rehab project and for our share of slip lining for ocean outfall, both with the Vallecitos Water District. Higher meter expenses last fiscal year associated with the rapid rate of new home development that was occurring at that time, led to a reduction in miscellaneous expenses in the current fiscal year. Financial Status Report 10 SANITATION ENTERPRISE SEWER OPERATIONS FUND DECEMBER 31,2005 REVENUES CHARGES FOR CURRENT SERVICES 6,843,212 INTEREST 194,283 OTHER RMNUES 241,640 TOTAL OPERATING REVENUE 7,279,135 BUDGET FY 2005-06 EXPENSES STAFFING INTERDEPARTMENTAL SERVICES ENCINA PLANT SERVICES OUTSIDE SERVlCESlMAlNTENANCE DEPRECIATIONIREPLACEMENT CAPITAL OUTLAY MISCELLANEOUS EXPENSES TOTAL OPERATING EXPENSES YTD YTD YTD 2004-05 TO PERCENT 12/31/2004 12/31/2005 YTD 2005-06 CHANGE OPERATING INCOMBLOSS (1,399,229) 144,254 301,854 157,600 109:3% Revenues The increase in charges for current services is primarily the result of additional new residential sewer customers. as well as a 3.85% rate increase that went into effect on August 1, 2005. Higher interest income is the combination of a 2% increase in the average cash balance for the year, combined with an 11% increase in the average yield on the portfolio for the first six months of the fiscal year. Other revenues reflect a 13% increase, the result of additional engineering overhead charged to the various sewer projects. Ex~enses a Staffing costs reflect increased retirement expenses. A reduction in engineering service and utility billing expenses charged to sewer operations can be seen in the lower interdepartmental services. Encina operating expenses are billed quarterly based upon their annual budget. Capital outlay expenses reflect the purchase of a pump in the current fiscal year. The purchase of additional software used in the Public Works maintenance management program accounts for the higher miscellaneous expenses. Financial Status Report 11 REDEVELOPMENTAGENCY CARLSBADREDEVELOPMENTAGENCY VILLAGE PROJECT AREA OPERATIONS, DEBT SERVICE AND CAPITAL FUNDS DECEMBER 31,2005 I CHANGE FROM REVENUES PROPERN TAXES INTEREST OTHERREVENUES TOTAL OPERATING REVENUE BUDGET M 2005-06 EXPENSES STAFFING 172,089 INTERDEPARTMENTAL SERVICES 61,270 RENTALS 8 LEASES 158,448 DEBT EXPENSE 1,245,612 CAPITAL OUTLAY 721,194 OUTSIDE SERVICES. MINT 8 MlSC 154.036 TOTAL OPERATING EXPENDITURES 2,513,649 MD YTD YTD 2004-05 TO PERCENT 12/3112004 1213112005 YTD 2005-06 CHANGE I TOTAL OPEMTING REVENUES OVER EXPENDITURES Revenues Assessed values for the year have increased by almost 19% in the Village Redevelopment Area. Higher property taxes to date are the result of this increase as well as a timing difference in tax collections. Increased interest revenue is the result of a higher daily average cash balance combined with an 11% increase in the yield on the portfolio for the year. . Higher permit and building rental revenues in the current fiscal year are the primary reason for the increase in other revenues. Staffing costs through December 2005 are up by 41% from the prior fiscal year. This is the result of a reallocation of staff salaries within the various sections of the Redevelopment Agency, normal salary and benefit increases, and a vacant position during a portion of the previous fiscal year that has now been filled. Higher interdepartmental charges are the result of increased information technology expenses related to a reallocation of interdepartmental charges in the prior fiscal year. Regularly scheduled lease increases account for the increase in rentals and leases. The decrease in capital outlay is attributable to a new copier purchased last fiscal year. Outside services, maintenance and miscellaneous expenses have increased due to a contract with the Community Land Use & Economics Group to perform a retail market analysis of the Village area. Financial Status Report Prepared by the Finance Department September 30,2005 This report summarizes the City of Carlsbad's General fund revenues and expenditures for the first quarter of the new fiscal year. It compares revenues and expenditures for the first three months of both fiscal years. In addition, the financial status of the Water and Sanitation Enterprises and the Village Project Area of the Redevelopment Agency will be addressed. This report is for internal use only. The figures presented here are unaudited and have not been prepared in accordance with Generally Accepted Accounting Principles (GAAP). Carlsbad's revenue trends appear to mirror the San Diego region in general. Therefore, on a monthly basis this report will provide the most recent economic data for the area: The San Diego County Economic Indicators. We believe this information provides the reader with some insight on the direction of the local economy. SAN DlEGO ECONOMIC INDICATORS SAN DlEGO COUNTY ECONOMIC INDICATORS August 2005 I Stock Prices I Index of Leading Economic Indicators I Consumer Confidence I Building Permits I Help Wanted Advertising 1 Vni*mlty of San DL* Sdml of Buhss Admini& USO lndu @Innbg Emwnrcld-, Oaobs 6,2005. 72 Unemployment Insurance National Economy Financial Status Report 2 Accordina to the USD lndex of Leadina Economic lndicators Report: The University of San Diego's lndex of Leading Economic lndicators for San Diego County fell 0.1% in August, reversing a similarly sized gain in July. Like July, four components - building permits, consumer confidence, help wanted advertising, and the outlook for the national economy - were down in August, although none of the declines was particularly steep. On the positive side, initial claims for unemployment insurance showed significant strength, and there was a slight rise in local stock prices. August's small decrease broke a modest two-month upturn in the USD lndex of Leading Economic Indicators. The lndex has flattened out in the last four months, with only small changes in either direction. The outlook for the local economy is for continued modest growth through the end of the first half of 2006. Potential trouble spots continue to be the slowing of the housing market, softness in the national economy, and the uncertainty surrounding the City of San Diego fiscal crisis. Residential units authorized by building permits are projected to top 17,000 for 2005, down just slightly from the number for 2004. The trend seen in the first half of the year continues, with multifamily units authorized up significantly and single family units down. The labor market variables remain mixed. Initial claims for unemployment insurance have declined significantly over the last four months, which is a positive for the Index. On the other hand, help wanted advertising declined each month over that same period. The net result was that the local unemployment rate was 4.3% in August, which was down from 4.4% in July. Local stock prices matched the overall market trends by increasing in July and bucked them with a modest gain in August. The trend for consumer confidence remains negative. The moving average for that component has now dropped for eight consecutive months, although the pace of the decline is slackening a bit. This mirrors the trend at the national level, where high gas prices; the conflict in Iraq; and concerns about the response to Hurricane Katrina appears to have damaged the national psyche. The outlook for the national economy remains cloudy. After a sharp gain in June, the national lndex of Leading Economic lndicators was down in both July and August. Some of the factors weighing negatively against the national economy are high oil and gasoline prices, rising short-term interest rates, and the fallout from the hurricanes that hit the Gulf Coast.' TOP GENERAL FUND REVENUES wrtv Taxes ($2.1 million) - As the majority of property tax revenue is collected in December and April each year, the property taxes collected to date are not a good of what the City will be receiving during the year. The City expects to see a 11.8% increase for the year after accounting for property taxes received in lieu of .Y" vehicle license fees and the City's 'contributionn to the State. According to the most recent County of San Diego Assessor's Office report, assessed values in Carlsbad have increased by 12.1 % for fiscal year 2005-06. Sales Taxes ($4.9 million) - For the first quarter of the new fiscal year, sales tax revenues are $1.1 million (or 18%) lower than the same time period in the previous fiscal year. Sales tax revenues to date represent actual sales tax receipts for the second quarter of the calendar year, as well as the first advance of the City's third quarter sales tax revenues. Advances are based on prior year activity, and are not a *." ' true indicator of the current economy. The receipts have also been impacted by the "Triple Flip", which reduced the advances by 25%. For sales occurring in the second calendar quarter of 2005, key gains could be seen in apparel stores, restaurants, and new auto sales. During the same period, key declines could be seen in retail building materials, office equipment and miscellaneous retail. The largest economic segments in the City continue to be new auto sales, department stores, restaurants, apparel stores, and miscellaneous retail. Together, they generate 68% of the City's sales tax revenues. Excluding one-time payments received as the result of ' Unlversrty of San Diego School of Business Administration. USD lndex of Leading Economic Indicators, 'Leading Economic Indicators Oown Slightly in August." October 6, 2005. 