HomeMy WebLinkAboutMINUTES - 01102006 - C.65 ontra
TO: BOARD OF SUPERVISORS
FROM: STEVE WEIR, County Clerk-Recorder ''s Costa
DATE: January 10, 20061
'o r_• =... County
A �o�K�
SUBJECT: APPROVE and AUTHORIZE the Clerk-Recorder or designee to execute a contract
with AtPac, Inc. for the' Clerks' Document Management Services Project
SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION:
APPROVE AND AUTHORIZE the Clerk-Recorder or designee to execute a contract with AtPac,
Inc., in an amount not to exceed $750,000 for the Clerks' Document Management Services
Project. This project will provide a document management system for the Clerk-Recorder
Administrative Division, image historic Fictitious Business Name Records, electronically capture
Clerk of the Board documents currently housed in the Clerk-Recorder warehouse and convert the
Clerk of the Board images to a compatible system.
FINANCIAL IMPACT:
The total cost of these upgrades will not exceed $750,000 and will be funded by dedicated
Recorder Modernization funds. There is no General Fund impact. The final conversion price will
depend on the number of images that are processed.
REASONS FOR RECOMMENDATION/BACKGROUND:
A document management system for the Administrative Division will increase productivity and
free up space currently held by several pallets of archived documents. Fictitious Business Name
records are currently held in paper files. These records are to be digitized before we move to
our new facility, as there is no programmed space for them. Imaging these records will continue
the Clerk-Recorder progress toward! having all records in digital format. The Clerk-Recorder
Department is currently storing nine,pallets of Clerk of the Board records, dating back from when
it was a division of the Clerk-Recorder Department. Before tenant improvements can be
completed for the historical archive area of the warehouse, these documents must be removed.
The Clerk of the Board has nowhere to move these images. By imaging them, the records will
be preserved and the paper can be'destroyed to make room for our tenant improvements.
CONSEQUENCES OF NEGATIVE ACTION:
I
Failure to image the records will prevent the Clerk-Recorder department from completing the
tenant improvements necessary for the archive warehouse.
CONTINUED ON ATTACHMENT: NO SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECO MENDATION OF BOARD COMMITTEE
t_/APPROVE OTHER
I
SIGNATURE(S): /�
ACTION OF BO DON : (O O
APPROVED AS COMMENDED OTH R r
I
I
VOTE OF SUPERVISORS: I HEREBY CERTIFY THAT THIS IS A TRUE AND
UNANIMOUS ) CORRECT COPY OF AN ACTION TAKEN AND
ENTERED ON MINUTES OF THE BOARD OF
AYES: NOES: SUPERVISORS ON THE DATE SHOWN.
ABSENT: ABSTAIN:
Contact: Barbara Chambers ATTESTED:(DATE)
646-2366 JOHN SWEETEN,CLERK OF THE BOARD OF SUPERVISORS
�� AND COUNTY ADMINISTRATOR
BY: cel �� ifs — �_ Deputy
Contra Costa County STANDARD CONTRACT Number
Standard Form L-1 (Purchase of Services-Long Form) Fund/Org# 0353-2451
Revised 2002 Account,# 2479
Other #
1. Contract Identification.
Department: .Clerk-Recorder 444 bbb IC)(6
Subject: Clerks Document Management Services Project
i
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: Atpac,Jim Maclam CEO
i
Capacity: Vendor/Contractor
i
Address: 10113 Alta Siearra Drive, Suite 102
Grass Valley, CA 95949 800-845-7518 phone 530-272-0598 fax
3. Term. The effective date of this Contract is December 1, 2005. It terminates on April 30, 2007 unless sooner
terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed
$ 750,000.00 and will be based on'the actual number of images processed.
j
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.i
I
7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions
(if any) attached hereto, which areincorporated 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:
See attached Confidential Budget)Quotation
L-I (Page 1 of 2)
Contra Costa County STANDARD CONTRACT Number
Standard Form L-i (Purchase of Services - Long Form)
Revised 2002
9. Legal Authority. This Contr ct is entered into under and subject to the following legal
authorities:
r
io. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors
By ! / By
Ch
airma esignee I eputy
CONTRACTOR
Name of business entity/47'P�.c. Name of business entity
BY( / 1 i By
Signatffe of indMd-dal or
(Print name and title A, if applicable)
(Print name and title B, if applicable)
Note to Contractor: For Corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be
that of the president or vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Section
11go and Corporations Code Section 313). All signatures must be acknowledged as set forth on Form L-2.
