HomeMy WebLinkAboutMINUTES - 05222007 - C.14 i
TO: BOARD OF SUPERVISORS 's L`'° Contra
FROM: KEITH FREITAS, DIRECTOR OF AIRPORTS si
Costa
Opsr'1-CUIli
DATE: May 22, 2007 County
"
SUBJECT: Contra Costa Airports-Authorization to execute a two(2)year contract with Glover&Associates,
Inc. for a Airport security upgrade; Buchanan Field Airport, Pacheco Area(District IV).
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. Recommended Action:
AUTHORIZE the Director of Airports, or designee, to execute a two (2) year contract with Glover &
Associates, Inc. for the Buchanan Field Airport security upgrade, Airport Improvement Program (AIP)
project No. 3-06-0050-12.
II. FINANCIAL IMPACT:
There is no negative impact on the General Fund. The total contract cost for the Security System Planning
and Design is $125,247 of which $6,889 (5.5%) is from the Airport Enterprise Fund, $5,636 from
CALTRANS (4.5%), and $112,722 (90%) is funded by a Federal Aviation Administration(FAA) grant.
Continued on Attachment: X SIGNATURE:
COMMENDATION OF COUNTY ADMINISTRATOR
_RECOMMENDATION OF BOARD COMMITTEE
_, ,OPROVE OTHER
SIGNATURE (S): 12
ACTION OF BO N�Qy o-oG� PROVED AS RECOMMENDED_OTHER
VO yE OF SUPERVISORS /1 I hereby certify that this is a true and correct copy of an action
UNANIMOUS(ABSENT /1/�W-41� ) taken and entered on the minutes of the Board of Supervisors on
AYES: NOES: the date shown.
ABSENT: ABSTAIN:
ATTESTED: aa/ 00";7-
JOHN CUL,LEN,Cle of the Board of Supervisors and County
Orig.Div: County Airports
Contact: Doreen Stockdale(925)G46-5722 Administrator
or: County Administrator
Auditor-Controller
Public Works Director
Federal Aviation Administration By Deputy
GAAdministrabontBoard Orders\Security Upgrade Board Order 5-22-07.doc
SUBJECT: Authorization to enter into a two (2) year contract with Glover& Associates, Inc. for the security
upgrade for Buchanan Field Airport
DATE: May 22, 2007
PAGE: 2
III. Reasons for Recommendations and Background:
On May 7, 2002,the Board of Supervisors authorized the submission of grant applications to the Federal
Aviation Administration (FAA) and CALTRANS to perform the Buchanan Field Airport Signage and
Security System Upgrades. On September 17,2002,the Board accepted the FAA and CALTRANS grants
for those Buchanan Field Airport projects.
Upon substantial completion of the airfield signage upgrades,Contra Costa County Airports(Airport)issued
a Request for Statements of Qualifications(SOQ) for a consultant to perform the Buchanan Field Airport
security upgrade planning and design. The SOQ required interested consultants to provide responses by
September 3, 2004.
The Airport received nine SOQ submittals. Working with a seven-person SOQ subcommittee the submittals
were reviewed and ranked. The top four consultant teams were interviewed. The number one ranked
consultant was selected in May of 2005;however,this consultant was terminated on April 3,2007,because
of repeated failure to timely meet deadlines for completion of work set forth in the scope of work.
The Airport is now requesting to execute a two(2)year contract(May 22,2007 through May 22,2009)with
Glover & Associates, Inc., the second ranked consulting team. The total project amount is $125,247
inclusive of FAA and CALTRANS grants and local match funds.
IV. Consequences of Negative Action:
If the Airport is unable to execute a contract with Glover&Associates,Inc.,there will continue to be a delay
for needed security upgrades for Buchanan Field Airport which may negatively impact the Airport Enterprise
Fund.
