HomeMy WebLinkAboutMINUTES - 08171993 - 1.59 TO: BOARD OF SUPERVISORS Contra
FROM: Phil Batchelor, County Administrator Costa
y' . . County
DATE: July 19, 1993
SUBJECT:
Agreements for Data Entry Services
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. RECOMMENDED ACTION:
Approve and authorize the Chair of the Board of Supervisors to execute on
behalf of the County agreements with Diablo Data Services and Data Entry
Services, Inc. to provide data entry services for the period August 18, 1993
to August 18, 1995.
II. FINANCIAL IMPACT:
This action if approved will not result in any increased cost to Data
Processing Services.
III. REASON FOR RECOMMENDATION AND BACKGROUND:
Data Processing Services formerly had a large data entry section that
provided data entry services for most County departments. Over the last 10
years our data entry activities have decreased because of the installation of
online interactive systems in most departments, making it possible for'..
departments to perform most of their own data entry. Data Processing
Services has continued to provide some level of services for county
departments who don't have the staff, equipment or time to do their own.
Our data entry section is currently staffed by three operators and one
supervisor, with one operator planning to retire in December. Data
.Processing Services has reached a point where it is no longer cost effective to
maintain our inhouse data entry section. We are recommending the
elimination of the section and sending the remaining work to service
CONTINUED ON ATTACHMENT: ZYES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON A us 17 APPROVED AS RECOMMENDED If� OTHER
VOTE OF SUPERVISORS
1 HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
Alan Schulze `AUG 17 1993
CC: Data Processing ATTESTED
County Administrator PHIL BATCHELOR,CLERK OF THE BOARD OF
Auditor-Controller SUPERVISORS AND COUNTY ADMINISTRATOR .
Personnel
Contractors
BY DEPUTE
M382 (10/88)
bureau(s) as they can substantially reduce County departments' costs. We
have been using data entry service bureaus for years to assist with peak
workloads and have found them to be very cost effective and efficient.
General Services Department's Purchasing Division issued a Request for
Proposal to twenty (20) vendors and received six (6) responses. Diablo Data
Services and Data Entry Services, Inc. were the lowest responsible bidders.
(See Attachment A.)
IV. CONSEQUENCES OF NEGATIVE ACTION:
If the request is not approved, Data Processing Services will not be able to
reduce our costs and the costs of County departments.
t `
ATTACHMENT A
Bid Response
Diablo Data Services $ 74,192
Data Entry Services Inc. $113;263
Reiswig Davis Assoc. $137,713
R. C. Research& Assoc. $213,448
Genesis Data Inc. $234,181
Domor Data Processing $159,865
Contra Costa County Number.
Standard Form 1/87 STANDARD CONTRACT Fund: /666
(Purchase of Services) Account: .4-13/0
1: Contract Identification:
Department: CAO/Data Processing
Subject Data Entry Services
2. Parties. The County of Contra Costa, Califomia (County, for its Department named above, and the following named Contractor mutually
agree and promise as follows.
Contractor: Data Entry Services Inc.
Capacity: Taxpayer ID: 68-0208534
Address: 2474 N.Wigwam Dr.Ste. E
Stockton,Ca. 95205
3. Term: The effective date of this Contract is August 18, 1993 and it terminates August 18, 1995 unless sooner terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed$14,000.
5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are
incorporated herein by reference,subject to all the terms and conditions contained or incorporated herein.
6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto
which is incorporated herein by reference,subject to all the terms and conditions contained or incorporated herein.
7. General and Special Conditions, This Contract is subject to the General Conditions and Special Conditions(if any)attached hereto, which
are incorporated herein by reference.
8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are
incorporated herein by reference: Data Entry services for various County Departments to be provided in accordance with Contra Costa
County's Request for Quotation No.960. The RFQ and the Bidders response are included as part of the agreement as Attachment#1.
9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Govemrent Code Section
26227 and 3100.
10. Signatures. These signatures attest the parties'agreement hereto:
COUNTY OF CONTRA COSTA,CALIFORN_I_A
BOARD OF SUPERVISORS Attest: Phil Batchelor,Clerk of the Board
of Supervisors and County Administrator
By: �� � ;�Y�j By: _
,7i an/Designee Deputy'
r CONTRACTOR
By: By:
-
(Designate official business capacity A.) (Designate official bus ess capacity B.)
Note to Contractoe. For corporations(profit or nonprofit),the Contract must be signed by two officers. Signatures A must be that of the president
or vine-president and Signature B must be that of the secretary or assistant secretary(Civil Code Sec. 1190.1 and Corporations Code Sec. 313).
All signatures must be acknowledged as set forth on page two.
Contra Costa County Standard Form 1/87
Number
APPROVALSIACKNOWLEDGEMENT
APPROVALS
' RECOMMENDED BY DEPA TM F RM APPROVED
i
By: By:
APPROVED: COUNTY ADMINISTRATOR
By: ad4"""l
Desig
----=------------------------------------------------------------------------------------------------------=----
LL-PURPOSE ACKNOWLEDGMENT
mo.. ...00000••000••000.....000000••llm000... .. ■ as Mae ........0000
state of �' J�t t1 c�- �. OPTIONAL SECTION
g
County Of CAPACITY CLAIMED BY SIGNER
■ `�1 \l1' 41
Though statute does not require Notary to fill in
• the data below,doing so may prove invaluable
■ On 3 before me, k1EGA4 1 Z 1 to persons relying on the document.
DATE mmt,TITLE OF OFFICER 4E.G."JANE DOE, TARP PUBLIC"
❑ INDMDUAL
■ personally appeared C 71 CL4 1 ffi1 CORPORATE OFFICER(S)
PT E(S)OF SIGNERS)
D TITLES)
• ❑personally known to me• OR • ❑proved to me on the basis of satisfactory evidence ❑ PARTNER(S) ❑ LIMITED
to be the person(s) whose name(s) ism ❑ GENERAL
subscribed to the within instrument and ❑ ATTORNEY IN-FACT
.l acknowledged to me that he/she2l� ❑ TRUSTEE(S)
CpF;r:i�,L SEAL executed the same in his/h Je r authorized
DEANNI V-"L
capacity(ies), and that by his/her le GUARDIAN/CONSERVATOR
I.OTARY PU6LIC-CALIFFOR N,A signature(s) on the instrument the person(s), EIOTHER:
Principal Cti�ce in h1ARIN County or the entity upon behalf of which the
My commission xpires"apt.2a,teas person(s)acted,executed the instrument.
Witness my hand and official seal. SIGNER IS REPRESENTING:
' % NAME OF PERSON(S)OR ENTITYQES)
SIGNATURE OF NOTARY
OPTIONAL SECTION
THIS CERTIFICATE MUST BE ATTACHED TO
THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document
Number of Pages Date of Document
Though the data requested here is not required by law,
' It could prevent fraudulent reattachment of this form. Signer(S)Other than Named Above
6 ■■■■■■ ■ ■ a 0 a 9 Z rXIMMENEWNUMMM MIX101111111 mr, MR R01111amne ■■■■■■ •
3214 MM)
Contra Costa County Standard Form 1/87
Number
PAYMENT PROVISIONS
(Fee Basis Contracts)
1. Payment Amounts. Subiect to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay
Contractor the following fee as full compensation for all services,work,expenses or costs provided or incurred by Contractor.
(Check one altemative only.)
❑ a. $ monthly,or
❑ b. $ as defined in the Service Plan,or
❑ c. $ after completion of all obligations and conditions herein.
D d. $ as indicated in the Vendors Bid Submission(copy attached)
2. Payment Demands. Contractor shall submit written demands. Said demands shall be made on County Demand Form D-15 and in the
manner and form prescribed by County. Contractor shall submit said demands for payment no later than 30 days from the end of the month in
which the Contract services upon which such demand is based were actually rendered. Upon approval of said payment demands by the head
of the County Department for which this Contract is made,or his designee, County will make payments as specified in paragraph 1. (Payment
Amounts)above.
3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the
Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the
Contractor has neglected, failed or refused to fumish information or to cooperate with any inspection, review or audit of its program, work or
records,or(c)Contractor has failed to sufficiently itemize or document its demand(s)for payment.
4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, andlor complying with any audit exceptions by
appropriate County, State or Federal Audit Agencies ocr:urring as a result of its performance of this Contract. Contractor also agrees to pay to
the County within 30 days of demand by County the full amount of the County's obligation, if any, to the State and/or Federal government
resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations
under this Contract.
Initials: Ole
Contractor County Dept.
Contra Costa County Standard Form 1/87
Number
GENERAL CONDITIONS
(Purchase of Services)
1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with
respect to its performance under this Contract, including but not limited to, licensing, employment and purchasing practices; and wages,
hours and conditions of employment, including nondiscrimination.
2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection,
review and audit by authorized representatives of the County,the State of California,and the United States Government..
3. Records. Contractor shall keep and make available for inspection and copying by authorized representatives of the County, the State of
California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this
Contract as may be required by the County.
a. . Retention of Records. The Contractor shall retain all documents pertaining to this Contract for five years from the date of
submission of Contractor's final payment demand or final Cost Report; for any further period that is required by law; and until all
Federal/State audits are complete and exceptions resolved for this Contract's funding period. Upon request, Contractor shall make
these records available to authorized representatives of the County,the State of California,and the United States Government
b. Access to Books and Records of Contractor. Subcontractor. Pursuant to Section 1861 (v)(1) of the Social Security Act„ and
any regulations promulgated thereunder, Contractor shall, upon written request and until the expiration of four years after the
furnishing of services pursuant to this Contract, make available to the Secretary of Health and Human Services or to the
Comptroller General, or any of their duly authorized representative, this Contract and books, documents, and records of Contractor
that are necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value or cost of$10,000 or more over a
twelve-month period, such subcontract shall contain a clause to the effect that upon written request and until the expiration of four years
after the furnishing of services pursuant to such subcontract, the subcontractor shall make available, to the County, to the Secretary or to
the Comptroller General, or any of their dully authorized representatives, the subcontract and books, documents, and records of the
subcontractor that are necessary to verify the nature and extent of all costs and charges thereunder.
This special condition is in addition to any and all other terms regarding the maintenance or retention of records under this Contract and
is binding on the heirs,successors,assigns and representative of Contractor.
4. Reportina Requirements. Pursuant to Government Code Section 7550, Contractor shall include in all documents or written reports
completed and submitted to County in accordance with this Contract, a separate section listing the numbers and dollar amounts of all
contracts and subcontracts relating to the preparation of each such document or written report. This section shall apply only if the
payment limit under this Contract exceeds$5,000.
5. Termination.
a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice
thereof to the other, and may be cancelled immediately by written mutual consent.
b. Failure to Perform The County, upon written notice to Contractor, may immediately terminate this Contract should the Contractor
fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in
any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any
sum due the Contractor under this Contract,without prejudice to the County's rights otherwise to recover its damages.
C. Cessation of Funding. (See Attachment#1 Non Appropriations of Funds Clause).
6. Entire Agreement This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein,
no other understanding, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the
parties hereto.
