HomeMy WebLinkAboutMINUTES - 04141998 - C130-C134 _. ._.._. ......_.. ............... _
.... . ........ ... ....._... ......... ......... ......... ......... .._......
_. _.. ......... ......... ......... ...............
......................................................................
DATE: 64- 1+ ITEM ,
CONSIDEREDWITH. . . . . . . . . . . . .. . . . . , . . .
LISTEDIN ERROR. . . . . . . . . . . . . . . . . . . . . .
DELETED. . . . . . . . . . . . . . . . . . . .
Vr l 6 !
Contra
TO. BOARD OF SUPERVISORS � : Costa
County
FROM: DENNIS M. BARRY, AICP
COMMUNITY DEVELOPMENT DIRECTOR
DATE: March 18, 1998
SUBJECT: Contract for Mitigation Monitoring services - Country Club at Gale
Manch, Dougherty Valley
SPECIFIC REQUEST{8} OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
Authorize the Community Development Director or designee to execute
on behalf of the County, the following amendments to the contract
with Debra Sanderson:
A. Increase the payment limit from $14,900. 00 to $35, 040. 00, for
services not to exceed $35,040.00.
B. Extend the term of the contract from December 31, 1997 to June
30, 1999.
FISCAL IMPACT
There is no fiscal impact to the County. The cast of Mitigation
Monitoring Services is paid for by the developer.
BACKGROUND/REASONS FOR RECOMMENDATIONS
The Community Development Department contracted with Debra
Sanderson in December of 1996 to provide Mitigation Monitoring
Services for Country Club at Gale Ranch. The approval would
authorize the contract amendment to be adequately funded, and allow
services to continue through June 30, 1999 . Failure to authorize
the amendment would jeopardize adequately monitoring the project,
for compliance with the conditions of approval and the Agreement to
Settle Litigation Relating to the Daugherty Valley Specific Plan,
General Plan Amendment, and Environmental Impact Report.
CONTINUED ON ATTACHMENT: YES SIGNATURE &L)A'n
RECOMMENDATION OF COUNTY ADMINISTRATO1t RECOMMENDATION OF BOARD Ct3Mt�2; TEE
APPROVE. OTHER
SIGNATURE(S) :
ACTION OF BOARD ON APRI 4 P APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
t` I HEREBY CERTIFY THAT THIS IS A
I UNANIMOUS (ABSENT TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
Contact:Debbie Chamberlain - 335-1213 APR4
Orig: Community Development Department ATTESTED
cc: Debra Sanderson PHIL BATCHELOR, CLERIC OF
David Joslin - CDD TIME BOARD OF SUPERVISORS
Auditor-Controller - Judy Coons AND COUNTY ADMINISTRATOR
BY J8 , DEPUTY
ell
TO: BOARD OF SUPERVISORS 250-9702/A.1.1
FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES
DATE: April l4, 199$ - Contra
SUBJECT: APPROVING THE SECOND AMENDMENT TO THE CONSULTING Costa
SERVICES AGREEMENT FOR ARCHITECTURAL SERVICES FOR4"+C3Ul.1t
REMODELING AND ADDITION,40 GLACIER DRIVE,MARTINEZ ,7
FOR SHERIFF DISPATCH (WH354D)
SPECIFIC REQUESTS OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
1. RECOMMENDATION
A. APPROVE a Second Amendment authorizing extra work under the Consulting Services Agreement dated
August 15, 1997,with Marcy Li Wong Architect, for architectural services for Remodeling and Addition,
40 Glacier Drive,Martinez for Sheriff Dispatch. The Second Amendment increases the scope of services
and increases the payment limit, as modified by Amendment No. 1, from$143,438.00 to $146,500.50.
B. AUTHORIZE the Director of General Services to execute the Second Amendment to the consulting
services agreement,and to issue written authorizations for extra work,in addition to the authorizations for
Amendments 1 and 2, provided that the cumulative total extra cost for such additional authorizations shall
not exceed$25,000.00.
