HomeMy WebLinkAboutMINUTES - 06062000 - C104-C109 TO: BOARD OF SUPERVISORS OCltf
FROM: Phil Batchelor, County Administrator •- �`
:�. Costa
DATE: May 24, 2000 ,t. County
SUBJECT: Agreement for Contract Analyst Support
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)6 BACKGROUND AND JUSTIFICATION
I. RECOMMENDED ACTION:
Approve and authorize the Chief Information Officer of Department of Information
Technology or his designee to execute on behalf of the County an agreement with
Abolghasem Malekani to provide programming services in the amount of $172,000.00
effective July 1, 2000 through June 30, 2001.
II. FINANCIAL IMPACT:
This action if approved will not result in any increased cost to
Information Technology.
III. REASON FOR RECOMMENDATION AND BACKGROUND:
Information Technology recruitment efforts to fill vacant positions has not attracted
sufficient qualified applicants. The Data Processing Classification and Salary study has
been completed and the results have been implemented. Human Resources is recruiting to
fill the vacant positions. Until qualified applicants are recuited, we will continue to use
contractors to meet our customer's needs.
IV. CONSEQUENCES OF NEGATIVE ACTION:
If the request is not approved Information Technolo ill of be able
provide timely support to out customers.
CONTINUED ON ATTACHMENT: SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
PROVE OTHER
SIGNATURE(S): (aZe,6,:
ACTION OF BOARD APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
1 HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ASSENT 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.
CC: Department of Information`technology ATTESTED-.;� /I ( �, -2 d a 0
0/40 PHIL BATCHELOR,CLERK OF THE BOARD OF
SUPERVISORS AND COUNTY ADMINISTRATOR
"392 (io/88) BY )4� , -7� � ,DEPUTY
Contra Costa County Number:
Standard Form 1/87 STANDARD CONTRACT Fund: � 1695
(Purchase of Services) Account: 2310
1. Contract Identification:
Department: CAO/Department of Information Technology
Subject: Consulting Services
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: SoftLink
Capacity: Corporation Taxpayer ID:41-1733683
Address: 2375 Ariel St.N
Maplewood,MN 55109
3. Term: The effective date of this Contract is February 1, 2000 and it terminates December 31, 2000 unless sooner terminated as provided
herein.
4, Payment limit. County's total payments to Contractor under this Contract shall not exceed$250,000.00.
5. County's Obligations. 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. Contractors Obiioations. 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 terms and conditions contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions(if any)attached hereto, which
are incorporated herein by reference.See Service Plan
8. Pro ect. This Contract implements in whole or in part the following described Project, the application and approval documents of which are
incorporated herein by reference: See Service Plan
9, Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Section
25502.5 and 31040.
10, Signatures. These signatures attest the parties'agreement hereto:
COUNTY OF CONTRA COSTA,CALIFORNIA CONTRACTOR
BOARD C3F PERV15O S
By: B
Chairman '
(Designate official business capacity A.)
Attest: Phil Batchelor,Clerk of the Board
of Supervisors and County Administrator
(
41 _ By:
Deputy Y`
fir.• _.
(Designate official business capacity B.)
Note to Contractor: For corporations(profit or nonprofit),the Contract must be signed by two officers. Signatures A must be that of the president or
vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Sec. 1190 and Corporations Code Sec. 313). All
signatures must be acknowledged as set forth on page two.
Contra Costa County Standard Form(Rev. 1/95)
APPROVALSIACKNOWLEDGMENT Number
APPROVALS
RECOMMENDED BY DEPARTMENT FORM APPROVED
COUNTY COUNSEL
APPROVED: COUNTY ADMINISTRATOR
By:
Designee
ACKNOWLEDGMENT
rn
STATE OF 0*HFeRNfA }
)ss'
COUNTY OF )
On11` � before me,b� ,-y, + insert name and title of the officer},personally appeared
,- 62 r i Ti 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.
r
MARGARET A. WEBER
NOTARY PUBLIC-MINNESOTA
RAMSEY COUNTY
1.....MYC0mM.Ex ire$Jan-31,2005
WITNESS MY HAND AND OFFICIAL SEAL.
s°
r �
(Seal)
ACKNOWLEDGMENT(by Corporation, Partnership,or Individual)
(Civil Code§1189)
Contra Costa County Standard Form 6/90
Number
PAYMENT PROVISIONS
(Fee Basis Contracts)
1. Payment Amounts. Subiect 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
b. $165.00 per unit,as defined in the Service Plan,or
c. $ after completion of all obligations and conditions herein.
