Loading...
HomeMy WebLinkAboutMINUTES - 05062003 - C11-C14 TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU,Public Works Director DATE: May 6, 2003 SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with URS Corporation, in the amount of$30,000, to perform archeology and architecture surveys and prepare reports for the Orwood Bridge Replacement project, for the period May 6, 2003 to November 30, 2004, Brentwood area. (District IIi)Project No. 0662-684076 Specific Request(s)or Recommendation{s)&Background&Justification I. RECOMMENDED ACTION: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with URS Corporation,in the amount of$30,000,to perform archeology and architecture surveys and prepare reports for the Orwood Bridge Replacement project, for the period May 6, 2003 to November 30, 2004. II. FISCAL IMPACT: The estimated cost of the contract is $30,000 funded by 80% Highway Bridge Repair and Rehabilitation (HBRR) funds and 20%local roads funds. Continued on Attachment: X SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE _: PROVE OTHER "Y SIGNATURE(S): r ACTION OF BO ON MAY 06, 2003 APPROVED AS RECOMMENDED MOTHER VOTE OF SUPERVISORS XX UNANIMOUS(ABSENT NONE } AYES: NOES: ABSENT: ABSTAIN: DISTRICT III SEAT VACANT I hereby certify that this is a true and correct copy CN:sr of an action taken and entered on the minutes of the G:\GrpData\EngSvc\ENVIRO\BO\2003\(05-06-03)CSA-URS(Orwood Bridge-Arch).doc Board of Supervisors on the date shown. Orig.Div: Public Works(Eng,Sery Division) Contact: Crystal Na}erra(313-2190) cc: County Administrator-Atte: E.Kuevor ATTESTED: MAY 05 L003 Auditor-Controller JOHN SWEETEN, Clerk of the Board of Public Works Supervisors and County Administrator Accounting Environmental -T.Torres Design -N.Leary -C.Standafer By Deputy Contractor SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract with URS Corporation, in the amount of$30,000, to perform archeology and architecture surveys and prepare reports for the Orwood Bridge Replacement project, for the period May 6, 2003 to November 30, 2004, Brentwood area. (District 111)Project No. 4662-6R4476 DATE: May 6, 2003 PAGE: 2 111. REASONS FOR RECOMMENDATION/BACKGROUND: The Consulting Services Agreement is needed to assist Public Works Department staff with specialized archeology and architecture surveys and studies for the Orwood Bridge Replacement project. The Public Works Department conducted outreach to several small business enterprises (SBE) and chose URS Corporation, as the most qualified responsible and responsive firm. IV. CONSEQUENCES OF NEGATIVE ACTION: If the Consulting Services Agreement is not approved, the County will not complete the necessary archeology and architecture studies and reports in a timely manner and will not comply with National Environmental Policy Act(NEPA). i< CONSULTING SERVICES AGREEMENT 1. Special Conditions. These: Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County Public Works Department (b) Consultant's Name &Address: URS Corporation Lk, UZ COMM- EN AlC _ 500 12th Street Suite 200 Oakland CA 94607.4014 (c) Project Name, Number, & Location: Urwood Bridge Re lacement- chaeolo 'cal Assessment Pro'. No. 0662.6R4076 I BRLO-5928 045 East County (d) Effective Date: MY 6, 2CI03 (e) Payment Limit(s): $34,000-.00 (f) Completion Date(s): November 30 2404 2. Signatures.These signatures attest the parties' agreement hereto: PUBLIC AGENCY CONSULTANT By: Maurice M. Shiu Public Works Director/ By: °----- . Chief Engineer, or Designee (Designate official capacity in the business Type of Business: (sole proprietorship,government agency,partnership,corporation,etc.) If Corporation, State of Incorporation: Nevada By: (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. t 190 and Corps. Code. Sec. 313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California } ASs.