L-1 (Page 2 of 2)
Contra Costa County STANDARD CONTRACT Number
Standard Form L-1 (Purchase of Services - Long Form)
Revised 2002
9. Legal Authority. This Contract is entered into under and subject to the following legal
authorities:
io. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
1
BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors
BY
� � B Y
airman esignee Deputy
CONTRACTOR
Name of business entity 4-7- 9-L Name of business entity
By L�r :�J� �')
( By
I J
(Print name and title A, if applicable)
(Print name and title B, if applicable)
Note to Contractor: For Corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be
that of the president or vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Section
11go and Corporations Code Section 313). Al signatures must be acknowledged as set forth on Form L-2.
L-1 (Page 2 of 2)
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services -Long Form)
Revised 2003
1. Compliance with Law. Contractor shall be subject to and comply with all applicable federal, state and local laws and
regulations with respect to its performance under this Contract, including but not limiter] 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 Uiuted
States Government
3. Records. Contractor shall keep and makl e available for inspection and copying by authorized representatives of the
County, the State of California, and the United States Government, die Contractor's regular business records and such
additional records pertaining to this Contract i s may be required by the County.
a. Retention of Records. 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 furdier period that is required
_ by law;and until all federal/state audits are complete and excepuous 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 Boobs 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 County, the
Secretary of Health and Human Services,or die Comptroller General,or any of their duly authorized representatives,
this Contract and books, documents, art records of Contractor 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 die furnishing of services pursuant to such subcontract, the
subcontractor shall make available to I the County, the Secretary, the Comptroller General, or any of their duly
authorized representatives,the subcon tract and books,documents,ad records of the subcontractor 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 Coutracrand is binding on the heilrs, successors, assigns and representatives of Contractor.
4. Reporting Requirements. Pursuant tolGovenmient Code Secuon 7550,Contractor shall include in all documents or
written reports completed and submitted_tolCounty in accordance with this Contract,a separate section listing the numbers
and dollar amounts of all contracLs 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 and Cancellation.
a. Written Notice. This Contract may be terminated by either party,in its sole discrcuon,upon thirty-clay advance
written notice thereof to the other, and may cancelled immediately by written mutual consent.
L-5 (Page I of 6)
Contra Costa County GENERAL CONDITIONS
Standard Form Lr5 (Purchase of Services-Long Form)
Revised 2003
b. Failure to Perform. County,upon written notice to Contractor,may immediately terminate this Contract should
Contractor fail to perform properly any of its obliga6oiis hereunder. In the event of such terniination, County may
proceed with die work in any reasonabhe manner it chooses. The cost to County of completing Contractor's
performance shall be deducted from any sum due Contractor under this Contract,without prejudice to County's rights
to recover damages.
c. Cessation of Funding. Notwithstanding Paragraph 5.a.above,in the event that federal,state,or other non-County
funding for this Contract ceases, this Contract is terminated without notice.
6. Entire Agreement This Contract cont,ins all the terms and conditions agreed upon by the parties. Except as
expressly provided herein,no other understanding,oral or otherwise,regarding die subject matter of this Contract shall be
deemed to exist or to bind any of the parties hereto.
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 Contractor and County. Informal Agreements shall be
designated as such and shall not be amendments to this Contract except to die extent that they further detail or clarify that
which is already required hereunder. Informal Agreements may not enlarge in any manner die scope of this Contract,
including any sums of money to be paid Contractor as provided herein. hhlormal Agreements may be approved an(]signed
by die head of the county department for which this Contract is made or its designee.
S. Modifications and Amendments.
a. General Amendments. 'PhisContract may be modified or amended by a written document executed by
Contractor and the Contra Costa County Board of Supervisors or,after Board approval,by its designee,subject to any
required state or federal approval. _
b. Administrative.Amendments. Subject to die Payment Limit, die Payment Provisions and die Service Plan may be
amended by a written administrative amendment executed by Contractor and the County Administrator(or designee),
subject to any required state or federal i approval, provided that such administrative amendment may not materially
change the Payment Provisions or the Service Plan.
