Loading...
HomeMy WebLinkAboutMINUTES - 08052003 - C.111-C.115 7 � TO: BOARD OF SUPERVISORS FROM. William Walker, M.D., Health Services Director Contra By: Binger Marieiro, Contracts Administrator Costa DATE: July 23. 2003 County SUBJECT: Approval of Cancellation Agreement#27-115-9 with. Pauline Jones SPECIFIC REQUEST(S)OR RECOMMENDATION(S)S BACKGROUND AND JUSTIFICATION PWO MM # DUED ACTON: Approve and authorize the Health. Services Director, or his designee (Milt Camhi, M.D.), to execute on behalf of the County, Cancellation Agreement #27-115-9 with Pauline Jones, a self-employed individual, effective at the close of business on June 20, 2003. F ISCAL IMPACT: None, This Contract was funded by Contra Costa Health Plan member premiums. B C ORt I.JND/ S N S FQ CONI ATION On December 10, 2002, the Board of Supervisors approved Contract#27-115-8 with Pauline S. Jones, for the period from January 1, 2003 through December 31, 2003, for the consultation and technical assistance to the Centra Costa Health Plan, The Contractor recently notified the Department that she wished to terminate Contract#27-115-8 with Centra Costa Health Plan. Therefore, in accordance with General Conditions, Paragraph 5. (Termination and Cancellation) of the Contract, the Department and Contractor have agreed to a mutual cancellation of this Contract. Approval of Cancellation Agreement #27-115-9 will accomplish this termination. 0 RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE _„. PROVE OTHER 17 NRE � -+� ACTION OF BOA RCS : < '” 7, APPROVED AS RECOMMENDED V OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS (ABSENT°f i ��t j) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE.BOARD ABSENT ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. ATTESTED JOHN SWEETEN,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR Contact person: Hilt Carni (313-6004) CC: Health Services rept. {Contracts} Auditor-Controller Disk Management BYu � DEPUTY Contractor TO: BOARD OF SUPERVISORS W�,.�� . FROM: MAU'RICE M. SHIGT,PUBLIC WORKS DIRECTOR DATE: August 5, 2003 SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee to execute a contract with RBF Consulting to provide"on call"specialized drainage review services for various projects in the amount of$75,000.00, effective March 1, 2003 to March 1,2005, San Ramon(Dougherty Valley) area. Project No. various SPECIFIC REQUEST(S)OR RECOMMENDA`I'ION(S)&BACKGROUND AND JUSTIFICATION L Recommended Action: APPROVE and AUTHORIZE the Public Works Director,or designee to enter into a Consulting Services Agreement with RBF Consulting to provide "on call" specialized drainage review services for various projects in the San Ramon(Dougherty Valley) area. (District III) Il. Financial impact: The estimated cost of the contract is $75,000.00 funded by developer review fees, (100%). 47-� � Continued on Attachment:X SIGNATURE: a--I�ECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE , PROVE OTHER SIGNATURE(S): '•w,4 l AC'T'ION OF BO APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS UiVANIMt}t � ) k hereby certify that this is a true and correct copy of an action taken and entered on the / ; }' minutes of the Board of Supervisors on the date shown. AYES:_NOES: , ABSENT: ABSTAIN: ATTESTEC7 JOHN SWEETEN,Cler"f the Board of Supervisors and County Administrator C:\CirpData\EngSveSOk2d0318-65-n3�RBFConsulting CSA.doe By Orig.Div: Yubtsc works(Spesizt Districts) . —� r - Deputy Contact. Skip Epperly(3]3.2253) cc: County Administrator Assessor Auditor-Controller Community Development County Counsel SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee to execute a contract with RBF Consulting to provide`ion call"specialized drainage review services for various projects in the amount of$75,000.00, effective March 1,2003 to March 1,2005, San Ramon(Dougherty Valley) area. Project No. various DATE: August 5, 2003 PAGE: 2 III. Reasons for Recommendations and Backiround: The approval of the tion call"Consulting Service Agreement is needed to assist Public Works Department staff in providing specialized drainage review. The Public Works Department has completed a small business enterprise outreach program as part of the solicitation for this contract. III. Consequences of Negative Action: If the Consulting Service Agreement is not approved current review times for plans, subdivision maps and applications will be delayed. .h CONSULTING_SI RVICES AGREEMENT 1. Special Conditions.These Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County (b) Consultant's Name&Address: RBF Consulting 14725 Alton Parkway P.O. Box 570L7 Irvine CA 92619-7057 (c) Project Name, Number, &Location: Dougherty Valley Specialized Drainage Review Services (d) Effective Date: March 1, 2003 (e) Payment Limit(s): $75,000 (f) Completion Date(s): March 1,2005 (g) Federal Taxpayer's I.D. or Social Security Number: 95-224-7293 2. Signatures. These signatures attest the parties'agreement hereto: PUBLIC AGENCY C S LTANT By: Maurice M. Shiu Public Works Director/ Scott T dor Iii Pr d nt Chief Engineer, or Designee C—(tD gnate offclal cape y in the business-President or Vice President) Type of Business:sole proprietorship,government agency,partnership, corporation, etc.) If Corporation, State:of Incorporation:Cal i form a Y: By. 4AVT— Dougl as J. Frost, EVP & CFO (Design4T4capacity in the business-Secretary or Asst.Secretary) Note to Consultant: For corporations, the contract must be signed by two officers. The first signature must be that of the chairman of the board, president, or vice-president;the second signature must be that of the secretary,assistant secretary, chief financial officer,or assistant treasurer.(Civ.Code,Sec. 1190 and Corps.Code,Sec.313.)The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California } } ss. County of (}range -- - -- } On the date written below, before me, the undersigned Notary Public, personally appeared the person(s)signing above for Consultant,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Dated: January 28, 2003 f ` ..' Notary Public (Notary's Seal) rrw�r� JAYNE TUBIR CCrr MISSIon#12911% NotOrf PUbdIC-C0111 MIC Orange county r Page 1 of 4 MyCt m.Wm Jon 19,2M5 3. Parties. Effective on the above date,the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Empigy ent. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Sco e of Service.Scope of service shall be as described in Appendix A,attached hereto and made a part hereof by this reference. 6. Regort Disclosure Section.Any document or written report prepared hereunder by Consultant,or a subcontractor,for Public Agency shall contain,in a separate section,the numbers and dollar amounts of this contract and all subcontracts relating to the preparation of such document or written report, provided that the payment limit specified in Sec. 1(e) exceeds $5,000. When multiple documents or written reports are the subject or products of this agreement, the disclosure section may also contain a statement indicating that the total contract amount represents compensation for multiple documents or written reports. 