# u_ County of 1 ) On the date written below,before me,the undersigned Notary Public,personally appeared1he personoq signing above for Consultant, ersonally known to me to be the person( whose mE(* *subscribed to the within instrument- d acknowledged tome that .s Itl y executed the same in e authorized capacity(tN4 and that byfth'�bi,signature on the instrument the person), or the entity upon behalf of which the person,*acted, executed the instrument. WITNESS my hand and official seat. Dated: 1 . Notary Pu c (Notary's Seat) MARYAFINE H.SAYAO commiuicn*136073 Notary Pubic-canfomis Alanloda;w"my 4PA#y0on", ms Jun i, +ge 1 of S) G:\G,pData\EngSvc\ENVIROIAdminlCSA's\2003\Agreements\URS Corp(d.wood-Arch).doc CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I� I State of California �-- ss. Count of On E t tefore me,�� t I GGytG✓!fit'Se G '� /Y f l tC ,,. `7C pate UaQie and Title of Officer(e.g.,"Jane Doe,Not •Public") };. Iti I personally appeared 1 J � I, Names)of Signer(s) f (, 9personally known to me ❑ proved to me on the basis of satisfactory evidence to be the personA whose name{, is/afe• s CAROL BRUMMERSTEDT subscribed to the within instrument and Commission#1338618 Z acknowledged to me that W/she/t"q executed Notary Public-California the same in Ws/her/thvtr authorized ( SanExpres i s County My Comm..Expicapacity(ip6), and that by hie/herith�e r Jan 10,2t,08 signature{) on the instrument the persono), or the entity upon behalf of which the person acted, executed the instrument. (, I WITNESS my hand and official seal. I I Place Notary Seal Above hti�7�sig=awmotary Public 1 OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. t - i Description of Attached D cument Title or Type of Document: �t Ct,4 I; Document Date: r N tuber of Pages: — Signer(s) Other Than Named Above: Mild _ Capacity(Ws) CI t ed by Signe Signer's Name: Jc�trr�S Individual Top of thumb here I 6? Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact if ❑ TrusteeI 1 ? Ll Guardian or Conservator i 1, ❑ Other: - I C� r .. iSigner Is Representing: c � t Iry CjheL. (1 ter - crus 6 1999 National Notary Association•9350 De Soto Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402-www.nationalnolary.org Prod.No.5907 Reorder:Call To➢-Fee 1.600-876-6827 3. Parties, Effective on the above date,the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Employment. 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. Scope of Service.Scope of service shall be as described in Appendix A,attached hereto and made a part hereof by this reference. 6. Reoort 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$1,(1l0,000 Ill? and a maximum deductible of$ ; and (c) Comprehensive General Liability Insurance, including blanket contractual (or contractual liability) coverage,broad farm property damage coverage,and coverage for owned and non-owned vehicles, with a minimum combined single limit coverage of$1,000,000.00 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 fumish 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,these 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. 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 fist, 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 make 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. (Page 2 of 8) G.\GrpData\EnBSvc\FNV1RQ\Admin\CSA'st2003\AgreementslURS Carp(Orwood-Arch).doc ........................ 12. . . . ' 12. . COO6ult8Dt shall prepare and deliver toPublic Agency atOOadditional charge, the items described in Appendix Atodocument the performance ofthis Agreement and shall furnish hJ Public Agency such information as is necessary to enable Public Agency to monitor the performance ufthis Agreement. 13. Ownership 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. 14. Extra Work.Any work or servicesin additionto the rk or servicesdescribed iA shall be performed by Consultant according to the rates or charges listed in Appendix B. In the event that no ! rate or chargeis listed for a particulartype oTextra work,Consultant shall oopaid for the extra work mt � Gngte tobemutually agreed Vnprior oJcommencement orthe extra work. /n //oevent shall Consultant ! beeDUUedt000nnpenoabonforex1uavvorkun|emmavvhttenauthohzohonorohangeonderdesohbiOg ! the workandpayMmentterrnshambeenemecutedbyF`ub|icAgenoypriortodheoornrnencernentofthe work. 15. Payment Retention. Public Agency shall retain ten percent(1D%)mfthe moniesdue the Consultant as security for the fulfillment of this Agreement. After the Consultant has completed all work under this submitted final and the Public has found the work to be accurate, the ! 'g'-i-�'- ` w'|ipa , '| w^th .