73 Financial Status Report 3 audit findngs, payments for previous quarters, etc., actual sales tax transactions were up by 5.6% for sale: occurring in the twelve months ended June 30, 2005 over the same twelve-month period last year, In this fiscal year, sales taxes are expected to increase by a total of 8%. These projections assume a base increaseof 5.6% plus additional amounts for new retail sites locating in the City. The base increase would have been closer to 6.5% if not for the implementation of the "Triple Flip" required under the State's 2003-04 budget. Transient Occu~ancv Tax ($3.4 million) - Transient Occupancy Taxes (TOT) for the first three months reflect an increase of $310,000, 10% over the previous year. A major contributing factor to this increase is the reopening of rooms at the La Costa Resort and Spa. These rooms were being renovated during the last fiscal year. Tourism remains strong throughout the other Carlsbad hotels. This, plus a slight timing difference, resulted in the favorable variance. Year-to-date TOT figures represent taxes collected on hotel receipts through the month of August 2005. Develo~rnent-Related Revenues ($1.8 million) - Development-related revenues, which include building permits, planning fees, building department fees, and engineering fees, reflect an increase year-to-date. These fees are paid by developers to cover the cost of reviewing and monitoring development activities such as plan checks and inspections. The largest development- related revenue source year-to-date is engineering plan check fees. Some of the activity in September included the Bluffs condominiums, the Legoland Resort, the Tabata residential subdivision, the Loker Business Center, the Villages of La Costa developments, ofice buildings in the Carlsbad Research Center, Palomar Forum and Raceway industrial centers, Bressi Ranch, Emerald Ridge Estates, and the 24-Hour Fitness corporate headquarters. Another source of development-related revenue is building permits, up 13% compared to last fiscal year. The increase in building permit revenue is derived from increases in the valuation of new construction, the number of building permits issued, and higher building fees. The valuation of new construction in the current fiscal year is just over $140.4 million, while it was just under $127.8 million in the previous fiscal year, a 10% increase. In addition, the number of homes permitted in Carlsbad dipped sharply in September, dropping below 100 units for the second time since January 2005. Builders pulled permits for 41 units in September. All of the 41 units permitted in September were single-family detached dwellings. Builders will construct most of these homes in the planned communities of the Villages of La Costa and Blackrail Ridge. For the first quarter of the fiscal year, 376 residential permits were issued, as compared to 410 permits issued during the same period last year. Carlsbad issued nine permits for new reportable non-residential space for a total of 56,150 square feet. Year-to-date, there has been a combined 146,296 square feet in commercial/industriaI permits issued, as compared to 163,726 square feet at this time in fiscal year 2005. Income from Investments and Propertv ($861.0001 - For the first three months of the new fiscal year, income from investments and property is up $177,000 compared to the previous year. The increase is the combination of higher interest income (up 27%) combined with an increase in income from the sale and rental of City-owned property (up 20%). Interest income is up due to the combination of two factors. A 15% increase in the average daily cash balance for the year, combined with an 12% increase in the average yield on the portfolio for the first three months of the year. Income from property rentals and sales is up compared to the previous year, primarily due to increased parking lot rentals at the Farmer's building and additional recreation site rentals. Financial Status Report 4 Business License Tax ($733,000) - Business license revenues have increased $182,000, 33% over fiscal year 2005 figures. This increase is attributable to a timing difference in the annual license tax for two of the City's larger businesses, as well as an increase in the number of licensed businesses. There are currently 8,079 licensed businesses operating within the City, up 127 licenses from last year. Of this figure, 5,753 businesses are located in Carlsbad, with 2,426 of these businesses home-based. Recreation Fees ($687.000) - Recreation fees are generated through instructional classes, youth and adult sports, the triathlon, and other special events, day trips, various aquatic programs, and lagoon permits. Year-to-date recreation fee revenue is $89,000 higher than the previous fiscal year. The largest factor in this year's increase is the fact that this year's triathlon was held in July while last year's triathlon was held in June; two different fiscal years (a difference of $104,000). In addition to the triathlon, the City has seen increased participation in instructional classes, youth sports and the various aquatics programs. These increases were partially offset by a reduction in senior triplclass revenues. This reduction is merely a timing difference in the recording of senior triplclass revenues; a result of recently implementing the CLASS System to register and account for senior programs. Interdepartmental Charges ($657.000) - Interdepartmental charges are $43,000, or 7% higher than last year. These charges are generated through engineering overhead charged to capital projects and miscellaneous interdepartmental expenses charged to funds outside the General fund for services performed by departments within the U General fund. The increase through September is due to an increase in interdepartmental charges to funds outside the General fund, reflecting an updated cost allocation plan as well as additional engineering overhead charged to City's various capital projects. Franchise Taxes ($499.0001 - Franchise fees come from public utility sources such as San Diego Gas & Electric (SDG&E), trash collection franchises, and cable franchises conducting business within City limits. Year-to-date franchise fees are up $17,000 over the same period last year due primarily to an increase in the quarterly franchise taxes paid by Adelphia for the second quarter of 2005. Approximately 58% of the total franchise fee revenue anticipated for the year will be collected from SDG&E during the month of April 2006. Ambulance Fees 1$363,000] - The City bills any individual who is transported in one of the City's ambulances. Through September 2005, receipts from ambulance fees are down 14%, or $59,000 lower than fiscal year 2004-05. Ambulance fees can fluctuate from month to month based on the number of calls. Other Licenses and Permits ($327,000) - Other licenses and permits consist of plumbing, electrical, mechanical, right-of-way, grading, conditional land use, lagoon, and other miscellaneous permit revenues. These permits usually increase along with increases in development activity. Financial Status Report 5 -- - ADDITIONAL GENERAL FUND REVENUES Although the top General fund revenues represent approximately 92% of all General fund revenues, the City does have some other revenue sources, although much smaller in scale. Each month, we will highlight other revenue sources to give you some insight as to how these revenues are derived and how they are doing in the current fiscal year. Other lnteraovernmental Revenues ($296.0001 - Other intergovernmental revenues include miscellaneous receipts received from the State or Federal governments, as well as local school districts. Included in the $296,000 received this year are State library grants, a federal museum grant, reimbursements for Peace Officer Standards and Training (POST) expenses, state mandated costs reimbursements, school resource officer reimbursements from the school districts, and money received from the State of California and County of San Diego for police task force reimbursements. Vehicle License Fees ($137.000) - Vehicle License Fees (VLF) have decreased by $196,000 over 2004-05 figures. VLF collected through September 2005 represents transactions occurring through August 2005. The drop in VLF is directly attributable to the actions taken by the State when they adopted their 2004-05 budget. prior to that time, ihe State had decreased the VLF paid by taxpayers. Since VLF is a city and county revenue, the State made up the loss of revenue to the cities and counties through what was known as "backfilling" of the loss with State General fund money. In fiscal year 2004, faced with large deficits, the State stopped backfilling the cities and counties. In the 2004-05 budget, the State ended the need to backfill by exchanging approximately two-thirds of this revenue source for more property taxes. The City began to see a large drop in their VLF in October of 2004, when the lack of backfilling took full effect. VLF are collected by the Department of Motor Vehicles and disbursed by the State Controller to the City. The State taxes motor vehicles in lieu of local property taxes. Registered vehicles include automobiles, trucks, trailers, and motorcycles. - - . - EXPENDITURES Total General fund expenditures and encumbrances through September 2005 are $34.8 million, compared to $29.4 million at the same time last year. This leaves $71 -0 million, or 67.1%, available through the fiscal year-end on June 30, 2006. If funds were spent in the same proportion as the previous year, the General fund would have 72.6% available. Excluding the transfers out, contingencies, and non-departmental charges, the percentage available at September 30, 2005 is 71.6%, compared to 76.0% available at September 30, 2004. Some of the larger factors reflected in the increase in expenditures for the current year include an increase in retirement and health insurance costs and costs related to the 2005 winter storms. In addition, several annual