HomeMy WebLinkAboutMINUTES - 06172003 - C.60-C.68 TO: BOARD OF SUPERVISORS �,.... -: LL_, Contra
FROM: Steve Weir, Clerk-Recorder ell main Costa
DATE: June 17, 2003 i#oo u tv
SUBJECT: Restoration and Preservation of historical Records
SPECIFIC REOUEST'(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION:
APPROVE and AUTHORIZE the General Services Purchasing Manager, or designee, to
execute a contract with Brown's River Records Preservation Services to restore, preserve and
provide a digital archival copy of historical county maps.
FISCAL. IMPACT:
There is no impact to the General Fund. The project cost is $156,317 and is included in the
Recorder's Office Modernization Fund budget.
REASONS FOR RECOMMENDATION/BACKGROUND:
This is the fourth phase of the Recorder's Office map and record restoration program. The
Recorder's Office maintains Contra Costa County's primary local historical records. Some of
these records are over one hundred and fiftly years old and deteriorating rapidly. Restoring
these records will bring them up to nearly "original" condition. They will be sealed in airtight
Mylar sleeves so future deterioration will be minimized. An archival digital copy will be
created before encapsulation to provide a superior archival copy.
These old records provide details that cannot be captured on microfilm or other archival
medium. Title companies, attorneys, genealogists and historians prefer using original
records and the additional detail they show.
CONSEQUENCES OF NEGATIVE ACTON:
Over time, these records naturally deteriorate. Many of these records are currently in such
poor condition, backup copies cannot be made. Unless restored, the County will lose a
valuable historical resource.
CONTINUED ON ATTACHMENT: YS SIGNATURE:
e
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMEND A ION OF BOARD COMMITTEE
APPROVE OTHER
F' w
SIGNATURE(S): 4 % "
ACTION OF BO'Rq�ON
t„tea
fj_.3 APPROVED AS RECOMMENDED 7 OTHER
VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT
COPY OF AN ACTION TAKEN AND ENTERED ON MINUTES OF
THE BOARD OF SUPERVISORS ON THE DATE SHOWN.
UNANIMOUS(ABSENT ` k� j
AYES: NOES:
ABSENT: ABSTAIN:
Contact: Barbara Chambers Assistant County Recorder
,6-2363
cc: S } F ATTESTEDc
JOHN SVJEETEN,CLERK OF THE BOARD OF SUPERVISORS
AND COUNTY ADMINISTRATOR
BY: .r`� ISI;� 'f ,t ” � ,DEPUTY
a
TO: BOARD OF SUPERVISORS Contra
FROM: Warren E. Rupf, Sheriff Costa
DATE. .lune 2, 2003 � � County
,fit
SUBJECT: Contract for Psychological Services t�. l
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
1. RECOMMENDATION:
APPROVE and AUTHORIZE the Sheriff, or designee, to execute a contract on behalf of the
County with Managed Health Network, Incorporated, in an amount not to exceed $62,791.20
to provide counseling services to Office of the Sheriff employees for the period of July 1, 2003
through June 30, 2004.
11. FINANCIAL IMPACT:
NONE. The cost of this contract is included in the Office of the Sheriffs budget.
III. BACKGROUND:
The Sheriff and others in the law enforcement field feel that stress counseling can reduce
workers' compensation and disability retirement claims. For seventeen years, the Office of the
Sheriff has contracted to provide emergency psychological counseling to all employees. All other
major law enforcement agencies have similar contracts. This program has become an essential
part of the overall employee assistance package and many employees have received significant
help in their personal and professional lives by utilizing the available services.
CONTINUED ON ATTACHMENT: ❑ Y S SIGNATURE: '
❑"4COMMENDATION OF COUNTY ADMINISTRATOR ❑RECOMMEN TION OF BO COMM ITEE
[-APPROVE Q OTHER
SIGNATURE(S):
f
ACTION OF 8411 ON
APPROVED AS RECOMMENDED ( OTHER
VOTE OF Slit-ERMORS- I HEREBY CERTIFY THAT THIS IS A TRUE AND
CORRECT COPY OF AN ACTION TAKEN AND
UNANIMOUS{ABSENT r`� ° ' i ENTERED ON THE MINUTES OF THE BOARD OF
AYES: NOES: SUPERVISORS ON THE DAVE SHOWN.