Contra Costa County Standard Form 1/87
Number
GENERAL CONDITIONS
(Purchase of Services)
7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this
Contract, including but not limited to, monitoring, evaluating, auditing,billing, or regulatory changes, may be developed and set forth in a
written Informal Agreement between the Contractor and the County. Such Informal Agreements shall be designated as such and shall
not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such
Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor
as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is
made or his designee.
8. Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the
Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State of Federal
approval.
b. Administrative Amendments. Subject to the Payment Limit,the Payment Provisions and the Service Plan may be amended by a
written administrative amendment executed by the Contractor and the County Administrator or his designee,subject to any required
State or Federal approval,provided that such administrative amendments may not materially change the Payment Provisions or the
Service Plan.
9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract
shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or
in accordance with the applicable procedures(if any)required by the State or Federal Government.
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of
California.
b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County, State of California.
11. Conformance with Federal and State Regulations and Laws. Should Federal or State regulations or laws touching upon the subject
of this Contract be adopted or revised during the term hereof, this Contract shall be deemed amended to assure conformance with such
Federal or State requirements.
12. No Waiver by County. Subject to Paragraph 9. (Disputes)of these General Condition, inspections or approvals, or statements by any
officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of
this Contract,or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall
not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any
action for damages or enforcement arising from any failure to comply with any of the terms and conditions of this Contract.
13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor
shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to
become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal
approval.
14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be
construed to create the relationship between the parties of agent,servant,employee,partnership,joint venture or association.
15. Conflicts of interest. Contractor, its officers, partners, associates, agents,.and employees, shall not make, participate in making, or in
any way attempt to use the position afforded them by this Contract to influence any governmental decision in which he or she knows or
has reason to know that he or she has a financial interest under California Government Code Sections 87100,et seq.,or otherwise.
Contra Costa County Standard Form 1/87
Number
GENERAL CONDITIONS
(Purchase of Services)
16. Confidentiality. Contractor agrees to comply and to require its officers, partners, associates, agents and employees to comply with all
applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, the identity of persons served
under this Contract, their records,or services provided them,and assures that:
a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with
the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for
any purpose not directly connected with the administration of such service.
b. No person will publish or disclose or permit or cause to be published or disclosed, nay list of persons receiving services, except as
may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above
provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by low may be
guilty of a misdemeanor.
17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified
persons regardless of age, sex, race, religion, color, national origin, or ethnic background, or handicap, and that none shall be used, in
whole or in part,for religious worship or instruction.
18. Indemnification. The Contractor shall defend, indemnity, save, and hold harmless the County and its officers and employees from any
and all claims, costs and liability for any damages, sickness, death, or injury to person(s) or property, including without limitation all
consequential damages,from any cause whatsoever arising directly or indirectly from or connected with the operations or services of the
Contractor or its agents, servants, employees or subcontractors hereunder, save and except claims or litigation arising through the sole
negligence or sole willful misconduct of the County or its officers or employees. Contractor will reimburse the County for any
expenditures, including reasonable attorneys' fees, the County may make by reason of the matters that are the subject of this
indemnification, and if requested by the County will defend any claims or litigation to which this indemnification provision applies at the
sole cost and expense of the Contractor.
19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect
insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions:
a. Liability Insurance. The Contractor shall provide comprehensive liability insurance, including coverage for owned and non-owned
automobiles, with a minimum combined single limit coverage of$500,000 for all damages, including consequential damages, due
to bodily injury, sickness or disease, or death to any person or damage to or destruction of property, including the loss of use
thereof, arising from each occurrence. Such insurance shall be endorsed to include the County and its officers and employees as
additional insureds as to all services performed by Contractor under this agreement. Said policies shall constitute primary
insurance as to the County,the State and Federal Governments, and their officers,agents, and employees, so that other insurance
policies held by them or their self-insurance program(s) shall not be required to contribute to any loss covered under the
Contractor's insurance policy or policies.
b. Workers Compensation. The Contractor shall provide workers'compensation insurance coverage for its employees.
c. Certificate of Insurance. The Contractor shall provide the County with (a) certificate(s) of insurance evidencing.liability and
worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew
the insurance policy(ies)or acquire either a new insurance policy(ies)or amend the coverage afforded through an endorsement to
the policy at any time during the term of this Contract,then Contractor shall provide(a)current certificate(s)of insurance.
d. Additional Insurance Provisions. The insurance policies provided by the Contractor shall include a provision for thirty(30)days
written notice to County before cancellation or material changes of the above specified coverage.
20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage
prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made. Notices to the
Contractor shall be addressed to the Contractor's address designated herein. The effective data of notice shall be the date of deposit in
the mails or of other delivery, except that the effective date of notice to the County shall be the date of receipt by the head of the County
Department for which this Contract is made.
Contra Costa County Standard Form 1/87
Number
GENERAL CONDITIONS
(Purchase of Services)
21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General conditions, the Special Conditions
(if any)and Service Plan do not limit any term of the General Conditions.
22. Nonrenewal. Contractor understands and agrees that there is no representation,implication, or understanding that the services provided
by Contractor under this Contract will be purchased by County under a new Contract following expiration or termination of this Contract,
and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor.
23. Possessory Interest If this Contract results in the Contractor having possession of, claim,to or right to the possession of land or
improvements, but does not vest ownership of the land or improvements on tax exempt land(Revenue &Taxation Code Section 107),
such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the
payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of
Revenue&Taxation Code Section 107.6,and waives all rights to further notice or to damages under that or any comparable statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that services under this Contract may provide some aid or assistance
to members of the County's population, it is not the intention of either the County or Contractor that such individuals occupy the position
of intended third-party beneficiaries of the obligations assumed by either parry to this Contract.
25. Coayriahts and Richts in Data. Contractor shall not publish or transfer any materials produced or resulting from activities supported by
this agreement without the express written consent of the County Administrator. If any material is subject to copyright, the County
reserves the right to copyright such and the Contractor agrees not to copyright such material. If the material is copyrighted, the County
reserves a royalty-free, non-exclusive, and irrevocable license to reproduce, publish, and use such materials, in whole or in part, and to
authorize others to do so.
1 , 59
'Contra REQUEST FOR QUOTATION
Costa QUOTATION
County ' ' 3'
c GENERAL SERVICES DEPARTMENT No, 960
PURCHASING DIVISION
1' THIS QUOTATION NUMBER
1220 MORELLO AVENUE, SUITE 210 MUST APPEAR ON
MARTINEZ, CALIFORNIA 94553-4711 OUTSIDE OF YOUR ENVELOPE.
rb'T�cdoi+`� Jy
DATE REOUISITION NO DEPARTMENT BUYER PHONE NUMBER
FOR
I
05/20/93 A07-433044 ADMINISTRATOR, OFFICE OF NFORPTHER10LES LITTMAN
NFORMATION (510) 313-7300
Ref.10
DATA ENTRY SERVICES, INC.
2474 N. WIGWAM DR. , STE E THIS REQUEST MUST BE DELIVERED TO COUNT)
STOCKTON, CA 95205 PURCHASING BEFORE 2 P.M.
ATTN: CHARLES H. RODRIGUEZ
AT WHICH TIME IT WILL BE PUBLIC O NED ANC
L J READ. NO TELEGRAPHIC OR FACSIMILE TRANS.
MITTED BIDS WILL BE ACCEPTED.
INSTRUCTIONS TO BIDDER:All provisions on the face hereof,as well as all conditions on the back hereof are part of this quotation.Read them before quoting.
Failure to examine any drawings,specifications,and instructions will be at bidder's risk.
Unless the bidder specifies otherwise in his bid,or the Request for Quotation gives notice of an all-or-none award,the County may accept any item or group of
items of any bid.Bids are subject to acceptance at any time within 30 days after opening,unless otherwise stipulated In bid or Request for Quotation.
Notwithstanding any other provision of this request for bids or quotes,no statutory or formal bidding process is required for the products or services contained
in this request for quotation.The products or services do not have to be purchased from a lowest monetary bidder.The County,at Its sole discretion,reserves the
rights to reject or accept any bid,to negotiate further on one or more bid items with some or all bidders,to accept partial bids from one or more bidders,and to
purchase some or all of the products or services from non-bidders or outside the bidding process.
ITEM OUANTITY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE DELIVFOR
ERY
CONTRA COSTA COUNTY IS REQUESTING QUOTATIONS FROM
QUALIFIED VENDORS FOR DATA ENTRY SERVICES IN
ACCORDANCE WITH THE ATTACHED SPECIFICATIONS, TERMS
AND CONDITIONS.
1 1 EA DATA ENTRY SERVICES
COST PER THOUSAND RECORDtz
Su •2
HOURLY RATE FOR SMALL JOBS -4
A VENDOR CONFERENCE WILL BE HELD ON:
JUNE 2, 1993, 10:00 a.m.
CONTRA COSTA COUNTY DATA PROCESSING
CONFERENCE ROOM 205
30 DOUGLAS DR.
MARTINEZ, CA 94553
BIDDERS ARE REQUIRED TO COMPLY WITH ATTACHED
CONTRA COSTA COUNTY PROFESSIONAL SERVICES
CONTRACT REQUIREMENTS.
MBE/WBE: IF YOUR COMPANY IS 51%OWNED AND MANAGED BY A MINORITY OR WOMAN PLEASE CHECK HERE.
CASH DISCOUNTS EXCEPT AS NOTED ON INDIVIDUAL ITEMS, THE We(1)hereby agree to furnish the articles and/or services fisted herein,at
Cash Discounts of less than 30 FOLLOWING WILL APPLY TO ALL THE ITEMS ON the prices and terms stated,subject to the instructions and conditions on
days or 25th prox will be con- THIS R.F.O the reverse side herein.UNSIGNED BIDS WILL 8E REJECTED.
sidered as net in evaluating this �/
quotation. CASH TERMS a—r 30 Dk Firm Name�alA �M� s�V(cr� TJJG
FAILURE TO BID F.O.B.DESTINATION Address2��� D f� D�KTa>7
— if you do not care to bid ons Complete deliv will a&ade in Signe Byany Items herein,please check ys after receip n Title a deUX
here and return this R.F Q. 12 yj
Otherwise. your name may be �.__ _ Phone N � ___
�- -------- --. .- Date _.��----
CONTRA COSTA COUNTY
TERMS AND CONDITIONS FOR DATA ENTRY SERVICES
Intent
It is the intent of these terms and conditions to describe Contra Costa County's normal
requirements for data entry services.
Contract Period (dates approximate) August 1, 1993 through July 31, 1995.
Renewal
The contract may be renewed for additional periods upon mutual agreement.
Termination
The County reserves the right to cancel the contract upon thirty (30) days written notice.
F.0.B.
Destination
Pricing
Bid prices must be submitted sheet showing cost on a per thousand basis. This includes
pick up and delivery. Vendors must supply their own tapes in a 1600/6250 BPI EBCDIC
format. Bidders are to include a price for hourly data entry for small infrequent and
unscheduled jobs. Pricing is firm for the first twelve (12) months of the contract. Price
increases for the second twelve month period must not exceed the Consumer Price Index
for the San Francisco Bay Area Region for the previous twelve (12) month period.
Payment
An annual purchase order will be established for each County department. Payment will
be made by the County within thirty (30) days of receipt of correct monthly invoices to
cover services received.
References
Bidders are required to submit a list of references with whom they have contracted data
entry services of similar scope and size to the requirements of this bid request within the
last twelve months.