G:Wdministrarion\Bcard Orders\Security Upgrade Board Order 5-22-07Am
Contra Costa County STANDARD CONTRACT Number:
Standard Form L-1 (Purchase of Services—Long Form) Fund/Org#: 4841
Revised 2002 Account#: 2310
Other#: SAS-9APSAS
10. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
BOARD OF SUPE ISORS ATTEST: Clerk of the Board of Supervisors
Y By
ChR`iesignee e u
CONTRACTOR
Name of busine s nti �1��'e,� TC5 �� Na business entity = � ��oc~
By _ y
(Signature o president or vice-president) (Sign e of secretary or assistant secretary)
(Print name and title) (Print name and title)
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 1190 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 APPROVALS/ACKNOWLEDGMENT Number
Standard Form L-2 (Purchase of Services-Long Form)
Revised 2002
APPROVALS
RECOMMENDED BY DEPARTMENT FORM APPROVED
COUNTY COUNSEL
It7
By: `�` By:
Designee Deputy
APPROVED: COUNTY ADMINISTRATOR
Designee
ACKNOWLEDGMENT
STATE OF CALIFORNIA )
MCC ) ss.
COUNTY OF ) f'
On J`✓/ !� before me, 4 6Vk2C 1'11&J6.
inert/name and title othe f o icer), personally appeared (.( ;&.1&f t
75-4 ie X S?4&AdiZ- 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(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. tay�pv
oN+XW0* Ano"
ignature
ACKNOWLEDGMENT(by Corporation,Partnership,or Individu 1
(Civil Code§l 189) 1 i G. Ali ��tit
CORWAk on! 172"39
NONNY Pubk-COlttornlo
mor Counter
ftWnHb24.2011 r
L-2 ( Page 1 of 1)
Contra Costa County SERVICE PLAN Number:
Form L-3
Glover&Associates, Inc.will not proceed beyond Phase II (Section 2.2)without written approval from
the Director of Airports or his designee. Written approval is required to begin work on Phase III (Section
2.3) and all subsequent phases.
1.0 PROPOSED SERVICES
Glover&Associates, Inc. (Glover)proposes to provide consulting and design related services for a
security upgrade. These services will support the design team and its work efforts as they apply to
Security Upgrades and Enhancements at Buchanan Field Airport. The consulting and engineering services
will support project related programming, design/engineering services and optional and additional work
that is identified in Phases V through VIII of the Scope of Work. This work includes the following:
1.1 Phase V,Option 1 —Construction Support(through Completion of Installation).
1.2 Phase VI, Option 2—System Integration
1.3 Phase VII,Option 3—Training and System Maintenance.
1.4 Phase VIII, Option 4—Upgrade Existing Buchanan Airport Security Program Documents.
2.0 PROPOSED SCOPE OF WORK
Proposed phases and tasks will be provided and directed towards collecting information and preparing a
programming document—security systems design report that will include a brief assessment and review
of all existing documents,property and facilities. The report will identify applicable design criteria that
will be used by the design team. The applicable design report will also include schematic designs that
illustrate security system(s)provisions, configurations, and transmission infrastructure. Subsequent
related efforts will evolve into the design development and construction documents phases,following a
specific deliverable milestone schedule. The construction documents will delineate airport security
system(s)requirements, including integration and interfacing with other systems(if applicable).
Subsequent project related activities are to include construction phase services. The proposed phased
services will include,but not be limited to,the following:
2.1 Phase I—Programming/Schematic Design Services
This phase of work will include validating previously collected and documented information.
This effort will evolve in providing comments and recommendations pertaining to the previously
established security upgrade findings and design criteria. The work efforts will also include
evaluating collected information,documenting security systems design criteria, and participating
in project related coordination discussions. The services to be provided will include the
following:
1. Prepare and provide a Project Work Plan that identifies the project's phases, tasks,and
related work efforts.This effort will also include a Master Schedule that coincideswith
the Project Work Plan's efforts and applicable milestones.
2. Conduct meetings and site related tours to obtain information applicable to.security
design/engineering requirements. This will involve:
a. Participating in meetings and discussions with designated Buchanan Field
Airport representatives and project related disciplines for the purpose of
identifying and determining operational security system requirements.
b. Conducting tours of the airport to identify facility conditions applicable to
designing and installing the future security system provisions and related
interfaces.
3. Identify applicable FAA, TSA, State and County codes, standards, and regulatory
requirements.
