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