9. Disputes. Disagreements between Co I my and Contractor concerning the meaning,requirements,or performance of
this Contract shall be subject to final written determination by die head of die county department for which this Contract is
made, or his designee,or in accordance with die applicable procedures (if any)require(]by die state or federal government.
10. Choice of Law and Personal.lurisdi I on.
a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws
o1'the State of California.
b. Any action relating to this Contra t shall be instituted and prosecuted in die courts of Contra Costa County,Stale
oi'California.
1,5 (Page 2 0l 6) e!
Initials:;i
ontractor County Dept.
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services -Long Form)
Revises] 2003
11. Conformance with Federal and State ReLtions 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 shite requiaments.
12. No Waiver by County. Subject to Para laph 9. (Disputes) of these General Conditions,inspections or approvals,or
statements by any officer, agent or employee of County indicating Contractor's performance or any part thereof complies
with(fie requirements of this Contract,or accelI)tanceof the whole or any part of said performance,or payments therefor,or
any combination of these acts, shall not relieve 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 Col Iitract.binds the heirs, successors, assigns and representatives of Contractor.
Prior written consent of the County Administrator or his designee, subject to any required state or federal approval, is
required before the Contractor may enter into subcontracts for any work contemplated under this Contract, or before the
Contractor may assign this Contract or monies due or to become due, by operation of law or otherwise.
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. I
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(lie position afforded them by this Contract to influence any governmental decision in
which they know or have reason to know they have a financial interest under California Government.Code Sections 87100,
et seq., or otherwise. I
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, die
identity of persons served under this Contact, 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.
h. No person will publish or disclos� or permit or cause to be published or disclosed, any list of persons receiving
services, except as may be required un the administration of such service. Contractor agrees to inform all employees,
agents and partners of die above p>ovisions, and that any person knowingly and intentionally disclosing such
information other than as authorized by law 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, ethnic background, disability, or sexual
orientation, and that none shall be used, itI whole or in part, for religious worship or instruction.
18. Indemnification. Contractor sha11 defend,indemnify,save,and hot(]harmless County and its officers and employees
from any and all claims, costs and liabilityl for any damages, sickness, death, or injury to person(s) or property, including
without limitation all consequential damages,from any cause whatsoever ansi r directly or indirectly from or connected with
I:.S (Page 3 of 6) • J -5�
Initials:
ntraetor County Dept.
Contra Costa County GENERAL CONDITIONS
Standard Form L.-5 (Purchase of Services-Long Form)
Revised 2003
the operations or services of 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 County or its officers or employees.
Contractor will reimburse County for any expenditures,including reasonable attonneys
Fees, County may make by reason of'
the matters that are the subject of this indenmlfication, and, if requested by County,will defend any claims or litigation to
which this indemnification provision applies at the sole cost and expense of Contractor.
19. Insurance. During the entire term of this Contract and any extension or modification thereof,Contractor shell keep in
effect insurance policies meeting tie following insurance requirements unless otherwise expressed in the Special Conditions:
a. Liability Insurance. For all contracts where the total payment limit of the contract is $500,000 or less,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 deadi to any person or damage to or destruction of property, including tie loss of use
thereof, arising from each occurrence. Such insurance shall be endorsed to include 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 County,die state and federal governments,and their officers,agents,and employees,
so that other insurance policies held by diem or their self insurance programs) shall not be required to contribute to
any loss covered under Contractor's insurance policy or policies. For all contracts where die total payment limit is
above $500,000, the aforementioned insurance coverage to be provided by Contractor shall have a minimum
combined single limit coverage of 151,000, 000,and Contractor shall be required to provide County with a copy of the
endorsement making the County an additional insured on all general liability, worker's compensation, and, it'
applicable,all professional liability insurance policies as required herein no later than tie effective date of this Contract.