II. FI1,.�ANCIAL IMPACT
Sufficient funds are available in the Plant Acquisition Account for this project to cover this increase in the
Consultant's payment limit.
III. REA FOR RECOMMEMA—TIONS/BACKGRaLIND
This Second Amendment increases the scope of services to cover the costs of design and construction
documents for replacing existing mechanical units, to ensure dependable 24 hour a day operation as
recommended by the County Stationary Engineers.
CONTINUED ON ATTACHMENT:____YES SIGNATURE: &Wft0q&&
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON APR 14 APPROVED AS RECOMMENDED. OTHER
VOTE OF SUPERVISORS
fi£
V UNANIMOUS(ABSENT y }
AYES: NOES:
ABSENT: ABSTAIN: I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
MEDIA CONTACT: BARTON J.GILBERT(313-7100) AND ENTERED ON THE MINUTES OF THE BOARD
CC: County Administrator's Office OF SUPERVISORS ON THE DATE SHOWN.
General services Department APR 14 1996
Architectural Division ATTESTED
Accounting PHIL BATCHELOR,CLERK OF THE BOARD OF
File:Auditor-Controller
SUPERVISORS AND COUNTY ADMINISTRATOR
Audi#c7r-Control#eP
County Counsel
Sheriff-Coroner(Via A/D) r '
Consultant(Via A/D) BY DEPUTY
f ,f
H:119971250970217L00248B.WPD RDH:GB:ls Page 7 of 1 M382 (10/88)
File:250-9702/A.I
SECOND AMENDMENT TO CONSULTING SERVICES AGREEMENT
FOR ARCHITECTURAL SERVICES
REMODELING AND ADDITION,40 GLACIER DRIVE,MARTINEZ
FOR SHERIFF DISPATCH
(WH3S4D)
I. Ef'f'ective Rge a id Partics: Effective February 1, 1998,Marcy Li Wong,Architect(herein called"Consultant"),a California Corporation,
and the County of Contra Costa(herein called"County"),a political subdivision of the State of California,mutually agree as follows:
2. Purposy. On August 15, 1997,the parties entered into a contract entitled"Consulting Services Agreement,"referred to as the"Agreement,"
which covers schematic design, design development, construction documents, and bidding and construction phases. The Agreement has
previously been amended by Amendment No. 1,dated December 4, 1997. The parties desire to further amend the Agreement to expand the
scope of service and to increase the payment limit accordingly.
3. AmendMe ts_to Agreement:
A. In the Agreement,Paragraph I(e),change the Payment Limit,as modified by Amendment No. 1,from$143,438.00 to$146,540.50,an
increase of$3,062.50. This change shall apply to charges from and after February 1, 1998.
B. In accordance with Paragraph 14 of the Agreement,provide extra architectural and engineering services for:
Resign and construction documents for replacing existing mechanical units to ensure dependable 24 hour a day operation as
recommended by the County Stationary Engineers.
4. Effect:
Subject to the revisions made by this and any prior amendments,the Agreement shall remain in full force and effect.
5. Signature:
These signatures attest the parties'agreement hereto:
P BLI ,A-CEN Y CONSULTANT
By: Elate: By:
Barton J.Gilbert (Designate official capacity in the business)
Director of General Services Type of business(sole proprietorship,government
agency,partnership,corporation,etc.)
If corporation,state of
incorporation:____: _
By:
(Designate official capacity totebusiness)
Note to Consultant: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board,
president or vice-president;the second signature must be that of the secretary,assistant secretary,chief financial officer or assistant treasurer. (Civ.
Code,Sec. 1190 and Corps.Code,Sec.313.) The acknowledgment below must be signed by a Notary Public.
---------------------------------------- -----------------------------------------------------
CERTIFICATE OF ACKNOWLEDGMENT
State of California )
ss.