L-3 Page 1 of 6
Contra Costa County SERVICE PLAN Number:
Form L-3
4. Review all project related documentation, including operational requirements, and verify
existing conditions pertaining to the security system to include Security Operations
Center(SOC)as required, subsystems which include access control, intrusion detection,
duress alarm,video surveillance systems.
5. Review applicable architectural, civil,and other relevant project drawings from a security
systems standpoint and provide appropriate recommendations.
6. Prepare a design report that identifies the security system requirements, following the
completion of information collection activities. This report will describe the system and
provide design criteria which will evolve into the design development and construction
documents. The design report will be delivered during the Schematic Design(SD)Phase
and will be updated at the subsequent Design Development(DD)phase.
7. Transmit the deliverable(drawings, specifications, cost estimate[s],and design report)to
Buchanan Field Airport representatives and coordinate applicable requirements. Provide
backup hard copy and compact disc format.
8. Prepare and transmit a Project Status Report that delineates the work that has been
accomplished by phase and task.The report will also identify the phases,tasks, and
related work efforts that are yet to be completed.
9. Deliverable Requirements—
a. Applicable systems block diagram drawings.
b. Outline specifications that follow the CSI format.
c. Design report that delineates a description of the project.
d. Preliminary engineer's estimate(s).
e. Develop Project Work Plan and Master Schedule.
f. Develop Phase I Project Status Report
2.2 Phase H—Design Development Services
Participate in design development activities and prepare security system related drawings and
specifications. The efforts associated with this phase of work will involve developing security
systems related drawings and specifications.Applicable architectural/engineering backgrounds
will be used for the plan drawings to indicate locations for all electronic communications devices.
Glover will utilize the services of a sub-consultant to assist with the design effort by providing
civil engineering services. The services to be provided during this phase of work will include:
1. One(1)design development deliverable that includes applicable 65%drawings and
specifications, engineer's estimate(s)and design report. The drawings to be delivered will
consist of,but not be limited to,the following:
a. Index and cover sheets.
b. Equipment Layout applications on site and architectural/engineering
backgrounds.
c. Door and camera detail sheets.
d. Block diagrams.
e. Point and Camera Schedules.
2. Participation in two(2)project coordination meetings and related discussions with
designated Buchanan Field Airport and project team representatives to discuss security
system information.
3. During the design development phase, obtain required approvals from appropriate public
agencies as stated in the Prime agreement with Contra Costa County.
4. Update and submit the applicable Project Work Plan and Project Master Schedule as they
apply to Phase III work efforts and provide a Phase II Status Report.
5. Deliverable Requirements—
a. Work Scope and Updated Cost Estimate.
L-3 Page 2 of 6
Contra Costa County SERVICE PLAN Number:
Form L-3
b. Phase III Project Work Plan and Project Master Schedule.
c. Seven (7)sets of 24 x 36 inch 65%plans and drawings.
d. Seven (7)sets of 65% specifications.
e. Three(3)copies of the Project Manual on 8 '/2 x 11 inch paper.
f. Project Management and Control Specifications.
g. Related Discipline(s) Specifications.
h. Administrative&Financial Conditions(By County)as may be required.
i. 65%Engineer's Estimate.
j. Phase II Status Report.
2.3 Phase III—Construction Documentation Services
1. Prepare Contract documents.
The Contract Document phase will involve coordinating security systems related
requirements with Buchanan Field Airport and project team representatives and
preparing one(1)deliverable(95%)that consists of drawings and specifications to
meet the specific milestone schedule. The Contract Document phase of work will also
include updating the security systems related engineer's estimate(s).
The drawings to be delivered will consist of,but not be limited to,the following:
Index and cover sheets.
• Equipment layouts applications on site and architectural/engineering backgrounds.
• Equipment detail sheets.
• Block and riser diagrams.
• Point and Camera Schedules.
• Network and cable layout.
Performance and installation specifications will be prepared that delineates the requirements
for each security system component that is to be furnished and installed.
Provide quality assurance of all work.
Participate in two(2)design coordination meetings during the contract document
phase.
• Prepare and transmit progress drawings and specifications to Buchanan Field Airport
for review and coordination.
Provide a presentation to Buchanan Field Airport and Contra Costa County team
representatives,following the transmittal of each deliverable.