7. Insurance. Consultant shall, at no cost to Public Agency, obtain and maintain during the term hereof: (a)Workers' Compensation Insurance pursuant to state law; (b) Professional Liability Insurance with minimum coverage of $1,000,000 and a maximum deductible of $50,000; and (c) Comprehensive General Liability Insurance, including blanket contractual(or contractual liability)coverage,broad form property damage coverage,and coverage for owned and non-owned vehicles,with a minimum combined single limit coverage of$500,000 for all damages due to bodily injury,sickness or disease, or death to any person, and damage to property, including the loss of use thereof,arising out of each accident or occurrence, and naming Public Agency, Contra Costa County, its/their governing bodies, officers and employees as additional insureds. Consultant shall promptly furnish to Public Agency certificates of insurance evidencing such coverage and requiring 30 days'written notice to Public Agency of policy lapse,cancellation or material change in coverage. 8. Payment. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto, which include all overhead and incidental expenses,for which no additional compensation shall be allowed. Notwithstanding the foregoing, those incidental expenses specifically itemized in Appendix B shall be reimbursable by Public Agency to Consultant,provided that Consultant submits copies of receipts and,if applicable,a detailed mileage log to Public Agency within 60 days of cost incurred. In no event shall the total amount paid to Consultant exceed the payment limit(s) specified in Sec. 1(e)without prior written approval of the Public Agency. Consultant's billing statements shall be submitted at convenient intervals approved by Public Agency and shall list,for each item of services,the employee categories,hours and rates.Public Agency will pay consultant in accordance with the requirements of Civil Code Section 3320 as applicable. 9. Status. The Consultant is an independent contractor, and shall not be considered an employee of Public Agency. 10. Time for Completion. Unless the time is extended in writing by Public Agency,Consultant shall complete all services covered by this Agreement no later than the Completion Date(s)listed above. 11. Record Retention and Auditing.Except for materials and records delivered to Public Agency,Consultant shall retain all materials and records prepared or obtained in the performance of this Agreement, including financial records, for a period of at least five years after Consultant's receipt of the final payment under this Agreement.Upon request by Public Agency, at no additional charge, Consultant shall promptly snake such records available to Public Agency, or to authorized representatives of the state and federal governments,at a convenient location within Contra Costa County designated by Public Agency, and without restriction or limitation on their use. 12. Documentation. Consultant shall prepare and deliver to public Agency at no additional charge,the items described in Appendix A to document the performance of this Agreement and shall furnish to Public Agency such information as is necessary to enable Public Agency to monitor the performance of this Agreement. 13. Qwnershig of Documents.All materials and records of a finished nature,such as final plans,specifications,reports,and maps, prepared or obtained in the performance of this Agreement, shall be delivered to and become the property of Public Agency.All materials of a preliminary nature,such as survey notes,sketches,preliminary plans,computations and other data,prepared or obtained in the performance of this Agreement,shall be made available,upon request,to Public Agency at no additional charge and without restriction or limitation on their use. Page 2 of 4 14. Extra'Work. Any work or services in addition to the work or services described in Appendix A shall be performed by Consultant according to the rates or charges listed in Appendix B. In the event that no rate or charge is listed for a particular type of extra work, Consultant shall be paid for the extra work at a rate to be mutually agreed on prior to commencement of the extra work. In no event shall Consultant be entitled to compensation for extra work unless a written authorization or change order describing the work and payment terns has been executed by Public Agency prior to the commencement of the work. 15. Payment Retention. Public Agency shall retain ten percent(10%)of the monies due the Consultant as security for the fulfillment of this Agreement.After the Consultant has completed all work under this Agreement,submitted final billing, and the Public Agency has found the work to be accurate,the Public Agency will pay all withheld funds.Public Agency will pay withheld funds In accordance with the requirements of Civil Code Section 3320 as applicable.A retention will not be withheld for any"on-call"work. 16, Termination by Public Agency.At its option,Public Agency shall have the right to terminate this Agreement at any time by written notice to Consultant,whether or not Consultant is then in default. Upon such termination,Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in the performance of this Agreement, and shall be paid, without duplication, all amounts due for the services rendered up to the date of termination. 17. Abandonment by Consultant. In the event the Consultant ceases performing services under this Agreement or otherwise abandons the project prior to completing all of the services described in this Agreement, Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in the performance of this Agreement, and shall be paid for the reasonable value of the services performed up to the time of cessation or abandonment,less a deduction for any damages or additional expenses which Public Agency incurs as a result of such cessation or abandonment. 18. Breach. In the event that Consultant fails to perform any of the services described in this Agreement or otherwise breaches this Agreement, Public Agency shall have the right to pursue all remedies provided by law or equity. Any disputes relating to the performance of this Agreement shall not be subject to non judicial arbitration. Any litigation involving this Agreement or relating to the work shall be brought in Centra Costa County,and Consultant hereby waives the removal provisions of Code of Civil Procedure Section 394. 