2. Pavment Demands. Contractor shall submit written demands. Said demands shall be made on County Demand Form D-15 and in the manner
and form prescribed by County. Contractor shall submit said demands for payment no later than 30 days from the end of the month in which
the Contract services upon which such demand is based were actually rendered. Upon approval of said payment demands by the head of the
County Department for which this Contract is made, or his designee, County will make payments as specified in paragraph 1. (Payment
Amounts)above.
3. Penalty for Late Submission. When Contractor fails to submit to County a timely demand for payment as specified in Paragraph 2.(Payment
Demands)above, and as a result of Contractor's late submission the County is unable to obtain reimbursement from the State of California or
otherwise; to the extent the County's recovery of funding is prejudiced, County shall not pay Contractor for such services, even though such
services were fully provided.
4. Right to Withhold, County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the
Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the
Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or
records,or(c)Contractor has failed to sufficiently itemize or document its demand(s)for payment.
5. Audit Exceptions. Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by
appropriate County, State or Federal Audit Agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to
the County within 30 days of demand by County the full amount of the County's obligation, if any, to the State and/or Federal government
resulting from any audit exceptions,to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under
this Contract.
Initials:
Contractor County Dept.
Contra Costa County Standard Form 1187
Number
GENERAL CONDITIONS
(Purchase of Services)
1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with
respect to its performance under this Contract, including but not limited to, licensing, employment and purchasing practices; and wages,
hours and conditions of employment,including nondiscrimination.
2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection,
review and audit by authorized representatives of the County,the State of California,and the United States Government..
3. Records, Contractor shall keep and make available for inspection and copying by authorized representatives of the County,the State of
California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this
Contract as may be required by the County.
a. Retention of Records. The Contractor shall retain all documents pertaining to this Contract for five years from the date of
submission of Contractor's final payment demand or final Cost Report; for any further period that is required by law; and until all
Federal/State audits are complete and exceptions resolved for this Contract's funding period. Upon request, Contractor shall make
these records available to authorized representatives of the County,the State of California,and the United States Government
b. Access to Books and Records of Contractor,Subcontractor. Pursuant to Section 1861 (v)(1)of the Social Security Act,and any
regulations promulgated thereunder, Contractor shall, upon written request and until the expiration of four years after the furnishing
of services pursuant to this Contract, make available to the Secretary of Health and Human Services or to the Comptroller General,
or any of their duly authorized representative, this Contract and books,documents,and records of Contractor that are necessary to
certify the nature and extent of all costs and charges hereunder,
Further, if Contractor carries out any of the duties of this Contract through a subcontract with a value or cost of$10,000 or more over a
twelve-month period, such subcontract shall contain a clause to the effect that upon written request and until the expiration of four years
after the furnishing of services pursuant to such subcontract, the subcontractor shall make available,to the County, to the Secretary or to
the Comptroller General, or any of their dully authorized representatives, the subcontract and books, documents, and records of the
subcontractor that are necessary to verify the nature and extent of all costs and charges thereunder.
This special condition is in addition to any and all other terms regarding the maintenance or retention of records under this Contract and is
binding on the heirs,successors,assigns and representative 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.
a.Written Notice, This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof
to the other,and may be canceled immediately by written mutual consent.
b.Fallure to Perform The County,upon written notice to Contractor,may immediately terminate this Contract should the Contractor fall to
perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any
reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the
Contractor under this Contract,without prejudice to the County's rights otherwise to recover its damages.
c.Cessation of Funding. Notwithstanding Paragraph 5a 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.
Contra Costa County Standard Form 1187
Number
GENERAL CONDITIONS
(Purchase of Services)
7, Further Specifications for Operating_Procedures. Detailed specifications of operating procedures and budgets required by this Contract,
including but not limited to,monitoring,evaluating,auditing,billing,or regulatory changes,may be developed and set forth in a written Informal
Agreement between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to
this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not
enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal
Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee.
8. Modifications and Amendments.
a.General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra
Costa County Board of Supervisors or,after Board approval,by its designee,subject to any required State of Federal approval.
b.Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a
written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required
State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the
Service Plan.