Page 2
Terms and Conditions
Samples
Samples of all the input documents are available by appointment at:
Contra Costa County Purchasing
1220 Morello Avenue, Ste. 210
Martinez, CA
510-313-7300
Samples of live data are available upon request.
Technical Requirements
1. All documents must be entered and verified. The error rate on returned records must
not exceed .5%. The County will require parallel runs to demonstrate this capability.
Job volumes are based on the attached schedule.
2. Source documents will be available at Data Processing Services, 30 Douglas Dr.,
Martinez based on the attached schedule. Completed records must be returned to Data
processing Services based on the attached schedule. It is the County's preference to
utilize electronic transmission for the data, but a tape is acceptable if it arrives by the
time stated in the schedule. If the electronic transmission is not successful a tape must
be delivered to Data Processing Services as stated on the attached schedule. All input
documents must be delivered back to Data Processing Services based on the attached
schedule. If schedules change during the period of the contract, the vendor will be
notified as necessary. Any conflict between existing schedules land schedule changes
will be discussed with the vendor.
3. The electronic transmission is specified as a 2400 Baud Line using 3770 SNA RJE
Station Protocol.
4. The vendor is responsible for writing all input programs and they must meet the
requirements of each type document.
5. If the successful bidder uses electronic transfer they must demonstrate their ability to
electronically transfer daily record volumes before final award of the contract.
6. The County may elect to visit vendor site(s).
Page 3
Terms and Conditions
Insurance
The successful contractor will be required to present to the Purchasing Services Manager
of Contra Costa County, within five days of notification of award, evidence of insurance.
Certificates of insurance may be used as evidence of adequate coverage for Workmen's
Compensation, Comprehensive Public Liability for both bodily injury and property damage.
Such certificates shall make reference to all provisions and endorsements of the insurance
policies. A purchase order will not be issued until such evidence is received.
The foregoing requirements of the types and limits of insurance coverage to be maintained
by contractor and approval of policy(s) by County are not intended to, and shall not be in
any manner, limit or qualify the liabilities and obligations otherwise assumed by contractor
pursuant hereto, including, but not limited to liability assumed pursuant to the article of this
contract entitle "Indemnity".
Indemnity
The Contractor agrees, in the event he is the successful contractor, to defend, indemnify
and save harmless the County of Contra Costa, its officers, agents and/or employees for
any damages or by reason of any injury of injuries, whether directly chargeable to the
County, its officers, agents and/or employees or not, to any person or persons or property
of any kind whatsoever, whether the person or property of contractor, his agents or
employees or third persons, when said injury or injuries occur during, or are occasioned
by or result from the operations of contractor in connections with the performance of work
or duties undertaken by him as a result of the acceptance of this bid.
Non Appropriations of Funds
In the event no funds or insufficient funds are appropriated and budgeted in any Fiscal Year
for payments due under this agreement for the then current or the succeeding Fiscal Year
during the term aforesaid, this agreement shall create no obligation on the County as to
such current or succeeding fiscal year except as to the.portions of payments herein agreed
upon for which funds shall have been appropriated and budgeted, and no right of action
or damages shall accrue to the benefit of Vendor, its successors or assigns, as to that
portion of this agreement which may so become unenforceable.
Start-Up
Initial implementation will begin with approximately 40% of the total daily/monthly input
requirements and the balance to be started within 60-90 days.
Contra REQUEST FOR QUOTATION
Costa 21,11MVIINIT111im QUOTATION
County GENERAL SERVICES DEPARTMENT No. 960
PURCHASING DIVISION
THIS QUOTATION NUMBER
1220 MORELLO AVENUE, SUITE 210 MUST APPEAR ON
OUTSIDE OF YOUR ENVELOPE.
MARTINEZ, CALIFORNIA 94553-4711
REtlU+SRION NOF_ DEPARTMENT BUYER T PHONE NUMBER
p5/21/93 OFFICE INFORMATION
OF FORFURTHER� LES (510) 313-7300
r- Ref.10 960
DATA ENTRY SERVICES, INC.
2474 N. WIGWAM DR. , STE E THIS REQUEST MUST BE DELIVERED TO COUNT"i
STOCKTON, CA 95205 PURCHASING BEFORE 2 P.M. —Or qr. �qq
AT WHICH TIME IT WILL BE PUBLICLY 6�'E'NED AN[
READ. NO TELEGRAPHIC OR FACSIMILE TRANS-
MITTED BIDS WILL BE ACCEPTED.
INSTRUCTIONS TO BIDDER:All provisions on the face hereof,as well as all conditions on the back hereof are part of this quotation.Read them before quoting.
Failure to examine any drawings,specifications,and instructions will be at bidder's risk.
Unless the bidder specifies otherwise in his bid,or the Request for Quotation gives notice of an all-or-none award.the County may accept any item or group of
items of any bid.Bids are subject to acceptance at any time within 30 days after opening,unless otherwise stipulated in bid or Request for Quotation.
Notwithstanding any other provision of this request for bids or quotes,no statutory or formal bidding process is required for the products or services contained
in this request for quotation.The products or services do not have to be purchased from a lowest monetary bidder,The County,at Its sole discretion,reserves the
rights to reject or accept any bid,to negotiate further on one or more bid items with some or all bidders,to accept partial bids from one or more bidders,and to
purchase some or all of the products or services from non-bidders or outside the bidding process. DELIVERY ITEM QUANTITY UNIT DESCRIPTION UNIT PRICE TOTAI,PRICE DELIVERY
1 ADDENDUM NO. 1
YOUR ATTENTION IS CALLED TO THE FACT THE FOLLOWING
CHANGES HAVE BEEN MADE TO THE BID.
ATTACHED LIST OF DATA ENTRY JOBS SCHEDULE.
SAMPLE DOCUMENTS ARE AVAILABLE FOR REVIEW ONLY. COPIES
WILL NOT BE PROVIDED FOR VENDORS TO PICK-UP.
IF YOUR FIRM IS THE SUCCESSFUL VENDOR THIS ADDENDUM
MUST BE ACKNOWLEDGED IN WRITING BEFORE A PURCHASE
ORDER CAN BE ISSUED.
MBE/WBE: IF YOUR COMPANY IS 51%OWNED AND MANAGED BY A MINORITY OR WOMAN PLEASE CHECK HERE.
CASH DISCOUNTS EXCEPT AS NOTED ON INDIVIDUAL ITEMS, THE We(1)hereby agree to furnish the articles and/or services listed herein,at
FOLLOWING WILL APPLY TO ALL THE ITEMS ON the prices and terms stated,subject to the instructions and conditions on
Cash Discounts offless than 30 THIS R.F.O. the reverse side herein.UNSIGNED BIDS WILL BE REJECTED
days or 25th prox. will be con-
sidered as net in evaluating this 171
quotation. CASH TERMS Firm Name
l)-4rA Ewwv 54--
A AA.SqVrW- W-I's,4
FAILURE TO BID F.O.D.DESTINATION
T'
F� If you do not care to bid on Complete deliver will be made in SigneA Ry 1(
any items herein,please check s after receiptTitle 712 .5b.4ell—
here and return this I z
()thPTW1F,P vrmir name . Complete
Nn(20q) 14 n".
DATA ENTRY JOBS SCHEDULE
JOB NUMBER FREQUENCY VOLUME TURNAROUND PICKUP TIME RETURN TIME COMMENTS
1, 0010-010 Monthly 500 6 Hours 5.30PM 11:30PM Same Day
1, 0010-037 Bi-Monthly 200 6 Hours 5:36PM 11:30PM Same Day
1, 0010-043 Monthly 5000 30 Hours 5:30PM 11:30PM Next Day
1, 0010-118 Feb/Mar 1000 10 Hours 01:OOPM 1 1:OOPM Same Day
1, 0010-119 Feb/Ma200 10 Hours 01:OOPM 11:00PM Same Day
1, 0010-124 Feb/June 100 10 Hours 01:00PM 11:OOPM Same Day
1, 0010-125 Monthly 10 to 30 Hours 05:30PM 11:30PM Next Day
1, 30,000 (May thru July Volume 10,000 to 30,000)
1, 0010-138 August 60,000 30 Hours 05:30PM 11:30PM Next Day
1, (Pickup/and Return as documents available in August)
1, 0010-143 Monthly 3000 30 Hours 05:30PM 11:30PM Next Day
1, 0010-153 Annual 5000 30 Hours 05:30PM 11:30PM Next Day
1, 0010-158 Semi-Annual 150 10 Hours 01:OOPM 11:OOPM Same Day
1. 0010-216 Twice Month 3000 6 Hours 05:30PM 11:30PM Same Day
1, 0010-246 Twice Month 5400 (Each day for 4 days prior to the 10th
1, Payroll...Varies between the 2nd and 8th.
1. 5 Hours 05:OOPM 10:OOPM Same Day
1, 0010-270 Twice Month 100 5 Hours 05:OOPM 10:OOPM Same Day
1, 0010-306 Monthly 5000 30 Hours 05:30PM 11:30PM Next Day
1, 0010-409 Request 350 30 Hours 05:30PM 11:30PM Next Day
1, 0010-410 Request 200 30 Hours 05:30PM 11:30PM Next Day
1, 0063-005 Monthly 500 30 Hours 05:30PM 11:30PM Next Day
1, 0063-008 Weekly 600 30 Hours 05:30PM 11:30PM Next Day
1, 0148-005 Weekly 500 30 Hours 05:30PM 11:30PM Next Day
1, 0366-003 Monthly 250 5 Hours 05.30PM 11:30PM Same Day
1, (Corrections to initial Procedure 366-003 above)
1, 0450-011 Monthly 4,000 5 Days 01:30PM 01:30PM In 5 Days
1, 0450-014 Monthly 2,000 5 Days 01:30PM 01:30PM In 5 Days
1, 0500-011 Monthly 20 5 Hours 05:OOPM 10:OOPM Same Day
1, 0500-042 Quarterly 300 30 Hours 05:30PM 11:30PM Next Day
1, (January, April. July, and October)
1, 0500-043 Quarterly 1000 30 Hours 05:30PM 11:30PM Next Day
1, (January, April. July, and October)
1, 0500-900 Monthly 24,000 7 Days 01:OOPM 10:OOPM 7 Days
1, (Documents come in between about the 15th to the 24th of month).