Obtain required approvals from appropriate public agencies and Buchanan Field
Airport.
2. Update and submit the applicable Project Work Plan and Project Master Schedule as they
apply to Phase IV work efforts and provide a Phase III Status Report.
3. Deliverable Requirements—
a. Updated Work Scope and Engineer's Estimate.
b. Phase 1V Project Work Plan and Project Master Schedule.
c. Seven(7)sets of 24 x 36 inch 95%plans and drawings.
d. Seven (7) sets of 95% specifications.
e. Three(3)copies of the Project Design Report on 8 '/z x I I inch paper.
f. Updated Project Management and Control Specifications.
g. Updated Related Discipline(s) Specifications.
h. Administrative&Financial Conditions(By County)as may be required.
i. Updated 65%Engineer's Estimate.
j. Phase III Status Report.
2.4 Phase IV—Final Construction Documents/Bid Package
L-3 Page 3 of 6
Contra Costa County SERVICE PLAN Number:
Form L-3
1. Prepare Final Construction bid documents—
a. The Final Construction Document phase will involve coordinating security systems
related requirements with regard to preparing one(1)Bid Package deliverable
(100%)that consists of drawings and specifications to meet the specific milestone
schedule.
b. The final construction drawings to be delivered will consist of,but not be limited to,
the following:
i. Index and cover sheets.
ii. Equipment layouts on site and architectural backgrounds.
iii. Equipment detail sheets.
iv. Block and riser diagrams.
v. Point and Camera Schedules.
vi. Network and cable layout.
c. The final bid package, including specifications will be prepared to assist bidders to
understand the requirements for each security system component that is to be
integrated and installed.
i. Provide quality assurance review of all work.
ii. Participate in two(2) design coordination meetings to finalize the bid
package documents.
iii. Prepare and transmit final drawings and specifications to Buchanan Field
Airport for review and coordination.
iv. Provide a presentation to Buchanan Field Airport and Contra Costa County
team representatives, following the transmittal of final deliverable.
v. Obtain required approvals from appropriate public agencies and Buchanan
Field Airport to allow for release of bid package to prospective bidders.
d. Submit the applicable Phase IV Status Report.
e. Deliverable Requirements—
i. 100% Plans and Drawings as one(1) set of original tracings on County
CADD border with title sheet stamped and signed by project engineer both
11 x 17 inch(690 mm x 914 mm)and 24 x 36 inch(2379 mm x 914 mm)
sizes on Mylar.
ii. Seven(7)sets of the I 1 x 17 inch size final plans.
iii. Thee (3)paper copies of the updated Project Design Report, on 8 '/<x 11-
inch 20#printer paper drilled and bound(single side copies).
iv. One(1)e-copy of the Project Design Report on compact disc.
v. Thee(3)paper copies of the Special Provisions printed on 20# printer paper
drilled and bound(single side copies).
vi. One(1)copy of edited Special Conditions on compact disc(Microsoft Word
in CalTrans format).
vii. Final Engineer's Estimate that is 5%
viii. Phase IV Status Report.
2.5 Phase V— Construction Administration(Optional)
1. Provide assistance during the construction phase-
Support Buchanan Field Airport and Contra Costa County Public Works Department during
the bid process, final selection, and contracting of the successful Contractor. Provide
technical support as needed. The work proposed for this phase will involve providing
responses to Requests for Information(RFI's)and reviewing Contractor submittals. Project
team representatives will also conduct site visits during the construction and installation
period to monitor and inspect Contractor performance and compliance with bid documents.
L-3 Page 4 of 6
Contra Costa County SERVICE PLAN Number:
Form L-3
Glover agrees to attend meetings in accordance with those specified in the Prime agreement
with Buchanan Field Airport.The Glover representatives will also participate in system
commissioning and final acceptance activities in addition to the following:
a. Participating in bid conference and presentation to Contractors including the
providing of responses to Contractor questions.
b. Assisting the County with providing responses to questions during the bidding
process.
c. Walking Contractors and vendors through jobsite locations to confirm
preconstruction understanding of all details of the project.
d. Reviewing and evaluating bids for compliance.
e. Recommending selection of a Contractor based on price and compliance.
f. Respond to Requests for Information (BFI's)and review Contractors' equipment and
installation submittals.
g. Review contractor change orders and provide appropriate responses.
h. Assist with the processing of applicable design change notices.
i. Monitor and inspect contractor(s)installation at three(3)scheduled visits to ensure
compliance with contract documents (drawings and specifications)and document
findings and applicable recommendations.