19. Corrrpliance with Laws. In performing this Agreement, Consultant shall comply with all applicable laws, statutes, ordinances, rules and regulations,whether federal, state, or local in origin.This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code, Section 1775. 20. Assignment. This Agreement shall not be assignable or transferable in whole or in part by Consultant, whether voluntarily,by operation of law or otherwise;provided,however,that Consultant shall have the right to sub-contract that portion of the services for which Consultant does not have the facilities to perform so long as Consultant notifies Public Agency of such subcontracting prior to execution of this Agreement.Any other purported assignment,transfer or sub- contracting shall be void. 21 Subcontracting.All subcontracts exceeding$25,000 in cast shall contain all of the required provisions of this contract. Consultant will pay each subconsultant in accordance with the requirements of Civil Code Section 3321 as applicable. 22. Endorsement on Plans.Consultant shall endorse all plans,specifications,estimates,reports and other items described in Appendix A prior to delivering them to Public Agency, and where appropriate, indicate his/her registration number. 23. Patents and Copyrights.The issuance of a patent or copyright to Consultant or any other person shall not affect Public Agency's rights to the materials and records prepared or obtained in the performance of this Agreement.Public Agency reserves a license to use such materials and records without restriction or limitation, and Public Agency shall not be required to pay any additional fee or royalty for such materials or records.The license reserved by Public Agency shall continue for a period of fifty years from the date of execution of this Agreement,unless extended by operation of law or otherwise. Page 3 of 4 24, Indemnification. Consultant shall indemnify, defend, save, protect, and hold harmless Public Agency, its governing body, officers, employees, representatives, and agents ("Indemnitees")from any and all demands, losses, claims, costs,suits,liabilities,and expenses for any damage,injury,or death(collectively"Liability")arising directly or indirectly from or connected with the services provided hereunder which is caused,or claimed or alleged to be caused,in whole or in part, by the negligence or willful misconduct of Consultant, its officers, employees, agents, contractors, subconsultants,or any persons under its direction or control and shall make good to and reimburse Indemnitees for any expenditures, including reasonable attorneys'fees and costs,the Indemnitees may make by reason of such matters and ,if requested by any of the Indemnitees, shall defend any such suits at the sole cost and expense of Consultant. Consultant's obligations under this section shall exist regardless of concurrent negligence or willful misconduct on the part of the Public Agency or any other person, provided,however, that Consultant shall not be required to indemnify Indemnitees for the proportion of liability a court determines is attributable to the negligence or willful misconduct of the Public Agency,its governing body,officers,or employees. This indemnification clause shall survive the termination or expiration of this Agreement. 25, Heirs.Successors and Assig ns. kept as provided otherwise in Section 20 above, this Agreement shall inure to the benefit of and bind the heirs, successors,executors, personal representatives, and assigns of the parties. 26. Public Endorsements.Consultant shall not in its capacity as a Consultant with Public Agency publicly endorse or oppose the use of any particular brand name or commercial product without the prior approval of the Public Agency's governing board.In its Public Agency Consultant capacity, Consultant 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 Public Agency's governing board. In its Public Agency Consultant capacity,Consultant shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or commercial product, even if Consultant is not publicly endorsing a product,as long as the Consultant's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Public Agency. Notwithstanding the foregoing, Consultant may express its views on products to other Consultants,the Public Agency's governing board,its officers,or others who may be authorized by the Public Agency's governing board or by law to receive such views. 27. Proiect Personnel. In performing the services under this Agreement, Consultant shall use the personnel listed in Appendix C, attached hereto and made a part hereof by this reference. Changes in project personnel may only be made with Public Agency's written consent,and Consultant shall notify Public Agency in writing at least thirty(30)days in advance of any proposed change. Any person proposed as a replacement shall possess training, experience and credentials comparable to those of the person being replaced. 28. USE THE FOLLOWING PARAGRAPH FOR FEDERAL AID FUNDED PROJECTS ONLY Consultants must hive consideration to DBE Firms as specified in 23 CFR 972.5[e) Attachments: Form approved by County Counsel (5/40) G:\GrpData\SpD!stricts\Contracts\CSA over 25000.doc Page 4 of 4 Form W-- Request for Taxpayer Give form to the(Rev.January 2003) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internet Revenue Service CQ Name M IM to CL Business name,if different from above M l N RBF Consulting 2L p 1 Individual! Exempt from backup Check appropriate box: El Sole proprietor tk# Corporation Partnership other 0 ............ withholding Address(number,street,and apt.or suite no.) Requester's name and address(optional) 14725 Alton Parkway City,stat.,and ZIP code List account number(s)here(optional) Tax a er Identification Number IN Enter your TIN in the appropriate box.For individuals,this is your social security number ISSN). social security number However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on i i t 1 1 J page 3.For other entities, it is your employer identification number(EIN). If you do not have a number, see Flow to get a TIN on page 3, or Note:If the account is in more than one name, see the chart on page 4 for guidelines on whose number Employer identification number to enter. 191411,21 4 4. 71 219131 Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has noted me that I am no longer subject to backup withholding, and 3. 