9. Disputes, Disagreements between the County and Contractor concerning the meaning,requirements,or performance of this Contract shall be
subject to final determination in writing by the head of the County Department for which this Contract is made or his designee or in accordance
with the applicable procedures(if any)required by the State or Federal Government.
10. Choice of Law and Personal Jurisdiction.
a.This Contract is made in Contra Costa County and shall be governed and construed in accordance with the
laws of the State of California.
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 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 Condition,inspections or approvals,or statements by any officer,
agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract,or
acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the
Contractor's obligation to fulfill this Contract as prescribed;nor shall the County be thereby estopped from bringing any action for damages or
enforcement arising from any failure to comply with any of the terms and conditions of this Contract.
13. Subcontract and Assignment. This Contract binds the heirs,successors,assigns and representatives of Contractor. The Contractor shall not
enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due,
without the prior written consent of the County Administrator or his designee,subject to any required State or Federal approval.
14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be
construed to create the relationship between the parties of agent,servant,employee,partnership,joint venture or association.
15. Conflicts of Interest. Contractor,its officers,partners,associates,agents,and employees,shall not make,participate in making,or in any way
attempt to use the position afforded them by this Contract to influence any governmental decision in which he or she knows or has reason to
know that he or she has a financial interest under California Government Code Sections 87100,at seq.,or otherwise.
250-001/A:1.1
TO: BOARD OF SUPERVISORS
FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES Contra
Costa
DATE: June 6, 2000 County
SUBJECT: APPROVING THE EIGHTH AMENDMENT TO THE CONSULTING SERVICES
AGREEMENT FOR TECHNICAL SERVICES ADMINISTRATION BUILDING, 30
GLACIER DRIVE, MARTINEZ FOR SHERIFF-CORONER (WH354H
SPECIFIC REQUESTS OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. RECOMMENDATION
A. APPROVE an Eighth Amendment authorizing extra work under the Consulting Services Agreement
dated March 1, 1998, with Marcy Li Wong, Architect for architectural services for a Technical
Services Administration Building, 30 Glacier Drive, Martinez. The Eighth Amendment increases the
scope of services and increases the payment limit, as modified by the Second, Third, Fourth, Sixth and
Seventh Amendments, from $145,844.83 to $147,644.83, an increase of$1,800.00.
B. AUTHORIZE the Director of General Services to execute the Eighth Amendment to the consulting
services agreement, and to issue written authorization for extra work, in addition to the authorization
for the Eighth Amendment, provided that the cumulative total extra cost for such additional
authorizations shall not exceed$15,000.00.
II. FINANCIAL IMPACT
Sufficient funds are available to the Sheriff-Coroner's budget to cover this increase in the Consultant's
payment limit.
III. REASONS FOR RECOMMENDATIONS/BACKGROUND
A. The Board of Supervisors approved and the Director of General Services executed a Consulting
Services Agreement with Marcy Li Wong, Architect, effective March 1, 1998, for architectural
services for a Technical Services Administration Building, 30 Glacier Drive, Martinez for the Sheriff-
Coroner.
B. The First Amendment increased the Fixed Limit of Initial Construction Contract Cost from
$680,540.00 to $756,105.00.
CONTINUED ON ATTACHMENT:_X_YES
SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
✓'APPROVE OTHER
SIGNATURE(S): s
ACTION OF BOARD t f APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
X UNANIMOUS(ABSENT }
AYES: NOES:
ABSENTS: ABSTAIN:
MEDIA CONTACT: BARTON J.GILBERT(313-7100)
CC: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE
Architectural Division AND CORRECT COPY OF AN ACTION TAKEN
AND ENTERED ON THE MINUTES OF THE BOARD
Accounting OF SUPERVISORS ON THE DATE SHOWN.
File: 250-9842/A.5
County Administrator's Office ATTESTED �Tq h e- W1,
Auditor-Controller PHIL BATCHELOR,CLERK OF THE BOARD OF
County Counsel SUPERVISORS AND COUNTY ADMINISTRATOR
Sheriff-Coroner(Via A/D)
Consultant(Via A/D) BY . /�' 7c�t L� DEPUTY
H:\1998\2509842\8LO42171b.doo LS:tb Page 1 of 2 M382(10188)
APPROVING THE EIGHTH AMENDMENT TO THE CONSULTING 250-9842/A.1.1
SERVICES AGREEMENT FOR TECHNICAL SERVICES BUILDING, June 6, 2000
30 GLACIER DRIVE,MARTINEZ (WH354H)
C. The Second Amendment increased the scope to authorize the Consultant to provide additional review
and administration of electrical changes and attend 33 additional weekly site meetings.