1, 0802-002 July 20 30 Hours 05:30PM 11:30PM Next Day
1, 1006-044 Twice Month 500 30 Hours 05:30PM 11:30PM Next Day
1, 1006-045 Twice Month 500 30 Hours 05:30PM 11:30PM Next Day
1, 2025-005 Monthly 3500 5 Days 01:30PM 01:30PM Next Day
1, 2401-001 Request 350 30 Hours 05:30PM 11:30PM Next Day
1, 2401-003 Request 350 30 Hours 05:30PM 11:30PM Next Day
1, 2655-002 July 750 30 Hours 05:30PM 11:30PM Next Day
1, 3406-003 July/Aug 2000 4 Days 05:30PM 05.30PM In 4 Days
1, 3411-003 August 1200 30 Hours 05:30PM 11:30PM Next Day
1, 3411-004 August 1200 30 Hours 05:30PM 1 1:30PM Next Day
1, 3416-003 August 1200 30 Hours 05:30PM 11:30PM Next Day
1, 3416-004 August 1200 30 Hours 05:30PM 11:30PM Next Day
1, 3488-003 August 2400 30 Hours 05:30PM 11:30PM Next Day
1, 3488-004 August 2400 30 Hours 05:30PM 11:30PM Next Day
1, 4980-001 Monthly 15000 30 Hours 05:30PM 11:30PM Next Day
1, 4980-002 Monthly 2000 30 Hours 05:30PM 11:30PM Next Day
Contra REQUEST FOR QUOTATION
Costa QUOTATION
County
.c GENERAL SERVICES DEPARTMENT No, 960
='.. PURCHASING DIVISION
1` 1220 MORELLO AVENUE,SUITE 210 THIS QUOTATION NUMBER
MUST APPEAR ON
MARTINEZ, CALIFORNIA 94553-4711 OUTSIDE OF YOUR ENVELOPE.
6d•._ •-J
r�'cdiir+�
DATE I REQUISITION 110. DEPARTMENT __] � BUYER
� PHONE�Nu
BER
06/08/93 A07-433044 ADMINISTRATOR, OFFICE OF FORFURTHER� LES LITTMANINFORMATION (517300
Ref.10 960
DATA ENTRY SERVICES, INC.
2474 N. WIGWAM DR. , STE E THIS REQUEST MUST BE DELIVERED TO COUNT`
STOCKTON, CA 95205 PURCHASING BEFORE 2 P.M.
AT WHICH TIME IT WILL BE PUBLICLY OPENED ANC
L J READ. NO TELEGRAPHIC OR FACSIMILE TRANS
MITTED BIDS WILL BE ACCEPTED.
INSTRUCTIONS TO BIDDER:All provisions on the face hereof,as well as all conditions on the back hereof are part of this quotation.Read them before quoting.
Failure to examine any drawings,specifications,and instructions will be at bidder's risk.
Unless the bidder specifies otherwise in his bid,or the Request for Quotation gives notice of an all-or-none award.the County may accept any item or group of
items of any bid.Bids are subject to acceptance at any time within 30 days after opening,unless otherwise stipulated In bid or Request for Quotation.
Notwithstanding any other provision of this request for bids or quotes,no statutory or formal bidding process is required for the products or services contained
in this request for quotation.The products or services do not have to be purchased from a lowest monetary bidder.The County,at its sole discretion,reserves the
rights to reject or accept any bid,to negotiate further on one or more bid items with some or all bidders,to accept partial bids from one or more bidders,and to
purchase some or all of the products or services from non-bidders or outside the bidding process.
ITEM QUANTITY UNITDESCRIPTION UNIT PRICE TOTAL PRICE DELIVER\
2 ADDENDUM NO. 2
YOUR ATTENTION IS CALLED TO THE FACT THAT THE FOLLOWING
CHANGES HAVE BEEN MADE TO THE BID.
1. BIDDERS ARE TO UTILIZE THE ATTACHED "DATA ENTRY BID
EVALUATION SHEET" FOR SUBMISSION OF QUOTES.
2. A REVISED DATA ENTRY SCHEDULE DATE 6/2/93 IS
ATTACHED.
3. THE BID DUE DATE HAS BEEN CHANGED TO 6/23/93.
IF YOUR FIRM IS THE SUCCESSFUL VENDOR THIS ADDENDUM MUST
BE ACKNOWLEDGED IN WRITING BEFORE A PURCHASE ORDER CAN
BE ISSUED.
REFERENCE BID NUMBER ON OUTSIDE OF REPLY ENVELOPE.
MBE/WBE: IF YOUR COMPANY IS 51%OWNED AND MANAGED BY A MINORITY OR WOMAN PLEASE CHECK HERE.
CASH DISCOUNTS EXCEPT AS NOTED ON INDIVIDUAL ITEMS. THE We(1)hereby agree to furnish the articles and/or services listed herein,at
Cash Discounts of less than 30 FOLLOWING WILL APPLY TO ALL THE ITEMS ON the prices and terms stated,subject to the instructions and conditions on
days or 25th prox. will be con- THIS R.F.Q. the reverse side herein.UNSIGNED BIDS WILL BE REJECTED.
sidered as net in evaluating this 30 ��4 6,T4 1Gr� LIC.
quotation. CASH TERMS y5 Firm Name4 "'
FAILURE TO BID F.O.B.DE ATI N Address • ah, :_5
5'�` ra1Ge�
If you do not care to biComplete de made in Signe
any items herein,please the days aft,Ince r..,� Title
here and return this R.F.0:, t �p�.� 3
Otherwise, your name may be _— Phone N Date
removprl from n,,r hirl IiciC Ai,thnnyprl P!irrhaclnn RPnr cPntAt.vP
1 , 59
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DATA ENTRY DATA ENTRY
JOB NUMBER VOLUME OF MEASURE SERVICES SERVICES COST
1,0010-010 6000 100 $36.60 $2,196.00
1,0010-037 1200 100 $18.00 $216.00
1,0010-043 60000 1000 $65.90 $3,954.00
1,0010-046 500 100 $44.00 $2 .00
1, 0010-118 1000 1000 $293.00 $293.00
1,0010-119 200 100 $40.00 $80.00
1, 0010-124 500 100 $36.00 $180.00
1,0010-125 30000 1000 $65.90 $1,977.00
1,0010-126 300 100 $20.00 $60.00
1,0010-135 50 100 $100.00 $50.00
1,0010-138 60000 1000 $49.50 $2,970.00
1,0010-143 36000 1000 $65.90 $2,372.40
1,0010-153 5000 1000 $113.40. $567.00
1,0010-158 300 100 $45.00 $135.00
1,0010-205 1000 1000 $322.66 $322.66
1.0010-214 500 100 $25.00 $125.00
1,0010-216 72000 1000 $65.90 $4,744.80
1,0010-220 25 100 $72.00 $18.00
1,0010-224 8400 100 $10.00 $840.00
1,0010-239 1200 100 $9.00 $108.00
1,0010-242 48000 1000 $65.90 $3,163.20
1,0010-243 20400 1000 $65.90 $1,344.36
1,0010-246 20400 1000 $65.90 $1,344.36
1,0010-270 2400 100 $12.10 $290.40
1,0010-291 2000 1000 $65.90 $131.80
1,0010-306 60000 1000 $65.90 $3,954.00
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DATA ENTRY DATA ENTRY
JOB NUMBER VOLUME OF MEASURE SERVICES SERVICES COST
1,0010-321 3000 100 $35.20 $1,056.00
1,0010-409 350 100 $50.00 $175.00
1,0010-410 200 100 $50.00 $100.00
1,0010-901 12000 1000 $52.00 $624.00
1,0010-902 6000 100 $5.20 $312.00
1, 0010-904 180000 1000 $52.00 $9,360.00
DEPT 10 TOTAL $43,283.98
1, 0015-010 200 100 $50.00 $100.00
1,0015-049 1500 1000 $226.00 $339.00
1, 0015-903 75600 100 $22.60 $17,085.60
DEPT 15 TOTAL $17,524.60
1, 0016-098 25 100 $100.00 $25.00
DEPT 16 TOTAL $25.00
1, 0063-002 500 100 $15.00 $75.00
1,0063-005 6000 100 $12.10 $726.00
1, 0063-008 31200 100 $8.79 $2,742.48
DEPT 63 TOTAL $3,543.48
1, 0147-049 240 100 $100.00 $240.00
1.0147-050 10800 100 $6.00 $648.00
1, 0147-051 30000 1000 $65.00 $1,950.00
DEPT 147 TOTAL $2,838.00
1,0148-003 720 100 $50.00 $360.00
1,0148-005 26000 100 $9.77 $2,540.20
DEPT 148 TOTAL $2,900.20
1,0220-904 600 100 $100.00 $600.00
1,0220-906 300 100 $100.00 $300.00
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DATA ENTRY DATA ENTRY
JOB NUMBER VOLUME OF MEASURE SERVICES SERVICES COST
1, 0220-908 80 100 $100.00 $80.00
DEPT 220 TOTAL $980.00
1,0366-003 300 100 $10.00 $30.00
1,0366-003 192000 1000 $32.00 $6,144.00
DEPT 366 TOTAL $6,174.00
1, 0450-011 48000 1000 $118.00 $5,664.00
1, 0450-014 24000 1000 $98.00 $2,352.00
DEPT 450 TOTAL $8,016.00
1,0500-011 240 100 $50.00 $120.00
1,0500-042 1200 100 $30.00 $360.00
1, 0500-043 12000 1000 $38.00 $456.00
1,0500-900 288000 1000 $17.00 $4,896.00
DEPT 500 TOTAL $5,832.00
1,0802-002 20 100 $100.00 $20.00
DEPT 802 TOTAL $20.00
1, 1006-044 12000 100 $38.00 $4,560.00
1, 1006-045 12000 100 $38.00 $4,560.00
DEPT 1006 TOTAL $9,120.00
1, 2609-002 100 100 $100.00 $100.00
DEPT 2009 TOTAL $100.00
1, 2011-001 20 100 $150.00 $30.00
DEPT.2011 TOTAL $30.00
1, 2025-005 42000 1000 $90.00 $3,780.00
DEPT 2025 TOTAL $3,780.00
1, 2393-003 125 100 $100.00 $125.00
1, 2393-004 125 100 $100.00 $125.00
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DATA ENTRY DATA ENTRY
JOB NUMBER VOLUME OF MEASURE SERVICES SERVICES COST
DEPT 2393 TOTAL $250.00
1, 2401-001 350 100 $100.00 $350.00
1, 2401-003 350 100 $100.00 $350.00
DEPT 2402 TOTAL $700.00
1, 2655-002 750 100 $30.00 $225.00
DEPT 2655 TOTAL $225.00
1. 3406-003 2000 1000 $225.00 $450.00
DEPT 3406 TOTAL $450.00
1, 3411-003 1200 1000 $215.00 $258.00
1, 3411-004 1200 1000 $215.00 $258.00
DEPT 3411 TOTAL $516.00
1, 3416-003 1200 1000 $225.00 $270.00
1, 3416-004 1200 1000 $225.00 $270.00
DEPT 3416 TOTAL $540.00
1, 3488-003 2400 1000 $180.00 $432.00
1, 3488-004 2400 1000 $180.00 $432.00
DEPT 3488 TOTAL $864.00
1,4980-001 18000 1000 $120.00 $2.160.00
1, 4980-002 24000 1000 $120.00 $2,880.00
1,4980-016 300 100 $36.00 $108.00
1.4980-029 600 100 $36.00 $216.00
1,4980-033 120 100 $36.00 $43.20
DEPT 4980 TOTAL $5,407.20
1, 9998-034 120 100 $60.00 $72.00
1, 9998-035 120 100 $60.00 $72.00
DEPT 9998 TOTAL $144.00
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DATA ENTRY DATA ENTRY
JOB NUMBER VOLUME OF MEASURE SERVICES SERVICES COST
GRAND TOTAL 1 $113,263.46
0
Contra Costa County Number.
standard Form 1/87 STANDARD CONTRACT Fund: lOb�
(Purchase of Services) Account: 43 L,
1. Contract Identification:
Department: CAO/Data Processing
Subject: Data Entry Services
2. Parties. The County of Contra Costa, California (County, for its Department named above, and the following named Contractor mutually
agree and promise as follows.
