Loading...
HomeMy WebLinkAboutMINUTES - 05052009 - C.35RECOMMENDATION(S): Approve and authorize the Health Services Director, or his designee (Pat Godley) to execute on behalf of the County, Contract #23–448 with Garda CL West, Inc., a corporation, in an amount not to exceed $62,928, to provide armored transport services to Contra Costa Health Services Department, for the period from February 1, 2009 through January 31, 2012. FISCAL IMPACT: This Contract is funded 100% by Enterprise Fund I. BACKGROUND: These armored services were formerly provided by Loomis Fargo & Company under a countywide blanket purchase order until January 31, 2009. Through a lengthy bid process, the County Purchasing Services Manager was able to execute a successful bid #0710-003 with Garda CL West, Inc. Under Contract #23-448, Garda CL West, Inc will provide armored transport services to the County’s Health Services APPROVE OTHER RECOMMENDATION OF CNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE Action of Board On: 05/05/2009 APPROVED AS RECOMMENDED OTHER Clerks Notes: VOTE OF SUPERVISORS AYE:John Gioia, District I Supervisor Gayle B. Uilkema, District II Supervisor Mary N. Piepho, District III Supervisor Susan A. Bonilla, District IV Supervisor Federal D. Glover, District V Supervisor Contact: Pat Godley 957-5410 I hereby certify that this is a true and correct copy of an action taken and entered on the minutes of the Board of Supervisors on the date shown. ATTESTED: May 5, 2009 David J. Twa, County Administrator and Clerk of the Board of Supervisors By: Celicia Nelson, Deputy cc: Jacqueline Pigg, Barbara Borbon C.35 To:Board of Supervisors From:William Walker, M.D., Health Services Director Date:May 5, 2009 Contra Costa County Subject:Contract #23–448 with Garda CL West, Inc. BACKGROUND: (CONT'D) Department including services to cover transporting cash, currencies, and other valuables to the designated depository, through January 31, 2012. During Contract negotiations, as one of the conditions, the Contractor and the Purchasing Services Manager, on behalf of the County has modified the standard indemnification clause language. "To the extent" has been added in regards to the Contractor's liability for negligence or willful misconduct, which is significant. The County would have to prove, in court, the percentage of liability attributed to the Contractor. The Contractor and the Purchasing Services Manager has also agreed to modify several General Conditions paragraphs, such as: 1) The “Termination and Cancellation” paragraph 5, subparagraph a. “Written Notice”, and subparagraph b., “Failure to Perform” with deletion the thirty-day advance written notice, including subparagraph c. “ Cessation of Funding; 2) The “Modification Notice Requirement” paragraph 20, “Notices” to include a ninety (90) day written notice in the event of a loss after a loss is discovered and the County shall report to Contractor within thirty (30) calendar days after giving written notice of claim of loss or damage: and 3) The addition of two (2) new paragraphs e, “Unforeseen Warlike Events” and f. the provision of Contractor to provide the Department site liability coverage up to $100,000 per shipment at no charge. This board order is to inform the Board of Supervisors that this service contract #23-448 requires the Board’s approval because of a deviation from the standard County Indemnification Clause and the General Conditions.