County of )
On the date written below,before me,the undersigned Notary Public,personally appeared the person(s)signing above for Consultant,personally
known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument
and acknowledged to me that he/shelthey executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the
instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument.
WITNESS my hand and official seal.
Dated.:
Notary Public
[Notary's Sea])
RECOMMENDED FOR APPROVAL:
By APPROVED AS TO FORM:
Deputy County Administrator VICTOR J.WESTMAN
County Counsel
By
R\1997�2sa97a2v7L0oz51 A.WPP Deputy
3s
4/1/98
Page I of I
{ OJ
�J
File: 250-95119/B.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY,CALIFORNIA
Adopted this Order on April 14, 1998 by the following vote:
AYES: Supervisors Uilkema, Gerber, DeSaulnier, Roger
NOES: None
ABSENT: Supervisor Canciamilla
SUBJECT: Award of Contract for
Remodeling Third Floor,
1111 Ward Street,Martinez
for District Attorney
Budget Line Item No. 4405.4224
Authorization No. 0928-WH224F
Bider Total Mount Bondi Amounts
T. L. Bartz Construction $528,000.00 Payment; $264,000.00
1815 Arnold Drive#32 Performance; $528,000.00
Martinez,California 94553
McFadden Construction
Stockton,California
Gansek,Inc.
Berkeley, California
Patrick M. Donaghue
Benicia,California
Sausal Corporation
San Leandro,California
Page Construction Company
Novato,California
BRCO Constructors,Inc.
Loomis,California
Fred Hearn Construction
Vacaville,California
William Dahn Construction
Bay Point,California
Younger-Wunar,Inc.
El Cerrito, California
Bollo Construction
Davis,California
P. J.Atkinson Construction
Walnut Creek,California
R.G.M. &Associates
Concord,California
Cal Interstate Construction, Inc.
Concord,California
Zovich Construction
Castro Valley, California
Page 1 of 2
REMODELING THIRD FLOOR, 1111 WARD STREET 250-951198.4.4
MARTINEZ FOR DISTRICT ATTORNEY April 14, 1998
Leeds Development Corporation
dba Leeds Construction Company
Orinda, California
Richlen Commercial Interiors
Pleasant Hill,California
R&C Construction
Middletown, California
The above-captioned project and the plans and specifications therefor having been
previously approved, Addendum No. 1 having been issued and approved, and bids having been
duly invited and received by the Director of General Services on March 26, 1998; and
The Director of General Services recommending that the bid listed first above, T. L.
Bartz Construction ("Bartz"), is the lowest responsive and responsible bird, and. this Board
concurring and so finding;
NOW, THEREFORE, The Board ORDERS that the contract for the furnishing of
labor and materials for said work is awarded to Bartz at the listed amount and at the prices
submitted in said bid, and that said contractor shall present two good and sufficient surety bonds
as indicated above, and that the General Services Department shall prepare the contract therefor;
and
The Board FURTHER ORDERS that after the contractor has signed the contract
and returned it, together with the bonds as noted above and any required certificates of insurance
or other required documents, and after the Director of General Services has reviewed and found
them to be sufficient, the Director of General Services is authorized to sign the contract for this
Board; and
The Board FURTHER ORDERS that in accordance with the project specifications
and/or upon signature of the contract by the Director of General Services, any bid bonds posted
by the bidders are to be exonerated and any checks or cash submitted for security shall be
returned; and
The Board FURTHER ORDERS that the Director of General Services is authorized
to sign any escrow agreements prepared for this project to permit the substitution of securities for
moneys withheld by the County to ensure performance under the contract, pursuant to Section
22300 of the Public Contract Code.
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. APR 14 1998
ATTESTED:,
BATCHELOR, Clerk of the Board
of Survisars and County Administrator
By Deputy
v.
Orig. Dept.-General Services Dept. -Architectural Division
cc: General Services Department
Architectural Division
G.S. Accounting
File: 250-95119/A.5
Auditor-Controller
County Counsel
Contract Compliance Officer(Via Arch. Div.)