Contractor. Diablo Data Entry Services
Capacity: Taxpayer ID: 68-0200008
Address: 2250 Morello Avenue
Pleasant Hill, Ca. 94523
3. Term: The effective date of this Contract is August 18, 1993 and it terminates August 18, 1995 unless sooner terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed$ 150,000.
5. County's Obligations. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are
incorporated herein by reference,subject to all the terms and conditions contained or incorporated herein.
6. . Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto
which is incorporated herein by reference,subject to all the terms and conditions contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which
are incorporated herein by reference.
8. Proiect. This Contract implements in whole or in part the following described Project, the application and approval documents of which are
incorporated herein by reference: Data Entry services for various County Departments to be provided in accordance with Contra Costa
County's Request for Quotation No.960. The RFQ and the bidders response are included as part of the agreement as Attachment#1.
9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Section
26227 and 3100.
10. Signatures. These signatures attest the parties'agreement hereto:
COUNTY OF CONTRA COSTA,CALIFORNIA
BOARD OF SUPERVISORS Attest: Phil Batchelor,Clerk of the Board
of Supervisors and County Administrator
By: l,` r <= By:
Chairman/Designee Depu
CONTRACTOR
BBy:
Kathleen M. Auld, Sole Owner
(Designate official business capacity A.) (Designate official business capacity B.)
Note to Contractor: For corporations(profit or nonprofit), the Contract must be signed by two officers. Signatures A must be that of the president
or vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Sec. 1190.1 and Corporations Code Sec. 313).
All signatures must be acknowledged as set forth on page two.
Contra Costa County Standard Form 1187
Number
APPROVALS/ACKNOWLEDGEMENT
APPROVALS
RECOMMENDED BY DEP�RTME-NT^ F .RM PP OVED
By: By:
APPROVED: COUNTY ADMINISTRATOR
By: �
Desidjnee
----=------------------------------=------------------------------------------=---------------------------------
----------------------------------------------------------------------------------------------------------------
ACKNOWLEDGEMENT
State of California ACKNOWLEDGEMENT(By Corporation,
Partnership,or Individual)
Countyof Contra Costa
The person(s)signing above for Contractor,personally known to me in the individual or business capacity(ies)stated,or proved to me on
the basis of satisfactory evidence to be the stated individual or the representative(s)of the partnership or corporation named above in the
capacity(ies)stated,personally appeared before me today and acknowledged that he/she/they executed it, and acknowledged to me that
the partnership named above executed it or acknowledged to me that the corporation named above executed it pursuant to its by-laws or
a resolution of its board of directors.
Dated: 8-4-93
(Notarial Sea])
i Notary Public/Deputy County Cleric
PAM CAUDEL Pam Caudel
CnCn.,p L. COMM.;X58764 cn
NOTARY PUBLIC
CONTRA COST,,COUNTY.CALIFORNIA . �_
My Commission Expires March 4,199E
Contra Costa County Standard Form 1/87
Number
PAYMENT PROVISIONS
(Fee Basis Contracts)
1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County will pay
Contractor the following fee as full compensation for all services,work,expenses or costs provided or incurred by Contractor.
(Check one alternative only.)
❑ a. $ monthly,or
❑ b. $ as defined in the Service Plan,or
❑ c. $ after completion of all obligations and conditions herein.
d. $ as indicated in the Vendors Bid Submission(copy attached)
2. Payment Demands. Contractor shall submit written demands. Said demands shall be made on County Demand Form D-15 and in the
manner and form prescribed by County. Contractor shall submit said demands for payment no later than 30 days from the end of the month in
which the Contract services upon which such demand is based were actually rendered. Upon approval of said payment demands by the head
of the County Department for which this Contract is made,or his designee, County will make payments as specified in paragraph 1. (Payment
Amounts)above.
3. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the
Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the
Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or
records,or(c)Contractor has failed to sufficiently itemize or document its demand(s)for payment.
4. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by
appropriate County, State or Federal Audit Agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to
the County within 30 days of demand by County the full amount of the County's obligation, if any, to the State and/or Federal government
resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform property any of its obligations
under this Contract.
Initials:
Contractor County Dept.
Contra Costa County Standard Form'1/87
Number
GENERAL CONDITIONS
(Purchase of Services)
1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with
respect to'its performance under this Contract, including but not limited to, licensing, employment and purchasing practices; and wages,
hours and conditions of employment, including nondiscrimination.
2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection,
review and audit by authorized representatives of the County,the State of California,and the United States Government..
3. Records. Contractor shall keep and make available for inspection and copying by authorized representatives of the County,the State of
California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this
Contract as may be required by the County.
a. Retention of Records. The Contractor shall retain all documents pertaining to this Contract for five years from the date of
submission of Contractor's final payment demand or final Cost Report; for any further period that is required by law; and until all
Federal/State audits are complete and exceptions resolved for this Contract's funding period. Upon request, Contractor shall make
these records available to authorized representatives of the County,the State of California,and the United States Government
b. Access to Books and Records of Contractor, Subcontractor. Pursuant to Section 1861 (v)(1) of the Social Security Act„ and
any regulations promulgated thereunder, Contractor shall, upon written request and until the expiration of four years after the
furnishing of services pursuant to this Contract, make available to the Secretary of Health and Human.Services or to the
Comptroller General, or any of their duly authorized representative, this Contract and books, documents, and records of Contractor
that are necessary to certify the nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value or cost of$10,000 or more over a
twelve-month period, such subcontract shall.contain a clause to the effect that upon written request and until the expiration of four years
after the furnishing of services pursuant to such subcontract,the subcontractor shall make available, to the County, to the Secretary or to
the Comptroller General, or any of their dully authorized representatives, the subcontract and books, documents, and records of the
subcontractor that are necessary to verity the nature and extent of all costs and charges thereunder.
This special condition is in addition to any and all other terms regarding the maintenance or retention of records under this Contract and
is binding on the heirs, successors,assigns and representative of Contractor.
4. Reporting Requirements. Pursuant to Government Code Section 7550, Contractor shall include in all documents or written reports
completed and submitted to County in accordance with this Contract, a separate section listing the numbers and dollar amounts of all
contracts and subcontracts relating to the preparation of each such document or written report. This section shall apply only if the
payment limit under this Contract exceeds$5,000.
5. Termination.
a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice
thereof to the other,and may be cancelled immediately by written mutual consent.
b. Failure to Perform The County, upon written notice to Contractor, may immediately terminate this Contract should the Contractor
fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in
any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any
sum due the Contractor under this Contract,without prejudice to the County's rights otherwise to recover its damages.
c. Cessation of Funding. (See Attachment#1 Non Appropriations of Funds)
6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein,
no other understanding, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the
parties hereto.
Contra Costa County Standard Form 1/87
Number
GENERAL CONDITIONS
(Purchase of Services)
7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this
Contract, including but not limited to, monitoring, evaluating, auditing, billing, or regulatory changes, may be developed and set forth in a
written Informal Agreement between the Contractor and the County. Such Informal Agreements shall be designated as such and shall
not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such
Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor
as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is
made or his designee.
8. Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the
Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State of Federal
approval.
b. Administrative Amendments. Subject to the Payment Limit,the Payment Provisions and the Service Plan may be amended by a
written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required
State or Federal approval,provided that such administrative amendments may not materially change the Payment Provisions or the
Service Plan.
9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract
shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or
in accordance with the applicable procedures(if any)required by the State or Federal Government.
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of
California.
b. Any action relating to this Contract shall be instituted and prosecuted in the courts.of Contra Costa County, State of California.
11. Conformance with Federal and State Regulations and Laws. Should Federal or State regulations or laws touching upon the subject
of this Contract be adopted or revised during the term hereof, this Contract shall be deemed amended to assure conformance with such
Federal or State requirements.
12. No Waiver by County. Subject to Paragraph 9. (Disputes)of these General Condition, inspections or approvals, or statements by any
officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of
this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall
not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any
action for damages or enforcement arising from any failure to comply with any of the terms and conditions of this Contract.
13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor
shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to
become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal
approval.
14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be
construed to create the relationship between the parties of agent, servant,employee,partnership,joint venture or association.
15. Conflicts of interest Contractor, its officers, partners, associates, agents, and employees, shall not make, participate in making, or in
any way attempt to use the position afforded them by this Contract to influence any governmental decision in which he or she knows or
has reason to know that he or she has a financial interest under California Government Code Sections 87100,et seq.,or otherwise.
Contra Costa County Standard Form 1/87
Number
GENERAL CONDITIONS
(Purchase of Services)
16. Confidentiality. Contractor agrees to comply and to require its officers, partners, associates, agents and employees to comply with all
applicable State or Federal statutes or regulations respecting confidentiality, including but not limited to, the identity of persons served
under this Contract,their records,or services provided them,and assures that:
a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with
the administration of or relating to services provided under this Contract will be confidential, and'will not be open to examination for
any purpose not directly connected with the administration of such service.
b. No person will publish or disclose or permit or cause to be published or disclosed, nay list of persons receiving services, except as
may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above
provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by low may be
guilty of a misdemeanor.
17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified
persons regardless of age, sex, race, religion, color, national origin, or ethnic background, or handicap, and that none shall be used, in
whole or in part,for religious worship or instruction.
18. Indemnification. The Contractor shall defend, indemnity, save, and hold harmless the County and its officers and employees from any
and all claims, costs and liability for any damages, sickness, death, or injury to person(s) or property, including without limitation all
consequential damages,from any cause whatsoever arising directly or indirectly from or connected with the operations or services of the
Contractor or its agents, servants, employees or subcontractors hereunder, save and except claims or litigation arising through the sole
negligence or sole willful misconduct of the County or its officers or employees. Contractor will reimburse the County for any
expenditures, including reasonable attorneys' fees, the County may make by reason of the matters that are the subject of this
indemnification, and if requested by the County will defend any claims or litigation to which this indemnification provision applies at the
sole cost and expense of the Contractor.
19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect
insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions:
a. Liability Insurance. The Contractor shall provide comprehensive liability insurance, including coverage for,owned and non-owned
automobiles, with a minimum combined single limit coverage of$500,000 for all damages, includilig consequential damages, due
to bodily injury, sickness or disease, or death to any person or damage to or destruction of property, including the loss of use
thereof, arising from each occurrence. Such insurance shall be endorsed to include the County and its officers and employees as
additional insureds as to all services performed by Contractor under this agreement. Said policies shall constitute primary
insurance as to the County,the State and Federal Governments, and their officers,agents, and employees, so that other insurance
policies held by them or their self-insurance program(s) shall not be required to contribute to any loss covered under the
Contractor's insurance policy or policies.
b. Workers Compensation. The Contractor shall provide workers'compensation insurance coverage for its employees.
c. Certificate of Insurance. The Contractor shall provide the County with (a) certificate(s) of insurance evidencing liability and
worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew
the insurance policy(ies)or acquire either a new insurance policy(ies)or amend the coverage afforded through an endorsement to
the policy at any time during the term of this Contract,then Contractor shall provide(a)current certificate(s)of insurance.
d. Additional Insurance Provisions. The insurance policies provided by the Contractor shall include a provision for thirty(30)days
written notice to County before cancellation or material changes of the above specified coverage.