ABSENT ABSTAIN ATTESTED
vn—
�Lac#' Gior'fa Sir "'12 JOHN SWEI�TkN,CLERK OF THE BOARD OF
cc: Office of the Sheriff
SUPERVISORS AND COUNTY ADMINISTRATOR
CAO—Justice System Administration }
By: Lt`` Z Deputy
�_.... Contra
Creta
Count
TO: BOARD OF SUPERVISORS e4p-
FROM:
Dennis M. Marry, AICP
Community Development Director
DATE: June 17, 2003
SUBJECT: CONTRACT WITH JOEL SABENORIO FOR WEST COUNTY IRRF j BULK MATERIAL
PROCESSING CENTER COMPLIANCE REVIEW SERVICES (Contract # C46897-00)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
Authorize the Community Development Director or designee to execute a contract with Joel
Sabenorio in the amount of$29,000 for Nest County IRRF/Bulk Material Processing Cernter
services from July 1, 2003 through June 30, 2004.
FISCAL IMPACT
The cost is covered by revenue received from application fees paid by applicant.
BACKGROUND/REASONS FOR RECOMMENDATIONS
The Community Development Department has contracted with Joel Sabenorio since November
1, 1999 for compliance review services on West County IRRF/ Bulk Material Processing
Center Land Use Project.
e
CONTINUED ON ATTACHMENT: YES SIGNATURE
f
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD
COMMITTEE
--APPROVE OTHER
SIGNATURE(S)
r _.� rg is :;
ACTION OF B9 ON #. ti1� :' y U. _ APPROVED AS RECOMMENDED OTHER
'v
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A
-f--- UNANIMOUS (ABSENT TRUE AND CORRECT COPY OF AN
k—
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
V'; SUPERVISORS ON THE DATE SHOWN.
Orig: Judy Coons (925) 335-1287 ATTESTED
cc: Community Development Department
Carol Ramirez, Auditor-Controller JOHN SWEETEN, CLERK OF
County Administrator THE BOARD OF SUPERVISORS
Judy Coons (CDD) AND COUNTY ADMINISTRATOR
BY � j DEPUTY
�'' �,;,� � 6 r � ,
Contra
Costa
County
TO: BOARD OF SUPERVISORS ,w
FROM: Dennis M. Barry, AICP
Community Development Director
DATE: June 17, 2003
SUBJECT: CONTRACT WITH LORNA VILLA FOR STAFF ASSISTANCE CONTRACT SERVICES
(Contract ## C47661-00)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
Authorize the Community Development Director or designee to execute a contract with Lorna
Villa in the amount of$60,000.00 for Current Planning staff assistance services from July 1,
2003 through June 30, 2004.
FISCAL IMPACT
The cost is covered by revenue received from applicants.
BACKGROUND/REASONS FOR RECOMMENDATIONS
The Community Development Department has contracted with Lorna Villa since September 18, 2001 for
staff assistance services. Community Development uses contract planning services to augment/decrease
staff needs in relation to rises/declines in economy that affect work. flow. This contract allows us to
contract with her for another year.