I). Worlmrs'Compensation. Contra Itor 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 die effective date of this Contract If the
Contractor should renew the insurance policy(ics)or acquire either a new insurance policy(ies)or amend the coverage
afforded through an endorsement to the policy at any time during die term of this Contract, then Contractor shall
provide (a) current certificates) of insurance.
d. Additional Insurance Provisions. The insurance policies provided by Contractor shall include a provision for
thirty (30) clays written notice to County before cancellation or material change of the above specified coverage.
20. Notices. All notices provided for by OnS Contract shall be in writing and may be delivered by deposit in die United
States mail, postage prepaid. Notices to County shall be addressed to the head of tnc county department for which this
Contract is made. Notices to Contractor shall be addressed to the Contractor's address designated Herein. The effective
date of notice shall be the date of deposit in tic mails or of other delivery,except that the effective date of notice to County
shall be the tau:of receipt by the head of hie county department for which this Contract is made.
21. Primacy of General Conditions. I:xclept for Special Conditions wlhiclh expressly supersede General Conditions,the
Special Conditions (if any) and Service Plan do not limit any term of die General Conditions.
I.5 (Page 4 of 6)'
Initials-
jontractor County Dept.
Contra Costa County GENERAL CONDITIONS
Standard Form Lr5 (Purchase of Services -Long Form)
Revised 2003
22. Nonrenewal. Contractor understands and agrees that there is no representation,implication,or understanding that the
services provided by Contractor under this Co ihtract will be purchased by Comity 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
purchasing all or any such services from Contractor.
23. Possessory Interest If this Contract results in Contractor having possession of,claim or right to the possession of land
or improvements, but does not vest ownership of the land or improvements in die same person,or if this Contract results in
the placement of taxable improvements on nix exempt land (Revenue &Taxation Code Section 107), such interest or
improvements may represent a possessory int e rest subject to property tax,and Contractor maybe subject to the payment of
property taxes levied on such interest. Contractor agrees that this provision complies with the not .c requirements of
Revenue&Taxation Code Section 107.6,and waives all rights to further notice or to damages under dial or any comparable
statute.
24. No Third-Party Beneficiaries. Notwidh.landing mutual recognition that services under this Contract may provide sonic
aid or assistance to members of the County's population, it is not the intention of either 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 Data. Contractor shall not publish or transfer any materials produced or resulting from
activities supported by this agreement witho I t die express written consent of the County Administrator. Il'any material is
subject to copyright, County reserves the right to copyright, and Contractor agrees not to copyright, such material. If the
material is copyrighted,County reserves a royalty-free,nonexclusive,and irrevocable license to reproduce,publish,and use
such materials, in whole or in part, and to authorize others-to do so.
26. Endorsements. Contractor shall not in its capacity as a contractor with Contra Costa County publicly endorse or
oppose die use of any particular brand name`or commercial product without die prior approval of die Board ol'Supervisors.
In its Comity contractor capacity, Contractor shall not publicly attribute qualifies or lack of qualifies to a particular brand
name or commercial product in die absence ol'a well-established and widely accepted scientific basis for such claims or
without the prior approval of the Board of S n pervisors. In its County contractor capacity,Contractor shall not participate or
appear in any commercially produced ache±fisements designed to promote a particular brand name or commercial product,
even if Contractor is not publicly endorsnag a product, as long as die Contractor's presence in the advertisement can
reasonably be 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, die Board of'Supervisors,County officers,or
others who may be authorized by the Boar of of Supervisors or by law to receive such views.
27. Required Audit (A) If Contractor is funded by $500,000 or more in federal grant funds in any fiscal year ending
after December 31, 2003 from any source Contractor shall provide to County at Contractor's expense an audit.
conforming to the requirements set forth iib die most current version of Office of Management and Budget Circular A-
133. (B) If Contractor is funded by less t i�an $500,000 in federal grant funds in any fiscal year ending after December
31, 2003 from any source,but such grant imposes specific audit requirements; Contractor shall provide to County an
audit conforming to those requirements. �Q If Contractor is funded by less than $500,000 in federal grant funds in any
fiscal year ending after December 31, 2001 from any source, Contractor is exempt from federal audit requirements for
that year, however, Contractor's records rrst be available for and an audit may be required by, appropriate officials of'
the federal awarding agency, die General Accounting Office (GAO), die pass-through entity and/or die County. If any
L-5 (Page 5 of 6) ,
Initials: Itractor
Countv DeDt.