�i ~'funds. Public Agency - vvi' pay vv�hhe|dfunds inaccordance vv�h�*» ! uiva Agencyrequirements ode Section 332Oos applicable.Aretention will not bewithheld for any"on'oa{l" work. - � Termination by-Public Agency. At its option, Public Agency shall have the right to �r� dlthis18. � Agreement- -' _any time by written— , whether or not Consultant is then in default. � Upon such termination. Consultant shall, without delay, deliver to Public 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 uptothe date oYtermination. ° Abandonment by Consultant. | � event the Consultant under this 17. Agreement or otherwise abandons the project Consultant shall, without � Agreement,� ob�'. | inthe performanceof —s/�grGenlen[.and ahoUbe idfor the reasonable value � of the prepared services performed up to the time of cessation or abandonment, less a deduction for any | � ny a cradditional expenses which Public Agency incurs as a result of such cessefion or abandonment. 18. Breach. In the event that Consultant fai|skz performany ofthe services described inthis Agreement ! ~' ~~'---- ----h-- -'- Agreement, Public Agency shall have the right to pursue all remedies �ishall not be or ny disputes relating to the performance of ! ' 'non-judicial|equity. � /\n litigation involving thisAgreement b]the vvork shall � ---^- — `^ - � bebrought in Contra Costa County,and Consultant hereby waivmsthonen0va|p/uvxoDsofCode of Civil procedure Section 384. � 19. Compliance with Laws. In rfo i this AgreeDlent, Consultant shall comply with all applicable ! laws, e$ and regu\abona, whether fedena|, state, or local in origin. This � includes comUaDQevithp. VaiUDgvvagen8teS8Ddthei[paym8DtiDBcCOrdgAc8vvUbC8Ufo[ni8LabOr : Coda. Section 1775. � � � , � � (Page xovN .................................. 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 Ibr which Consultantdoes 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 cost 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 inAppendix 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 orany 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. 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, cos'ts, suits, liabilities, and expenses for any damage, injury, or death (collectively "Liability") arising directly or indirectly from or connected with the services provided hereunderwhich 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 attomeys'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 Assigns. Except 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. (Page 4 of 8) G:\Gi-pData\EngSvc\ENVIRO\Admin\CSA's\2003\Agreements\URS Corp(Orwood-Arch).doe Scc be a.00 oL v `,`6f,Se'rr,,V. ,k e.s: ....................................................... 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. Disadvantaged Business Enterprise(DBE)Requirements(Federal aid projects only). Consultant shall comply with all applicable provisions of 49 CFR, Parts 23 and 26, and the County's Disadvantaged Business Enterprise (DBE) Program, which are incorporated into this Agreement by reference. In addition, in performing services under this Agreement, Consultant shall utilize all DBEs listed in Consultant's written response to the Public Agency's request for qualifications or request for proposal and shall pay to the listed DBEs the estimated amounts listed in Appendix B attached to this Agreement. The Consultant shall not substitute a listed DBE at any time or decrease the amount to be paid to a listed DBE without the advance,written consent of the Public Agency. If a listed DBE is proposed to be replaced, Consultant shall make a good faith effort to replace the original DBE with another DBE and shall submit to Public Agency written documentation of such effort. 29. Federal Cost Principles and Procedures(Federal aid proiects only). Consultant shall comply with the following provisions,which are incorporated into this Agreement by reference:(a)the cost principles ,for allowability of individual items of costs set, forth in 48 CFR, Chapter 1, Part 31: (b) the administrative procedures set forth in 49 CFR, Part 18;and(c)the administrative procedures for non- profit organizations set forth in OMB Circular A-110, if applicable to Consultant. In the event that payment is made to Consultant for any costs that are determined by subsequent audit to be unallowable under 48 CFR,Chapter 1,Part 31,Consultant shall refund the payment to Public Agency within 30 days of written request from Public Agency. Should Consultant fail to do