CONTINUED ON ATTACHMENT: Y$S SIGNATURE '� r
RECOMMENDATION OF COUNTY ADMINISTRATOR. RECOMMENDATION OF BOARD
COMMITTEE
-,—'APPROVE OTHER
SIGNATURE(S)
f /k
ACTION OF BOi ON �' u €{' w APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A
'<_ UNANIMOUS (ABSENT ( _.€ TRUE AND CORRECT COPY OF AN
AYES: L`NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
it
Ori.g: Judy Coons (925) 335--1287 ATTESTED
CC: Community Development Department
Carol Ramirez, Auditor-Controller JOHN SWEETEN, CLERK OF
County Administrator THE BOARD OF SUPERVISORS
Judy Croons (CDD) AND COUNTY ADMINISTRATOR
BY ,) vi' jxDEPUTY
Contra
':. Costa
°.r County
c VT b
TO: BOARD OF SUPERVISORS �
FROM: Dennis M. Barry, AICP
Community Development Director
DATE: June 17, 2003
SUBJECT: CONTRACT WITH MICHAEL HENN FOR CURRENT PLANNING STAFF ASSISTANCE
(Contract ## C47596-00)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDAT I ONS
Authorize the Community Development Director or designee to execute a contract with
Michael Hewn in the amount of$72,000 for Current Planning assistance services From July 1,
2003 through June 30, 2004.
FISCAL IMPACT
The cost is covered by revenue received from application fees paid by developers and
applicants.
BACKGROUND/REASONS FOR RECOMMENDATIONS
The Community Development Department has contracted with Michael Henn since August 6,
2001 for Current Planning Staff assistance. Community Development uses contract planning
services to augment/decrease staff needs in relation to rises/declines in economy that affect
work flaw. This contract would allow us to use his services for an additional year. The
proposed contract will be recovered, from developer/applicant fees for land use applications
submitted for review and processing.
CONTINUED ON ATTACHMENT: YDS SIGNATOR ' -r
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMj!!NDATION OF BOARD
COMMITTEE
,APPROVE OTHER
SIGNATURE(S) .<
ACTION OF BO,l D ON APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A
UNANIMOUS (ABS'EN'T' �Y' �'` 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.
Orig: Judy Coons (92 5) 335-1287 ATTESTED
ec» Community Development Department F#
Carel Ramirez, Auditor-Controller JOHN SWEETEN, CLERK OF
County Administrator THE BOARD OF SUPERVISORS
Judy Coons (CDD) ANIS COUNTY ADMINISTRATOR
BY y f ✓ ¢ r DEPUTY
Centra
Costa
a County
TO: BOARD OF SUPERVISORS
C"(05
FROM: Dennis M. Barry, AICD
Community Development Director
DATE: June 17, 2003
SUBJECT: CONTRACT WITH ENVIRONMENTAL SCIENCE ASSOCIATES FOR DIVERSION PROGRAM
IMPLEMENTATION ASSISTANCE (Contract # C47518-00)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
Authorize the Community Development Director or designee to execute a contract with
Environmental Science Assoc. in the amount of$30,800 for"Diversion Program
Implementation Assistance" from July 1, 2003 through June 30, 2004.
FISCAL IMPACT
The cost is covered by revenue received from Waste Collection Franchise Fees.
BACKGROUND/REASONS FOR RECOMMENDATIONS
ESA is assisting the Community Development Department in implementing waste reduction
programs to comply with the California Integrated.Waste Management Act(also known as
AB939). Among the programs ESA is implementing is the Business Waste Reduction
Program which primarily consists of providing outreach and technical assistance to help
businesses in the unincorporated areas reduce their waste disposal and increase source
reduction,reuse and recycling.
CONTINUED ON ATTACHMENT: YS SIGNATURE
` r
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOA
COMM,TT`T`EE
� APPROVE OTHER
SIGNATURE(S)
ACTION OF BC �t`D ON �� �+ s t'; 4;)�} 01- -APPROVED AS RECOMMENDED X OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A
. UNANIMOUS {ABSENT 1 TRUE ANIS CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
t SUPERVISORS ON THE DATE SHOWN.
f•. ,y.ryr.h T
Orig: Judy Coons (9 2 5) 335-1287 ATTESTED
cc: Community Development Department
Carol Ramirez, Auditor-Controller JOHN SWEETEN, CLERK OF
County administrator THE BOARD OF SUPERVISORS
Judy Coons (CDD) AND COUNTY ADMINISTRATOR
r�.r� ,
BY `T `t','," , DEPUTY
m. Contra
' Costa
ssti.y County
TO: BOARD OF SUPERVISORS Wo
FROM: Dennis M. Barry, AICA'
Community Development Director
DATE: June 17, 2003
SUBJECT: CONTRACT WITH JOEL SABENORIO FOR KELLER CANYON LANDFILL CONTRACT
SERVICES (Contract ## C46843-00)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
Authorize the Community Development Director or designee to execute a contract with Joel
abenorio in the amount of$28,000 for Keller Canyon Landfill services from.July 1, 2003
through June 30, 2004.
