Loading...
HomeMy Public PortalAbout1997-06-12 Specs of Contract Computer Programming & Support Svcs - Knowles McNiff, Inco~ ~~~~~ ~.: ,o V ~~\ 2 cgt~FOa~\P June 12, 1997 ADMINISTRATIVE SERVICES DEPARTMENT MEM D RA ND UM SPECIFICATIONS FOR PROVISION OF CONTRACT COMPUTER PROGRAMMING AND SUPPORT SERVICES PURCHASE ORDER NO. °~"~ ~a- VENDOR: Knowles-McNiff Section 1 Term: 1 year 7/1 /97 thru 6/30/98 Renewal: 1 year 7/1 /98 thru 6/30/99 Section 2 Vendor is to supply the following personnel who are to be assigned to work at City's site. EMPLOYEE NAME JOB TITLE HOURLY RATE BILLABLE MINIMUM ANNUAL HOURS ANNUAL COST Tom Naughton Programmer $45.15 1,825 $82,398.75 Marc Margolin Programmer $45.15 1,825 82,398.75 To Be Determined Programmer $45.15 900 40,635.00 Kristin Kimball PC Technician $36.75 1,825 67,068.75 Kevin Redmond PC Technician $36.75 1,825 67,068.75 $339, 570.00 Billable hours are for actual time worked by the contractor's employee. Costs of vacation, holidays, sick time are to be paid by employer and are included as part of the base hourly rate. Section 3 Vendor agrees that: • The employees in Section 2 are to be assigned to work exclusively at City's site and will work exclusively on assignments as directed by City's MIS Manager. • The employees in Section 2 are not to be reassigned, transferred, or assigned work not directed by City's MIS Manager without the express consent and approval of City. • He and his employees are independent contractors. I;`~_ • City may reject personnel assigned by Vendor to the site who do not meet City's standards/requirements, or cause the reassignment of current personnel who in City's sole judgement are no longer necessary to City's operational needs. Sectinn d Vendor agrees to provide additional programming and PC support services, as requested by City, subject to their availability at the following rates: Programmer PC Technician Network Specialist Other Section 5 Insurance $45.15 per hour $36.75 per hour to be determined to be determined Vendor shall procure and maintain, for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Vendor, his agents, representatives, employees or subcontractor. Vendor shall furnish the City with evidence, acceptable to the City, of the required insurance. A B. Minimum Scope and Limits of Insurance Vendor shall maintain coverage at least as broad as: 1. Commercial General Liability Insurance to include products liability, completed operations, contractual, independent contractors, broad form property damage and personal injury. Said insurance shall have a minimum limit of $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. 2. Comprehensive Automobile Liability Insurance to include all autos owned, hired, and non-owned. Said insurance shall have a minimum limit of $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation Insurance as required by the Labor Code of the State of California and Employers' Liability Insurance with a minimum limit of $1,000,000 per accident. Deductibles and Self-Insured Retentions Any deductible or self-insured retention must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officials, agents, employees, and volunteers, or the Vendor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. C. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following-provisions: General Liability and Automobile Liability a. The City of Fullerton, its officials, employees, agents and volunteers are to be named as additional insureds as respects liability arising out of the activities performed by or on behalf of the Vendor; products and completed 2 operations of the Vendor; premises owned, leased or used by the Vendor; or automobiles owned, leased, hired or borrowed by the Vendor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees, agents, or volunteers. b. The Vendor's insurance coverage shall be primary insurance and non- contributory as respects the City, its officials, agents, employees, and volunteers. c. Any failure to comply with the reporting provisions of the policies shall not affect coverage provided to the City, its officials, agents, employees, and volunteers. 