contracts were encumbered earlier in the current fiscal year as compared to the prior fiscal year. The City Council has allocated $2.3 million out of the General fund budget to be available for unanticipated emergencies or unforeseen program needs. As of September 30, 2005, the Council has appropriated $50,000 for an emergency donation to the victims of Hurricane Katrina. Detailed schedules of General fund revenues and expenditures are provided on the following pages. Financial Status Report GENERAL FUND REVENUE COMPARISON I EXPECTED BUDGET AS OF 09130105 TAXES PROPERTY TAX SALES TAX TRANSIENTtTAX FRANCHISE TAX BUSINESS LICENSE TAX TRANSFER TAX TOTAL TAXES INTERGOVERNMENTAL VEHICLE LICENSE FEES HOMEOWNERS EXEMPTIONS OTHER TOTAL INTERGOVERNMENTAL UCENSES AND PERMITS BUILDING PERMITS OTHER LICENSES i% PERMITS TOTAL LICENSES a PERMITS CHARGES FOR SERVICES PLANNING FEES 89,311 BUILDING DEPARTMENT FEES 273,273 ENGINEERING FEES 270.778 AMBULANCE FEES 354,750 RECREATION FEES 625,385 OTHER CHARGES OR FEES 252,655 TOTAL CHARGES FOR SERVICES 1,866,153 ACTUAL M 2005 AS OF 09130104 ACTUAL CHANGE FROM FY 2006 YTD 2005 TO AS OF 09130106 YTD 2006 PERCENT CHANGE - (OTHER REVENUE SOURCES 187,500 1 322,824 362,667 39,833 12% I I TOTAL GENERAL FUND I (1) Cdculated General fund mnu are 0.896 above budget estimates as d Gtember 2005. I Financial Status Report = -. GENERAL FUND EXPENDITURE STATUS BY DEPARTMENT TOTAL AS OF 09130105 BUDGET AMOUNT AVAILABLE % DEPT DESCRlPTlON M 2006-06 COMMITTED (b) BALANCE AVAILABLE* POLlCYlLEADERSHlP GROUP CIN COUNCIL $380,861 $90.807 $270,054 74.8% CIN MANAGER 1,351,425 286.365 1.065.060 78.8% COMMUNICATIONS 1,113,861 378,457 735,404 86.0% CITY CLERK 134,207 60,636 73,571 54.8% CITY ATTORNEY 1,135,883 260,975 874,908 77.0% CITY TREASURER 173,113 37,622 135,491 78.3% TOTAL POUCYlL WERSHIP 4,269,350 1,114,862 3,151,488 73.9% ADMINISTRATIVE SERVICES ADMINISTRATION 698,401 190,389 508,012 72.7% FINANCE 3,025.876 856.119 2,169,757 71.796 HUMAN RESOURCES 2,433,150 686.885 1,746,265 71.8% RECORDS MANAGEMENT 829,653 161,429 648,224 78.1% TOTAL ADMINISTRATIVE SERVICES 6,987,080 1,814,822 5,072,258 726% PUBLIC SAFETY POLICE 22,323,657 6.156.156 16,167.501 72.4% FIRE 13.656.731 3.482.563 10,174,168 74.5% TOTAL PUBLIC SAFETY 35,980,388 9,638,719 26,341,669 73.2% COMMUNITY DEVELOPMENT COMMUNITY DEVELOPMENT ADMlN 848.634 238.983 609.651 71.8% HIRING CENTER 85.004 82,266 2,738 3.2% GEOGRAPHIC INFORMATION 321.692 145,642 176,050 54.7% ECONOMIC DEVELOPMENT 233,979 47.355 186.624 79.8% COMMUNIW PROMOTION (CCVB) 257.273 169.334 87,939 34.2% PLANNING 3,612,436 980,322 2,632,114 72.9% BUILDING 2,067,792 795,903 1,271,889 61 5% TOTAL COYMUNrrY DEVELOPMENT 7,426,810 2,469,805 4,967,005 66.9% COMMUNITY SERVICES PARK PLANNING 8 RECREATION 5,353.726 1,284,269 4.069.467 76.0% SENIOR PROGRAMS 915,887 336,080 579,807 63.3% LIBRARY 9,142,937 2,776,141 6,366,796 69.8% CULTURAL ARTS 814,257 213,587 600,690 73.8% TOTAL COMMUNITY SERVICES 16,226,807 4,610,047 11,618,760 71.6% PUBLIC WORKS PUBLIC WORKS ADMINISTRATION 970.458 210,730 758,728 78.3% ENGINEERING 7,195,381 2,346,695 4,848,686 67.4% PARKS 4,748,731 1,206,181 3,542,550 74.6% STREETS 8 TRAFFIC SIGNALS 3,907,102 1,106.066 2.801.036 71.7% FACILITIES 3,357,447 1.294.458 2,062.989 61.4% TOTAL PUBLIC WORKS 20,179,119 6,164,130 14,014,989 69.5% NON-DEPARTMENTAL (L CONTINGENCY OTHER NON-DEPARTMENTAL (a) 8,615,882 3,262,152 3,353,530 50.7% TRANSFERS OUT 5,875,000 5,850,000 225,000 3.8% CONTINGENCY 2,250,000 0 2,250,000 100.0% TOTAL NON-DEPT a CONT~NGENCY 14,740,682 8,912,152 6,828,630 39.6% TOTAL GENERAL FUND $105,810,236 $34,814,637 $70,995,698 67.1% (a) Other nonslepartmental expenses lndude property tax admlnlstratlon fees, assessment dlstrict administration, dtywide litigation expenses, 2005 ston damage costs and other items not attributed to a specilk department. (b) Total cornmined indudes expenditures and encumbrances. Amount available would be 72.6% if funds were spent in the same proportion as the previous year. Financial Status Report WATER ENTERPRISE WATER OPERATIONS FUND SEPTEMBER 30,2005 REVENUES WATER SALES 14,031,199 CHARGES FOR CURRENT SERVICES 4,000,620 PROPERTY TAXES 2,032,029 FINES, FORFEITURES & PENALTIES 255,000 INTEREST 552,423 OTHER REVENUES 705,828 TOTAL OPERATING REVENUE 21,577,099 BUDGET FY 2005-06 EXPENSES STAFFING INTERDEPARTMENTAL SERVICES PURCHASED WATER MWD/CWA FIXED CHARGES OUTSIDE SERVICESIMAINTENANCE DEPRECIATIONJREPLACEMENT CAPITAL OUTLAY MISCELLANEOUS EXPENSES TOTAL OPERATING EXPENSES CHANGE FROM YTD YTD Yl'D 2004-05 TO PERCENT 09130J2004 09/30/2005 YTD 2005-06 CHANGE OPERATING INCOMW(L0SS) (1,014,939) 770,452 456,661 (313,791) 40.7% Revenues Efforts to work with our customers to ensure the timely payment of utility bills are reflected in the reduction in fines, forfeitures and penalties. The increase in interest income is the combination of an 8% increase in the average daily cash balance and a 12% increase in the average yield on the portfolio for the first quarter of the fiscal year. The drop in other revenues is the result of a timing difference in recording agricultural water credits received from the San Diego County Water Authority (SDCWA) as well as a reduction in the recording of engineering labor charged to water projects. Last year, the amount of labor charged to the recycled water phase II project was much higher, whereas this year, the project is nearing completion. Although the Enterprise has experienced higher retirement and health insurance costs, current year vacancies have created a reduction in staffing expenses year-to-date. Interdepartmental expenses reflect additional fleet maintenance costs, the result of an aging fleet of water vehicles. A 9% rate increase by SDCWA that went into effect on January 1, 2005 is the leading contributor to the increase in purchased water costs. Outside services and maintenance expenses are up due to increased corrosion control, water sampling and landscaping costs. Higher meter expenses last fiscal year associated with the rapid rate of new home development that was occurring at that time, led to a reduction in miscellaneous expenses in the current fiscal year. Financial Status Report 9 SANITATION ENTERPRISE SEWER OPERATIONS FUND SEPTEMBER 30,2005 REVENUES CHARGES FOR CURRENT SERVICES 6,843,212 INTEREST 194,283 OTHERREVENUES 241,640 TOTAL OPERATING REVENUE 7,279,135 BUDGET N 2005-06 EXPENSES STAFFING INTERDEPARTMENTAL SERVICES ENCINA PLANT SERVICES OUTSIDE SERVICES/MAINTEWNCE DEPRECIATIONIREPLACEMENT CAPITAL OUTLAY MISCELLANEOUS EXPENSES TOTAL OPERATING EXPENSES CHANGE FROM YTD YTD YTD 2004-05 TO PERCENT 0913012004 0913012005 YTD 2005-06 CHANGE OPERATING INCOMEILOSS (585.041) 105,433 109,981 4,548 4.3% Revenues The increase in charges for current services is primarily the result of an additional 2,975 new residential sewer customers during the past twelve months, as well as a 3.85% rate increase that went into effect on August 1,2005. Higher interest income is the combination of a 16% increase in the average cash balance for - - the year, combined with a 12% increase in the average yield on the portfolio for the quarter of the fiscal year. Other revenues reflect a 21% decrease, the result of a reduction in various reimbursements received in the prior fiscal year. Expenses Staffing costs reflect increased retirement expenses partially offset by several vacancies created by recent retirements. Encina operating expenses are billed quarterly. Expenses associated with minor sewer line repairs last fiscal year, including the Avenida Encinas Sewer rehab project, are reflected in the reduction in outside services/maintenance. Additional parts needed for repair work, accounts for higher miscellaneous expenses. Financial Status Report REDEVELOPMENT AGENCY CARLSBAD REDEVELOPMENT AGENCY VILLAGE PROJECT AREA OPERATIONS, DEBT SERVICE AND CAPITAL FUNDS SEPTEMBER 30,2005 BUDGET FY 2005-06 REVENUES PROPERW TAXES INTEREST OTHER REVENUES TOTAL OPERATING REVENUE EXPENSES STAFFING 166,689 INTERDEPARTMENTAL SERVICES 61,270 RENTALS 8 LEASES 1 59.448 DEBT EXPENSE 1,245,612 CAPITAL OUTLAY 6.194 OUTSIDE SERVICES. MAINT 8 MlSC 154.036 TOTAL OPERATING EXPENDITURES 1,793,249 CHANGE FROM YTD YTD YTD 2004-05 TO PERCENT 0913012004 0913012005 YTD 2005-06 CHANGE Revenues Assessed values for the year have increased by almost 19% in the Village Redevelopment Area. The first installment will be received in October 2005. Interest revenue is up due to the combination of a 14% decrease in the average daily cash balance and a 12% increase in the average yield on the portfolio for the first quarter of the fiscal year. Higher permit revenues in the current fiscal year is the primary reason for the increase in other revenues. Expenditures Staffing costs through September 2005 are up by 66% from the prior fiscal year. This is the result of a reallocation of staff salaries within the various sections of the Redevelopment Agency, normal salary and benefit increases, and a vacant position at this time last year that has now been filled. Higher interdepartmental charges are the result of increased information technology expenses related to a reallocation of interdepartmental charges in the prior fiscal year. Regularly scheduled lease increases account for the increase in rentals and leases. The decrease in capital outlay is attributable to a new copier purchased last fiscal year. Outside services, maintenance and miscellaneous expenses have increased due to a contract with the Community Land Use & Economics Group to perform a retail market analysis of the Village area. CITY OF CARLSBAD Balance Sheet Governmentd Funds June 30,2003 Redevelopment Bridge and General Debt Thoroughfare ASSETS Fund Service Funds Districts Cash and investments $ 61,078,565 $ 2,046,726 $ 5,546,540 Receivables: Taxes Accounts, net Other Due from other funds Due from other governments Inventories Prepaid items Restricted cash and investments Loans receivable Deposits Advances to other funds Total assets LIABILITIES AND FUND BALANCES Liabilities: Accrued liabilities $ 4,958,341 $ - $ 222,487 Due to other funds - - Deposits payable 155,894 - - Due to other governments - 42,106 - Advances from other funds 13,070,949 5,483,344 Deferred revenue 10,068,374 - Total liabilities 15,182,609 13,113,055 5,705,831 . Fund balances: Reserved Designated, reported in: General Fund Special Revenue Funds Capital Project Funds Undesignated, reported in: General Fund Special Revenue Funds Debt Service Fun& Capital Project Funds Total fund balances 71,136,883 (1 1,039,854) 3,037,117 Total liabilities and fund balances S 86,319,492 $ .2,073,201 S 8,742,948 The notes to the financial statements are an integral part of this stntmt. 