FISCAL IMPACT
No cost to the general fund. The cost of the consultant contract has been paid by the Keller
Canyon Landfill Company.
BACKGROUND/REASONS FOR RECOMMENDATIONS
Joel Sabenorio has assisted the Community Development Department with a compliance
review as well as on-going oversight and monitoring of the Feller Canyon Landfill Land Use
Permit(2020-89).
t
CONTINUED ON ATTACHMENT: YS SIGNATURE
I�
,,,, RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD
COMMITTEE
L-----APPROVE OTHER
SIGNATURE(S)
ACTION OF B99A ON , w APPROVED A5 RECOMMENDED , OTHER
f t
e
VOTE OF SUPERVISORS
s' I HEREBY" CERTIFY THAT THIS IS A
`F UNANI'MOU'S (ABSENT �r�� `,'v�� TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
fes : F k ,SUPERVISORS ON THE DATE SHOWN.
Orig: Judy Coons (92 5) 335-1287 ATTESTED
CC: Community Development Department
Carol. Ramirez, Auditor-Controller JOHN SWEETEN, CLERK OF
County Administrator THE BOARD OF SUPERVISORS
Judy Coons (CDD) AND COUNTY ADMINISTRATOR
BYL/
s` f �-- `a ', s✓ DEPUTY
f =� Contra
-, Costa
County
TO: BOARD OF SUPERVISORS
FROM: Dennis M. Barry, AICP
Community Development Director
DATE: June 17, 2003
SUBJECT: CONTRACT AMENDMENT WITH PUBLIC AFFAIRS MANAGEMENT FOR COMPLETION OF '
EIR PREPARATION FOR THE PROPOSED YMCA PROJECT IN ALAMO (Contract #
045899-00)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
Authorize the Community Development Director or designee to execute a contract amendment
with Public Affairs Management with no increase in the maximum amount of$119,188.50 for
continuing EIR preparation services through December 31, 2003. This contract allows the
Community Development Department the continued use of Public Affairs Management for
completion of EIR for YMCA/Alamo Project.
FISCAL IMPACT
The cost is covered by revenue received from application fee paid by developers.
BACKGROUND/REASONS FOR RECOMMENDATIONS
The Community Development Department has contracted with Public Affairs Management
since December 7, 1999 for EIR.preparation services. The original contract covered the time
period',12/07/99—03/31/02 and was for a total amount of$149,695.00, of which$87,006.50
was spent. The second contract was for the period of time from May 15, 2002 through
December 31, 2002 for the amount of$62,688.50. Additional funds in the amount of
$56,500.00 were required due to additional analysis necessary for the EIR to address comments
received from the Public for a new maximum of$119188.50. This amendment would allow
additional time through December 31, 2003 to address comments received from the public.,
CONTINUED ON ATTACHMENT: YES SIGNATURE �� ate�/vj/, �'
-RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD
COMMITTEE
�—APPROVE OTHER
SIGNATURE(S) {
ACTION OF BO. � ON;} ;;v"��k'. � � �.
APPROVED AS RECOMMENDED , OTHER
VOTE OF SUPERVISORS
}
I HEREBY CERTIFY THAT THIS IS A
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 BATE SHOWN.