D. The Third Amendment increased the scope to authorize the Consultant to provide architectural and
engineering services for the covered walkway and parking lot expansion.
E. The Fourth Amendment increased the scope to authorize the Consultant to redesign walkway parking
lot and storage room and authorized Consultant to review and comment on owner-initiated requests for
information and proposal requests.
F. The Fifth Amendment amended Appendix B to add Consultant's 1999 Hourly Billing Rates Schedule.
G. The Sixth Amendment authorized additional construction administration services for the period
September 18, 1999 through November 15, 1999.
H. The Seventh Amendment authorized the Consultant to prepare and provide construction drawings and
specification documents suitable for bidding the parking lot expansion and the addition of a covered
walkway.
I. The Eighth Amendment increases the scope to authorize the Consultant to re-do the calculations of the
covered walkway structure based on the 1998 CBC (1997 UBC) and to prepare drawings for a change
order to add a non-combustible roof covering over the trash enclosure in the parking lot.
H:\1998\2509842\8LO42171b.doc LS:tb Page 2 of 2 M382(10188)
File:250-9842/A.1.1
EIGHTH AMENDMENT TO CONSULTING SERVICES AGREEMENT
FOR TECHNICAL SERVICES ADMINISTRATION BUILDING
30 GLACIER DRIVE,MARTINEZ FOR SHERIFF-CORONER
(WH354H)
I. Effective Dae and Parties: Effective June b,2000, Marcy Li Wong,Architect(herein called"Consultant"),a sole proprietorship,and the County
of Contra Costa(herein called"County"),a political subdivision of the State of California,mutually agree as follows:
2. Purpose: On March 1, 1998,the parties entered into a contract entitled"Consulting Services Agreement," referred to as the "Agreement," which
covers architectural services for the Technical Services Administration Building,30 Glacier Drive,Martinez for Sheriff-Coroner.. The Agreement
has previously been amended as follows: First Amendment dated July 15, 1998;Second Amendment dated November 15, 1998;Third Amendment
dated March 23, 1999; Fourth Amendment dated April 16, 1999; Fifth Amendment dated April 22, 1999; Sixth Amendment dated December 10,
1999;and the Seventh Amendment dated February 14,2000. The parties desire to further amend the Agreement to expand the scope of service and
to increase the payment limit accordingly.
3. Amendments to Agr ement:
A. In the Agreement, Section l(e), change the Payment Limit from$145,844.83 to $147,644.83, an increase of$1,800.00. This change shall
apply to charges from and after May 18,2000.
B. In accordance with Section 14 of the Agreement,provide the following extra services:
1. Re-do calculations for the covered walkway structure based on the 1998 CBC(1997 UBC).
2. Prepare drawings for change order to add non-combustible roof covering over the trash enclosure in the parking lot.
4. Effect:
Subject to the revisions made by this and any prior amendments,the Agreement shall remain in full force and effect.
5. Signat>,ire:
These signatures attest the parties'agreement hereto:
PUBLIC AGENC CONSULTANT
U1ULLTANT
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,See.313.) The acknowledgment below must be signed by a Notary Public.
..................................................................................................................................................................................................
CERTIFICATE OF ACKNOWLEDGMENT
State of California )
ss
County of 1
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 FORM:
Director,Capital Facilities&Debt Management VICTOR J.WESTMAN
County Counsel
By:
Deputy
LS:tb
H:119981250984218L042172a.doc Page 1 of 1
» CAN
225-9908/A.1.1
TO: BOARD OF SUPERVISORS
FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES Contra
Costa
DATE: June 6, 2000 County
SUBJECT: APPROVING CONSULTING SERVICES AGREEMENT FOR
ARCHITECTURAL SERVICES FOR PROPERTY AND EVIDENCE STORAGE,
2099 ARNOLD DRIVE, CONCORD, FOR SHERIFF-CORONER(WPA342)
SPECIFIC REQUESTS OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. RECOMMENDATION
A. APPROVE a consulting services agreement with James Miller & Associates, 110 E. Third Street,
Pittsburg, California 94565, for architectural services. The agreement will be effective June 6, 2000,
with a payment limit of $92,875.00, which amount shall not be exceeded without prior, written
authorization by the Director of General Services. The agreement shall apply to charges for services
from and after May 20, 2000.
