Loading...
HomeMy WebLinkAboutMINUTES - 12011998 - C156-C160 .........................................................................................................................................................1.11.11,11,111,111, ........................................................................................... CT.0: BOARD OF SUPERVISORS /54 FROM: Warren E.Rupf,Sheriff-Coroner Contra Costa DATE: October 28, 1998 County SUBJECT: Contract With Gateway Technologies SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION: AUTHORIZE the Sheriff-Coroner, or designee, to execute on behalf of the County a contract with Gateway Technologies, Inc. Under this contract, Gateway will provide interLATA and interstate telephone service for the inmates at all Contra Costa County Detention Facilities (Martinez, Marsh Creek and West County). FISCAL IMPACT: None. The services provided by Gateway are paid for by the users. Additionally, a commission of 44% is paid to the Inmate Welfare Fund from Gateway (up from the 25% commission paid by the current vendor). BACKGROUND: The County has contracted for long-distance telephone services for inmates since 1986. Most recently, the County contracted with OPTICOM. Under the contract with OPTICOM, the Inmate Welfare Fund received a 25% commission from the long-distance telephone charges. The proposed contractwith Gatewayforthe same services will provide a 44%commission to the Inmate Welfare Fund. CONTINUED ON ATTACHMENT:NO SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATORco� MMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURES!Z&_Z-A'e 1-46,1 1 4z—, ACTION OF BOARD ON APPROVED AS RECOMMENDED _eTMER— VOTE OF SUPERVISORS I 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. Contact Person:Bill Schmidt 6-4252 CC:Sheriff Coroner ATTESTED ,-a CAO Law&Justice PHIL BATCHELOR,CLERK OF TH5 BOARD OF Auditor/Controller SAUPERVI ORS AND COUNTY ADMINISTRATOR Risk Management BY DEPUTY ........ ... d: BOARD OF SUPERVISORS FROM: Contra Arthur C. Miner,Executive Director CostaContra Costa County Private Industry Council N� } DATE: Fj�` ;,.{ County ., November 18, 1998 SUBJECT. AUTHORIZE EXECUTION OF JTPA CONTRACT AMENDMENT/EXTENSION AGREEMENT WITH THE CITY OF PITTSBURG(19-1235-3) SPECIFIC REOUEST{Sj OR RECOMMENDATIO;(S)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: Authorize the Executive Director, Contra Costa County Private Industry Council, to execute a standard form Job Training Partnership Act (JTPA) contract Amendment/Extension Agreement with the City of Pittsburg(19-1235-3)to increase the payment limit of contract from $1,210,029 to a new payment limit of $1,337,205 effective 11/16/98 with no change in contract term, subject to approval by County Counsel as to legal form. II. FINANCIAL IMPACT: None. One hundred percent federal funds. III. CHILDREN IMPACT STATEMENT: This is part of the County's implementation of a One Stop Workforce Development system which supports the third outcome-families that are economically self-sufficient. IV. REASONS FOR RECOMMENDATION: By its order dated October 20, 1998 the Board authorized execution of an Amendment/Extension Agreement with the City of Pittsburg for the East County One Stop Career Center. This contract amendment will incorporate the final 1998/99 JTPA Title II1/10% program allocations for East County and will permit employment and training services to additional eligible east county adults who are dislocated workers. This contract amendment will also incorporate JTPA funding for the facility improvements necessary for the East County One-Stop Career Center in Brentwood. CONTINUED ON ATTACHMENT: SIGNATURE: -�10 e%w RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURES: ACTION OF BOARD ON- rr r7 L•%s Z(` APPROVED AS RECOMMENDED VOTE OF SUPERVISORS 1 HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS(ABSENT j AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: _ OF SUPERVIS S N THE DATE SHOWN. ATTESTED Contact: Cc: Bob Whatford(646-5373) PHIL BATCHELOR,CLERK OF THE BOARD OF Private Industry Council SUPERVISORS AND COUIVJ TY ADMINISTRATOR Sarah Hoffman,CAO John Cullen, Social Services BY DEPUTY Administrator County Auditor-Controller Contractor TO. BOARD OF SUPERVISORS - Contra FROM: Phil Batchelor, County AdministratorCosta DATE; Un ty November 13, 1998 SUBJECT: Agreement for Contract Analyst Technical Support SPECIFIC REOUEST(S)OR RECOMMENDATION(S)do BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: Approve and authorize the Chair of the Board of Supervisors to execute on behalf of the County an agreement with Xytex,Inc. for the period to June 30, 1999 and with a payment limit of$90,000. II. FINANCIAL IMPACT: The action if approved will not result in any increased cost to Information Technology. III. REASON FOR RECOMMENDATION AND BACKGROUND: Information Technology recruitment efforts to fill vacant positions has not attracted any qualified applicants with the necessary technical backgrounds because of low salaries. The Data Processing Classification and Salary study has been completed and the results have been implemented. Human Resources has started the recruiting necessary to fill the vacant positions. Uryn�t�i�l+ there are eligibility lists to select from, we will continue to use contractors to meet our customer's needs. IV. CONSEQUENCES OF NEGATIVE ACTION: If the request is not approved Information Technology will not be able to provide timely support to our customers.. _ZACONTINUED ON ATTACHMENT: YES SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOAa'CIMITTEE APPROVE OTHER SIGNATUREIS): le 111-,tl 2" ��17,V,- ACTION OF BOARD ON Jj,,o t 7APPROVED AS RECOMMENDED.el-<- GXW VOTE OF SUPERVISORS }� i HEREBY CERTIFY THAT T141S IS A TRUE of 3_ UNANIMOUS(ABSENT _ ) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON HE DATE SHOWN. Cc: Department of Information Technology-All CopiesATTESTED ` PHIL BATCHELOR,CLERK OF THE HOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR M382 (14188) BY .DEPUTY _ Cmntra'{oata County Number Fund:'� of Services) Account: 1. Contract Identification: Department: CAO/Department ofInformation Technology Subject: Consulting Services 2. Parties. The County of Contra Costa,California(County,for its Department named above,and the following named Contractor mutually agree and promise mnfollows. Contractor: Xyhex.km. Capacity: Corporation Taxpayer ID:94-2971349 Address: 3700DambyDrive Oakland,Ca. 04811 1 Term: The effective date ofthis Contract inNovember 1O. 1G98and Kterminates June 3O.19%unless sooner terminated ao providedhenein. 4. Payment Limit. County's total payments\oContractor under this Contract shall not exceed$90.000. 5. shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by n»femmne,subject to all the terms and oonU8Vno contained or incorporated herein. 6. Contractor shall provide those services and carry out that work described in the Service Plan attached hmob`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-' reference. 8. FMi��. This Contract implements in whole or in part the following described Project, the application andapproval documents of which are incorporated herein byreference: See attached Service Plan. 8. ThisConhad {ownbamd into under and subject to the following legal authorities: Cokffomim Government Code Section 25S02.5and 31O00. iU. Signatures. These signaturesattemt the parties!agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA BOARD OFSUPERVISORS Attest: Phil Batchelor,Clerk ofthe Board ;o,fu By: - B . rt A CONTRACTO (Designate official business capacity A.) Designate o capacity B.) Note to Contractor For corporations(profit or nonprofit),the Contract must bosigned bvtwo officers. = t or vice-president and Signature 8 must be that o[the secretary massistant secretary(Civil Code Seo. 1190 and Corporations Code Sec. 313). All signatures must beacknowledged asset forth onpage two. Contra Costa County Standard Form(Rev. 1/95) APPROVALSIACKNOWLEDGMENT Number APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: By: APPROVED: COUNTY ADMINISTRATOR By: Designee ACKNOWLEDGMENT STATE OF CALIFORNIA } )ss. COUNTY OF CONTRA COSTA ) ACKNOWLEDGMENT STATE OF CALIFORNIA } ss. COUNTY OF-G6� } �1�uwe� On (1 -7 4 before me, insert name and title of the officer),personally appeared t�`^Ftrp 'exi c L-. personally known to me(or proved to me on the basis of satisfactory evidence)to be the person )whose name(s)Vare subscribed to the within instrument and acknowledged to me that WsVehhey executed the same in*hWtheir authorized capacity(ies),and that by*MI r/their signature(s)on the instrument the person(s),or the entity capon behalf of which the person(s)acted,executed the instrument. WITN SSM HAND D FICIAL SEAL. WRICHA d CRAIG OMM.#10612299 RYAUItlC CkLIFOAN/kLAMEDA COU14TY m.Exp.June a.i ova j ACKNOWLEDGMENT(by Corporation,Partnership,or Individual) (Civil Code$1189) _.... ......... ......... ......... ......... ......... ......... ......... ......... ......... ......... ...... _.... _ ..... . ......... ... _........ ......... ....._..... ..._....... ....._.............._...._. ......... ......... ......... ......... Contra Costa County Standard Form 6190 Number PAYMENT PROVISIONS (Fee Basis Contracts) 1. Pavment 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 alternative only.) O a. $ monthly,or b. $ 70.00 per unit,as defined in the Service Plan,or O c. $ after completion of all obligations and conditions herein. 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. Penatfir for tate Submission. When Contractor fails to submit to County a timely demand for payment as specified in Paragraph 2. (Payment Demands)above,and as a result of Contractor's late submission the County is unable to obtain reimbursement from the State of California or otherwise; to the extent the County's recovery of funding is prejudiced, County shall not pay Contractor for such services, even though such services were fully provided. 4. 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. 5. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County,State or Federal Audit Agencies 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 properly any of its obligations under this Contract. Initials: Contractor my Dept. '­­­­.­.­.­,.....................................................................................................................I..................I.................................................. .. . .. ............................................................. Contra Costa County Standard Form 1/87 Number GENERAL CONDITIONS {Purchase of Services) 1. CompliancewithLaw. 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. 1 Inspection. Contractors 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 Contractors 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 Contracts 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 unfit 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 duty 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 unfit 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, Rewrtina 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 canceled immediately by written mutual consent. b.Fallure to Perform The County,upon written notice to Contractor,may immediately terminate this Contract should the Contractor fail to perform property 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. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non County funding for this I Contract ceases,this Contract is terminated without notice. 6. Entire Actreement. 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. ....I......................................................................................................................................................................................- .. .. ...................................................................... Contra'Costa County Standard Form 1/87Number GENERAL NDITlONS (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 Informed 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. a3his 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. ConformancewithFederal 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. ­­­...I......I........................................................................................................................................................................... ............................................................................................. Contra Costa County Standard Form 1/87 Number GENERAL CONDITIONS (Purchase of Services) 16, ggnpgogglfir. 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. I& 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 apples 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 Com2grisation. 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 workeescompensation 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 poficy(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 cerfificate(s)of insurance. d. Additional Insurance Provisions. The insurance policies provided by the Contractor shah include a provision for thirty (30) days written notice to County before cancellation or material changes of the above specified coverage. . .. . ...................................................................................................................................................................................................................................... ... .............. ..._........ ...._...... _......_. .._...._... .......... .......... ......_.... ._....... ......... ......... ......... Contra Costa County Standard Form 1/87 Number GENERAL CONDITIONS (Purchase of Services) 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. 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 Berieficiaries. 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. Copyrights and Rights in Oat& 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. Service Plan Contractor to provide assistance with the County's Law and Justice Information System. Contractor will be paid at a rate of$70.00 per hour. Endorsements. Contractor shall not in its capacity as a contractor with Contra Costa County publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Board of Supervisors. In its County contractor capacity,Contractor shall not pubr[cly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-established and widely-accepted scientific basis for such claims or without the prior approval of the Board of Supervisors. In its County contractor capacity, Contractor shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or commercial product,even if contractor is not publicly endorsing a product,as long as the contractor's presence in the advertisement can reasonable by interpreted as an endorsement of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing,Contractor may express its views on products to other contractors,the Board of Supervisors,County officers,or others who may be authorized by the Board of Supervisors or by law to receive such views. THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order of December 1, 1998,by the following voter AYES: SUPERVISORS UILKEMA, GERBER, DESAULNIER, CANCIAMI:LLA and ROGERS NOES: NOWT ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 98/596 SUBJECT: Approving Plans and Specifications for Asbestos and Lead Paint Abatement, and for Demolition of I-Ward and J-Ward Buildings at the Contra Costa Regional Medical Center Campus in Martinez,California (CP#92-07) Budget Line Item No. 6971-4538 Authorization No. 0927-WH538F WHEREAS plans and specifications for Asbestos and Lead Paint Abatement, and for the Demolition of I-Ward and J-Ward at Contra Costa Regional Medical Center Campus, Martinez, have been riled with the Board this day by the Office of the County Administrator; and WHEREAS plans and specifications were prepared by O'Brien Kreitzberg Inc. and Clayton Environmental Consultants; and WHEREAS the cost estimate for the abatement and demolition contract is $200,000; and WHEREAS the Board has obtained the general prevailing rates of wages, which shall be the minimum rates paid on this project; and WHEREAS the Board hereby finds that the project is a California Environmental Quality Act (CEQA) Class 2a Section 15302 Categorical Exemption, and the Director of Community Development has filed a Notice of Exemption with the County Clerk on March 10, 1992; IT IS BY THE BOARD RESOLVED that said plans and specifications are hereby APPROVED. Bids for this work will be received on January 7, 1999 at 2:00 p.m., and the Clerk of this Board is directed to publish a Notice to Contractors in accordance with Section 22037 of the Public Contract Code, inviting bids for said work, said Notice to be published in the Contra Costa Times. The County Administrator is directed to mail notices to the construction trade journals specified in Section 22036 of the Public Contract Code at least 30 days before the date of opening the bids. IT IS FURTHER RESOLVED that the County Administrator, or his designee, is AUTHORIZED to issue bid Addenda, as needed, for clarification of the contract bid documents, provided the involved changes do not significantly increase the cost estimate for the initial construction contract. by c^rtifY that,this is a true end correct copy of Orig. Dept: CAO -'r o: " 'c- Md o'itc-ed cr,tho minutes of the Board ofSuper rs on the data shown. cc: CAU ATTESTE>a: "CRar�.,,/.. * P G.S.Accountin PHIL BATCHELOR,clerk of the 5©ard g; of Supervisors aria County Administrator Auditor-Controller � , O'Brien Kreitzberg via CAO ' -� ' .Qepaty Community Development RESOLUTION NO. 98/596 y PROOF OF PUBLICATION forst I the and dtn-rt df (2015.5 C.C.P.) exlathig -Ward and J-ware bidder wig anter into a con- din a, includinC removal tract It awarded the work, Of asbestos and teed palet and win be