20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage
prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made. Notices to the
Contractor shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in
the mails or of other delivery, except that the effective date of notice to the County shall be the date of receipt by the head of the County
Department for which this Contract is made.
Contra Costa County Standard Form 1/87
Number
GENERAL CONDITIONS
(Purchase of Services)
21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General conditions, the Special Conditions
(if any)and Service Plan do not limit any term of the General Conditions.
22. Nonrenewal. Contractor understands and agrees that there is no representation, implication,or understanding that the services provided
by Contractor under this Contract will be purchased by County under a new Contract following expiration or termination of this Contract,
and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor.
23. Possessory Interest If this Contract results in the Contractor having possession of, claim to or right to the possession of land or
improvements, but does not vest ownership of the land or improvements on tax exempt land (Revenue &Taxation Code Section 107),
such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the
payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of
Revenue&Taxation Code Section 107.6,and waives all rights to further notice or to damages under that or any comparable statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that services under this Contract may provide some aid or assistance
to members of the County's population, it is not the intention of either the County or Contractor that such individuals occupy the position
of intended third-party beneficiaries of the obligations assumed by either party to this Contract.
25. Coayriahts and Riahts in Data. Contractor shall not publish or transfer any materials produced or resulting from activities supported by
this agreement without the express written consent of the County Administrator. If any material is subject to copyright, the County
reserves the right to copyright such and the Contractor agrees not to copyright such material. If the material is copyrighted, the County
reserves a royalty-free, non-exclusive, and irrevocable license to reproduce, publish, and use such materials, in whole or in part, and to
authorize others to do so.
Contra REQUEST FOR QUOTATION
Costa QUOTATION
County
s ..r GENERAL SERVICES DEPARTMENT No, 960
a{-✓ 'Ol, PURCHASING DIVISION
1220 MORELLO AVENUE.SUITE 210 THIS QUOTATION NUMBER
MUST APPEAR ON
MARTINEZ, CALIFORNIA 94553-4711
Z
OUTSIDE OF YOUR ENVELOPE.
.J
n0
STS LOUR
DATE REOUISITION NO DEPARTMENT BUYER PHONE NUMBER
FOR
I
05/20/93 07-433044 ADMINISTRATOR, OFFICE OF NFORMTHERATION� LES LITTMAN (510) 313-7300
NFORM
Ref.12
DIABLO DATA SERVICES
2250 MORELLO AVENUE THIS REQUEST MUST BE DELIVERED TO COUNTY
PLEASANT HILL, CA 94523 PURCHASING BEFORE 2 P.M.
ICL
AT WHICH TIME IT WILL BE PUBLO ENED ANC
L J READ. NO TELEGRAPHIC OR FACSIMILE TRANS-
MITTED BIDS WILL BE ACCEPTED.
INSTRUCTIONS TO BIDDER:All provisions on the face hereof,.as well as all conditions on the back hereof are part of this quotation.Read them before quoting.
Failure to examine any drawings,specifiFations,and instructions will be at bidder's risk.
Unless the bidder specifies otherwise in his bid,or the Request for Quotation gives notice of an all-or-none award,the County may accept any item or group of
items of any bid.Bids are subject to acceptance at any time within 30 days after opening,unless otherwise stipulated in bid or Request for Quotation.
Notwithstanding any other provision of this request for bids or quotes,no statutory or formal bidding process is required for the products or services contained
in this request for quotation.The products or services do not have to be purchased from a lowest monetary bidder.The County,at its sole discretion,reserves the
rights to reject or accept any bid,to negotiate further on one or more bid hems with some or all bidders,to accept partial bids from one or more bidders,and to
purchase some or all of the products or services from non-bidders or outside the bidding process.
ITEM OUANTITY UNIT DESCRIPTIONUNIT PRICE TOTAL PRICE DAYS DELIVERY
CONTRA COSTA COUNTY IS REQUESTING QUOTATIONS FROM ,
QUALIFIED VENDORS FOR DATA ENTRY SERVICES IN
ACCORDANCE WITH THE ATTACHED SPECIFICATIONS, TERMS
AND CONDITIONS.
1 1 EA DATA ENTRY SERVICES
COST PER THOUSAND RECORDS
HOURLY RATE FOR SMALL JOBS
A VENDOR CONFERENCE WILL BE HELD ON:
JUNE 2, 1993, 10:00 a.m.
CONTRA COSTA COUNTY DATA PROCESSING
CONFERENCE ROOM 205
30 DOUGLAS DR.
MARTINEZ, CA 94553
BIDDERS ARE REQUIRED TO COMPLY WITH ATTACHED
CONTRA COSTA COUNTY PROFESSIONAL SERVICES
CONTRACT REQUIREMENTS.
MBE/WBE: IF YOUR COMPANY IS 51%OWNED AND MANAGED BY A MINORITY OR WOMAN PLEASE CHECK HERE.
CASH DISCOUNTS EXCEPT AS NOTED ON INDIVIDUAL ITEMS, THE We(1)hereby agree to furnish the articles and/or services listed herein,at
Cash Discountts of less than 30 FOLLOWING WILL APPLY TO ALL THE ITEMS ON the prices and terms stated,subject to the instructions and conditions on
days D c 5th o f will be con- THIS R.F.O. the reverse side herein.UNSIGNED BIDS WILL BE REJECTED.
sidered as net In evaluating this tai
quotation. CASH TERMS /G NST e20 D'f Firm Name �f�Ly L)14 T4 CE�Q y���-5
FAILURE TO BID F.O.B.DESTINATION Address i0 A/CK 44 . N, y E.43
[] If you do not care to bid onomplete deliver will be made In Signed B �_
any items herein,please check s after receipt n Title
here and return this R.F.Q.
Otherwise. your name may be _ T—._.___ __ ___.... .____.. Phone No .S,/G'.'. S . . . . `�. Date_
CONTRA COSTA COUNTY
TERMS AND CONDITIONS FOR DATA ENTRY SERVICES
Intent
It is the intent of these terms and conditions to describe Contra Costa County's normal
requirements for data entry services.
Contract Period (dates approximate) August 1, 1993 through July 31, 1995.
Renewal
The contract may be renewed for additional periods upon mutual agreement.
Termination
The County reserves the right to cancel the contract upon thirty (30) days written notice.
F.0.B.
Destination
Pricin
Bid prices must be submitted sheet showing cost on a per thousand basis. This includes
pick up and delivery. Vendors must supply their own tapes in a 1600/6250 BPI EBCDIC
format. Bidders are to include a price for hourly data entry for small infrequent and
unscheduled jobs. Pricing is firm for the first twelve (12) months of the contract. Price
increases for the second twelve month period must not exceed the Consumer Price Index
for the San Francisco Bay Area Region for the previous twelve (12) month period.
Payment
An annual purchase order will be established for each County department. Payment will
be made by the County within thirty (30) days of receipt of correct monthly invoices to
cover services received.
References
Bidders are required to submit a list of references with whom they have contracted data
entry services of similar scope and size to the requirements of this bid request within the
last twelve months.
Page 2
Terms and Conditions
Samples
Samples of all the input documents are available by appointment at:
Contra Costa County Purchasing
1220 Morello Avenue, Ste. 210
Martinez, CA
510-313-7300
Samples of live data are available upon request.
Technical Requirements
1. All documents must be entered and verified. The error rate on returned records must
not exceed .5%. The County will require parallel runs to demonstrate this capability.
Job volumes are based on the attached schedule.
2. Source documents will be available at Data Processing Services, 30 Douglas Dr.,
Martinez based on the attached schedule. Completed records must be returned to Data
processing Services based on the attached schedule. It is the County's preference to
utilize electronic transmission for the data, but a tape is acceptable if it arrives by the
time stated in the schedule. If the electronic transmission is not successful a tape must
be delivered to Data Processing Services as stated on the attached schedule. All input
documents must be delivered back to Data Processing Services based on the attached
schedule. If schedules change during the period of the contract, the vendor will be
notified as necessary. Any conflict between existing schedules land schedule changes
will be discussed with the vendor.
3. The electronic transmission is specified as a 2400 Baud Line using 3770 SNA RJE
Station Protocol.
4. The vendor is responsible for writing all input programs and they must meet the
requirements of each type document.
5. If the successful bidder uses electronic transfer they must demonstrate their ability to
electronically transfer daily record volumes before final award of the contract.
6. The County may elect to visit vendor site(s).
Page 3
Terms and Conditions
Insurance
The successful contractor will be required to present to the Purchasing Services Manager
of Contra Costa County, within five days of notification of award, evidence of insurance.
Certificates of Insurance may be used as evidence of adequate coverage for Workmen's
Compensation, Comprehensive Public Liability for both bodily injury and property damage.
Such certificates shall make reference to all provisions and endorsements of the insurance
policies. A purchase order will not be issued until such evidence is received.
The foregoing requirements of the types and limits of insurance coverage to be maintained
by contractor and approval of policy(s) by County are not intended to, and shall not be in
any manner, limit or qualify the liabilities and obligations otherwise assumed by contractor
pursuant hereto, including, but not limited to liability assumed pursuant to the article of this
contract entitle "Indemnity".
Indemnity
The Contractor agrees, in the event he is the successful contractor, to defend, indemnify
and save harmless the County of Contra Costa, its officers, agents and/or employees for
any damages or by reason of any injury of injuries, whether directly chargeable to the
County, its officers, agents and/or employees or not, to any person or persons or property
of any kind whatsoever, whether the person or property of contractor, his agents or
employees or third persons, when said injury or injuries occur during, or are occasioned
by or result from the operations of contractor in connections with the performance of work
or duties undertaken by him as a result of the acceptance of this bid.
Non Appropriations of Funds
In the event no funds or insufficient funds are appropriated and budgeted in any Fiscal Year
for payments due under this agreement for the then current or the succeeding Fiscal Year
during the term aforesaid, this agreement shall create no obligation on the County as to
such current or succeeding fiscal year except as to the portions of payments herein agreed
upon for which funds shall have been appropriated and budgeted, and no right of action
or damages shall accrue to the benefit of Vendor, its successors or assigns, as to that
.portion of this agreement which may so become unenforceable.
Start-Up
Initial implementation will begin with approximately 40% of the total daily/monthly input
requirements and the balance to be started within 60-90 days.
Contra REQUEST FOR QUOTATION
Costa 211RIMPININKIM110 QUOTATION
County GENERAL SERVICES DEPARTMENT No. 960
PURCHASING DIVISION THIS QUOTATION NUMBER
1220 MORELLO AVENUE,SUITE 210 MUST APPEAR ON
MARTINEZ, CALIFORNIA 94553-4711 -OUTSIDE OF YOUR ENVELOPE.
I- DATE DEPARTMENT FOR FUR'THER 10 BUYER HONE NUMBER
05/21/93 hDMINISTRATOR, OFFICE OF JINFORMATION LES LITTMAN ))313-7300
r Ref.12 960
DIABLO DATA SERVICES
2250 MORELLO AVENUE THIS REQUEST MUST BE DELIVERED TO COUNT).
PLEASANT HILL, CA 94523 PURCHASING BEFORE 2 P.M.