2.6 Phase VI— SYSTEM INTEGRATION(Optional)
I. Identify, Document,Manage and Control all System Interfaces. Supervise contractor's
interconnection and testing for all interfaces between his work and any existing security
systems, airport facilities and/or buildings. Initiate interface management and control
procedures, documentation of security monitoring and control at the Byron Airport and its
subsequent interconnection to Buchanan Field Airport facilities.
2. Monitor Contractor's System Integration Activities related to the Security system. Monitor,
review and approve all acceptance and commissioning tests. Provide a punch list of system
corrections and guarantee complete of all punch list items.
3. Provide Final Project report applicable to Contractor's performance,compliance, and
technical support for project closeout.
2.7 Phase VII--TRAINING AND MAINTENANCE(Optional)
1. Supervise Airport Security System User-Training Program
2. As required in the specifications, review training program syllabus,training manuals and
training materials, such as instruction videos,training handouts,and sample equipment
components.
3. Review and approve a spare parts list.
4. Review Contractors maintenance plan after warranty period.
5. Review system test required for operations and maintenance.
6. Provide technical support for outsourcing system maintenance.
2.8 Phase VIII--UPGRADE AIRPORTS SECURITY PROGRAM DOCUMENT(Optional)
Review all existing and applicable security documents to determine the extent of the work
efforts as they apply to Airport Security Plan and Airport Security Operations manual.
Following the review of the security documents, Glover will:
1. Revise and update the existing Airport Security Program(ASP)document to reflect the
changes upgrades to the system in compliance with current TSA requirements.
2. Prepare the Airport Security Operations manual. Prepare and submit the security
operations manual to include all normal and emergency airport operational conditions.
L-3 Page 5 of 6
Contra Costa County SERVICE PLAN Number:
Form L-3
Revise as necessary to incorporate Airport and/or Federal and State requirements
applicable to general aviation.
2.9 GENERAL REQUIREMENTS
The following requirements shall apply to the project, work efforts, and the related
deliverables:
1. Glover will have total responsibility for the accuracy and completeness of its findings,
analyses, calculations,plans, drawings and related designs; specifications, schedules and
estimates prepared for each task and phase; within the context of County supplied
reference and boundary locations. Reviews by FAA and the County may not include
detailed review or checking of the design of major components and related details or the
accuracy with which such designs are depicted on the plans. Reviews by FAA and the
County of the plans, specifications and estimates or any other pertinent information will
not relieve the Consultant of its responsibility for accuracy and completeness of the
documents.
2. Neither Glover nor any of its sub-consultants will incorporate any equipment, software or
material originating from a single source or sole source selection,without a formal
written approval from the County.
3. The signature page of the Project Design Report and of every original sheet of the project
plans and drawings shall bear a"wet seal"impression of the responsible professional
engineer's California State Registered Professional Engineer's stamp, counter signed
with the responsible engineer's signature.The"wet seal"impression shall clearly show
the engineering discipline,the license number and the expiration date of the license.
4. The work products provided by Glover under this agreement shall be prepared in
accordance with and in compliance with applicable Federal(FAA)regulations, California
Code of Regulations titles as well as Contra Costa County regulations, standards,
advisory circulars,policies and procedures. Said work products shall be made available to
the County and the Federal FAA Northern California Area Office for review and
approval in accordance with the submittal requirements provided herein.
5. Drawings shall include an airport plot plan showing exterior security provisions layered
on an existing airport plan showing property boundaries,buildings, facilities and
roadways. The County has provided all available existing drawings,which shall then be
verified by Glover as to accuracy and currency. System drawings shall include a
functional block diagram that depicts the system configuration, single-line or riser
diagrams that depict the security data network and cable plant; building interior and
exterior security field device layout locations for access control, surveillance, intrusion
detection and duress alarms. Additional drawings that show and depict installation details
will be prepared for door and gate access control and intrusion detection equipment;
interior and exterior camera installations,the security system control center equipment
layout as well as miscellaneous details. Where detail data is to be supplied by a third
party,a To Be Determined(TBD)notation will be shown in a drawing area or on a detail.