2. Workers' Compensation and Employers' Liability The insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees, and volunteers for losses arising from work performed by Vendor for the City. 3. All Coverages Each insurance policy required herein shall be endorsed to state that coverage shall not be suspended, voided, cancelled, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurance Insurance shall be placed with California licensed insurers with BEST's ratings of not less than B+, Class X. Section 6 Vendor agrees to provide services under the foregoing terms and conditions to the City for an additional 12-month period from 7/1/98 to 6/30/99 at the following rates, not to exceed $357,162, for the total purchase order. Programmer PC Technician Network Specialist Other $47.41 per hour $38.59 per hour to be determined to be determined Section 7 Vendor agrees to provide services at City's site during City's normal working hours, which are a modified 9-80 work schedule: Week 1 Monday-Thursday 7:30-5:30 Friday 8:00-5:00 Week 2 Monday-Thursday 7:30-5:30 Weeks 3-4 Schedule repeats Additional hours or weekend/holiday work will be by mutual agreement, with a priority for City's operational needs. 3 Section 8 Acceptance of Purchase Order and Supplemental Terms and Conditions By signing below, Vendor agrees to provide the services listed according to the specifications contained herein. 7-/7-Y7 Dale Ken Knowles, President Knowles-McNiff Post Office Box 4642 Lakewood, CA 90711 310-461-8080 4 CITY OF FULLERTON PURCHASE ORDER ~ ~~ PURCHASING DIVISION ALL PURCHASES AND TRANSPOR EXEMPT FROM FEDERAL EXCISE TATION CHARGES ARE TAX SEE CERTIFICATE ~;r ;~~~ ~._ N O (714) 738-6565 OF REGISTRY N0 1 . . A 97863. TO SHIP TO KIWI€~1Lzlt._W ~-"{~14., ~~ k ~" ~ 4.+ ~ ~ ~ i~..~~' ~ i ii .I...~~`~ 4 ~~'{ ~ 1 H.~i`~ ~ `r'~~` i FT~~~Zk; i ~ i ;l •i i~ #' T ~ ; ~ w~. tV I~ ! ~#1:~ SL! I~. h: ~~• ~ ~~ $ i`~t : NF i . t~. Pd I~~-lf ~ . , f~ t^~ . ~: .l ~ P . IJ . I~t.1~ ~f~ ~~ ~~ f't'~ 4.+J . f:C'I~`1Mf..lF~t~~°: il l ~'H fa:~F. w (HEREIN REFERRED TO AS SE~LFRI ACCOUNT NUMBER ORDER DATE DE~{PARTMENT j y'~ REQ. NO. DATEr PROMISED may{ PLUS FREIG~H.yT FOB DEST. CONFIRMING VENDOR NO. TELEPHONE TERMS L,.~ t i ~~~~ P~L.t~~ ~ ~ ~ ~ ~~'~ T ~f..i~~lJ i ~~ Q~~.i!7.~tf'~.~i~f t i. ~~~ i 1. }; ~'~~ ~ ~j i k~ = irk ` f~ I~ ;' i tt rr ~ ^ t ` ~~ )~'J'I'~~{!'l? t ~F'^I~~rl ! ~.F_E:4 P~':_1`4~ ~~'xI*t~,~f'1#~:.!'~ ~ ~~ ~~.E1 a~~.l~~~ ~~~ ~ ~~~~. I~ ~ ~~,~ i ~ iJ'~ y l "~ ~ '- 7 : 1 T I~T~" 1 k4-(R"~~ ~ "' ~ i,f ~` 7 !'T ~T2..I ~•C ~O'7". ~'~t~}.-i ~71^T ~.. 6. ~.e ~I~T L.. Y ~.~i ~ TR ~~... 2.._ ~~^~~, ~- 4~~' ~~ ~~~~~ ., ~,+~°: F..~ ~ ~~~~ C:i~C:t~ ~ , ~ t~f~;t.,i.~['~ 1 THE I ~Y'7 t ~~~Y t ~FFf?R ~ C`O!'.ITFtf If ~',."~f' D~ 1~~d ~ P'f.1Rf,._. I t"" l_~ti.,.+ ~~ -•~ I''€ x ~f I ~ ~ ! P'f:.'tlt} ~ €~~. I ~ ~I ~.'~-NIw`~^ P~. P Tf`"{~'° 11~'~~4~ ~ ~~~~ ~ I~~ . r•it t ~~~ F . D . 't '._,~1.1~ ! '~ FDA ~4,"~lDt3h~T E ~~'~ i~l t~Pi~~t~ R Ds~t' '~' . f»rJt~~' f ' MFC} T~# ~~~~~~r~~ ~%--H-~+ ~ _ t.~t:3 I~C~I C C;~ tl=xf„ t t~F~ T ~_ h~t";'-! ~" F ~ ~'t. ~~~ ~ ,~;I..1_.1:.?l~,.t T F4~: ~ T ! _!_ ! P3f•~ ~ h~~= TRH !C' ~' ~' € ;;t-1?~~, P~~. t . D~ +~ ~ w * " "~ ~ •r +" Curr,~~.t As-count xr~~ ~nf`nr~~~z ~~r~ ~ +~ +~ * ~* (~ . F1 ~ !" Q ~ ~ ~ ~! 1• ~ ~ ~fYra'~ t.! 1"t 1• ~ t'! !.':1,! , i W tTa;f'~ L )!~ fi - .....~ w ~.~ . nG G~7JGIV~.C V1~i i n~a rurtLrtH~t VFSUtFi - ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDtTtONS HEREIN AND ON REVERSE SIDE. ~ ,% PURCHASMG MANAGER CITY OF FULLERTON 1. INVOICES MUST 8E IN DUPLICATE REFERENCED~TO THIS P.O. B i L L T O ACCOUNTS PAYABLE NUMBER AND ITEMIZED QUANTITIES, DESCRIPTION OF MERCHAN- 303 W. COMMONWEALTH AVE. DISE, UNIT ANO UNIT PRICES. FULLERTON, CA 92832-1775 2. NOTE: WHERE APPLICABLE AlL SHIPMENTS ARE TCS BE FREIGHT PHONE: (714} 738-6803 PREPAID. Ftoot 4/93 FIFTH COPY FOR ORDERING DEPT