forfeited by the STATE OF CALIFORNIA DIVISION A. and toundaticrns the cap pg g bidder and retained b'pod NOTICE TO off dt existinpft utilWes an re- der as,neglects or falls County of Contra Costa CONTRACTORS trowel of al`debrie for both p buildings. to enter Into said contract or Notice is hereby given by or- to furnish the noes ary I am a citizen of the United States and a resident of the der of the Board of SupenA- Each bid Is to be In accor- bonds and Insurance certlfl- Count aforesaid; i am over the age of eighteen years, aura or Contra Costa County dance with the sppeed�tf cations cafes aster being reguested Y 9 that the director of General on fee at the office of the to do so bye Boar of Su- and not a party to or interested in the above-entitled Cleric dt Ina Board of supervi- pervis m of Contra Coats Services will racat la bode e- sora,First Floor County Ad- meftsr. the tumlank,g of alt labor ma miniatration Building, Marti- tarlals,equipment, tra4por- nez,California. Bidders are hereby notified I am the Principal Legal Clerk of the Contra Costa Times, tation services for: that securities may subeti- a newspaper of general circulation, printed and published D>ts"MoN OF THE I The finedSpect O'Brientionsmayy be bytutthe Co n County of C withhold Cold P g p P examined at q'Brlmg by me County of Contra Cos- at 2640 Shadelands Drive in the Cit of Walnut Creek, WARD AND J WARD berg's ottice County Admin- tato ensure ppeertolmance un- Y BUILDINGS INCLUDING Istratlon BulidIng, 851 Pine der the cons tn�ctloncontra t, County of Contra Costa,94598. THE REMOVAL OF ASSES. street, 6th floor, Martinez, In accordance with Public TOS AND LEAD FAINT'LO.. CaiHomIs 94553. Specifics- Contract Code Section 22300 OA'I'� AT THE CONTRA tions (not Including docu- and the General Conditions of And which newspaper has been adjudged a newspaper of COSTA REGIONAL MEDI- meets(not by reference) the Contract.such securities general circulation by the superior Court of the County of CAL CENTER CAMPUS and law tams,may be shaft be valued by the County Contra Costa, State of California, under the date of 2800 AL►AM®RA' Avg..' obta�nrc.�et rid charge by fax Treasurer-Tax Collector, MARTINEZ,CA request Rem OI den Kraltz- whose decision shah be 8nao. October 22, 1934. Case Number 19764, beg, Canty Administration Also types or securities Authorization No. 0927- Bulriding 8 Pix r$rest,$th:. whlo�are not listed In Gov- Floor, Martinez, California emment code Section 18430 The notice,of which the annexed is a printed copy (set in WH838F 94553 +Telephone: {925) or Public Contract code See- Bud not smaller than nonpareil), has been published in 9udet tine item No. 338-1040, FAX: (925)1 iton22304must be approved P p 997 ."as 335-1070, as elt�1bie for Investment un- each regular and entire issue of said newspaper and not der Public, Contract Code in an supplement thereof on the following dates,to-Wit: Bid PROPOSALS SHAT L BE Technical questions regard Section 22300 by me o�mty Y pP g SEALED AND SHALL BE Ing the contract doeumenffi Treasurer-Tax Collector be- SUBMITTED TO O'BRIEN should be dnecisd th O'Br9en tors bid opening.Unless such December 24 KREITZBERG,851 PINE ST., Kreitzbsrg 851 Pine BVeet securities are prequalifled 8TH FLOOR MARTINEZ 6th R.,Marti.,CA j before bid opening they shall 94553 ON OA BEFORE THE' 335-1040. not be soceptea by the all in the year of 1998 21 ST bfi OF JANUARY I M County as security. AT 2:00 P.M. and will be Each bid shag be made on The sudC96efl1t bidder will be per ed In public immediately the bid form Issued with the I certify (or declare) under penalty of perjury that the after ' the time due in the Specifications, and must be required tofurnish aPayment O'Brien Kreitzbe Confer- eccompaMed by bid"curtly Bond kr an amount equal to foregoing is true and correct. soca Room,65i PCha S#..8th form ofcaeh,a Certified ratty percent(50%)of the Con- cheCk oaanfera Check ar id tract price and a Faithful Par- Floor Martinez, California bona 6i the amount of tea ten fernwoe Bond in an amount Executed at Walnut Creek, California. 94553, percent(10% of the bass bid ualtoonehundredpercent On this 24 day #(3ecambe 98 arnamt ma apayabletothe t o96))of tneCormact price, The estimated construction order off'fha County of Con- said bonds to be secured contract cost (base bid) Is tra coke", from a admitted aurety Insur- $200,000.00 �. or authorfZetl the Insur- the bid security snail be giv- oncestoner to trana- cignature - 'n-.