All drawings will be submitted in e-format on compact discs as well as in hard copy
form.Hard copies shall be black line copies,as required by the County. All drawings
shall be unchecked 100% complete depictions except for TBD details.
/ ( f
Initials: 1/Xr"
Contractor County Dept.
L-3 Page 6 of 6
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 limited to, licensing, employment and
purchasing practices; and wages, hours and conditions of employment, including nondiscrimination.
2. Inspection. Contractors performance, place of business and records pertaining to this Contract are subject to
monitoring, inspection, review and audit by authorized representatives.of the County, the State of California, and the
United States Government.
3. Records. Contractor shall keep and make available for inspection and copying by authorized representatives of the
County, the State of California, and the United States Government, the Contractor's regular business records and such
additional records pertaining to this Contract as 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 Contractors 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 County, the
Secretary of Health and Human Services,or the Comptroller General,or any of their duly authorized representatives,
this Contract and books,documents, and 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 the furnishing of services pursuant to such subcontract, the
subcontractor shall make available to the County, the Secretary, the Comptroller General, or any of their duly
authorized representatives,the subcontract and books,documents,and 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 Contract and is binding on the heirs, successors, assigns and representatives 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 and Cancellation.
a. Written Notice. This Contract may be terminated by either party, in its sole discretion,upon thirty-day advance
L-5 (Page 1 of 6)
written notice thereof to the other, and may be cancelled immediately by written mutual consent.
b. Failure to Perform. County,upon written notice to Contractor,may immediately terminate this Contract should
Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, County may
proceed with the work in any reasonable 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 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 Contractor and County. 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. Informal Agreements may not enlarge in any manner the scope of this Contract,
including any sums of money to be paid 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 its designee.
8. Modifications and Amendments.
a. General Amendments. This Contract 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 the Payment Limit,the Payment Provisions and the 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 approval, provided that such administrative amendment may not materially
change the Payment Provisions or the Service Plan.
9. Disputes. Disagreements between County and Contractor concerning the meaning,requirements,or performance of
this Contract shall be subject to final written determination by the head of the county department forwhich this Contract is
made,or his designee,or in accordance with the applicable procedures(if any)required by the state or federal government.
10. Choice of Law and Personal lurisdiction.
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.
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
L-5 (Page 2 of 6)
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services-Long Form)
Revised 2003
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 County indicating Contractors 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 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.
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.
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 they know or have reason to know they have 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.
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, in whole or in part, for religious worship or instruction.
18. Indemnification. Contractor shall defend,indemnify,save,and hold harmles County and its officers and employees
L-5 (Page 3 of 6)
Initials:
Contractor County Dept.
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services-Long Form)
Revised 2003
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 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 attomeys'fees,County may make by reason of
the matters that are the subject of this indemnification, 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 shall keep
in effect insurance policies meeting the 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 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 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,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 Contractor's insurance policy or policies. For all contracts where the 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$1,000,000,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, if
applicable, all professional liability insurance policies as required herein no later than the effective date of this
Contract.
b. Workers'Compensation. Contractor shall provide workers'compensation insurance coverage for its employees.
C. Certificate of Insurance. The Contractor shall provide the Countywith(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 Contractor shall include a provision for
thirty(30)days written notice to County before cancellation or material change 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 County shall be addressed to the head of the county department for which this
Contract is made. Notices to Contractor shall be addressed to the Contractor's address designated herein. The effective
L-5 (Page 4 of 6) ? '
Initials:
Contractor County Dept.
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services-Long Form)
Revised 2003
date of notice shall be the date of deposit in the mails or of other delivery,except that the effective date of notice to County
shall be the date of receipt by the head of the county department for which this Contract is made.
21. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the
Special Conditions (if any) and Service Plan do not limit any term of the General Conditions.