Contra Costa County G'FNFRAL.CONDITIONS
Standard Form L-5 (Purchase of Services-Long Form)
Revised 2003
such audit is required, Contractor shall provide County with such audit. With respect to the audits specified in (A), (B)
and (C) above, Contractor is solely responsible for arranging for the conduct of the audit, and for its cost. County may
withhold the estimated cost of the audit or 10 percent of the contract amount, whichever is larger, or the final payment,
from Contractor until County receives the audit from Contractor.
28. Authorization. Contractor, or the representative(s) signing this Contract on behalf of Contractor, represents and
warrants that it has full power and authority to+enter into this Contract and perform the obligations herein.
1�5 mage 6 of 6) w
Initials.
Contractor County Dept.
E.._=.. GENERAL SERVICES DEPARTMEN Barton J.Gilbert
Contra
Director of General Services
1 - Purchasing Division
Costa 1220 Morello Avenue, Suite 210 Kevin Berenson
Martinez, California 94553-4711 Purchasing Services Manager
County (925)313-7300 (925)313-7319 fax
e Fr
SOLE SOURCE JUSTIFICATION
Vendor: AtPac, Inc.
I
Commodity: Clerks Document Management Services Project
Estimated annual expenditure for the labove described product/ service: S not to exceed 750,000
Mark all entries below that apply to the proposed purchase. Attach proper memorandum containing complete
justification and support documentation as directed in the marked entry.
(More than one entry may apply to this sole source product/service request)
L SOLE SOURCE REQUEST IS FOR THE ORIGINAL MANUFACTURER OR PROVIDER,
THERE ARE NO REGIONAL DISTRIBUTORS.(Attach the manufacturers written
certification that no! regional distributors exist. Item#4 must also be completed. )
2. SOLE SOURCE REQUEST IS FOR THE ONLY NORTHERN CALIFORNIA AREA
DISTRIBUTOR OF THE ORIGINAL MANUFACTURER OR PROVIDER.
(Attach the monufactures—not the distributors—written certification that identifies all
regional distributo+rs. Item#4 must also be completed. )
3. THE PARTS-/EQUIPMENT/SOFTWARE ARE NOT 1NTERCHANGABLE WITH
ANOTHER MAN
FACTURER/BRAND. (Explain and attach.your memorandum.) .
4. XX, THIS IS THE ONLY"OWN ITEM OR SERVICE THAT WILL MEET THE SPECIALIZED
NEEDS OF THIS DEPARTMENT OR PERFORM THE INTENDED FUNCTION.
( Attach memorandum with details of specialized function or application. )
5. THE PARTS/EQUIPMENT ARE REQUIRED FROM THIS SOURCE TO PERMIT
STANDARDIZATION. (Attach your me)norandurn describing basis for standardization. )
6. NONE OF THE ABOVE APPLIES.
A DETAILED EXPLANATION AND JUSTIFICATION FOR THIS SOLE SOURCE
REQUEST IS CONTAINED IN THE ATTACHED MEMORANDUM.
The undersigned requests that competitive procurement be waived and that the vendor identified as the supplier of
the products/services described in the attached justification be authorized as a sole sour. purchase.
DEPAR 'MENT IRECTOR (if over$25,000) —� IV- ON MANAGER
DEPARTM NT I DIV ION DA
(PURCHASING ii SE ONLY) SOLE SOURCE AUTHORIZATION
Approved by Purchasing II Date
Disapproved by Purchasing Date
Reason for Disapproval:
SE. L
Sr"COI1T1'�,
CONTRA COSTA COUNTY
I
CLERK-RECORDER DEPARTMENT
524 MAIN STREET - MARTINEZ - CA - 94553
TELEPHONE 925-646-2955 - FAX 925-646-2836
TO: JOHN BUCKHALT, PURCHASING AGENT-. I�
FROM: DEB( COOPER, ADMIN. SERV. OFFIC � Li
SUBJECT: SOLE SOURCE JUSTIFICATION
DATE: NOVEMBER 18, 2005
CC: BARBARA CHAMBERS
The Recorder's Division has had a contract with AtPac for Clerk and Recorder
document processing and imaging since 1996. Through this contract, Contra Costa has
imaged and archived over thirty million pages of official records.