82 Community General Public Other Total Facilities Capital Facilities Governmental Governmental District No. 1 Construction Construction Funds Funds $ 33,869,062 $ 48,494,326 $ 34,582,534 $103,391,222 $289,008,975 CITY OF CARLSBAD Reconciliation of the Balance Sheet of Governmental Funds to the Statement of Net Assets June 30,2003 Total fund balances - governmental funds. $297,190,624 Amounts reported for governmental activities in the statement of net assets are different because: Capital assets used in governmental activities are not financial resources, and therefore are not reported in the funds. Governmental funds Internal service hds Total capital assets Internal service funds are used by management to charge the costs of fleet management, health insurance, information technologies, records management, risk management and workers' compensation to individual hds. The assets and liabilities of the internal senice hds are included in governmental activities in the statement of nej assets. Total internal service fund net assets Internal service fund net assets included as part of total capital assets Intemal service fund net assets included as part of long-term liabilities Internal service find net assets less capital assets Accrued interest is not due and payable in the current period, and therefore is not reported in the funds. Interest receivable on advances to other funds is not a current financial resource, and therefore is not recognized as revenue in the funds until received. A portion of'the taxes receivable are not available to pay for current-period expenditures and; therefore, are deferred in the funds. Long-term liabilities, including bonds payable, are not due and payable in the current period, and therefore are not reported in the funds. Governmental funds Internal service funds Total long-term liabilities Net assets of governmental activities. The notes to the financial statements are an integral part of this statement. CITY OF CARLSBAD Balance Sheet Governmental Funds June 30,2004 Redevelopment Bridge and General Debt Thoroughfare ASSETS Fund Service Funds Districts Cash and investments $ 71,632,522 $ 2,958,826 $ 7,008,960 Receivables: Taxes Other Accounts, net Due &om other funds Due from other governments Inventories Prepaid items Restricted cash and investments Loans receivable Deposits Advances to other funds LIABILITIES AND FUND BALANCES Liabilities: Accrued liabilities . J6 3,477,383 $ - $ 7.984 Due to other fmds Deposits payable Due to othdr governments Advances f?om otha finds Deferred revenue Total liabilities Fund balances: Reserved Urnmad: Designated, reported in: General Fund Special Revenue Funds Debt Service Funds Capital Project Funds Undesignated, reported in: Oeneral Fund Special Revenue Funds Debt Service Funds Capital Project Funds Total fund balances 84,057,548 (1 0,469,907) 23 17,632 Total liabilities and faad balances The notes to the financial statements are an integral part of this etaternent 8 5 Community Gend Public Other Total Facilities Capital Facilities Governmental , Governmental District No. 1 Construction Construction Funds Funds S 38,215,658 S 48,402,891 S 37,202,142 % 119,138,842 S 324,559,841 CITY OF CARLSBAD Reconciliation of tbe Balance Sheet of Governmental Funds to the Statement of Net Assets June 30,2004 Total fund balances - governmental funds. $ 329,718,418 Amounts reported for governmental activities in the statement of net assets are different because: Capital assets wed in governmental activities are not financial resources and, therefore, are not reported in the funds. Governmental funds Internal service funds Total capital assets Internal service funds are used by management to charge the costs of fleet management, self insured benefits, information technologies, records management, risk management and workers' compensation to individual funds. The assets and liabilities of the internal service funds are included in governmental activities in the statement of net assets. Total internal service fund net assets Internal service fund net assets included as part of total capital assets Intml service fund net assets included as part of long-term liabilities Intemal service fund net assets less capital assets Accrued interest is not ,due and payable in the current period and, therefore, is not reported in the funds. Interest receivable on advances to other funds is not a current financial resource and, therefore, is not recognized as revenue in the funds until received. A portion of the taxes receivable are not available to pay for current-period expenditures and, therefore, are defmed in the funds. Long-term liabilities, including bonds payable, are not due and payable in the current period and therefore, are not reported in the funds. Governmental funds Internal service hds Total long-term liabilities Net assets of govanmental activities. The notes to the fmancial statements are an integral part of this statement. CITY (1CARISBU) Jane 341)05 Redevelopment hemnent Bridge as General Debt and Other Thomugbf ASSETS Fund service Funds Districts Districts ~vestmants S 85,055,541 S 1,554,057 S 32,169,653 S 7,922,71 ReceivaYo: Taxes Other AccoJI, net Due frobdher funds Due frondher Invmtcd Repaid- Rescrictdcash and investments Loans reclrh9ble Total wets LLQBllJRES AND FUND BALANCES Liabilities ~ccrud liabilities S 4,175,784 S - S 5,783 $ 492 Due todber fuMis Daposia payable Due to dber igwemments Advanm fran other finrds Defd~evcnue Fund balancCS: Reservad ud: Desiptcd, reparted in: Gcmd mld Spaoial&vcnue Funds Dew suvicc Funds cqlid Roject Fuads Total IbblUtia md fund balances The notes to the financial statements an an integral part of this statement 8 8 Community Genera) Public Rancho Santa Other Total Facilities Capital Facilities Fe Road Governmental Governmental District No. 1 Gmstmction Construction Project Funds Funds S 45,136,300 S 49,953,725 S 40,096,627 S 16,401,484 S 89,027,343 S 367,317,436 CITY OF CARLSBAD ReconcWatlon of the Balance Sheet of Governmental Funds to the Statement of Net Asads June 30,2005 Total fund balances - governmental funds. $ 374,403,687 Amounts repod for governmental activities in the statement of net assets are different because: Capital assets used in gov~mmental activities are not financial resources and, therefore, are not reported in the funds. Govmental funds Internal service funds Total capital assets Internal service funds are used by management to charge the costs of fleet management, self insured benefits, information technologies, records management, risk management and workcg' compensation to individual funds. The assets and liabilities of the internal service hnds are included in governmental activities in the statement of net assets. Total internal service fund net assets Internal senice fund net assets included as part of total capital assets Internal service fund net assets less capital assets ~mcd interest is not due and payable in the current period and, therefore, is not rcportcd in the funds. Retentions payable are not due and payable in the current period and, therefore, are not reported in the funds. Interest receivable on advances to other funds is not a current financial resource and, therefore, is not recognized as revenue in the funds until received. A portion of the taxes receivable is not available to pay for anreat-period expenditurea and, therefon, is defd in the funds. A portion of accounts nceiMbles are not available to pay for current-pcriod expenditures and, therefore, is defnnd in the funds. Long-tenn liabilities, including bonds payable, are not due and payable in the currmt period and, therefore, are not reported in the funds. Governmental funds Net assets of governmental activities. The notes to the financial statements ari an integral part of this statement. CITY OF CARLSBAD Statement of Activities For the Year Ended June 30,2003 Program Revenues Operating Capital Charges for Grants and Grants and Functions/hograms Expenses Services Contributions Contributions Primary government: Governmental activities: General government $ 8,517,581 $ 749,616 $ 687,856 $ 80,865 Public safety 27,747,646 3,269,323 229,349 29,577 Community development 12,004,364 4,26 1,402 6,444,795 1,182,337 Community services 14,537,925 2,085,740 921,788 2,044,903 Public works 16,825,872 6,668,08 1 1,855,182 41,842,602 Interest on long-term debt 1,048,264 - Total governmental activities 80,68 1,652 17,034,162 10,138,970 45,180,284 Business-type activities: Carlsbad Municipal Water District 19,261,199 18,275,590 1,209,3 3 5 12,399,506 Golf course 93,341 - .. Sewer 6,103,668 6,286,2 16 7,139,549 Solid waste 218,014 868,033 57,861 - Total business-type activities 25,676,222 25,429,839 1,267,196 19,539,055 Tstal primary government $ 106,357,874 $ 42,464,001 $ 11,406,166 $ 64,719,339 General revenues: Property taxes Sales and use taxes Transient occupancy taxes Franchise taxes Business license taxes Real property transfer taxes Vehicle license fees Homeowners exemptions Income from property and investments Gain on sale of capital assets Other general revenues Transfers Total general revenues and transfers Change in net assets Net assets at beginning of year Net assets at end of year The notes to the financial statements are an integral part of this statement. Net Revenue (Expense) and Changes in Net Assets - - Primary Government Governmental Business-type Activities Activities Total CITY OF CARLSBAD Statement of Actlvtties For the Year Ended June 30,2004 FunctionsPrograms Primary government: Governmental activities: General government Public safety Community development Community services Public works Interest on long-term debt Total governmental activities Business-type activities: Carlsbad Municipal Water District Golf course Sewer Solid waste Total business-type activities Total prlmary government Program Revenues Operating Capital Charges for Grants and Grants and Expenses Senices Contributions Contributions General revenues: Prm taxes Sales and use taxes lhsient occupancy taxes Franchise taxes Business license taxes Real property transfer taxes Vehicle license fees Homeowners exemptions Income fiom property and investments Other general revenues Transfers Total general revenues and transfers Change in net assets Net assets at beginning of year Net assets at end of year The notes to the financial stat&ts are an integral part of this ntatnnmt Net Revenue (Expense) and Changes in Net Assets Primary Government Governmental Business-type Activities Activities Total CITY OF CARLSBAD Statement of ActhMu For the Yeu Ended June 30,2005 Ro- Revenues mting Capital Charges for Grants and Grants and FunctiondPrograms Expenses Services Contributions Contributions Primary government: Governmental activities: Public safely 34,366,093 3,232,000 280,908 - Community development 14,362,6 10 5,934,071 9,083,968 1,016,867 Community services 16,033,363 2,292,308 8 17,995 1,695,188 Public works 22,064,209 4,632,75 1 1,790,638 70,237,178 Interest on long-term debt 1,013,773 - - Total governmentd &vitics 99,192,941 17,016,819 12,817,285 74,413,949 Businem-type activities: Carisbad Municipal Water District 2 1,422,207 18,787,973 489,722 12,816,187 Golf course 25,344 - Sewer 7,234,986 6,378,446 - 4,306,090 Solid waste 1,488,109 2,348,266 18,504 - TOW businektype activities 30,170,646 27,s 14,685 508,226 17,122,277 TOW primary government General revenues: Ropaty-es Sales and use taxes Transiart occuplcy taxes Franchise taxes Business licease taxes Real property transfer taxes Intergovernmental, unrestricted Homeowners exemptions Income from property and investments Gain (loss) on sale of capital assets Other general revenues Tl-ans5ers Total general mvenues and transfers Change in net assets Net assets at beginning of year Net assets at end of year The notes to the financial scatanbnts ere an integral part of this statanart. Net Revenue (Expense) and Changes in Net Assets Primary Govcnunent Governmental Business-type Activities Activities Total CITY OF CARLSBAD Statement of Cash Flows Proprietary Funds For the Year Ended June 30,2003 Business-type Activities - Carlsbad Municipal Golf Water District Course Sewer Cash flows from operating activities: Receipts from customers and users Payments to suppliers Payments to employees Internal activity - payments to other funds Claims paid Other receipts (pa'pents) (Decrease) in deposits payable Net cash provided by (used in) operating activities 2,834,467 (98,107) 2,292,269 Cash flows from noncapital financing activities: Operating subsidies and transfers to other funds 600,000 - Cash flows from capital and related financing activities: Capital contributions 4,548,36 1 4,371,070 Purchases of capital assets (9,813,345) (44,842) (2,966,456) Principal paid on capital debt (1,233,874) (177,912) (495,000) Interest and other fees paid (1 88,382) (427,334) Property taxes received 1,69 1,624 - - Net cash provided by (used in) capital and related financing activities Cash flows from investing activities: Interest on investments Net increase in cash and cash equivalents 391,233 404,369 5,702,112 Cash and cash equivalents at beginning of year 52,548,12 1 2,015,487 58,388,657 Cash and cash equivalents at end of year $ 52,939,354 $ 2,419,856 $ 64,090,769 ?he notes to the financial statements are an integral part of this statement. Enterprise Funds Governmental Activities - Internal Solid Waste Totals Service Funds (Continued) CITY OF CARLSBAD Statement of Cash Flows Proprietary Funds (Continued) For the Year Ended June 30,2003 Business-type Activities - Carlsbad Municipal Golf . Water District Course Sewer Reconciliation of operating income (loss) to net cash provided by operating activities: Operating income (loss) Adjustments to reconcile operating income to net cash provided by operating activities: Depreciation and amortization Change in assets and liabilities: (Increase) decrease in receivables (Increase) decrease in inventories (Increase) in prepaid items (Decrease) in accrued liabilities Increase in due to other governments Inqease in estimated claims payable (Decrease) in deposits payable Net cash provided by (used in) operating activities $ 2,834,467 $ (98,107) Noncash capital financing activities: Capital assets contributed by other sources Reconciliation of cash and cash equivalents to amounts reported on the balance sheet: Reported on the balance sheet: Cash and investments S 52,938,871 S 2,419,856 $ 64,076,138 Restricted assets: Cash and investments 740,483 954,2 12 Less investments not meeting the definition of cash equivalents: Investment contracts (740,0@3) (939,581) Cash and cash equivalents at end of year The notes to the financial statements are an integral part of this statement. Enterprise Funds Governmental Activities - Internal Solid Waste Totals Service Funds CITY OF CARLSBAD Statement of Net Assets Fiduciary Funds June 30,2003 Total Agency ASSETS Funds Current Assets: Cash and investments Taxes receivable Accrued interest Total current assets Restricted Assets: Cash and investments 4,017,696 Total assets $ 19,398,356 LIABILITIES. Accounts payable Total labilities NET ASSETS Held in trust for contractors, bondholders and other purposes $ 19,373,494 The notes to the financial statements are an integral part of this statement. CITY OF CARLSBAD Statement of Cash Flows Proprietary Funds For the Year Ended June 30,2004 Cash flows from operating activities: Receipts from customers and users Payments to suppliers Payments to emp10yees Intemal activity - payments to other funds Claims paid Other re~eipt.6 Increase in deposits payable Net cash provided by operating activities Cash flows from noncapital financing activities: Operating subsidies and transfers to other funds Cash flows from capital and related financing activities: Capital contributions Pwchascs of capital assets Principal paid on capital debt Interest and other fees paid Property taxes kived Net cash (used in) capital and related financing activities Cash flows from investing activities: Interest on investments Net increase (decrease) in cash and cash equivalents Cash and cash equivalents at beginning of year Cash and cash e~uivalents at end of year Business-type Activities - Carlsbad Municipal Golf Water District Course Sewer The notes to the financial statmmts are an integral part of this statement. . . Enterprise Funds Governmental Activities - Internal Solid Waste Totals Service Funds (Continued) Statement of Cash Flows Proprietary Funds (Continued) For the Year Ended June 30,2004 Business-type Activities - Carlsbad Municipal Golf Water District Course Sewer Reconciliation of operating income (loss) to net cash provided by operating activities: Operating income (loss) $ (575,449) S (53,916) $ (190,030) Adjustments to reconcile operating income (loss) to net cash providcd by (used in) operating activities: Depreciation and amortization Change in assets and liabilities: (Increase) decrease in receivables (2 12,005) 64,145 (Increase) in inventories Decrease in prepaid items (Decrease) increase in accrued liabilities Increase in due to other governments Increase in estimated claims payable Increase in deposits payable 22,63 1 - 58,752 Net cash provided by opkrating activities $ 1,106,989 S 239,467 $ 2,494,193 Noncash capital financing activities: Capital assets contriiuted by other sources Reconciliation of cash and cash equivalents to amounts reported on the balance sheet: I Reported on the balance sheet: - - Cash and investments $ 50,849,981 $ 2,095,546 $ 66,079,465 Restricted assets: Cash and investments - 953,706 Less investments not .meting the definition of cash equivalents: Investment contracts . Cash and cash equivalents at end of year S 50,849,981 $ 2,095,546 $ 66,093,165 The notes to the, financial statements =,an mtegral part of this statement. Enterprise Funds Governmental Activities - Internal Solid Waste Totals Senice Funds CITY OF CARLSBAD Statement of Fiduciary Assets and Liawlities Agency Funds June 30,2004 ASSETS Current assets: Cash and investments f . 