1 am a U.S, person(including a U.S.resident alien). Certification Instructions.You must crass out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions,item 2 does not apply. For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt, contributions to an individual retirement arrangement(:RA),and generally,payments other than interest and dividends,you are not required to sign the Certification,but you must provide your correct TIN. (See the instructs ns o age 4.) Sign Signature of Hee_ I U.S.person ► Date ► Januar.y 2-8 , 2003 Purpose of Form Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the A person who is required to file an information return with terms of a tax treaty to reduce or eliminate U.S. tax on the IRS, must obtain your correct taxpayer identification certain types of income. However, most tax treaties contain a number(TIN)to report, for example, income paid to you, real provision known as a "saving clause." Exceptions specified estate transactions, mortgage interest you paid, acquisition in the saving clause May permit an exemption from tax to or abandonment of secured property, cancellation of debt, or continue for certain types of income even after the recipient contributions you made to an IRA. has otherwise become a U.S. resident alien for tax purposes. U.S, person. Use Form W-9 only if you are a U.S, person If you are a U.S.resident alien who is relying on an (including a resident alien), to provide your correct TIN to the exception contained in the saving clause of a tax treaty to person requesting it(the requester) and, when applicable,to: claim an exemption from U.S. tax on certain types of income, 1.Certify that the TIN you are giving is correct(or you are you must attach a statement that specifies the following five waiting for a number to be issued), items: 2. Certify that you are not subject to backup withholding, 1.The treaty country. Generally, this must be the same or treaty under which you claimed exemption from tax as a 3.Claim exemption from backup withholding if you are a nonresident alien. U.S. exempt payee. 2. The treaty article addressing the income. Note- If a requester gives you a form other than Form W-9 3.The article number(or location)in the tax treaty that to request your TIAL,you should use the requester's form. contains the saving clause and its exceptions. However, this form must meet the acceptable specifications 4.The type and amount of income that qualifies for the described in Pub. 1167, General Rules and Specifications for exemption from tax. Substitute Tax Forms and Schedules. 6. Sufficient facts to justify the exemption from tax under Foreign person. If you are a foreign person, use the the terms of the treaty article. appropriate Form W-8(see Pub.$15, Withholding of Tax on Nonresident Aliens and Foreign Entities). Cat,No.10231X Form W-9 (Rev. 1-2003) APPENDIX A—Scope of Services Professional Requirements 1. Valid and current California Civil Engineering License 2. Valid California Driver's License Required Knowledge The ideal firm will have knowledge and experience in stormwater management and watershed modeling techniques, stormwater system requirements, stormwater pollution control and assessment, agency processes, and regulatory issues. Specific experience in flood control infrastructure design and construction, including hydrologic analysis, hydraulic analysis, channel hydraulics, sediment transport processes and modeling, wetland systems creation, creep restoration, scour analysis, fluvial dynamics and morphology, flood plain analysis and management is necessary. Firms must be proficient in HEC-RAS, HEC-1, HEC-2, MIKE I I and other watershed modeling programs. Additional expertise in geotechnical engineering principals and construction application of geosynthetic materials (geoweb, geogrid, erosion control fabrics, etc.) is required. Knowledge of FEMA, resource agency requirements(U.S. Army Corps, Department of Fish and Game, local Regional Water Quality Control Board, etc.)is necessary as well. Scope of Services Plan Checking Plan check services will be provided on an as needed basis. The consultant will review creek restoration improvement plans, structural water quality best management practices (extended detention basins, water quality ponds, bioswales), flood control detention facilities, hydraulic structure plans, bond estimates, and technical specifications with :HEC-RAS, MIKE 11, HEC-I and MEC-2 models, and established industry and County design standards. Improvement plan review will be completed by the principal engineer or under the direction of the principal engineer with the majority of the work provided at the licensed civil engineer level. Upon completion of the improvement plan check., the consultant shall provide the County, written comments based on the necessary corrections to bring the plans into compliance with agreed upon standards, codes, and sound engineering practices. The comments shall be provided in hard copy written farm, as well as electronic form for insertion with other correspondence to the applicant, and as "red-lines" on the improvement plan set. Watershed Analysis Review services for hydrologic studies will be provided on an as needed basis. The consultant will review sediment transport analyses, creep restoration basis of design reports, fluvial dynamic and creek morphology assessments, lateral creek bank migration and scour estimates in conjunction to any related HEC-RAS, MIKE 11, HEC-I and HEC- 2 models. The consultant will provide the County written comments and recommendations necessary to establish the correct design criteria or outcomes provided in the reviewed reports. Construction Field Inspection Field inspections of creek restoration and hydraulic structure improvements are on an as needed basis and shall follow agreed upon guidelines and milestones set forth by the County. Inspections shall be reviewed for conformance with the approved improvement plans, County design standards and specifications, and other accepted construction practices. Field review should be conducted under the direction of the principal engineer with the majority of work provided at the civil engineer/field inspector level. Typical inspections include, but are not limited to: biotechnical creek bank stabilization, creek bank revetment, concrete and/or rock drop structure installation, structural water quality best management practices(water quality ponds, bioswales), flood control facilities, backwater channels, and flood plain terraces. Upon completion of each field review, the consultant will provide the County, written comments indicating and deficiencies and the necessary corrections required to bring the improvements into compliance with the approved plans and specifications. The comments shall be in a mutually agreed format, but typically in Microsoft Word and in a punch list format that allows for easy insertion in County Documents. If appropriate, inspection reports shall be submitted to the County on a daily basis for the monitoring of daily construction activities. WL:cw G:\GMData\EngSvcs\Warren\Drainage SoQ Description.doc /8-03 02:18PM FROM-ROSERT 9EIN WILLIAM