- ,+ �+,.. n. Rs w "''rant". that the act bull of Cf InsuuirancneIn. Contra Costa Times P O Box 4147 bond shall be issued on ma Walnut Creek, CA 94596 form set forth In the specifl- (510) 935-2525 cations. Bidders are hereby notified that pursuant to the Statutes Proof of Publication of: of Ina State of Cailfomia,or +�-....r,,„ ,r (attached is a copy of the legal advertisement that local law ga1plicable thereto, the said 9card has ascerREcEii - tai ed the gametal prevainng published) ED rate of per diem wages and rates for legal holidays and overtime worts In the locality p which this work is p of DEC3 performed ti each type of 4 workman or mechanicre- quired to execute the con- h tract which wig be awarded to the successful bidder,The C > fr prevailing rate of per diem o t we In on file with the dant 3 of the Board of SuparvlBora. The Contra Costa County II Board of Supervisors encour- cover recommended out- ages opportunities to denskso reach efforts,resources and amd s Minority 6uai- any other subjects of interest Hass Entsrprissa (MBEs), to attandeft. A map to at- Women Business Enterprises tached to Division A with dl- IUVB_ Small Business En,- rectione to the t-Ward and J ferprlsse fte), and Local Ward Buildings. Business EmGaeprisea {Lo) by prrwidletp oppprtunites for Site Inspections will be car- perttcipaton Irl the pertor- ducted on these dates by a maria of ddnatruction con- representative of O'Brian. tracts flnandad in whole or4n Kroltzborg Inc, tart witty County t. de'MSE, 4VBE, SBE ANO LEE dsgni- The sold Board reserves the: tions end detailed intimation i right to reject any and an bids Is specified In the instructions or any portion of any bid Io BiMiiere and Conditions of and/or waive any Iregularity the Contract,Division E.Two In any bid reoelvedl Wo bkkfl separate pre-bid conforenc- der may withdrew his bid for ss and site Inspections will be a period of 60 days after the held at the project site.The date set for opening thereof. Project site is located on the campus of Contra Costa Re- BY ORDER OF THE gional Medical Center 1- BOARD OF SUPERVISORS ard,.2500 Antambre due. OF CONTRA OOSTACOUNTY Martinez,Do[ a.The fire{ PHIL BATCHELOR, will be heldJanuary 7,t999 Clark of Ina at 2:00 p m,and the 2nd will Board of SuperWgoris be heltl Janueey 72 9999 at and county Administrator 10:00 a.m. Afton at By e�Mayureen PoftsA 90 one of these oortterenldea is ted Dec manrlatorv. rxvr us tin will Legal OOT December er 18,1998 egal Publish Oecernber 24,1998 ro.". ' BOARD OF SUPERVISORS ContraFROM: Stephen L. Weir, Clerk-Recorder Costa by: Barbara Chambers , Asst . Recorder County DATE: November 10, 1.998 `• ou l r SUBJECT: Approval of amended purchase order with Brown' s River for Ap Restoration Services SPECIFIC REQUEST(S)OR R$L`l' MMENDATION;S)&BACKGROUND AND JUSTIFICATION C�ONATIQ APPROVE.AND AUTHORIZE the General Services Purchasing Manager to amend purchase order#22374 with Brawn's River Records Preservation Services for restoration and conservation of Contra Costa County's early maps. The original purchase order was for$70,970.00. The additional amount is$12,343.00 which totals $83,133.00. EINANCIAL IMPACT: This contract was anticipated and is budgeted within the Recorder's Office current budget (NM-general fund.monies), RACG ,O..UN.D AISD KSIIEIGATIQO ' The early Contra Costa County maps were decaying. Some of these maps are nearly 150 years old. The originals stored in the Recorder's office are the only historical record available. The restoration and conservation of the maps has been done. The maps were in worse condition than anticipated(acid content destabilizes and the map decays and crumbles). The actual map count was higher than originally identified{Plat Book B-F, 1-10--472 maps instead of 361 maps}. The additional cost also includes a CD Rom and microfilm backup of the maps.', CONTINUED ON ATTACHMENT, Y SIGNATURE: -L.RECC31sIM€NOATION OF COUNTY ADMINISTRATOR -RECOMMENDATION RECOMMENDATION OF BOARD e0MMIT7£E � 4L APPROV4 OTHER $10NATURIfft 4fl�'oe ACTION OF BOARD ON APPROVED AS RECOMMENDED .0X44"" VOTE Of SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS(ABSENT AND CORRECT COPY OF AN ACTION TAKEN AYES: NOE& AND ENTERED ON THE MINUTES Of THE BOARD ABSENT: ABSTAIN, OF SUPERVISO N THE DATE SHOWN. cC Clerk--Recorder/B Chambers (646-2369) ATTssTED Gen. Services// Purchasing I'IIIL OATCIi[LOR,CLERK Of THE BOARD OF A5 PERVISORS AND COUNTY ADMINISTRATOR M382 (10/88) UY 'DEPUTY