22. Nonrenewal. Contractor understands and agrees that there is no representation,implication,or understanding that
the services provided by Contractor under this Contract will be purchased by County under a new contract following
expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to
continue 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 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 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 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 parry to this
Contract.
25. Copyriehts 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, 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 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 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 others who may be authorized by the Board of Supervisors or by law to receive such views.
L-5 (Pae 5 of 6
g ) r��r
Initials:
Contractor County Dept.
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services-Long Form)
Revised 2003
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 in the most current version of Office of Management and Budget Circular A-
133. (B) If Contractor is funded by less than $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. (C) If Contractor is funded by less than $500,000 in federal grant funds in
any fiscal year ending after December 31, 2003 from any source, Contractor is exempt from federal audit requirements
for
that year, however, Contractor's records must be available for and an audit may be required by, appropriate officials of
the federal awarding agency, the General Accounting Office (GAO), the pass-through entity and/or the County. If any
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.
L-5 (Page 6 of 6)
Initials: -
Contractor County Dept.
Contra Costa County PAYMENT PROVISIONS Number:
Standard Form P-1 (Fee Basis Contracts—Long and Short Form)
Revised 2002
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.]
❑ a. $ monthly,or
0 b. $175 per hour for Bill Glover,Principal in Charge
$160 per hour for Cheryl Bly-Chester,Civil Engineer
$155 per hour for Jon Glover,Project Manager
$155 per hour for Heath Kolman,PE,QA/QC,RCDD
$140 per hour for Rod Butler,Design Engineer
$140 per hour for David Guan,Electrical Engineer
$70 per hour for Clerical
❑ c. $ after completion of all obligations and conditions herein.
❑ d.
2. Payment Demands. Contractor shall submit written demands for payment on County Demand Form D-15 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 payment demands by the head of the County Department for whicb this Contract is
made, or his designee, County will make payments as specified in Paragraph 1.(Payment Amounts)above.
3. Penalty for Late Submission. If County is unable to obtain reimbursement from the State of California as a
result of Contractor's failure to submit to County a timely demand for payment as specified in Paragraph 2.
(Payment Demands)above, County shall not pay Contractor for such services to the extent County's recovery of
funding is prejudiced by the delay even though such services were fully provided.
4. Rieht to Withold. County has the right to withhold payment to Contractor when,in the opinion of County
expressed in writing to Contractor, (a) Contractor's performance, in whole or in part, either has not been carried
out or is insufficiently documented, (b)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 resulting from its performance of this
Contract. Within 30 days of demand, Contractor shall pay County the full amount of County's obligation, if any,
to the state and/or federal government resulting from any audit exceptions,to the extent such are attributable to
Contractor's failure to perform property any of its obligations under this Contract.
Intials:
Contractor County Dept.
Form P-1 (Page 1 of 1)
Contra Costa County STANDARD CONTRACT Number:
Standard Form L-1 (Purchase of Services—Long Form) Fund/Org#: 4841
Revised 2002 Account#: 2310
Other#: SAS-9APSAS
1. Contract Identification.
Department: Public Works Department—Airports Division
Subject: Buchanan Field Airport Security Upgrade Consultant Selection
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: Glover&Associates,Inc.
Capacity: Corporation
Address: 215 Estates Drive, Suite Three,Roseville,California 95678
3. Term. The effective date of this Contract is May 22,2007. It terminates on May 22,2009 unless sooner
terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed$125,247. Phase I
shall not exceed $25,157 without written authorization from Director of Airports or designee. Phase II
shall not exceed $26,983 without written authorization from Director of Airports or designee. Phase III
shall not exceed $28,341 without written authorization from Director of Airports or designee. Phase IV
shall not exceed $20,106 without written authorization from Director of Airports or designee.
5. County's Obligation. 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 Obligation. 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 terns 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:
Glover&Associates,Inc.will provide consulting and design related services for a federally funded security
upgrade for Buchanan Field Airport,Pacheco Area(District IV).
9. Leeal Authority. This Contract is entered into under and subject to the following legal authorities:
CALIFORNIA GOVERNMENT CODE SECTION 31000.
L- 1 Page 1 of 2