FROST +9495886531 T-581 P.02/03 F-104 f APPENDIX B Project Staff Hourly Fee Personal Classification Description Name Rate Principal ead Technical Review Scott Taylor $945 Project Director I Storm Water Quali Scott Ta for $145 Project Manager -- i Sediment Transport Anna Untin S135 — Project Manager i Construction Inspector Jerome Ruddins $135 PM ect Manager Improve ent Plan Content John McCarthy $135 Senior En ineer/Pfanner Sediment Transport Anna Lantin $135 Senior Fn ineerlPlanner improvement Pian Content John McCarthy $135 Design Engineer/Dosign Mapper Floodplain Hydraulics Rebecca Kinney $95 CADD _ Design Engineer/Dosign Mapper Watershed Hydrology i Tom Ryan $95 CADD Design EngineerlDe:slgn Mapper Sioenginearing Josha Crowley $95 CARD Geomor hoiogY Designer/Planner Flood lairs Hydraulics Deborah de Chambeau $75 Drafter/Graphic Artist Floodplain Hydraullcs Deborah de Chambeau 575 • Direct costs of Travel and lodging,reproduction,delivery service will be at cost. + Direct cost.of out of town subsistence(meal allowance)shall not exceed$60/day without advance approval of the Public Works Department, 18-Q3 4�,18FM FROM-ROBER± BE1N WILLIAM, FROST +9495866531 T-58' r.i13lfl3 F-164 APPENDIX G Personal Classification ; ---Descriptions Name Rate Principal — Lead Technical Review Scott Taylor $145 Pro ect Director Storm Water Ctuaii Scott Taylor $145 prpE 1e Mara er Sediment Transport Anna Lantin $135 Project Manager Construction Inspector Jerome Ruddins $135 Project Manager Improvement Plan Content John McCarthy $135 Senior EnglneedPlginner Sediment Trans Rr , Anna Lantin $135 Senior Engineer/Planner Improvement Plan Content John McCarthy $135 Design EngineerlDosign dapper Floodplain Hydraulics Rebecca Kinney $95 (CADD) Design EngineerlDosign Mapper Watershed Hydrology Tgm Ryan $95 (CARD) Design EnginearlDe>sign Mapper Bioengineering Josha Crawley $95 {CAOO) Cseornor holo Designer/Planner Floodplain Hydraulics eborah de Chambeau $75 DrafterlGraphla Artist Floodplain Hydraulics Deborah de Chambeau ' $75 CPM: 105-9801/A.1.1 TO: BOARD OF SUPERVISORS - `: CONTRA FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES COSTA DATE: AUGUST 5, 2003 L� �OUNTY SUBJECT: APPROVE THE FIRST AMENDMENT TO THE CONSULTING SERVICES AGREEMENT WITH ALPHA CONSULTING GROUP, INC. FOR THE AIR CONDITIONING AT THE CROCKETT COMMUNITY CENTER, 850 POMONA, CROCKETT FOR THE PUBLIC WORKS DEPARTMENT(WW0249) SPECIFIC REQUEST($)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION 1. APPROVE the First Amendment authorizing extra work under the Consulting Services Agreement dated January 28, 2003 with Alpha Consulting Group, Inc., for the Air Conditioning system at the Crockett Community Center, 8501 Pomona, Crockett. The First Amendment increases the scope of services and increases the Payment Limit from $24,800 to $28,700. 2. AUTHORIZE the Director of General Services, or designee, to execute the First Amendment to the Consulting Services Agreement and to issue written authorizations for extra work, in addition to the authorization for the First Amendment, provided that the cumulative total extra cost for such additional authorizations shall not exceed $2,500. FINANCIAL IMPACT All costs are funded by the Crockett Community Center Service Area P1. BACKGROUND On January 28, 2003, the Director of General Services executed a Consulting Services Agreement with Alpha Consulting Group, Inc. to provide architectural, structural, mechanical and electrical services during the design, construction document and bidding phase, for the Air Conditioning system at Crockett Community Center, 850 Pomona, Crockett for the Public Works Department. The First Amendment increases the scope of services to provide site visits during construction, shop drawing and data review, monthly progress payment review, and construction administration services. The Amendment will also extend the Completion Date from June 30, 2003 to Completion of Construction and increase the reimbursable limit from $250 to $600. CONTINUED ON ATTACHMENT: YfS SIGNATURE: Lzed,, RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITT/ ---4PPROVE _ OTHER ACTION OF$i D I a I,., `i APPROVED AS RECOMMENDED X. OTHER VOTE OF SUPERVISORS UNANIMOUS(ABSENT AYES: _ NOES: ASSENTS: ABSTAIN: MEDIA CONTACT:BARTON J.GILBERT(313-7100) Originating Dept.:General Services Department t HERESY CERTIFY THAT THIS IS A TRUE cc: General Serviced Department AND CORRECT COPY OF AN ACTION TAKEN Capital Projects Management Division AND ENTERED ON THE MINUTES OF THE BOARD Accounting OF SUPERVISORP.ON THE DATE SHOWN, CPM Pile: 105-9801/A,5 . i ` County Administrator's Office ATTESTED County Counsel JOHN SWEET1rN,CLERK OF THE BOARD OF SUPERVISORS Auditor Controller AND COUNTY ADMINISTRATOR Public Warks Department(via CPM) Alpha Consulting Group,Inc.(via CPM) BY____ DEPUTY H:\1998\1059801\8800125b.doo SJ:amc Page 1 of i M382(10/88) File:250-0314IA.1.1 FIRST AMENDMENT TO CONSULTING SERVICES AGREEMENT FOR THE AIR CONDITIONING AT CROCKETT COMMUNITY CENTER,$50 POMONA,CROCKEET FOR THE PUBLIC WORKS DEPARTMENT (WW0249) I. Effective Date and Parties: Effective August 5,2003,Alpha Consulting Group,Inc.(herein called"Consultant"),a California Corporation,and the County of Contra Costa(herein called"County") a political subdivision of the State of California,mutually agree as follows: 2. Purpose: On January 28,2003,the parties entered into a contract entitled"Consulting Services Agreement,"referred to as the"Agreement,"which, covers architectural, structural, mechanical and electrical services during the design, construction documents, and bidding phases, for the Air Conditioning system at Crockett Community Center,850 Pomona,Crockett for the Public Works Department. The parties desire to further amend the Agreement to expand the scope of service and to increase the payment limit accordingly. 3. Amendments to Agreement: A. In the Agreement, Section 1(c),change the Payment Limit from$24,800 to$26,700 an increase of$1,900.This change shall apply to charges from and after July 1,2003. B. In Paragraph 1(f),extend the Completion Date from June 30,2003 to Completion of Construction. C. In accordance with Section 14 of the Agreement provide the following: increase the scope of services to provide site visits during construction,shop drawing and data review,monthly progress payment review,and construction administration services. D. Appendix B,Paragraph F is amended to increase reimbursable expenses from$250.00 to$600.00. 4. Effect: Subject to the revisions made by this and any prior amendments,the Agreement shall remain in full force and effect. 