We have many pallets of documents and records in the Recorder warehouse that must
be imaged before they can be removed and destroyed to make room for the records that
need to be housed there. The Recorder's Division does not have the staff or time to
process these documents, which is holding up the warehouse improvements.
Because our current system.is with AtPac and it is imperative these records integrate
with our existing systems, we feel we should continue with the current vendor. This will
assure continuity of process aid record quality assurance.
If you need any further information, please call me at 6-2280. Thanks.
Contra Costa County Number
Standard Form M-1
Revised 2002
QUESTIONNAIRE FOR DETERMINING
INDEPENDENT CONTRACTOR STATUS AND PAYMENT METHOD
All new or renewed independent contractors that do not meet IRS or other legal criteria for
independent contractor status must)be paid through the payroll system so that employment,
disability and Social Security taxes can be withheld by the County. Please complete the
following questionnaire for each self-employed individual with whom you intend to contract.
(Note: this form does not apply to contracts with corporations, temporary help agencies,
partnerships or established busine sses with Taxpayer Identification numbers).
For completion by Department Head or Authorized Designee.
Yes No
1. Do I, as the employer, have the right to control the hours, ❑
place and manner of, and means Iby which the work will be done?
2. Am I setting the independent contractor's hours? ❑
3. Is the independent contractor r restricted from providing ❑
services to other businesses or entities while working for the
County?
4. Do I or other departments have employee(s)with similar ❑
duties as the independent contractor?
5. Does the County supply assistants to the independent ❑
contractor?
6. Does the County furnish training, tools, equipment or place of ® ❑
work to the independent contractor?
?. Is the individual prohibited from subcontracting out his or her ❑
services (as opposed to performing them personally)?
A "yes" answer to any ofthe above questions will require paying the contractor through
the payroll system.
CONTRACTOR APPROVAL: PREPARED BY:
I certify that the answers to the above questions f'
accurately reflect my anticipated X c L�
working relationship with the County.
_ + REVIEWED AND APPROVED BY:
i� Contractor's signature X
Department ead or Authorized Designee
Atpac, Jim Maclam, CEO
Contractor's Name (printed)
Form M-1 (Page I of 1)
u
e '
j� •'a
S
r r.
��r f
i
.1
x ^
j � a
..r
1,
t �
a
r
t
�t s�
i
�s
00
�b� ,,:....xee-.a:Mnve.�:awv.a...xpn mz.a� .:�=+....uc�xe...,.....a..• ,.,..�m.s.,:rv,a�o:..;;r
k
CONFIDENTIAL BUDGET QUOTATION
Date: October 3 1, 2005
To: Ms. Deborah Cooper
Administrative Services Officer
Clerk-Recorder Elections
524 Main Street
Martinez, California 94553
Voice(925)646-2280
E-mail dcoop a cr.cccounty.us
From: Jim Maclam, CEO AtPac
Cell(916) 261-3733
E-mail ceo(doergovinc.com
Re: DocUnwnt AdvanrageT^i and Imaging Services Budget Quotation
It is with great pleasure that we are providing you with this CONFIDENTIAL BUDGET QUOTATION for the document
management project for your office and the Clerk of the Board.
The following is an overview of the project,theproject assumptions,and the budget pricing for the project.
PROJECT SUMMARY
This will be a fifteen month public-private pilot project wherein the Clerk-Recorder Elections Department will fund the
implementation of a web based document management system for
(a) its Administrative Office,
(b)the conversion of the Clerk of the Board(COB) imaging system,
(c)the imaging of historic Fictitious Business Name Records,and
(d)the electronic capture of Clerk of the Board documents stored in various locations in the County
into the same document management system application software. The County will provide facilities and purchase necessary
equipment for the project. AtPac,tile systems vendor, will provide services and personnel to implement the system and to do
the initial electronic document capture(scanning)of the various stored paper documents.