AT WHICH TIME IT WILL BE PUBLICLY 6PE'NED AN[
READ. NO TELEGRAPHIC OR FACSIMILE TRANS
MITTED BIDS WILL BE ACCEPTED.
INSTRUCTIONS TO BIDDER:All provisions on the face hereof,as well as all conditions on the back hereof are part of this quotation.Read them before quoting.
Failure to examine any drawings,specifications,and instructions will be at bidder's risk.
Unless the bidder specifies otherwise in his bid,or the Request for Quotation gives notice of an all-or-none award.the County may accept any item or group of
items of any bid.Bids are subject to acceptance at any time within 30 days after opening,unless otherwise stipulated in bid or Request for Quotation.
Notwithstanding any other provision of this request for bids or quotes,no statutory or formal bidding process is required for the products or services contained
in this request for quotation.The products or services do not have to be purchased from a lowest monetary bidder,The County,at Its sole discretion,reserves the
rights to reject or accept any bid,to negotiate further on one or more bid items with some or all bidders,to accept partial bids from one or more bidders,and to
purchase some or all of the products or services from non-bidders or outside the bidding process.
.PRICE DAYS
ITEM QUANTITY UNIT DESCRIPTION UNIT PRICE TOTAL DELIVERFOF
Y
ADDENDUM NO. 1
YOUR ATTENTION IS CALLED TO THE FACT THE FOLLOWING
CHANGES HAVE BEEN MADE TO THE BID.
ATTACHED LIST OF DATA ENTRY JOBS SCHEDULE.
SAMPLE DOCUMENTS ARE AVAILABLE FOR REVIEW ONLY. COPIES
WILL NOT BE PROVIDED FOR VENDORS TO PICK-UP.
IF YOUR FIRM IS THE SUCCESSFUL VENDOR THIS ADDENDUM
MUST BE ACKNOWLEDGED IN WRITING BEFORE A PURCHASE
ORDER CAN BE ISSUED.
M_BE/WBE: IF YOUR COMPANY IS 31%OWNED AND MANAGED BY A MINORITY OR WOMAN PLEASE CHECK HERE,
CASH DISCOUNTS EXCEPT AS NOTED ON INDIVIDUAL ITEMS. THE We(1)hereby agree to furnish the articles and/or services listed herein,at
FOLLOWING WILL APPLY TO ALL THE ITEMS ON the prices and terms stated,subject to the instructions and conditions on
Cash Discounts of less than 30 THIS R.F.O. the reverse side herein,UNSIGNED BIDS WILL BE REJECTED.
days or 25th prox. will be con-
sidered as net in evaluating thids
s
quotation. CASH TERMS Q7/0/q6r -PAX_V Firm Name D t,4 D P-rQ
P Y l-
FAILURE TO BID F.O.B.DESTINATION Address
0 6�' e17y. s z.3
C'
If you do not care to bid on Co tete delivery will W made in Signed -
any items herein,please check days r receipt of an r. Title
here and return this R.F.O.
Otherwise, your name may be Phone No
Date 1:;
romnvPri
DATA ENTRY JOBS SCHEDULE
JOB NUMBER FREQUENCY VOLUME TURNAROUND PICKUP TIME RETURN TIME COMMENTS
1, 0010-010 Monthly 500 6 Hours 5:30PM 11:30PM Same Day
1, 0010-037 Bi-Monthly 200 6 Hours 5:30PM 11:30PM Same Day
1, 0010-043 Monthly 5000 30 Hours 5:30PM 11:30PM Next Day
1, 0010-118 Feb/Mar 1000 10 Hours 01:00PM 11:OOPM Same Day
1, 0010-119 Feb/Ma200 10 Hours 01:OOPM 11:OOPM Same Day
1, 0010-124 Feb/June 100 10 Hours 01:OOPM 11:OOPM Same Day
1, 0010-125 Monthly 10 to 30 Hours 05:30PM 11:30PM Next Day
1, 30,000 (May thru July Volume 10,000 to 30,000)
1, 0010-138 August 60,000 30 Hours 05:30PM 11:30PM Next Day
1, (Pickup/and Return as documents available in August)
1, 0010-143 Monthly 3000 30 Hours 05:30PM 11:30PM Next Day
1, 0010-153 Annual 5000 30 Hours 05:30PM 11:30PM Next Day
1, 0010-158 Semi-Annual 150 10 Hours 01:OOPM 11:OOPM Same Day
.1, 0010-216 Twice Month 3000 6 Hours 05:30PM 11:30PM Same Day
1, 0010-246 Twice Month 5400 (Each day for 4 days prior to the 10th
1, Payroll...Varies between the 2nd and 8th.
1. 5 Hours 05:OOPM 10:OOPM Same Day
1, 0010-270 Twice Month 100 5 Hours 05:OOPM 10:OOPM Same Day
1, 0010-306 Monthly 5000 30 Hours 05:30PM 11:30PM Next Day
1, 0010-409 Request 350 30 Hours 05:30PM 11:30PM Next Day
1, 0010-410 Request 200 30 Hours 05:30PM 11:30PM Next Day
1, 0063-005 Monthly 500 30 Hours 05:30PM 11:30PM Next Day
1, 0063-008 Weekly 600 30 Hours 05:30PM 11:30PM Next Day
1, 0148-005 Weekly 500 30 Hours 05:30PM 11:30PM Next Day
1, 0366-003 Monthly 250 5 Hours 05:30PM 11:30PM Same Day
1, (Corrections to initial Procedure 366-003 above)
1, 0450-011 Monthly 4,000 5 Days 01:30PM 01:30PM In 5 Days
1, 0450-014 Monthly 2,000 5 Days 01:30PM 01:30PM In 5 Days
1, 0500-011 Monthly 20 5 Hours 05:OOPM 10:OOPM Same Day
1, 0500-042 Quarterly 300 30 Hours 05:30PM 11:30PM Next Day
1, (January, Apnl. July, and October)
1, 0500-043 Quarterly 1000 30 Hours 05:30PM 11:30PM Next Day
1, (January, April. July, and October)
1. 0500-900 Monthly 24,000 7 Days 01:OOPM 10:OOPM 7 Days
1, (Documents come in between about the 15th to the 24th of month).
1, 0802-002 July 20 30 Hours 05:30PM 11:30PM Next Day
1, 1006-044 Twice Month 500 30 Hours 05:30PM 11:30PM Next Day
1, 1006-045 Twice Month 500 30 Hours 05:30PM 11:30PM Next Day
1, 2025-005 Monthly 3500 5 Days 01:30PM 01:30PM Nexi Day
1, 2401-001 Request 350 30 Hours 05:30PM 11:30PM Next Day
1, 2401-003 Request 350 30 Hours 05.30PM 11:30PM Next Day
1, 2655-002 July 750 30 Hours 05:30PM 11:30PM Next Day
1, 3406-003 July/Aug 2000 4 Days 05:30PM 05:30PM In 4 Days
1, 3411-003 August 1200 30 Hours 05:30PM 11:30PM Next Day
1, 3411-004 August 1200 30 Hours 05:30PM 11:30PM Next Day
1, 3416-003 August 1200 30 Hours 05:30PM 11:30PM Next Day
1. 3416-004 August 1200 30 Hours 05:30PM 11:30PM Next Day
1. 3488-003 August 2400 30 Hours 05:30PM 11:30PM Next Day
1, 3488-004 August 2400 30 Hours 05:30PM 11:30PM Next Day
1, 4980-001 Monthly 15000 30 Hours 05:30PM 11:30PM Next Day
1, 4980-002 Monthly 2000 30 Hours 05:30PM 11:30PM Next Day
Contra REQUEST FOR QUOTATION
Costa QUOTATION
County
GENERAL SERVICES DEPARTMENT No. 960
ti PURCHASING DIVISION
=L' THIS OUOTATION NUMBER
1220 MORELLO AVENUE, SUITE 210 MUST APPEAR ON
MARTINEZ, CALIFORNIA 94553-4711 OUTSIDE OF YOUR ENVELOPE.
TA.cbo>i`C+
DATE REOUISITION NO 1 DEPARTMENT BUYER PHONE NUMBER
FOR FURTHER �
06/08/93 A07-433044 JADMINISTRATOR, OFFICE OFIINFORMATION� LES LITTMAN (510) 313-7300
r �
Ref.12 960
DIABLO DATA SERVICES
1610 OAK PARK BLVD. THIS REQUEST MUST BE DELIVERED TO COUNT`
PLEASANT HILL, CA 94523 PURCHASING BEFORE 2 P.M.
NED
AT WHICH TIME IT WILL BE PUBLI EANC
L J READ. NO TELEGRAPHIC OR FACSIMILE TRANS
MITTED BIDS WILL BE ACCEPTED.
INSTRUCTIONS TO BIDDER:All provisions on the face hereof,as well as all conditions on the back hereof are part of this quotation.Read them before quoting.
Failure to examine any drawings,specifications,and instructions will be at bidder's risk.
Unless the bidder specifies otherwise in his bid,or the Request for Quotation gives notice of an all-or-none award,the County may accept any item or group of
items of any bid.Bids are subject to acceptance at any time within 30 days after opening,unless otherwise stipulated in bid or Request for Quotation.
Notwithstanding any other provision of this request for bids or quotes,no statutory or formal bidding process is required for the products or services contained
in this request for quotation.The products or services do not have to be purchased from a lowest monetary bidder.The County,at its sole discretion,reserves the
rights to reject or accept any bid,to negotiate further on one or more bid items with some or all bidders,to accept partial bids from one or more bidders,and to
purchase some or all of the products or services from non-bidders or outside the bidding process.
ITEM OUANTITY UNIT DESCRIPTION UNIT PRICE TOTAL PRICE DAYS FOF
DEL VERT
2 ADDENDUM NO. 2
YOUR ATTENTION IS CALLED TO THE FACT THAT THE FOLLOWING
CHANGES HAVE BEEN MADE TO THE BID.
1. BIDDERS ARE TO UTILIZE THE ATTACHED "DATA ENTRY BID
EVALUATION SHEET" FOR SUBMISSION OF QUOTES.
2. A REVISED DATA ENTRY SCHEDULE DATE 6/2/93 IS
ATTACHED.
3. THE BID DUE DATE HAS BEEN CHANGED TO 6/23/93.
IF YOUR FIRM IS THE SUCCESSFUL VENDOR THIS ADDENDUM MUST
BE ACKNOWLEDGED IN WRITING BEFORE A PURCHASE ORDER CAN
BE ISSUED.
REFERENCE BID NUMBER ON OUTSIDE OF REPLY ENVELOPE.
[VMBE/WBE: IF YOUR COMPANY IS 51%OWNED AND MANAGED BY A MINORITY OR WOMAN PLEASE CHECK HERE.
CASH DISCOUNTS EXCEPT AS NOTED ON INDIVIDUAL ITEMS. THE We(1)hereby agree to furnish the articles and/or services listed herein,at
Cash Discounts of less than 30 FOLLOWING WILL APPLY TO ALL THE ITEMS ON the prices and terms stated,subject to the instructions and conditions on
days or 25th prox. will be con- THIS R.F.Q. the reverse side herein.UNSIGNED BIDS WILL BE REJECTED.
sidered as net In evaluating this o L h4 1,0 ,y Ti¢ �,pvi C-E S
quotation. CASH TERMS 2270 L D�4yS Firm Name
FAILURE TO BID F.O.B.DESLAINN Address . R/ � D H. A Sys 3
If you do not care to bid on mplete db e In S,gned Bany items herein,please check s after r Title _
here and return this R.F.O.