B. AUTHORIZE the Director of General Services to execute the agreement and to issue written
authorizations for extra work, provided that the cumulative total extra cost for all such authorizations
shall not exceed $10,000.00.
IL FINANCIAL INTACT
There are sufficient funds in the general fund plant acquisition account to cover the amount encumbered by
this agreement.
III. RF,ASONS FOR RECOMMENDATIONEBACKGROUND
A. The project involves the remodeling of an existing building at 2099 Arnold Drive, Concord to house
the Property Services and Evidence Processing Divisions of the Sheriff-Coroner.
CONTINUED ON ATTACHMENT: _YES SIGNATURE: &&&6&
'-'RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
+APPROVE OTHER
r
SIGNATURES:
ACTION OF BOAR "e 6.9ci C7 C) APPROVED AS RECOMMENDED X OTHER
VOTE OF SUPERVISORS
UNANIMOUS(ABSENT 1
AYES: NOES:
ABSENTS: ABSTAIN:
MEDIA CONTACT: BARTON J.GILBERT(313-7100)
CC: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE
Architectural Division AND CORRECT COPY OF AN ACTION TAKEN
Accounting AND ENTERED ON THE MINUTES OF THE BOARD
OF SUPERVISORS ON THE DATE SHOWN.
File:228-9908/A.5
County Administrator's Office ATTESTED Z1 t 67 e 6, ?ell CJ
Auditor-Controller PHIL BATCHELOR,CLERK OF THE BOARD OF
Sheriff-Coroner(Via A/D) SUPERVISORS AND COUNTY ADMINISTRATOR
Consultant(Via A/D)
BY-2", 1 r l � 'L r n DEPUTY
H:\199912259908\9G90808b.doc Page 1 of 2 M382(10188)
APPROVING CONSULTING SERVICES AGREEMENT FOR 225-9908/A.1.1
ARCHITECTURAL SERVICES FOR PROPERTY AND EVIDENCE June 6, 2000
STORAGE, 2099 ARNOLD DRIVE, CONCORD,FOR SHERIFF-
CORONER(WPA432)
B. James Miller & Associates was selected to provide architectural services for this project because of
their previous involvement with this program and department and their knowledge of County
guidelines and requirements.
C. Negotiations have been completed and an appropriate agreement is ready to sign.
D. The County must proceed with this agreement for professional services because it does not have
sufficient staff to provide the services and meet legislative deadline.
SJ:cm
HAI 9991225990MG90808b.doc Page 2 of 2 M382(10/88)
Alpha/0944
TO: BOARD OF SUPERVISORS
FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES Contra
Costa
DATE: June 6, 2000 County
SUBJECT: APPROVING CONSULTING SERVICES AGREEMENT FOR y
ARCHITECTURAL AND PROJECT MANAGEMENT
SERVICES FOR VARIOUS BUILDING REMODELING AND
CONSTRUCTION PROJECTS
SPECIFIC REQUESTS OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
I. RECOMMEIDEDA TON
APPROVE a consulting services agreement with Hess Rouhafza, 389 Pimlico Drive, 'Walnut Creek, for
architectural and project management services for various building remodeling and construction
projects. The agreement will be effective June 6, 2000 and will have a payment limit of$100,000.00.
AUTHORIZE the Director of General Services to execute the agreement.
11. FINANC,'IAI_,IMPACT
Funds will not be encumbered by the agreement, except when services are ordered on a project-by-
project basis by the County Architectural Services Manager or his designee. Such services will be
charged to the appropriate capital project fund or to department funds when services are requested by
client departments.
III. RECO}MMENDATIONS/B_A_CI_ZGRO=
1. Hess Rouhafza has been providing architectural services for the County since February 1, 2000,
when he was retained to provide architectural, project management, and inspection services as a
contract employee. The Architectural Division must keep up with client department and
contractor needs on a timely basis, to reduce delays in designing, remodeling and building County
facilities and to avoid contractor claims for delay damages. This contract employee arrangement
has provided a flexible means of supplementing the Architectural Division staff:
2. The Architectural Division, under this Agreement, will be able to issue work orders to the contract
employee for each assignment. Each order will include a payment limit and a work authorization
charge number. This agreement will help the Architectural Division perform its professional
services with continuity and with improved efficiency.