Orig: Judy Coons (925) 335-1287 ATTESTED ` ^
cc: Community Development Department
Carol Ramirez, Auditor-Controller JOHN SWEETEN, CLERK OF
County Administrator THE BOARD OF SUPERVISORS
Judy Coons (CDD) AND COUNTY ADMINISTRATOR
BY y f J €✓ ,d} r DEPUTY
Contra
costar
County
TO: BOARD OF SUPERVISORS t. - ✓ i
FROM: Dennis M. Berry, AICD
Community Development Director
BATE: June 17, 2003
SUBJECT: CONTRACT WITH CHRISTINE GREGORY FOR CURRENT PLANNING STAFF
ASSISTANCE SERVICES (Contract # C48134-00)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
Authorize the Community Development Director or designee to execute a contract with
Christine Gregory in the amount of$72,000 for Current Planning assistance services from July
1, 2003 through June 30, 2004.
FISCAL IMPACT
The cost is covered by revenue received from application fees paid by developers and
applicants.
BACKGROUND/REASONS FOR RECOMMENDATIONS
The Community Development Department has contracted with Christine Gregory since October 7, 2002
for Current Planning, Community Development uses contract planning services to augment/decrease staff
needs in relation to rises/declines in economy that affect work flow. Ms. Gregory was assigned
development of procedures and fee structure for the Alcoholic Beverage Sales Ordinance modifications
made by the Board of Supervisors. This contract allows her services to continue into the implementation
of these modifications. The proposed contract will be recovered, from developer/applicant fees for land
use applications submitted for review and processing.
CONTINUED ON ATTACHMENT: Y S SIGNATURE
r
,--' RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENbATION OF BOARD
COMMITTEE
4--""APPROVE OTHER
SIGNATURE(S) �' p
ACTION OF ON a C,3 APPROVED AS RECOMMENDED X OTHER
''J
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A
UNANIMOUS (ABSENT '` TRUE AND CORRECT COPY OF AN
AYES: NOES: ACTION TAKEN AND ENTERED ON THE
ABBE ABSTAIN: MINUTES OF THE BOARD OF
SUPERVISORS ON THE RATE SHOWN.
Orig: Judy Coons (92 5) 335-1287 ATTESTED
cc: Community Development Department
Carel Ramirez, Auditor-Controller JOHN SWEETEN, CLERK OF
County Administrator THE BOARD OF SUPERVISORS
Judy Coons (CDD) AND COUNTY ADMINISTRATOR
TO: THE BOARD OF SUPERVISORS
•;. ;. .. Contra
FROM: Gus S. Kramer, County Assessor Costa
4 ,
DATE: June 17, 2003 . County
SUBJECT: Drafting Consultation
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION:
Approve and authorize the County Assessor, or designee, to execute with Larry Black in the amount of
$57,408.00 for drafting services from the period July 1, 2003 through June 30, 2004.
FISCAL IMPACT:
AB719 Property Tax Administration funds will be used to pay for this contract.
BACKGROUND:
The Assessor's Office recently completed a study of mapping operations and is currently restructuring our
business process workflows for maintaining land parcel information within a Geographical Information
System (GIS) environment. During this implementation process, Mr. Black will assist in performing CAD
drafting work and completing the GIS parcel database clean-up process.
CONTINUED ON ATTACHMENT: Y S SIGNATURE: �" ' � s
--'-'RECOMMENDATION OF COUNTY ADMINISTRATOR REC MMEN'OATION OF BOARD COMMITTEE
-APPROVE OTHER
SIGNATURE(S):
ACTION OF BOAR;`01 }APPROVED AS RECOMMENDED Y OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
{ .^• F` ry, .. AND CORRECT COPY OF AN ACTION TAKEN
UNANIMOUSABSENT t Imo * "
AYES ( _ _NO ) AND ENTERED ON THE MINUTES Of THE BOARD
OF SUPERVISORS ON THE DATE SHOWN.