Contractor(Via Arch. Div.)
H:\1995\25095119\SL,1193 S B.PNPB
1s
Page 2 of 2
a.''+ 125
GENERAL SERVICES DEPARTMENT
Architectural Division
1220 Morella Avenue,Suite 100
Martinez,California.94553-4711
(510)313-7200 FAX: 313-7299
MEMORANDUM
Date: March 31, 1998
File: 250-95119/B.4.4
TO: Board of Supervisors
FROM: Barton J. Gilbert,Direct*oene*ra1erv!c&es
SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date April 14, 1998;
Authorization No.WH224F
Bids for Remodeling Third Floor, 1111 Ward Street,Martinez for District Attorney,were received and opened
at the County Architectural Division Offices on Thursday,Mauch 26, 1998.
It is recommended that the Board of Supervisors award the construction contract to the lowest responsible
bidder,T. L.Bartz Construction of Martinez,in the amount of$528,000.00.
The initial construction contract estimate was$558,000.00.
Other bids received were as follows:
Total Bid
1. McFadden Construction $559,000.00
Stockton,California
2. Gansek,Inc. $562,895.00
Berkeley,California
3. Patrick M. Donaghue $569,000.00
Benicia,California
4. Sausal Corporation $577,770.00
San Leandro,California
5. Page Construction Company $578,739.00
Novato,California
6. BRCO Constructors,Inc. $589,000.00
Loomis,California
7. Fred Hearn Construction $592,350.00
Vacaville,California
8. William.Dahn Construction $595,000.00
Bay Point,California
9. Younger-Wunar,Inc. $500,400.00
El Cerrito,California
10. Bollo Construction $604,850.00
Davis,California
Board of Supervisors March 31, 1998
REMODELING THIRD FLOOR, 1111 WARD STREET, 250-95119/8.4
MARTINEZ Page 2
11. P. J. Atkinson Construction $619,913.00
Walnut Creek,California
12. R.G.M. &Associates $620,038.00
Concord.,California
13, Cal Interstate Construction,Inc. $627,000.00
Concord,California
14. Zovich Construction $630,000.00
Castro Valley,California
15. Leeds Development Corporation $652,393.00
dba Leeds Construction Company
Orinda,California
16. Richlen Commercial Interiors $680,000.00
Pleasant Dill,California
17. R&C Construction $709,000.00
Middletown,California
H:t 1 995125095 1 1 915 L 11934M.W PD
1s
Attachment
cc: County Administrator's Office
County Counsel
Clerk of the Board(w/bids)
Contract Compliance Officer
i
TO: BOARD OF SUPERVISORS
`r Contra
FROM: Steven A. Steinbrecher, Director.of Costa
Information Technology ;
Y k County
DATE: March 26, 1998 r�'Sla r�dr�yc
SUBJECT:
Consulting 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 an agreement
with Darrell Jefferson Inc. for the period February 1, 1998 to June 30, 1998 with a
payment limit of$40,000.
II. FINANCIAL IMPACT:
None. Funding is already approved.
III. REASON FOR RECOMMENDATION AND BACKGROUND:
The current contract will allow Darrell Jefferson to assist Auditor and Human Resources
staff with PeopleSoft modifications necessary to perform required payroll functions.
CONTINUED ON ATTACHMENT: YES SIGNATURE:`.
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S): APR i it 1999
ACTION OF BOARD ON APPROVED AS RECOMMENDED ._! __ OTHER
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.
APR 14 7998
ATTESTED
Contact: PHIL BATCHELOR,CLERK OF THE BOARD OF
cc: SUPERVISORS AND COUNTY ADMINISTRATOR
Information Technology-All Copies
BY i d i _O dA titer _DEPUTY
i
13
f
Contra Costa County Number:
Standard Form 1187 STANDARD CONTRACT Fund: 1695
(Purchase of Services) Account: 2310
1. Contract Identification:
Department: CAO/Department of Information Technology
Subject: Consulting Agreement
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: Darrell Jefferson
Capacity: Individual Taxpayer€D:573-47-3870
Address: 8028 McCormick Ave.