so,and should the Public Agency file legal action to recover the refund, Consultant shall reimburse the Public Agency for all attorney's fees, costs, and other expenses incurred by Public Agency in connection with such action. Attachments:Appendix A,Appendix B,Appendix C Form approved by County Counsel (11/00) (Page 5 of 8) API"E17IX A. Scope o Services Archaeblog ca . Orwood Bred e' xx bac rrYent,.T' c �. lila.:0652=6R4D76 1. PROJECT DESCRIPTION This Agreement is to provide consulting services regarding environmental assessment and compliance for the Orwood Bridge Replacement project. The Agreement is between URS Corporation and Contra Costa County(County). URS Corporation will provide environmental services as follows: Provide Archaeological/Historical Assessment Task 1:Records Search and Field Survey The Northwest Information Center at Sonoma State University has conducted a records search for the Orwood Bridge project location (attached). In brief, the results of the survey indicated a moderate possibility of identifying Native American and historic-period archeological resources in the project area. NTWIC determined that further archival and field review is warranted. Therefore, the scope associated with Task 1 should include: • Research as necessary/appropriate: follow-up research at NWIC, review of historical archives at local universities, County historical files, the National Register, the California Register, California Historical Landmarks. • Field reconnaissance of the project area to determine the potential for/presence of cultural resources Task 2:Prepare Archaeological and Historical Resources reports The Orwood Bridge Replacement Project is federally funded, therefore, all cultural resource analysis must be conducted in accordance with the Caltrans NHPA Section 106 Guidance Document(1991 or most current)for NEPA clearance. The scope associated with Task 2 should include preparation of the following documents as warranted/required by the project conditions: Archaeological Survey Report(ASR) • Bridge Evaluation Report(BER) • Historic Architectural Survey Report(HASR) • Historic Property Survey Report(HPSR) including analysis of the levees The necessary reports must incorporate the appropriate content and format required by the Caltrans guidance document. The consultant will be responsible for determining which reports(listed above or otherwise necessary) will be necessary to satisfy NEPA requirements. Task 3:Meeting with Caltrans Caltrans and/or the County may request a meeting to discuss the cultural resources at the project site or the reporting regarding the resources at the site. Task 4:Response to Comments Two rounds of County comments are likely to be necessary for the HPSR and associated reports. In addition, Caltrans may require a round of revisions. {Page 6 of 8} G:\G;pData\EiigSvc\ENVIRO\Admin\CSA'si2003\Agreements\URS Corp(Orwood-Arch).doc ......... __............. ....... ... ......... ......... ........ . ...... _ _ ......._ ................... .. _.......... I APPENDIX B �~ Professional Services Payment/Rates _ In order to be compensated, please provide the fallowing information: Job Title Rate-per hour URS Corporation Principal In Charge $182,31 Project Manager $127.62 Archaeologist II $ 80.36 Archaeologist I $ 65.25 Garcia And Associates Principal Investigator (Specialist V) $ 80.00 Historian (Specialist II) $ 47.00 Specialist IV $ 69.00 Contract Administration $ 80.00 Senior Technical Editor $ 75.00 Junior Technical Editor $ 44.00 Graphics Supervisor $ 40.00 Appendix B Attachment : Reimbursables Schedule of Charges for Contract 0662-6R4076/BRLO-5928 (045) Mileage $ 0.34 per mile Parking $ 25.00 max per day per vehicle Toll $ 2.00 per toll URS Owned Vehicle $ 80.00 per day including fuel Rental car at market "mid-sized" rate Rental Car Fuel at market rate cost Per Diem US Government GSA Rate 8 1/2x 11 B&W copies $ 0.11 per page 11 x 17 B&W copies $ 0.22 per page Archive Copies $ 0.25 per page Standard color $ 1.00 per page Premium color $ 1.75 per page Smaller than D-size plot $ 3.00 per page D-size plot $ 6.00 per page Larger than D-size plot $ 1.00 per square foot of paper Outside Reproduction Vendor at market rate cost KWIC Record Search Regular Fee $ 90.00 per hour + $0.25 per page KWIC Record Search Expedited Fee $ 135.00 per