ABSENT` ABSTAIN
Contact. Lori Koch (925) 313-7503 ATTESTED_
John Swe+>�fen,CLERK OF THE BOARD�F
SUPERVISORS AND COUNTY ADMINISTRATOR
cc: Administrator(T.Enea)
Assessor
Auditor-Controller P f
5 a-
BY DEPUTY
Contra Costa County Number
Standard Form 1/87 STANDARD CONTRACT Fund/Org# 1605
(Purchase of Services) Account#
Oher#
1. Contract Identification.
Department: Assessor's Office
Subject: Consultation and Assistance with Drafting functions
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: Larry Black
Capacity: Manual and CAD Drafter Taxpayer lD#
Address: 24 Sunnyvale Place
Walnut Creek, CA 94596
3. Term. The effective date of this Contract is July 1,2003 and is terminated on June 30, 2004 unless sooner
terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under thisContract shall not exceed $57,408.00.
5. County's ObIlloations. 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 Oblloations. Contractor shall provide those services and carry out that work described in the
ServicePlan attached hereto which is incorporated herein by reference, subject to all the terms and
conditions contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and Special
Conditions (if any) attached hereto, which are incorporated herein by reference.
8. Project. This Contract implements in whole or in part of the following described Project,the application and
approval documents of which are incorporated herein by reference.
9. Legal Authority. This Contract is entered into under and subject to the following legal authorities,
Government Code§31000.
10. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors,
and County Administrator
Designee -County Assessor
CONTRACTOR
By
(Designate business capacity)
"1"
Contra Costa County Standard Form(Rev. 1/95)
APPROVALS/ACKNOWLEDGMENT
Number
APPROVALS
RECOMMENDED BY DEPARTMENT FORM APPROVER
COUNTY COUNSEL
By By
Designee Deputy
APPROVED: COUNTY ADMINISTRATOR.
By:
Designee
ACKNOWLEDGMENT
STATE OF CALIFORNIA )
} ss.
COUNTY OF CONTRA COSTA }
On , before me, —
(insert name and title of the officer), personally appeared
_ 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/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(&)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.
(Seal)
Signature
ACKNOWLEDGMENT(by Corporation,Partnership,or Individual)
(Civil Code§I 169)
-2-
Contra Costa County PAYMENT PROVISIONS Standard Farm 6/90
(Fee Basis Contracts)
Number
I. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment
Provisions, County will pay Contractor the following fee as full compensation for all services, work,
expenses or costs provided or incurred by Contractor:
[Check one alternative only.]
[ ] a. $ monthly, or
[X] b. $ 27.60 per unit, as defined in the Service Plan or
[ ] 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. Penalty for Date 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. Richt 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 County Dept.
-3-
SERVICE PLAN
1. Contractor's 0blinations:
Contractor shall provide drafting consulting services and assist in CAD drafting
functions.
2. Ci3iitlW's Obligations:
County shall pay Contractor semimonthly for such services, atthe fallowing hourly rates:
Consultant rates: 27.60 per service unit(hour)not to exceed 2080 service units
(hours).
3. Parties and Agents
Contractor's Primary Agent for administration of this contract shall be
Lary Black, 24 Sunnyvale Place, Walnut Creek., CA 94596
County's Primary Agent for administration of this contract shall be
Lori Koch, Assistant Assessor, 2530 Arnold Drive, Suite 400,
Martinez, CA 94553.
-4-
Contra Costa County Standard Form 7/91
GENERAL CONDITIONS
(Purchase of Services)
1. CoMpliance with Law. Contractor shall be subject to and comply with all Federal, State and local
laws and regulations applicable with respect to its performance under this Contract, including but not limited to,
licensing, employment and purchasing practices; and wages, hours and conditions of employment, including
nondiscrimination.
2. Insuection. Contractor's performance, place of business and records pertaining to this Contract are
subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of
California, and the United States Government.