Otherwise, your name may be _ ____ Phone No / — YA Y _ Date C
I Sc)
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DIABLO DATA DIABLO DATA
JOB NUMBER VOLUME OF MEASURE SERVICES#2 SERVICES COSTS#2
1,0010-010 6000 100 $6.00 $360.00
1,0010-037 1200 100 $10.00 $120.00
1,0010-043 60000 1000 $39.00 $2,340.00
1,0010-046 500 100 $10.00 $50.00
1,0010-118 1000 1000 $50.00 $50.00
1,0010-119 200 100 $20.00 $40.00
1, 0010-124 500 100 $20.00 $100.00
1,0010-125 30000 1000 $78.00 $2,340.00
1, 0010-126 300 100 $25.00 $75.00
1,0010-135 50 100 $50.00 $25.00
1,0010-138 60000 1000 $26.00 $1,560.00
1,0010-143 36000 1000 $48.00 $1,728.00
1,0010-153 5000 1000 $48.00 $240.00
1,0010-158 300 100 $25.00 $75.00
1, 0010-205 1000 1000 $65.00 $65.00
1,0010-214 500 100 $20.00 $100.00
1,0010-216 72000 1000 $52.00 $3,744.00
1,0010-220 25 100 $100.00 $25.00
1,0010-224 8400 100 $10.00 $840.00
1,0010-239 1200 100 $30.00 $360.00
1,0010-242 48000 1000 $59.00 $2,832.00
1.0010-243 20400 1000 $59.00 $1,203.60
1,0010-246 20400 1000 $59.00 $1,203.60
1,0010-270 2400 100 $10.00 $240.00
1,0010-291 2000 1000 $80.00 $160.00
1,0010-306 60000 1000 $39.00 $2,340.00
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DIABLO DATA DIABLO DATA
JOB NUMBER VOLUME OF MEASURE SERVICES#2 SERVICES COSTS#2
1,0010-321 3000 100 $8.00 $240.00
1,0010-409 350 100 $20.00 $70.00
1,0010-410 200 100 $25.00 $50.00
1,0010-901 12000 1000 $78.00 $936.00
1,0010-902 6000 100 $7.80 $468.00
1,0010-904 180000 1000 $44.00 $7,920.00
DEPT 10 TOTAL $31,900.20
1.0015-010 200 100 $25.00 $50.00
1,0015-049 1500 1000 $80.00 $120.00
1.0015-903 75600 100 $5.00 $3,780.00
DEPT 15 TOTAL $3,950.00
1, 0016-098 25 100 $160.00 $40.00
DEPT 16 TOTAL $40.00
1, 0063-002 500 100 $20.00 $100.00
1,0063-005 6000 100 $6.00 $360.00
1, 0063-008 31200 100 $6.00 $1,872.00
DEPT 63 TOTAL $2,332.00
1, 0147-049 240 100 $100.00 $240.00
1,0147-050 10800 100 $6.00 $648.00
1, 0147-051 30000 1000 $85.00 $2,550.00
DEPT 147 TOTAL $3,438.00
1, 0148-003 720 100 $50.00 $360.00
1,0148-005 26000 100 $12.40 $3,224.00
DEPT 148 TOTAL $3,584.00
1,0220-904 600 100 $50.00 $300.00
1,0220-906 300 100 $40.00 $120.00
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DIABLO DATA DIABLO DATA
JOB NUMBER VOLUME OF MEASURE SERVICES#2 SERVICES COSTS#2
1,0220-908 80 100 $100.00 $80.00
DEPT 220 TOTAL $500.00
1,0366-003 300 100 $20.00 $60.00
1,0366-003 192000 1000 $29.00 $5,568.00
DEPT 366 TOTAL $5,628.00
1,0450-011 48000 1000 $75.00 $3,600.00
1, 0450-014 24000 1000 $55.00 $1,320.00
DEPT 450 TOTAL $4,920.00
1,0500-011 240 100 $100.00 $240.00
1,0500-042 1200 100 $10.00 $120.00
1,0500-043 12000 1000 $48.00 $576.00
1,0500-900 288000 1000 $15.00 $4,320.00
DEPT 500 TOTAL $5,256.00
1,0802-002 20 100 $150.00 $30.00
DEPT 802 TOTAL $30.00
1, 1006-044 12000 100 $15.00 $1,800.00
1, 1006-045 12000 100 $15.00 $1,800.00
DEPT 1006 TOTAL $3,600.00
1, 2009-002 100 100 $50.00 $50.00
DEPT 2009 TOTAL $50.00
1, 2011-001 20 100 $150.00 $30.00
DEPT 2011 TOTAL $30.00
1,2025-005 42000 1000 $79.00 $3,318.00
DEPT 2025 TOTAL $3,318.00
1, 2393-003 125 100 $50.00 $62.50
L 2393-004 125 100 $50.00 $62.50
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DIABLO DATA DIABLO DATA
JOB NUMBER VOLUME OF MEASURE SERVICES#2 SERVICES COSTS#2
DEPT 2393 TOTAL $125.00
1, 2401-001 350 100 $20.00 $70.00
1, 2401-003 350 100 $20.00 $70.00
DEPT 2402 TOTAL $140.00
1, 2655-002 750 l00 $10.00 $75.00
DEPT 2655 TOTAL $75.00
1-, 3406-003 2000 1000 $25.00 $50.00
DEPT 3406 TOTAL $50.00
1, 3411-003 1200 1000 $50.00 $60.00
1, 3411-004 1200 1000 $50.00 $60.00
DEPT 3411 TOTAL $120.00
1. 3416-003 1200 1000 $40.00 $48.00
1, 3416-004 1200 1000 $40.00 $48.00
DEPT 3416 TOTAL $96.00
1, 3488-003 2400 1000 $25.00 $60.00
1, 3488-004 2400 1000 $25.00 $60.00
DEPT 3488 TOTAL $120.00
1,4980-001 18000 1000 $75.00 $1,350.00
1, 4980-002 24000 1000 $75.00 $1,800.00
1,4980-016 300 100 $100.00 $300.00
1,4980-029 600 l00 $100.00 $600.00
1,4980-033 120 100 $100.00 $120.00
DEPT 4980 TOTAL $4,170.00
1, 9998-034 120 100 $300.00 $360.00
1, 9998-035 120 100 $300.00 $360.00
DEPT 9998 TOTAL $720.00
DATA ENTRY BID
EVALUATION SHEET
ESTIMATED RATE PER UNIT
ANNUAL COST UNIT DIABLO DATA DIABLO DATA
JOB NUMBER VOLUME OF MEASURE SERVICES#2 SERVICES COSTS#2
GRAND TOTAL i $74,192.20
TO: BOARD OF SUPERVISORS _��`_- 5— �- �` Contra
Phil Batchelor, County Administrator Costa
FROM: By: Nancy Bischoff, Director �.
Office of Revenue Collection
County
DATE: July 29, 1993 'T'__COUS
Authorize the Director of the Office of Revenue Collection to Enter into
SUBJECT: Agreements with various agencies in Contra Costa County, to process parking
citations using the existing County automated system.
SPECIFIC REOUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. RECOMMENDED ACTION:
Authorize the Director of the Office of Revenue Collection (ORC) to enter
into agreements with certain agencies in Contra Costa County for the
provision of processing parking citations by the Office of Revenue
Collection.
II. FINANCIAL IMPACT:
There will be a cost per citation to the agencies. This fee will
cover the staff and costs associated with handling the process.
III. REASONS FOR RECOMMENDATION:
New state law has transferred the responsibility of handling parking
citations from the municipal courts to the issuing agencies. The Office
of Revenue Collection in conjunction with Data Processing Services have
agreed to process local agency parking citations using the existing County
automated system.
IV. BACKGROUND:
Contra Costa County has an automated parking system which has been
providing service to the municipal courts and issuing agencies. The new
state law, transferring the responsibility of parking citations from the
courts to the issuing agencies, has required the agencies to look for
alternative programs. The Office of Revenue Collection has agreed to take
over the processing of parking citations for various agencies in the
county using the existing automated system. The Office of Revenue
Collection, Municipal court Administration and Data Processing Services
have combined efforts to accommodate a smooth transition from the courts
to ORC.
CONTINUED ON ATTACHMENT: YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOA pD C MMITTEE �
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON AUG 17 1993 APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
1 HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT ^� ) AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
CC: County Administrator ATTESTED AUG 17 1993
Office of Revenue Collection PHIL BATCHELOR,CLERK OF THE BOARD OF
SUPERVISORS AND COUNTY ADMINISTRATOR
BY DEPUTY
M382 (10!88)
Contra
TO: BOARD OF SUPERVISORS Costa
FROM: HARVEY E. BRAGDON, DIRECTOR . County
COMMUNITY DEVELOPMENT DEPARTMENT
DATE: AUGUST 17, 1993
SUBJECT: EAST CONTRA COSTA COMMUNITY COLLECTION CENTER
CONTRACT FOR PREPARATION OF FINAL ENVIRONMENTAL IMPACT REPORT
SPECIFIC REQUESTS) OR RECOMMENDATION S) i BACKGROIIND AND JUSTIFICATION
RECOMMENDATIONS
1. Authorize the Director of Community Development to execute a
contract with EIP Associates for $32 ,444. 00 to complete the Final
(Response) Environmental Impact Report (FEIR) for the East County
Community Collection Center (ECCCC) .
Fiscal Impact
The project sponsor, Delta Diablo Sanitation District, is
responsible for funding preparation of the FEIR. The Community
Development Department will collect a 30% administrative fee for
managing the preparation of the FEIR.
CONTINUED ON ATTACHMENT: YES SIGNATURE
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S) :
ACTION OF BOARD ON 7 APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY -THAT THIS IS A
_4ZO';NANIMOUS (ABSENT ~- TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
Contact: Vicki Conklin (510) 646-4194 ATTESTED AUG 17 1993
cc: Community Development Dept. (CDD) PHIL BATCHELOR, CLERK OF
THE BOARD OF SUPERVISORS
AND COUNTY ADMINISTRATOR
BY , DEPUTY
DD:rw
RVC2/ECCCCEIR.bod
v .
- Page 2 - Board Order
East Contra Costa Community
Collection Center
August 17, 1993
BACKGROUND
The ECCCC is a proposed solid waste transfer station and recycling
center, to be located in the unincorporated area east of the City
of Antioch. Delta Diablo Sanitation District, a public agency, is
the project sponsor.
EIP Associates prepared the Draft EIR for the ECCCC, which was
circulated for comments on June 4, 1993. The comment period ended
on July 20, 1993 and the next step towards final project approval
is preparation and circulation of the Final (Response) EIR. The
contract for the Draft EIR was intended only to include work on the
Draft EIR, therefore a new contract is needed for the Final EIR.
vc:Iw
i
RMIECCCC EHLboa
i