5. mature: These signatures attest the parties'agreement hereto: PUBLIC AGENCY CONSULTANT By: bate: Type of business: Barton J.Gilbert (Designate type—corporation,sole proprietorship,partnership, Director of General Services/Purchasing Agent partnership,government agency,limited liability company,etc.) If corporation,state of incorporation: By: Title: (Designate official capacity in the business) By: Title: (Designate official capacity in the business) Note to Consultant: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board,president or vice-president; the second signature must be that of the secretary, assistant secretary,chief financial officer or assistant treasurer. (Civ. Code, Sec. 1190 and Corps.Code,Sec.313.) The acknowledgment below must be signed by a Notary Public. .........................................................................................................................................„........,.............................................. CERTIFICATE OF ACKNOWLEDGMENT State of California ss County of } On the date written below,before me,the undersigned Notary Public,personally appeared the person(s)signing above for Consultant,personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/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. Dated: Notary Public (Notary's Seal] RECOMMENDED FOR APPROVAL: By: APPROVED AS TO FORi'VI: Director,Capital Facilities&Debt Management SILVANO B.MARCHESI County Counsel By: Deputy SJ.ame M:\1998\1059801\8B00126a.doc Page 1 of 1 GENERAL SERVICES DEPARTMENT Capital Projects Management Division 1220 Morello Avenue,Suite 100 Martinez,California 945534711 (925)313-7200 FAX (925)313-7299 File: 250-0231/B.4.4 L Authorization No. WH474B TO: Board of Supervisors FROM: Barton J. Gilbert,Director oaeral S es DATE: August 5, 2003 SUBJECT: CONTRACT AWARD RECOMMENDATION Bids for NEW DISCOVERY HOUSE FACILITY AT 4639 AND 4645 PACHECO BOULEVARD, MARTINEZ FOR THE HEALTH SERVICES DEPARTMENT were received and opened at the County Capital Projects Management Division Office on June 19, 2003. It is recommended that the Board of Supervisors award the construction contract to the low responsive responsible bidder, Vila Construction Company of Richmond, in the amount of $2,156,071,which includes $2,111,623 base bid and$44,448 for Additive Alternate No. 1. The Consulting Architect for the project estimated the probable construction cost to be $2,415,218. Other bids received: Base Bid Add. Alt. #1 Total N. E. Carlson Construction, Inc $2,320,000 $10,600 $2,330,600 Brentwood Albay Construction Company $2,495,000 $ 6,000 $2,501,000 Martinez Alten Construction, Inc. $2,557,675 $ 8,325 $2,566,000 San Rafael Zovich Construction $2,600,000 $18,000 $2,618,000 Hayward H:\200212500231102L0310b9m.doc Board of Supervisors File: 250-0231/8.4.4 Contract Award Recommendation August 5, 2003 Page 2 of 2 The Contract Compliance Officer has reported that Vita Construction Company has documented an adequate good faith effort to comply with requirements of the County's Outreach Program. County Counsel has reviewed the Project Labor Agreement between Vila and the Contra Costa County Building and Construction Trades Council for compliance with the requirements of the County's Project Labor Agreement Policy. TJ:sc cc w/attach.: County Administrator's Office County Counsel Clerk of the Board(w/bids) Contract Compliance Officer CERTMEJ)Copy I SwIfy that this to a full,true slid correct copy at the odSills,document which is o 14 MYOfft-ATTEST JOHN SWEETEN Cltrk of the board of Y by ark. !ftn n-�V C, HA2002\250023 1\02L,031069m.doc File: 250-0231/B.4.4 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA Adopted this Order of August 5, 2003,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, GLOVER & beSAULNIER NOES: NONE ABSENT: NONE ABSTAIN: NONE SUBJECT: Award of Contract for the New Discovery House Facility at 4639 and 4645 Pacheco Boulevard,Martinez for the Health Services Department Budget Line Item No. 4419-4474 Authorization No. 0928-WH474B Bidder Total Amount Bond Amounts Vila Construction Company $2,156,071 Payment: $2,156,071 590 South 33`' Street (which includes Performance: $2,156,071 Richmond, CA 94804 $2,111,623 Base Bad and $44,448 Add. Alt.No. 1) N. E. Carlson Construction, Inc. Brentwood Albay Construction Company Martinez Alten Construction, Inc. San Rafael Zovich Construction Hayward The above-captioned project and the plans and specifications therefore having been previously approved, Addenda No. 1 and 2 having been issued and approved, and bids having been duly invited and received by the Director of General Services on June 19, 2003; and The bidder listed first above, Vila Construction Company ("Vila"), having submitted the lowest responsive and responsible bid, which is$174,529 less than the next lowest bid; and The Contract Compliance Officer having reported that Vila has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program; and The Director of General Services recommending that the bid submitted by Vila is the lowest responsive and responsible bid,and this Board concurring and so finding; NOW,THEREFORE,the Board finds, determines and orders as follows: The Board DETERMINES that Vila, as the lowest responsive and responsible bidder, has demonstrated an adequate goad faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in such compliance; and The Board FURTHER DETERMINES that Vila., as the lowest responsive and responsible bidder, has entered into a Project Labor Agreement with the Contra Costa Building and Construction Trades Council to comply with the requirements of the County's Project Labor Agreement policy. The Board, therefore, ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Vila at the listed amount and at the prices submitted in said bid, and that said contractor shall present sufficient payment and performance surety bonds as indicated above, and that the Director of General Services, or designee,shall prepare the contract therefor; and HA2002ti2540231102L031068b.doc loft Award of Contract for the 250-0231/B.4,4 NEW DISCOVERY HOUSE FACILITY AT 4539 AND August 5, 2003 4645 PACHECO BOULEVARD, MARTINEZ FOR THE HEALTH SERVICES DEPARTMENT The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of General Services, or designee, has reviewed and found them to be sufficient, the Director of General Services, or designee, is authorized to sign the contract for this :Board.; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of General Services, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of General Services, or designee, is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retention into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract,pursuant to Section 22300 of the Public Contract Code; and pursuant to Public Contract Code Section 4114, the Board.RELEGATES its functions under Public Contract Code Sections 4107 and 4110 to the Director of General