3. Records. Contractor shall keep and make available for inspection and copying by authorized
representatives of the County,the State of California, and the United States Government,the Contractor's regular
business records and such additional records pertaining to this Contract as may be required by the County.
a. Retention of Records. The Contractor shall retain all documents pertaining to this Contract for
five years from the date of submission of Contractor's final payment demand or final Cost Report;for any further
period that is required by law; and until all Federal/State audits are complete and exceptions resolved for this
contract's funding period Upon request,Contractor shall make these records available to authorized representatives
of the County, the State of California, and the United States Government.
b. Access to Books and Records of Contractor,Subcontractor. Pursuant to Section 1861(v)(1)
of the Social Security Act,and any regulations promulgated thereunder,Contractor shall,upon written request and
until the expiration of four years after the furnishing of services pursuant to this Contract, make available to the
Secretary of Health and Human Services or to the Comptroller General, or any of their duly authorized
representatives, this Contract and books, documents, and records of Contractor that are necessary to certify the
nature and extent of all costs and charges hereunder.
Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value or cost of
$10,000 or more over a twelve-month period,such subcontract shall contain a clause to the effect that upon written
request and until the expiration of four years after the furnishing of services pursuant to such subcontract, the
subcontractor shall make available,to the County,to the Secretary or to the Comptroller General,or any of their duly
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 representatives of Contractor.
4. Reportine Requirements. Pursuant to Government Code Section 7550,Contractor shall include in all
documents or written reports completed and submitted to County in accordance with this Contract,a separate section
listing the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of each such
document or written report. This section shall apply only if the payment limit under this Contract exceeds$5,000.
5. Termination.
a. Written Notice. This Contract may be terminated by either party,at their sole discretion,upon
thirty-day advance written notice thereof to the other,and may be cancelled immediately by written mutual consent.
-5-
Contra Costa County Standard Form 7/91
GENERAL CONDITIONS
(Purchase of Services)
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 S.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 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.
7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures
and budgets required by this Contract, including but not limited to, monitoring, evaluating, auditing, billing, or
regulatory changes,may be developed and set forth in a written Informal Agreement between the Contractor and the
County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except
to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements
may not enlarge in any manner the scope of this Contract,including any sums of money to be paid the Contractor as
provided herein. Informal Agreements may be approved and signed by the head of the County Department for which
this Contract is made or his designee.
8. Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended by a written document
executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its
designee, subject to any required State or 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 Lary and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in accordance
with the laws of the State of California.
-6-
Contra Costa County Standard Form 7/91
GENERAL CONDITIONS
(Purchase of Services)
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 Mate 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 Conditions, 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.
16.Confidentiality. Contractor agrees to comply and to require its officers, partners, associates, agents and
employees to comply with all applicable State or Federal statutes or regulations respecting confidentiality,including
but not limited to,the identity of persons served under this Contract,their records,or services provided them,and
assures that:
a. All applications and records concerning any individual made or kept by Contractor or any public
officer or agency in connection with the administration of or relating to services provided under this Contract will be
confidential,and will not be open to examination for any purpose not directly connected with the administration of
such service.
b. No person will publish or disclose or permit or cause to be published or disclosed, any 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 law may be guilty of a misdemeanor.
-7-
_
Contra Costa County Standard Form 7/91
GENERAL CONDITIONS
(Purchase of Services)
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,indemnify,save,and hold harmless the County and its
officers and employees from any and all claims, costs and liability for any damages, sickness, death, or injury to
person(s)or property, including without limitation all consequential damages,from any cause whatsoever arising
directly or indirectly from or connected with the operations or services of the Contractor or its agents, servants,
employees or subcontractors hereunder,save and except claims or litigation arising through the sole negligence or
sole willful misconduct of the County or its officers or employees. Contractor will reimburse the County for any
expenditures,including reasonable attorneys'fees,the County may make by reason of the matters that are the subject
of this indemnification, and if requested by the County will defend any claims or litigation to which this
indemnification provision applies at the sole cost and expense of the Contractor.