hour + $0.25 per page Camera $ 20.00 per day Cellular telephone $ 7.50 per day GIS/CADD Computer Equipment Use Fee $ 15.00 per hour GPS receiver (sub-meter accuracy) $ 100.00 per day Telephone/fax/postage at market rate cost Aerial photograph duplication at market rate cost Photo development/processing at market rate cost Maps at market rate cost Miscellaneous at market rate cost Garcia and Associates has a 10W fee on all other direct costs URS Corporation has a 5% fee on all other direct costs and subcontractors G:\GrpData\EngSve\ENVFRO\Admin\CSA's\2003\Agreerients\URS Cora(Arwood-Arch).doc 0 4 - APPENDIX C Project Personnel NOTE: Please provide project personnel and titles. Any personnel that are not listed for this contract, will not be compensated for payment. Name Job Title URS Employees Vance Bents Principal In Charge Brian Hatoff Project Manager Sean Dexter Archaeologist II Christopher Lee Archaeologist I Subconsultant, Garcia and Associates Employees Kevin (Lex) Palmer Principal Investigator (Specialist V) David Lemon Historian (Specialist II) Carole Denardo Specialist IV Radford Smith Graphics Supervisor Carole T. Garcia Senior Technical Editor Christine Palmer Junior Technical Editor Carole T. Garcia Contracts Administration (Page 8 of 8) G:1GrpData\EngSvc\FNVIRO\Admin\CSA's12003\Agreements\URS Corp(Orwood-Arch),doc E.r l TO: BOARD OF SUPERVISORS FROM: MAU'RICE M. SHIM, PUBLIC WORKS DIRECTOR DATE: MAY 5, 2003 SUBJECT: AUTHORIZE THE PUBLIC WORKS DIRECTOR, OR DESIGNEE, TO EXECUTE A CONSULTING S'ERVI'CES AGREEMENT WITH SUMMIT ASSOCIATES FOR THE BAILEY ROAD BRIDGE REPLACEMENT PROJECT IN THE AMOUNT OF $130,000, PROJECT NO.: 0652-684249-95, (DISTRICT IV) Specific Requests)or Recommendation(s)&Background&Justification 1. Recommended Action: AUTHORIZE the Public Works Director, or designee,to execute a Consulting Services Agreement with Summit Associates for the Bailey Road Bridge Replacement Project in the amount of$130,000 for the period April 1, 2003 through June 30, 2004 li. Financial Impact: There will be no impact on the County General Fund. The Consulting Services Agreement is for $130,000. (80% Federal Highway Badge Rehabilitation and replacement program, 20% Local Read Funds) 4/1 Continued on attachment: X yes SIGNATURE: - RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE 'APPROV OTHER .m SIGNATURES �,. ACTION OF BOON: APPROVED AS RECOMMENDED Xx OTHER 7 VOTE OF SUPERVISORS I hereby certify that this is a true and correct copy of an i xx UNANIMOUS (ABSENT NON4 AYES: NOES: action taken and entered on the minutes of the Board of ABSENT: ABSTAIN: Supervisors on the date shown. DISTRIq( c# tine ar sTon ( 2s21 MAY 4 i 2003 ATTESTED: x oris.Div.: PW(Constr) JOHN SWEETEN, Clerk of the Board of Supervisors and cc: Aud tor-Controtier E.Kuevor,GAO County Administrator R.Bruno,Construction Accounting Consultant By �, , Deputy BF:tb G:iGRPtsATAiCf7NSTrBGN2 W 3tC 5A-Stat.M:fiT-6A G.E`tRDBfttQCaE.DtSC SUBJECT: AUTHORIZE PUBLIC WORKS DIRECTOR, OR DESIGNEE, TO EXECUTE A CONSULTING SERVICES AGREEMENT WITH SUMMIT ASSOCIATES DATE: MAY 6, 2003 PAGE 20F2 Ill. Reasons for Recommendations and Background: The construction contract for the Bailey Road Bridge Replacement Project was awarded to the lowest responsible bidder on April 8,2003. Construction activities began on April 28,2003 and the Consulting Services Agreement is from April 1, 2003 to June 30, 2004. The construction management services include construction engineering,project management,and construction inspection. Summit Associates was selected for the contract from a field of eight consulting firms. IV. Consequences of Negative Action: If the Consultant Services Agreement with Summit Associates is not approved, it may not be possible to complete construction of the approved project. t < CONSULTING SERVICES AGREEMENT 1. Special Conditions. These Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County Public Works Department (b) Consultant's Name &Address: Summit Associates 2300 Clayton Road Suite 1380 Concord, CA 94520 (c) Project Fume,Number& Location: Bailey Road Bridge Replacement Project,Concord,Project No.0662-684249-95,(District 4) (d) Effective Date: April 1,20103 (e) Payment Limit(s): $130,000 (f) Completion Date(s): dune 30, 2004 (g) Federal`taxpayer's I.D.or Social Security Number: 94-34011601 