Services, or designee. The Board DECLARES that, should the award of the contract to Vila be invalidated for any reason, the Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fads to furnish required bonds or insurance in accordance with Public Contract Code Sections 5100-5107. Orig. Dept. General Services Dept. - Capital Projects Management Division cc: General Services Department Capital Projects Management Division Accounting CPM pile. 250-0231/A.5 County Administrator's Office County Counsel Contract Compliance Officer(via CPM) Auditor-Controller Vila Construction(via CPM) Surety(via CPM) JSW Architects(via CPM) Usc t 0"Ify that this is a lull, ' copy it on filo in my cfpce p7 r ST Jo0lV paFY flltha arlp)na!dxumant w { supd iaa a d A ! SWESTBN ; of the Ward of ,% by tY lork. y File: 250-023118.4.4 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY,CALIFORNIA Adapted this Order of August S,2003,by the following vote: AYES: SUPERVISORS GIOIAI UILKEMA, GREENBERG, GLOVER & DeSAULNIER NOES: NONE ABSENT; NONE ABSTAIN: NONE SUBJECT: Award of Contract for the New Discovery House Facility at 4639 and 4645 Pacheco :Boulevard, Martinez for the Health Services Department Budget Line Item No. 4419-4474 Authorization No. 0928-WH474B Bidder Total Amount Bond Amounts Vila Construction Company $2,156,071 Payment: $2,156,071 590 South 33d Street (which includes Performance. $2,156,071 Richmond, CA 94804 $2,111,623 Base Bid and $44,448 Add. Alt. No. 1) N. E. Carlson Construction, Inc. Brentwood Albay Construction Company Martinez Alten Construction, Inc. San Rafael Zovich Construction Hayward The above-captioned project and the plans and specifications therefore having been previously approved, Addenda No. 1 and 2 having been issued and approved, and bids having been duly invited and received by the Director of General Services on June 19, 2003; and The bidder listed first above, Vila Construction Company ("Vila"), having submitted the lowest responsive and responsible bid.,which is $174,529 less than the next lowest bid; and The Contract Compliance Officer having reported that Vila has documented an adequate good faith effort to comply with the requirements of the County's Outreach Program; and The Director of General Services recommending that the bid submitted by Vila is the lowest responsive and responsible bid, and this Board concurring and so finding; NOW,THEREFORE,the Board finds, determines and orders as follows: The Board DETERMINES that Vila, as the lowest responsive and responsible bidder, has demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in such compliance; and The Board FURTHER.DETERMINES that Vila, as the lowest responsive and responsible bidder, has entered into a Project Labor Agreement with the Contra Costa Building and Construction Trades Council to comply with the requirements of the County's Project Labor Agreement policy. The Board, therefore, ORDERS that the contract for the furnishing of labor and materials for said work is awarded to Vila at the listed amount and at the prices submitted in said bid, and that said contractor shall present sufficient payment and performance surety bonds as indicated above, and that the Director of general Services, or designee,shall prepare the contract therefor; and H:12002\2500231\02LO31068b.doc Iof2 Award of Contract for the 250-0231/B.4.4 NEW DISCOVERY HOUSE FACILITY AT 4639 AND August 5, 2003 4645 PACHECO BOULEVARD,MARTINEZ FOR.THE HEALTH SERVICES DEPARTMENT The Board FURTHER ORDERS that after the contractor has signed the contract and returned it, together with the bonds as noted above and any required certificates of insurance or other required documents, and the Director of General Services, or designee, has reviewed and found them to be sufficient, the Director of General Services, or designee, is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of General Services, or designee, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of General Services, or designee, is authorized to sign any escrow agreements prepared for this project to permit the direct payment of retention into escrow or the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Section 22300 of the Public Contract Code; and pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code Sections 41037 and 4110 to the Director of General Services, or designee. The Board DECLARES that, should the award of the contract to Vila be invalidated for any reason, the .Board would not in any event have awarded the contract to any other bidder, but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance in accordance with Public Contract Code Sections 5100-5107. Orig. Dept. General Services Dept. - Capital Projects Management Division cc: General Services Department Capital Projects Management Division Accounting CPM File: 250-0231/A.5 County Administrator's Office County Counsel Contract Compliance Officer(via CPM) Auditor-Controller Vila Construction(via CPM) Surety(via CPM) JW Architects (via CPM) TJ:sc t carttfy that thtm to a t!tt,CEROut M�MD Copy is on fik!n my offlrca A��. a°r"0atcopy afths artgtrat�tacustast which Sutar�riia{s ES2 30 N SWEETEN Clerk of tit'60od 60oof A y`t 6y pc t d Y Ctork. GENERAL SERVICES DEPARTMENT Capital Projects Management Division 1220 Morello Avenue, Suite 100 Martinez,California 94553-4711 (925) 313-7200 FAX (925) 313-7299 File: 250-0231JB.4.4 Authorization No. WH474B TO: :Board of Supervisors r FROM: Barton J. Gilbert, Director o�Xi eral Sees DATE: August 5, 2003 SUBJECT: CONTRACT AWARD RECOMMENDATION Bids for NEW DISCOVERY HOUSE FACILITY AT 4639 AND 4645 PACHECO BOULEVARD, MARTINEZ FOR THE HEALTH SERVICES DEPARTMENT were received and opened at the County Capital Projects Management Division Office on June 19, 2003. It is recommended that the Board of Supervisors award the construction contract to the low responsive responsible bidder, Vila Construction Company of Richmond, in the amount of $2,156,071,which includes $2,111,623 base bid and$44,448 for Additive Alternate No. 1. The Consulting Architect for the project estimated the probable construction cost to be $2,415,218. Other bids received. Base Bid Add. Alt. #1 Total N. E. Carlson Construction, Inc $2,320,000 $10,600 $2,330,600 Brentwood Albay Construction Company $2,495,000 $ 6,000 $2,501,000 Martinez Alten Construction, Inc. $2,557,675 $ 8,325 $2,566,000 San Rafael Zovich Construction $2,600,000 $18,004 $2,618,000 Hayward HA200212500231\02L031069m.doe Board of Supervisors Pile: 250-02318.4.4 Contract Award Recommendation August 5, 2003 Page 2 of 2 The Contract Compliance Officer has reported.that Vila Construction Company has documented an adequate good faith effort to comply with requirements of the County's Outreach Program. County Counsel has reviewed the Project Labor Agreement between Fila and the Contra Costa County Building and Construction Trades Council for compliance with the requirements of the County's Project Labor Agreement Policy. TJ:sc cc w/attach.: County Administrator's Office County Counsel Clerk of the Board(w/bids) Contract Compliance Officer CERTIFIED copy t eedify thhi thiq is a isait,true and correct copy of the crlsfnat do"Ment wPich is tt 14 MY,offico ATTEST JOHN SWEETEN Gimrk of the board of d # y 4114 i for by De ty afork, I-A200212500231102L031D69m.doc CF M:315-03011A.1.1�� To: BOARD OF SUPERVISORS .