CONTINUED ON ATTACHMENT; S SIGNATURE: &&taw
11iiCOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
-APPROVE OTHER
SIGNATURE(S):
ACTION OF BO N JUh G OO APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS ]
UNANIMOUS(ABSENT l� )
AYES: NOES:
ABSENTS: ABSTAIN:
MEDIA CONTACT: BARTON J.GILBERT(313-7100)
CC: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE
Architectural Division AND CORRECT COPY OF AN ACTION TAKEN
AND ENTERED ON THE MINUTES OF THE BOARD
Accounting OF SUPERVISORS ON THE DATE SHOWN.
File: /A.5
County Administrator's Office ATTESTED I C1 h <!-
County Counsel PHIL BATCHELOR,CLERK OF THE BOARD OF
Auditor-Controller SUPERVISORS AND COUNTY ADMINISTRATOR
Accounting
Consultant(Via A.D.) BY 7 2 c DEPUTY
H:\_ALPHA\Rouhafza\05230001cm.doc Pagel M382(10/88)
1pq
. . Contra
Costa
TO: BOARD OF SUPERVISORS
FROM: Dennis M. Barry, AICD County
Director of Community Development
DATE: June 6, 2000
SUBJECT: Execution of Required Legal Documents for the Alvarez Court project in Pinole
SPECIFIC REQUEST(S) OR RECOMMENDATIONS(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
AUTHORIZE the Deputy Director, Redevelopment or his designee to (1) enter into HOME
Investment Partnerships Program Project Agreement 99-63 with Resources for Community
Development to provide$500,000 in FY 1999/2000 HOME funds for the Alvarez Court project in
Pinole,and(2)execute the required legal documents for this purpose. This includes,but may not
be limited to a regulatory agreement and loan agreement.
FISCAL IMPACT
No General Fund impact. Funds for this project will come from FY 1999 HOME funds. HOME
funds are provided to the County on a formula allocation basis, through the.U,S. Department of
Housing and Urban Development(HUD).
CONTINUED ON ATTACHMENT: X YES SIGNATURE:
_1--AECOMMENDATION OF COUNTY ADMINISTRATOR COMMATION OF BO
COMMITTEE
PPROVE OTHER7
SIGNATURE(S):
ACTION OF
BOARD ON as v APPROVED AS RECOMMENDED OTHER—
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS (ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN
AYES: i NOES: AND ENTERED ON THE MINUTES OF THE
ABSENT: ABSTAIN: BOARD'OF SUPERVISORS ON THE DATE
SHOWN.
Contact Kara Douglas, 335-1253
cc: County Administrator ATTESTED c lo, POO
County Counsel PHIL BATCHELOR,CLERK OF THE BOARD
Auditor/Controller OF SUPERVISORS & COUNTY ADMINISTRATOR
Community Development
BY d/` C t c c d ,DEPUTY
EACKGROUNi /REASONS FOR RECOMMENDATIONS
On April 27, 1999, the Board of Supervisors approved the allocation of$500,000 in FY
1999/2000 HOME funds to Resources for Community Development for the Alvarez Court
project in Pinole.The purpose of the Alvarez Court project is to provide multi-family rental
housing affordable to and occupied by very-low income physically disabled persons,
including persons disabled with HIV/AIDS.When complete,Alvarez Court will provide 19
fully accessible one and two-bedroom units of affordable rental housing, including one
manager's unit and 18 units for very-low income physically disabled households.Ten units
will be reserved for persons with HIV/AIDS and will remain affordable to very-low income
households for a minimum of 55 years. An additional nine units will be designated as
HOME-assisted units and will also remain affordable to very-low income households for a
minimum of 55 years. Services will be provided to the residents and will include case
management,medical treatment and referrals,home health care,substance abuse counseling,
job placement and training,benefits advocacy,money management, assistance with meals
and groceries, and social and recreational activities.
The total cost of this project is $3,251,500. The proposed development budget and sources of
funds for this project are:
Source Amount
FY 1997 HOPWA funds $126,104
FY 1998 HOPWA funds 23,896
FY 1999 HOME funds 500,000
Pinole Redevelopment Agency 614,000
FHLB AHP 95,000
IUD Section 811 Program 1,892,500
TOTAL $3,251,500
KD WAKDOUGLASINEVVWARD 0RDERS12000\ALVAREZI M.D0C