Oakland,Ca. 94605
3. Term: The effective date of this Contract is February 1, 1998 and it terminates June 30,1998 unless sooner terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed$40,000.
5. County's Obli ations, 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: See attached Service Plan
9, Legal Authority, This Contract is entered into under and subject to the following legal authorities: California Government Code Section
25502.5 and 31000.
% 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
Chai n/Desggnae r' Deputy
CONTRACTOR
By: By:b - gAk,- --
LJ WW
(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 and Corporations Code Sec, 313). All
signatures must be acknowledged as set forth on page two.
Contra Costa County Standard Form(Rev. 1195)
APPROVALSIACKNQWLEDGMENT !Number
APPROVALS
RECOMMENDED BY DEPARTMENT FORM APPROVED
COUNTY COUNSEL
APPROVED. COUNTY ADMINISTRATOR
By; ��
r ignee
ACKNOWLEDGMENT
STATE OF CALIFORNIA )
)ss.
COUNTY OF CONTRA COSTA )
ACKNOWLEDGMENT
STATE OF CALIFORNIA )
)ss'
COUNTY OF CONTRA COSTA )
before me, e.(insert name and title of the officer),personally appeared
e t or proved to me on the basis of
satisfactory evidence)to be the personk whose name( is*A subscribed to the within instrument and acknowledged to me that het of
executed the same in his/tvUllwi authorized capacity and that by hisW$4signature on the instrument the person(,or the entity upon
behalf of which the person}acted,executed the instrument.
SURRITT
rrr
Cornmlsgw#11442.98
WITNESS MY HAND AND OFFICIAL SEAL. -s Notary Putfiic-caufaroatMY y
Contro ccoo City
ACKNOWLEDGMENT(by Corporation,Partnership,or Individual)
(Civil Code§1189)
Contra Costa County Standard Form 6/90
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.)
CI a. $ monthly,or
C b. $65.00 per unit,as defined in the Service Plant,or
Q 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 stall 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. Penalty for Late 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 andfor Federal government
resulting from any audit exceptions,to the extent such are attributable to the Contractors failure to perform property any of its obligations under
this Contract.
Initials:
Contractor County Dept.
Contra Costa County Standard Form 1187
Number
GENERAL CONDITIONS
{Purchase of Services}
1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local taws 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 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 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$10,006 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. 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 canceled 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. 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 contains all the terms and conditions agreed upon by the partes. 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 --GENEML CONDiT1ONS
(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 shalt 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 Am,endments. 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.
M 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
flaws 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 Walver!sL 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 Ansignrnent. 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. Indemident 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 1187
Number
GENERAL CONDITIONS
(Purchase of Services)
16. Confidentiality. Contractor agrees to comply and to require its officers, partners, associates, agentsand 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 sale 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 Contractors insurance policy or
policies.
b. Workers Compensation. The Contractor shall provide workers'compensation insurance coverage for its
employees.
c. Certificate of insurance. The Contractor shalt provide the County with (a) certificates) of insurance evidencing liability and
worke'scompensation 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 Provislons. 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.
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 shad be the date of receipt by the head of the County
Department for which this Contract is made.
21. Primate 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. PossessM 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 Countys papulation, 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 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.
Service plan
Contractor will perform the programming necessary to modify the PeopleSoft system using PeopleSoft development tools so it will process the
following tasks that relate to the County's payroll system.
a Modifications to the Advance Payroll system.
♦ Development of the Leave Accruals module.
s Development of the Union Dues module.
♦ Create new reports using the Crystal Report Writer.
♦ Modifying existing PeopleSoft Reports using Crystal Report Writer.
At a rate of$65.00 per hour (rate per unit paragraph)
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
publicly 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.