• CONTRA FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES COSTA DATE: AUGUST 5, 2003 COUNTY SUBJECT: APPROVE THE SECOND AMENDMENT TO THE CONSULTING SERVICES AGREEMENT WITH ALAN JUDSON AND ASSOCIATES FOR THE ONE STOP EMPLOYMENT SERVICE MODULAR BUILDING ON THE CAMPUS OF INDEPENDENCE HIGH SCHOOL, AT THE CORNER OF FIRST & PINE STREETS, BRENTWOOD FOR THE EMPLOYMENT&HUMAN SERVICES DEPARTMENT(WW0344) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION 1. APPROVE the Second Amendment authorizing extra work under the Consulting Services Agreement dated October 21, 2002, with Alan Judson and Associates of Oakland for additional project and construction management services for the One Stop Employment Service Modular Building on the campus of Independence High School, at the corner of First & Pine Streets, Brentwood. The Second. Amendment increases the scope of services and increases the Payment Limit from $10,500 to$52,470. 2. AUTHORIZE the Director of General Services, or designee, to execute the Second Amendment to the Consulting Services Agreement and to issue written authorizations for extra work, in addition to the authorization for the Second Amendment, provided that the cumulative total cost for such additional authorizations shall not exceed $5,000. FINANCIAL. IMPACT Funding is from the Employment and Human Services Department. BACKGROUND On October 21, 2002 the director of General Services approved a consulting services agreement with Alan Judson and Associates for architectural services which included programming and schematic design services for construction of a modular building for the One Stop Employment office on the campus of Independence High School, at the corner of First& Pine Streets, Brentwood. The First Amendment changed the Completion date from December 7, 2002 to Completion of Construction. The Second Amendment increases the scope of services to include additional architectural and engineering services including preparation of construction documents and administration through the bidding , and construction phases of the project. CONTINUED ON ATTACHMENT: X YES SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE -APPROVE ®OTHER SIGNATURE($): ACTION OF BOARD ON < .,. z =}"' -'° __ APPROVED AS RECOMMENDED >� OTHER i VOTE OF SUPERVISORS UNANIMOUS(ASSENT AYES: NOES: ABSENTS: ABSTAIN: MEDIA CONTACT:BARTON J.GILBERT(313-7100) Originating Dept.:General Services Department I HEREBY CERTIFY THAT THIS ISA TRUE cc: General Services Department AND CORRECT COPY OF AN Capital Projects Management Division AND ENTACTION ENTERED ON THE MINUTES THE BOARD Accounting OF SUPERVISQRS ON THE DATF�SHOWN. CPM File:307-D20115-0301/A.5 County Administrator's Office ATTESTED S County Counsel JOHN SWEEN,CLERK OF THE BOARD OF SUPERVISORS Auditor Controller AND COUNV ADMIN14TRATOR � Employment&Human Services Department.(via CPM) Alan Judson&Associates(via CPM) BY ' , ,s 4 ' r (` DEPUTY H:1200313150301103E001012b,doc Rev.8/4103 SJ:amc Page 1 of 1 M382(10!88) File:315-03lA 9.1 SECOND AMENDMENT TO CONSULTING SERVICES AGREEMENT FOR THE ONE STOP EMPLOYMENT SERVICE MODULAR BUILDING ON THE CAMPUS OF INDEPENDENCE HIGH SCHOOL, AT THE CORNER OF FIRST&PINE STREETS, BRENTWOOD FOR THE EMPLOYMENT 8 HUMAN SERVICES DEPARTMENT (W W0344) I. EffectiveDa#s an T Parties: Effective August 5, 2003 Alan Judson and Associates(herein called "Consultant"), a Sole Proprietorship, and the County o�tra Costa(herein called"County"),a political subdivision of the State of California,mutually agree as follows: 2. Pu se: On Oc#ober 21,2002,the parties entered into a contract entitled"Consulting Services Agreement,"referred to as the"Agreement,"which Ync u e programrnirtg and schematic design �en icsforconsction ofa modular building for the One Stop Employmenton the campus ofndependence High School,at the corner of Firfine Scree#s,Brentwood far the Employment&Human ServicesDepartment. The Agreementaspreviouslybeen amendedas follow : First dment dated July 14,20{73. The porkies desire to farther amend the Agreement to expand the scope of service and to increase the payment limit accordingly. 3. Am�dments to Ar ement: A. In the Agreement,Section 1(c),change the Payment Limit from$10,500.00 to$52,470.00,an increase of$41,970.00. This change shall apply to charges from and after June G,2003. B. In accordance with Section 14 of the Agreement provide the following: Increase the scope of services to include additional architectural and engineering services including preparation of construction documents and administration through the bidding and construction phases of the project. 4. Effect: Subject to the revisions made by this and any prior amendments,the Agreement shall remain in full force and effect. 5. I not tre: These signatures attest the parties"agreement hereto: PUBLIC AGENCY CONSULTANT By: Date: Type of business: Barton J.Gilbert (Designate type—corporation,sole proprietorship,partnership, Director of General Services/Purchasing Agent partnership,government agency,limited liability company,etc.) If corporation,state of incorporation: By. Title: (Designate official capacity in the business) By: Title: (Designate official capacity in the business) Note to Consultant: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board,president or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasurer. (Civ. Code, Sec. 1190 and Corps.Code,Sec.313.) The acknowledgment below must be signed by a Notary Public. .................................................................................................................................................................................................. CERTIFICATE,OF ACKNOWLEDGMENT State of California ) ss County of } On the date written below,before me,the undersigned Notary Public,personally appeared the person(s)signing above for Consultant,personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/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. Dated. [Notary's Seal) Notary Public RECOMMENDED FOR APPROVAL: By: APPROVED AS TO FORM: Director,Capital Facilities&Debt Management SILVANO B.MARCHESI County Counsel By: Deputy SJ:amc H:1200313I50301\03001013a.doc Rev.$14143 Page 1 of I