19. Insurance. During the entire term of this Contract and any extension or modification thereof, the
Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise
expressed in the Special Conditions.
a. Liability Insurance. The Contractor shall provide comprehensive liability insurance,including
coverage for owned and non-owned automobiles,with a minimum combined single limit coverage of$500,000 for
all damages, including consequential damages,due to bodily injury,sickness or disease, or death to any person or
damage to or destruction of property,including the loss of use thereof,arising from each occurrence. Such insurance
shall be endorsed to include the County and its officers and employees as additional insureds as to all services
performed by Contractor under this agreement. Said policies shall constitute primary insurance as to the County,the
State and Federal Governments, and their officers,agents,and employees,so that other insurance policies held by
them or their self-insurance program(s)shall not be required to contribute to any loss covered under the Contractor's
insurance policy or policies.
b. 'Workers' Compensation. The Contractor shall provide workers' compensation insurance
coverage for its employees.
C. Certificate of Insurance. The Contractor shall provide the County with (a) certificate(s) of
insurance evidencing liability and worker's compensation insurance as required herein no later than the effective date
of this Contract. If the Contractor should renew the insurance policy(ies) or acquire either a new insurance
policy(ies)or amend the coverage afforded through an endorsement to the policy at any time during the term of this
Contract, then Contractor shall provide (a) current certificate(s)of insurance.
d. Additional Insurance Provisions. The insurance policies provided by the Contractor shall
include a provision for thirty(30)days written notice to County before cancellation or material changes of the above
specified coverage.
20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit
in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County
Department for which this Contract is made. Notices to the Contractor shall be addressed to the Contractor's address
-8-
Contra Costa County Standard Form 7/91
GENERAL CONDITIONS
(Purchase of Services)
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 of 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 in the same
person, or if this Contract results in the placement of taxable 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 mer notice or to damages under that or any comparable statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that services under this Contract
may provide some aid or assistance to members of the County's population, it is not the intention of either the
County or Contractor that such individuals occupy the position of intended third-party beneficiaries of the
obligations assumed by either party to this Contract.
25. 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 Admini-
strator. 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,
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 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 lacy 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 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,the Board of Supervisors,County officers,or ethers who may be authorized by the
Board of Supervisors or by law to receive such views.
-g-
Contra Costa County Standard Form 7/91
GENERAL CONDITIONS
(Purchase of Services)
27. Required Audit. If Contractor is funded by$25,000 or more in federal grant funds in any fiscal year
from any source,Contractor shall provide to County at Contractor's expense an audit conforming to the requirements
set forth in the most current version of Office of Management and Budget Circular A-133. If Contractor is funded
by $25,000 to $100,000 in federal grant funds in any fiscal year from any source, Contractor shall arrange for
conduct of the federally-required audit biennially and shall submit the audit to County in the time,form,and manner
required by the most current version of Office of Management and Budget Circular A-133 and by County. If
Contractor is funded by$100,000 or more in federal grant funds in any fiscal year from any source,Contractor shall
arrange for the federally-required audit annually and shall submit the audit to the County in the time, form, and
manner required by the most current version of Office of Management and Budget Circular A-133 and by County.
Contractor is solely responsible for arranging for the conduct of the audit,and for its cost,and County may withhold
the estimated cast 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.
-10-
Contra Costa County Standard Farm 11/99
SPECIAL CONDITIONS
Number
1. Deletion of Paralzraphs in General Conditions. Paragraph 19("Insurance") of the General
conditions is deleted in its entirety with the understanding that Contractor will not use his personal vehicle in
performance of his duties with the County under this contract.
2. Withholding and FICA Deductions Addendum to Independent Contractor-Sub
iect to
Withholding Standard Form Contract. Withholding and FICA Deductions. Notwithstanding Paragraph 14
of the GeneralConditions, for purposes of the withholding state and federal taxes and Social Security only from
payments due,the Auditor-Controller will make deductions for these purposes. Contractor is not a County
employee. Contractor further understands that the County has no obligation to provide and Contractor will not
be provided with fringe benefits, including but not limited to vacation, sick leave, retirement and health plan
coverage. The County will provide workers' compensation coverage and unemployment insurance if County
has right to control way in which work is done.
Initials: _
Contractor County Dept.
-11-