At the conclusion of this project the+Clerk of the Board and the Clerk-Recorder Elections Administrative Department will
have a web based imaging system. The subject departments-will have a web based imaging system wherein authorized users
may submit and retrieve documents electronically. The Clerk will have its Fictitious Business Name records imaged into its
current CRiisTm application. This departmental implementation model of a web based document management system will
also serve as the basis for an enterprise adaptation for electronic document management.
I
The estimated number of document ima es to ca lure is 3,537,600.
The estimated avers a cost per image captured is $0.204.
The estimated vendor cost for the project is $722,036.00.
PROJECT DESCRIPTION
This project is called the Contra Costa Clerks Document X[anagetnent Services Project(CCCDMSP).
The purpose of the CCCDMSP is t implement a web based document management system (DNIS) for the Clerk-Recorder
Elections Administration Office ( MIN)and the Clerk of the Board of Supervisors Department (COB) using off the shelf
hardware and DMS application software from the Clerk-Recorder systems vendor AtPac, This project will also provide
electronic image capture services) for the County Clerk's historic Fictitious Business Name record documents and
programming services to integrate t ese images into the current CRiisTm application.
f
Conhdenfial lnrurniazion
'S0_'005 AWx M)rights r,s,rved.
(Components) Each o the proposed system components is capable of being scaled to accommodate an
increase in use.
_ SYSTEMATIZED
This DMS imPlementa ion promotes the systemization of DMS. Specifically, it promotes
(a) A commoP scan-store-retrieve technology for recordkeeping departments
(b) the standardization of document capture and retrieval policies and procedures,
(c) easily proivide system wide improvements for multiple departments,
(d) similar training between departments,
(e) provide executive level management the ability to do long term planning,and
(f) provide ongoing upgrades and improvements to the implemented system.
FACILITIES
The facilities for this project will be provided by the County. The identified facilities are:
(a) Office space at the Clerk facilities at 816 Main Street,and
(b) Clerk-Recorder warehouse and office space adjacent to 436 Ferry Street(tenant improvement in
process). J
These locations will provide adequate facilities and accommodations for AtPac personnel to work and communicate
and for the use and operation of computer equipment and peripherals.
HARDWARE,OS, DBMS J
- o o - ® o
• .e
Dell PowerEdge 2850 Rack-Mount Server,3.2Ghz Intel Xeon Processor,4GB DDR2 Memory,2 x 73GB Ultra 320 SCSI Hard
Drives,4 x 146GB Ultra 320 SCSI Hard Drives,PERC4 DC RAID Controller,Dual On-Board N(Cs,24X CD-ROM,Dell E153FP
15"Fiat Panel Monitor,Redundant Power Supply,Veritas Remote Backup Server.
Warranty:3 YR Gold Dell Support�(24x7,Same-Day,4Hr On-Site)
Product Brief/Specification:Dell PowerEdge 2850 Server
Oracle Standard Edition One-Named User License Plus
APC Smart-UPS RT 1500VA RM�
Product Brief/Specification APC Smart UPS RT 1500VA
-
Red Hat Enterprise Linux ES 4
Dell OptiPlex GX620MT Workstation, 3.OGHz Intel Pentium D Processor,4GB DDR2 Memory,250GB SATA 11 Hard Drive,
48X32 CD-RW/DVD Combo,Integrated Intel GMA950 Video,Dell 1905FP 19"Flat Panel Monitor,Windows XP Professional
SP2.
Warranty:3 YR Business Essential Plan(7x24,Same-Day,On-Site)
Product Brief/Specification:Dell OptiPlex GX620MT
APC Back-UPS RS 800VA
Product Brief/Specification:APC Back-UPS RS 800VA
-
Dell PowerEdge 2850 Rack-Mount Server,3.OGHz Intel Xeon Processor,2GS DDR2 Memory,6 x 146GB Ultra 320 SCSI Hard
Drives,PERC4-DC RAID Controller, Dual On-Board NICs,24X CD-ROM,Redundant Power Supply.
Warranty:3 YR Gold Dell Support(24x7,Same-Day,4Hr On-Site)
Product Brief/Specification Dell PowerEdge 2850 Server
Dell PowerVault PV122T LTO-21Tape System,200/400GB,Barcode Reader, 39160 SCSI Controller Card with Cables.