17,495,367 Other receivables 40.135 Totat current assets Restricted assets: Cash and investments Accrued interest Total restricted assets Total assets S 22,375,744 LIABILITIES Accrued liabilities $ 396,737 Deposits held for others Total IiabMties S 22,375,744 The notes to the financial statements are an integral part of this statement. CITY OF CARLSBAD Statement of Cub Flows Proprietary ha& For the Year Ended June 30,2005 Cash flows fiom operating activities: Receipts from customers and users Payments to suppliers Payments to employees Internal activity - payments to other funds Claims paid other receipts (payments) Increase (decrease) in deposits payable Net cash provided by operating activities Cash flows from noncapital financing activities: Operating subsidies and transfers to other funds Cash flows fiom capital and related financing activities: Capital contributions Purchases of capital assets Principal paid on capital debt Interest and other fees paid Property taxes redeived Net cash (used in) capital and related financing activities Cash flows fiom investing activities: Interest on investments Net increase (decrease) in cash and cash equivalents Cash and cash equivalents at beginning of year Cash and cash equivalents at end of year Business-type Activities - Carlsbad Municipal Golf Water District Course Sewer The notes to the financial statements arc an integral part of this statement. Enterprise Funds Governmental Activities - Internal Solid Waste Totals Service Funds (Continued) crm OF CARLSBAD Statement of Cub Flows Proprlctuy Fun6 (Continued) For the Yeu Ended Jane 30,2005 Business-type Activities - Carlsbad Municipal Golf Water District Course Sewer Reconciliation of operating income (loss) to net cash provided by operating activities: Operahng income (loss) 0 (2,082,020) S (25,344) % (341,000) Adjustments to reconcile opexating income (loss) to net cash provided by (used in) operating activities: Depreciation and amortization Change in assets an? liabilities: (Increase) dea&e in receivables (Increase) in inventories , Decrease in prepaid items - (Decrease) increase in accrued liabilities lncrease in due to other governments Increase in estimuted claims payable , Increase in deposits payable (3,478) 106,824 Net cash provided by operating activities S 723,316 S (5,132) . $ 1,190,572 Noncash capital financing activities: Capital assets contributed by other sources Reconciliation of cash and cash equivalents b amounts rcporkd on the balance sheet: Reported on the balnncc sheet: Cash and investments Restnicted aurets: Cash and investments Less investments not meeting the definition of cash equivalents: Investment contracts Cash and cash equivalents at end of year S 53,208,003 S 782,834 $ 62,855,074 The notes to the financial statmmts are an integral part of this statement. Enterprise Funds Governmental Activities - Intemal Solid Waste Totals Service Funds CITY OF CARLSBAD Statement of Fiduciary Assets and L1abWtie.s Agency Funds June 30,2005 ASSETS Current assets: Cash and investments S 22,614,7 Other receivables TOM current assets Restricted dssets: Cash and investments Accrued interest . Total restricted assets Total assets S 30,045,87 LIABILITIES Accrued liabilities S 3,105,47. Deposits held for others Total liabllitles The notes to the financial statements are an integral part of this ment. Certified Public Accountants Independent Auditor's Report The Honorable Mayor and Members of the City Council City of Carlsbad Carlsbad, California We have audited the accompanying financial statements of the governmental activities, the business-type activities, each major hd, and the aggregate remaining fund information of the City of Carlsbad, California (the City), as of and for the year ended June 30,2003, which colledively comprise the City's basic financial statements as listed in the accompanying table of contents. These financial statements are the responsibility of the City's management. Our responsibility is to express an opinion on these basic financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America and the standards applicable to financial audits contained in Government Auditing Standards issued by the Comptroller General of the United States. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial -ts are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used in the significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audit provides a reasonable basis for our opinion. In our opinion, the financial statements referred to above present fairly, in all material respects, the respective financial position of the governmental activities, the business-type activities, each major fund and the aggregate remaining fund information of the City of Carlsbad, California, as of June 30,2003, and the respective changes in financial position and the cash flows, whae applicable, thereof and the respective budgetary comparison for the General fund for the year then ended in conformity with accounting principles generally accepted in the United States of America. In accordance with Government Auditing Standards, we have also issued our report dated September 30,2003 on our consideration of the City of Carlsbad's internal control over financial reporting and our tests of iis compliance Hiith certain provisions of laws, ~gulations, contracts and grants. That report is an integral part of an audit performed in accordance with Govemment Auditing Standards and should be read in conjunction with this report in considering the results of our audit. The management's discussion and analysis and supplementary information on pages 17 to 28 and 84 to 109, are not a required p$ of the basic financial stateinents but are supplementary information required by the Governmental Accounting Standards Board. We have applied certain limited procedures, which consisted principally of inquiries of management &garding the methods of measurement and presentation of the supplementary infonnation. However, we did not audit the information and express no opinion on it. Our audit was conducted for the purpose of forming an opinion on the financial statements that collectively comprise the City's basic financial statements. The accompanying combining statements and schedules of annual debt service requirements, listed in the table of contents as suppleinentary information, are been subjected to the auditing procedures applied in the audit of the basic financial statements and, in our opinion, is fairly stated, in all presented for purposes of additional analysis and are not a required part of the basic financial statements. This infonnation has material respects, in relation to the basic financial statements taken as a whole. The letter of transmittal and statistical tables have not been subjected to the auditing procedures applied in.the audit of the basic financial statements and, accordingly, we express no opinion on them. . . San Diego, California September 30,2003 McGlednybRdbn,UPIsmhdspsndant~ffrmof . - RSM IntamaUmal, en alAlalkn dhdepsndentaccWn&o and msu#nOfinw. McGladrey & Pullen Certified Publk Acaountank independent Auditor's Report The Honorable Mayor and Members of the City Cbuncil City of Carlsbad, California We have audited the accompanying financial statements of the govemmental activities, the business-type activities, each major fund and the aggregate remaining fund information of the City of Carlsbad, California, (the City) as of and for the year ended June 30,2004, which collectiveiy comprise the City's basic financial statements, as listed in the table of contents. These financial statements are the responsibility of the City's management. Our responsibility is to express an opinion qn these financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America and the standards applicable to financial audits contained in Government Auditing Standanls, issued by the Comptroller General of the United States. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audit provides a reasonable basis for our opinions. In our opinion, the financial statements referred to above present fairly, in all material respects, the respective financial position of the govemmental activities, the business-type activities, each major fund and the aggregate remaining fund information of the City as of June 30,2004, and the respective changes in financial position and cash flows, where applicable, thereof and the respective budgetary comparison for the General fund for the year then ended, in conformity with accounting principles generally accepted in the United States of America. In accordance with Government Auditing Standards, we have also issued our report dated September 30,2004 on our consideration of the City's internal control over financial reporting and our tests of its compliance with certain provisions of laws, regulations, contracts, grant agreements and other matters. The purpose of that report is to describe the scope of our testing of internal control over financial reporting and compliance and the results of that testing, and not to provide an opinion on the intemal control over financial reporting or on compliance. That report is an integral part of an audit performed in accordance with Government Audifing Standards and should be considered in assessing the results of our audii. The Management's Discussion and Analysis as listed in the table of contents is not a required part of the basic financial statements but is supplementary information required by accounting principles generally accepted in the United States of America. We have applied certain limited procedures, which consisted principally of inquiries of management regarding the methods of measurement and presentation of the required supplementary information. However, we did not audit the information and express no opinion on it. Our audii was conducted for the purpose of forming opinions on the financial statements that collectively comprise the Cis basic flnandal statements.' The combining and individual nonmajor fund financial statements and other schedules, listed in the table of contents as supplementary information, are presented for purposes of additional analysis and are not a required part of the basic financial statements. Such information has been subjected to the auditing procedures applied in the audit of the basic financial statements and, in our opinion, is fairly stated, in all material respects, in relation to the basic financial statements taken as a whole. The accompanying introductory and statistical sections, as listed in the table of contents, are presented for purposes of additional analysis and are not a requlred part of the basic financial statements. This information has not been subjected to the auditing procedures applied in the audit of the basic financial statements and, accordingly, we express no opinion on it. San Diego, California September 30,2004 Independent Auditor's Report The Honorable Mayor and Members of the City Council City of Carlsbad, California We have audited the ~~panying financial statements of the governmental activities, the business-type activities, each major fund and the aggregate remaining fund information of the City of Carlsbad, California, (the Ci) as of and for the year ended June 30,2005, which collectively comprise the City's basic financial statements as listed in the table of contents. These fimcbl statements are the responsibility of the Cis management Our responsibility is to express opinions on these financial statements based on our audii. We conducted our audit in gccordance with auditing standards generally accepted in the United States of America and the standards applicable to financial audits contained in Government Audibng Standards, issued by the Comptrdler General of the United States. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the financial statements. An audit also includes assessing the a~m~nting principles used and significant estimates made by management, as well as evaluating the overall financial statement Presentation. We believe that our audit provides a reasonable basis for our opinions. In our opinion, the financial statements referred to above present fairly, in all material respects, the respective financial position of the governmental activities, the business-type activities, each major fund and the aggregate remaining fund information d the City as of June 30,2005, and the respective changes in financial position and cash flows, where applicable, thereof and the respective budgetary comparison for the General Fund for the year then ended, in conformity with ~c~oundng prindpies generally accepted in the United States of America. In accordance with Gowmment AudRing St~y)dar&, we have also issued our report dated October 7,2005 on our consideration of the City's Memd conbol over financial repording and our tests of its compliance with prtain . provisions of laws, regulations, contra&, grant agreements and other matters. The purpose of that report is to describe the scope of our testing of internal control over financial mporting and compliance and the results of that ta'ng, and not to- provide an opinion on the internal control over financial reporting or on compliance. That report is an integral part of an audit performed in accordance with Gomment Aud#ing Standards and should be considered in assessing the results of our audit. The Managements Discussion and Analy~is, as Listed in the table of contents, is not a required part of the basic financial statements but is supp~ementary information required by accounting principles generally accepted in the United States of America. We have applied certain limited procedures, which consisted principally of inquiries of management regarding the n-tethods of measurement and presentation of the required supplementary information. However, we did not audit the information and express no opinion on it. Our audit was conducted for the purpose of forming opinions on the financial statements that collectively comprise the City's basic flnandal ~tatement~. The combining and individual nonrnajor fund financial statements and other schedules, listed in the table of contents as supplementary information, are presented for purposes of additional analysls and are not a required part of the bask financial statements. Such information has been subjected to the auditing procedures applied in the audit of the basic financial statements and, in wr opinion, is fairty stated, in all material respects, in relation to the basic financial statements taken as a whole. The accompanying introductory and statistical sections, as listed in the table of contents, are presented for purposes of additional andysis and are not a required part of the basic financial statements. This information has not been subjected to the auding procedures applied in the audi of the basic financial statements and, accordingly, we express no opinion on it. San Oiego, CalHomia October 7,2005 4.3 - Financial Management Systems-Describe how Offeror's financial management and accounting systems will meet the following needs: 4.3.1 - Developing, implementing, and managing service budgeting and expenditures and reporting (including ad-hoc reporting). The City of Carlsbad's fiscal year budget is adopted every June. Once adopted, all budget figures are recorded to the city's financial software system, PAS. Expenditures are budgeted by line item in various funds and cost centers. The budget and expenditures for the nutrition program is recorded to three separate cost centers (Transportation, Congregate and Home Meals). A software reporting package is used to run all financial reports and is available to dl city staff members that have access to a computer. Various summarized and detailed reports can be run to show the financial status of each cost center. The most popular report used is a budget to actual report, which shows budgeted revenues and expenditures compared to actual year to date amounts. 4.3.2 - Allocating expenses and revenues for multiple cost centers. Allocating expenses and revenues for multiple cost centers as needed. The City of Carlsbad's financial software system, IFAS, can be used to allocate expenses and revenues for multiple cost centers if needed. The nutrition program is segregated into three different cost centers (Transportation, Congregate and Home Meals). Invoices can be coded so costs will be posted to multiple cost centers if necessary. Salaries can also be allocated to multiple cost centers using the financial system. Payroll is processed in house using the city's financial sohare system. 4.3.3 - Maintahing accounting records to adequately identify all contract related revenues and expenses. The City of Carlsbad's financial software system, IFAS, is used to record all city revenues and expenses. The nutrition program is segregated into three different cost centers (Transportation, Congregate and Home Meals). Revenues and expenses related to each program are recorded to its own unique cost center number. COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT B - INSURANCE REQUIREMENTS ARTICLE 1 INSURANCE REQUIREMENTS FOR CONTRACTORS Without limiting Contractor's indemnification obligations to County, Contractor shall provide at its sole expense and maintain for the duration of this contract, or as may be fbrther required herein, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of the work by the Contractor, his agents, representatives, employees or subcontractors. I. Minimum Scoae of Insurance Coverage shall be at least as broad as: A. Commercial General Liability, Occurrence form, Insurance Services Office form CG0001. B. Automobile Liability covering all owned, non owned, hired auto Insurance Services Office form CAOOO 1. C. Workers' Compensation, as required by State of California and Employer's Liability Insurance. 2. Minimum Limits of Insurance Contractor shall maintain limits no less than: A. Commercial General Liability including Premises, Operations, Products and Completed Operations, Contractual Liability, and Independent Contractors Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. The General Aggregate limit shall be $2,000,000. B. Automobile Liability: $1,000,000 each accident for bodily injury and property damage. C. Employer's Liability: $1,000,000 each accident for bodily injury or disease. Coverage shall include waiver of subrogation endorsement in favor of County of San Diego. 3. Deductibles and Self-Insured Retentions Any deductible or self-insured retention must be declared to and approved by the County's Risk Manager. At the option of the County, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the County, the members of the Board of Supervisors of the County and the officers, agents, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the County guaranteeing payment of losses and related investigations, claim administration, and defense expenses. 4. Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain the following provisions: A. Additional Insured Endorsement Any general liability policy provided by Contractor shall contain an additional insured endorsement applying coverage to the County of San Diego, the members of the Board of Supervisors of the County and the officers, agents, employees and volunteers of the County, individually and collectively. C. Notice of Cancellation Each required insurance policy shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the County at the address shown in section of Contract entitled "Notices". D. Severability of Interest clause Coverage applies separately to each insured, except with respect to the limits of liability, and that an act or omission by one of the named insureds shall not reduce or avoid coverage to the other named insureds. Exhibit B -Insurance Requirements (Revised 8/17M) Page 1 of 3 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT B - INSURANCE REQUIREMENTS NERAL PROVISIONS PualifLina Insurers All required policies of insurance shall be issued by companies which have been approved to do business in the State of California by the State Department of Insurance, and which hold a current policy holder's alphabetic and financial size category rating of not less than A-, VII according to the current Best's Key Rating guide, or a company of equal financial stability that is approved in writing by County's Risk Manager. Evidence of Insurance Prior to commencement of this Contract, but in no event later than the effective date of the Contract, Contractor shall furnish the County with certificates of insurance and amendatory endorsements effecting coverage required by this clause. Contractor shall furnish certified copies of the actual required insurance policies within thirty days after commencement of Contract. Thereafter, copies of renewal policies, certificate and amendatory endorsements shall be furnished to County within thirty days of the expiration of the term of any required policy. Contractor shall permit County at all reasonable times to inspect any policies of insurance, which Contractor has not delivered to County. Failure to Obtain or Maintain Insurance; Countv's Remedies Contractor's failure to provide insurance specified or failure to furnish certificates of insurance, amendatory endorsements and certified copies of policies, or failure to make premium payments required by such insurance, shall constitute a material breach of the Contract, and County may, at its option, terminate the Contract for any such default by Contractor. No Limitation of Oblipations The foregoing insurance requirements as to the types and limits of insurance coverage to be maintained by Contractor, and any approval of said insurance by the County are not intended to and shall not in any manner limit or qualify the liabilities and obligations otherwise assumed by Contractor pursuant to the Contract, including, but not limited to, the provisions concerning indemnification. Review of Coverape County retains the right at any time to review the coverage, form and amount of insurance required herein and may require Contractor to obtain insurance reasonably sufficient in coverage, form and amount to provide adequate protection against the kind and extent of risk which exists at the time a change in insurance is required. Self-lnsurance Contractor may, with the prior written consent of County's Risk Manager, fulfill some or all of the insurance requirements contained in this Contract under a plan of self-insurance. Contractor shall only be permitted to utilize such self-insurance if in the opinion of County's Risk Manager, Contractor's (i) net worth, and (ii) reserves for payment of claims of liability against Contractor, are sufficient to adequately compensate for the lack of other insurance coverage required by this Contract. Contractor's utilization of self-insurance shall not in any way limit liabilities assumed by Contractor under the Contract. Claims Made Coverape If coverage is written on a "claims made" basis, the Certificate of Insurance shall clearly so state. In addition to the coverage requirements specified above, such policy shall provide that: A. The policy retroactive date coincides with or precedes Contractor's commencement or work under the Contract (including subsequent policies purchased as renewals or replacements). B. Contractor will make every effort to maintain similar insurance during the required extended period of coverage following expiration of the Contract, including the requirement of adding all additional insureds. C. If insurance is terminated for any reason, Contractor shall purchase an extended reporting provision of at least two years to report claims arising in connection with the Contract. D. The policy allows for reporting of circumstances or incidents that might give rise to future claims. Exhibit B - Insurance Requirements (Revised 8/17/06) Page 2 of 3 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT B - INSURANCE REQUIREMENTS 12. Subcontractors ' Insurance Contractor shall require that any and all Subcontractors hired by Contractor are insured in accordance with this Contract. If any Subcontractors coverage does not comply with the foregoing provisions, Contractor shall defend and indemnify the County from any damage, loss, cost or expense, including attorney fees, incurred by County as a result of Subcontractors failure to maintain required coverage. 13. Waiver of Subrogation Contractor and County release each other, and their respective authorized representatives, from any Claims (as defined in the Article entitled "Indemnity" of the Pro Forma Contract), but only to the extent that the proceeds received from any policy of insurance carried by County or Contractor, other than any self-insurance, covers any such Claim or damage. Included in any policy or policies of insurance provided by Contractor hereunder shall be a standard waiver of rights of Subrogation against County by the insurance company issuing said policy or policies. ARTICLE 2 [RESERVED] Exhibit B - Insurance Requirements (Revised 8/17/06) Page 3 of 3 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE 1. COMPENSATION: Contractor shall be compensated in an amount not to exceed $116,490 contract price amount, for all services performed in designated zip codes under this contract for the total contract term anticipated to begin October 1, 2006 through June 30, 2007, with four annual option years. Said compensation is not designed to fully fund the program. The fixed supplemental rates are developed annually based on funding and determined to offset the cost of providing services. These rates are subject to availability of funding from the State of California, California Department of Aging (CDA). 1.1. Compensation for the total contract term referenced above is as follows: 1.1.1. Fixed Supplemental Rate $ amount for Portion of Contractor's Congregate Meals costs. Payments are monthly compensation payments to Contractor for the provision of Congregate Meals according to the Performance Work Statement (State of California C-1 funding stream). 1.1.2. Fixed Supplemental Rate $ amount for Portion of Contractor's Home Delivered Meal costs. Payments are monthly compensation payments to Contractor for the provision of Home Delivered Meals according to the Performance Work Statement (State of California C-2 funding stream). 1.1.3. Fixed Supplemental Rate $ amount for Portion of Contractor's Transportation costs. Payments are monthly compensation payments to Contractor for the provision of Transportation (One way trips) according to the Performance Work Statement (State of California B funding stream). 1.1.4. Fixed Supplemental Rate $ amount for Incentive Payments from the NSIP (Nutrition Services Incentive Program). NSIP payments are monthly incentives for Contractors that continually attain high achievement based on number of meals (C- 1 and C-2) served during the prior year. This amount will be determined annually by the County, based on funds received from the State and Contractor's prior year's performance (i.e. meals served). 1.1.5. Cost Reimbursement $ amount for One Time Only (OTO) Allocation. OTO Allocations are one time annual monetary awards for designated goods or services related to C-1, C-2 or B Programs, which are directly related to the Senior Nutrition Service System, based on special cost reimbursement requests fi-om Contractor. OTO awards are based on funds received fiom the State of California, and must be approved in advance by the County. Contractor shall procure the goods or services by utilizing competitive measures, and provide documentation of receiving 3 or more quotes to substantiate fair and reasonable pricing. County will reimburse costs upon presentation of receipts. 1.1.6. Fixed Supplemental Rate $ amount for Portion of Contractor's Congregate Meals costs. Payments are monthly compensation payments to Contractor for the provision of Congregate Meals according to the Performance Work Statement (City of San Diego funding stream). 1.2. The County shall have the authority to increase or reduce the contract compensation, via the issuance of a Unilateral Amendment, signed by the County's Director of Purchasing and Contracting, as required to execute Exhibit C, Paragraphs 1.1.4 & 1.1.5. 1.3. Contractor shall submit: 1.3.1. a completed Budget for the entire program with this RFSQ, and as required by County. Budget shall detail anticipated costs to provide number of meals (home delivered and congregate), and anticipated number of one-way trips for the upcoming contract term for the entire program. Budgets must be submitted per County provided form and format. 1.3.2. at the end of the contract fiscal year, a completed report of actual costs (closeout report) expended, as requested. Exhibit C - Fiscal Tcrms & Conditions (Revised 8/17/06) and Pricing Schedule Page 1 of 2 COUNTY OF SAN DIEGO AGREEMENT NUMBER 513847 AGREEMENT WITH CITY OF CARLSBAD FOR SENIOR NUTRITION PROGRAM EXHIBIT C - FISCAL TERMS & CONDITIONS AND PRICING SCHEDULE * NSIP dollar amounts are estimated ONLY and may be adjusted based on actual prior year number of meals served. Exhibit C - Fiscal Tm & Conditions (Revised 8/17/06) and Pricing Schedule Page 2 of 2 Reference Compensation Paragraph 1.1.1 1.1.2 1.1.3 1.1.4 1.1.5 1.1.6 TOTAL Total $51,315 $22,125 $27,634 $10,295 $5,122 0 0 0 0 $1 16,490 Service Congregate Meals Home-Delivered Meals Transportation Incentive Payments* Incentive Payments* One-time-only (OTO) One-time-only (OTO) One-time-only (OTO) Authorized Providers within the City of San Diego only; Congregate Meals Contracted # of units (i.e. meals, one- way trips, etc.) 15,838 7,114 5,527 15,838 7,114 0 0 0 0 Funding Source Title 111-C1 Title 111-C2 Title 111-B NSIP-C 1 NSIP-C2 OTO-C 1 OTO-C2 OTO-B City-hded Fixed Supplemental Rate $3.24 $3.1 1 $5.00 $0.65 $0.72 0 0 0 0