2.Signatures. These signatures attest the parties'agreement hereto: Recommended by Department CONSULTANT By: Maurice M. Shiu �Vogg=. Public Works Director By (Designat6offi ' 1 capacity in the business Type of Business: (sole propriet ship, government agency, partnership,corporation, etc.) If Corporation, State of Incorporation: / `afrlJt.1- By: r By: jDJS%J-7- (Designate official capacity in the business) Note to Consuitant: 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-presidents 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 e Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California } } ss. County of r.Vm2d cc=,q __ } On the date written below, before me, the undersigned Notary Public, personally appeared the person¢}signing above for Consultant,personally known to me( )to be the persons)whose narne* is/ere subscribed to the within instrument and acknowledged to me that he/40o..� executed the sante in his tttt9tt authorized capacity(i99), and that by his/4ac4t ai;signature(4on the instrument the personal, or the entity upon behalf of which the person(44, acted, executed the instrument. WITNESS my hand and official seal. Dated: 041o.1103 teary Public (Notary's Seal) M. C. SARM1EN'T0) Commission# 138171 r Notary Public - California p Contra Costa County My Comm,Expires Oct 26,2006;1 3. Parties. Effective on the above date,the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Employment. 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. Scope of Service. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof by this reference. 6. Report 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 $1,000,000.00 and a maximum deductible of$50,000.00; and (c) Commercial 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$1,000,000.00 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, 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.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 three years after Consultant's receipt of the final payment under this Agreement. Upon request by Public Agency,at no additional charge,Consultant shall promptly make 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. Ownership 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. ' ^ � -`. 14� services the work �� �� �A���A �|���� � - 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 nfextra work, Consultant shall bepaid for the extra work aoorate hubemutually agreed Vnprior to commencement ofthe 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 terms has been executed by Public Agency prior tothe commencement ofthe work. 15, Payment Retention. Noretention w4Ubowithheld. 16. Termination by Public Agency.At its option, Pub|ioAgenoyuhoUhmvetharighttoternninatethiaAgreomentatanytimo 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 poid, without dupUoation, all amounts due for the services rendered up to the date of termination. 17. Abandonment by Consultant. In the event the Consultant rfo iservices d this Agreement o/ 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 bmpaid for 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 bopursue all remedies provided bylaw orequity. Any disputes relating to the performance of this Agreement shall not be subject tonnn 'ud|oial arbitration. Any litigation involving this Agreement or relating to the work shall be brought in Contra Costa County,and Consultant hereby waives the removal provisions ofCode ofCivil Procedure Section 3Q4. 18. Compliance with Laws. In performing this Agnmament. Consultant shall comply with all applicable |awo, atab/tew, 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 shallbe assignabletransferable in wholein part by Consultant, wh th 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 sub- contracting ahaA be void. 21 Subcontraefing.Allmuboontrectomxceading$25.0O0inooatshaUoonhyinaUoftherequiredproviaionoofthiaoontrod. 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,eutimatea reports and other items described inAppendix A that they produce 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. 