Warranty:3 YR Gold Dell Support(24x7,Same-Day,4Hr On-Site)
Product Brief/Specification:DeldPowerVault PV122T LTO-2
APC Smart-UPS RT 1500VA RM
Product Brief/Specification:APC Smart UPS RT 1500VA
Red.Hat Enterprise Linux ES 4I
Veritas Netbackup 5.0 Server for Linux
< ,
Dell PowerVault 220S ExternaliStorage Array,14 x 300GS Ultra 320 SCSI Hard Drives,PERC4 SCSI Interconnect Cables,
Redundant Power Supply. +
Warranty:3 YR Gold Dell Support(24x7,Same-Day,4Hr On-Site)
Product Brief/Specification Dell PowerVault 220S Storage Array
�,.� ods •.. o D vw t f S+a el;,z�'
3
Contidemial In formation
01005.AtPac. .All rights reserved.
COB File Conversion(s) 10,000
Subtotal AtPac One Time,T&M 459,125
DUA 18,000
FTX 25,000
First Responder 6,000
Year One Support 16,840
SW SubTotal 65,840
ConversionlProject MgmUServices Total 459,125
AtPac Total 524,965
HW Total 197,071
OPTIONAL PRODUCTS,FEES AND SERVICES
Internet' interface for DocUment Advantage-
This adds the Internet' interface to the DMS. This interface uses a browser client to provide
windows-like additional features to the DMS." Fees to be determined.
Keyboarding to link FBN Is To Index
Provide the personnel to associate the existing FBN index to the document images captured in this
project.
ONGOING ANTER INITIAL PILOT COB
Annual Maint(est) 6,200
Subtotal Hardware 6,200
Administrative Services 840
System Admin&Support Services 7,440
Subtotal AtPac Ongoing,T&M 8,280
+ DUA 5,040
FTX 7,000
First Responder 4,800
AtPac Software Totail 16,840
AtPac Ongoing,T&M Total 8,280
AtPac Total 1 25,120
HW Total 6,200
e t
IMAGE CAPTURE PILOT
Years 1.2
Months 14.0
Weeks 60.1
Days 420.0
Est.#
Images
Number of Boxes 950 2,375,000
Number of Drawers 100 440,000
Number of Maps 300 600
FBN Conversion 10 222,000
Rolls of Film(2000 images) 200j23,537,600
00,000
Number of Books To Film(500 pages) 20000,000
Estimated Images Year One
Estimated Annual Drawers Per Year(2-5) 10040,000
5
Con,idtnl ial In t'a enation
,1200?AtPac. All rights reserved.
SAMPLE PROJECT PLATY
The following is a Pro-Forma project plan, The purpose of this plan is to identify the major project task and related sub-
task. It is not intended to be the final project pian for this project. It is intended to be the starting point for a mutually
developed project plan with the county
A4 eek I„90�
Purchase Orders(Kick Off)y
-Go-unty Provides Purchase Order
Payment Due to AtPac _
Project Kick Off Meeting
Spec Review&Orders Hardware
AtPac Receives Hardware and Tests
Application Software Installed and Tested
File Conversion(s)&Configs
AtPac& County review conversion
data
AtPac& County review Configs
County sends Conversion Data to
AtPac
Conversion Programming i
AtPac develops conversion files for County
AtPac tests Conversion software
AtPac Converts Data&Tests Data
Project Status Meeting
Installation of System
AtPac installs system in Count
Acceptance of Test System
AtPac& County tests all system components
County accepts test system
Payment Due to AtPac
Project Status Meeting
Conversion Data Review
AtPac installs Data& Tests
County&AtPac review Converted Data
AtPac Makes necessary adjustments
AtPac makes final data Conversion
Project Status Meeting
Payment due to AtPac
Training
On-site training for County employees J
Complete training on each module
Project Status Meeting
Go Live Date
AtPac present for County qo live da
Project Status Meeting
7-Payment Due to AtPac
Ongoing Support
Ongoing scanning(current back) I
FBN Scanning(current back)
Admin Scanning
Payment Due to AtPac
Ongoing Support
7
Cwfid,,,ml Wwwtim
(12009 AtPx. All rights revr%ed.