24. Indemnification. Consultant shall dahwnd, indemnifv, save, and hold harmless Public Agency, its governing body, officers,and employees from any and all claims,costs,and liability for any damages,injury,or death arising directly or indirectly from, or connected with, the services provided hereunder and due to, or claimed or alleged to be due to, negligence or willful misconduct of Consultant, its officers,employees,agents,subconsultants,or any person under its direction or control,save and except claims or litigation arising through the sole negligence or sole willful misconduct of Public Agency, and will make good toand reimburse the indemnitees for any expenditures, including reasonable attorney's fees, the indemnitees may make by reason of such matters and, if requested by any of the indemnitees,will defend any such suits atthe cost and expense ofConsultant. Consultant's obligations under this section shall exist regardless of concurrent negligence or willful misconduct on the part of Public Agency or any other person but shall be limited to the proportion of negligence or willful misconduct attributable to Consultant, its officers, employees,agents, aubconsulLan1a, orany person under its direction orcontrol. , 25. Heirs, Successors and Assigns. Except 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. Attachments:Appendix A,Appendix B,and Appendix C Form approved by County Counsel(3100) G;%GrpData%Const\Contracts%CSAt20031CSA-Summ t-SaileyRdBridge.doc :::::....:..:•:.: Summit Associates 2300 Clayton Road,Suite 1380 Phone: (925)363-5560 San Francisca,CA 94111 Fax. (925)363-5511 APPENDIX A Bailey Road Bridge Replacement Project Scope of Services April 2, 2003 PRE CONSTRUCTION SERVICES • Constructability review of plans and specifications • Review pians and specifications • Attend pre-construction meeting • Establish project filing system CONSTRUCTION SERVICES • Meetings — Organize, attend, and record weekly progress meetings and issue resolution meetings. Attend safety meetings. • Submittals and RFIs — Review and respond to RFIs, Review and accept/reject submittals. Distribute RFIs/Submittals to designers, etc. Track all RFIs/Submittals. • Public Awareness Program --Assist County staff in developing and implementing a method of providing project status updates to adjacent residents etc. • Coordination —Act as the point of contact between the contractor, the County, and other stakeholders. Coordinate all RFIs/submittals with the designer. Coordinate all surveying and all materials testing to be done by the County. • Inspection-- Provide full inspection services and/or provide sufficient inspection staff for the project. • Schedule- Review the contractor's schedule including 3 week rolling schedule. Compare with as-built schedule. • Progress Payment Preparation and Processing •-Complete progress payment forms provided by the County and submit for processing. • Change Orders and Claims— Evaluate, negotiate, and prepare CCOs and obtain County concurrence. Identify potential claims and implement claims avoidance processes. • As-Built Drawings — Maintain one set of red-lined as-built drawings with all changes. This set is submitted to the County Designer at the end of the project. • Photographs— Provide documentation of the project site before, during, and after construction. Program & Construction Managers .............................................................................................................................................................................I........... .............. ........................I........ ..................... • Project Files —Maintain project files throughout the project. • Reports — Prepare daily inspection reports and monthly progress reports. Submit to the County. • Construction Administration —Administer the construction contract. Manage project personnel, documentation, and equipment throughout the construction phase. • Utilities - Coordinate with utility companies for utility relocation and ensure that permits are adhered to. • Labor Compliance, Equal Opportunity, and DBE Requirements— Monitor the contractor's efforts in relation to EO, Labor Compliance, and DBE goals. Discuss at Pre-construction meeting. POST CONSTRUCTION SERVICES • Punch list and Final Inspection - Prepare punch list items and perform final inspections • Project Approval— Make recommendations to county on final project approval and acceptance. • Project Closeout— Prepare and deliver all documents for project closeout. • As-Builts - Provide client with final set of as-built plans. • Final Report— Provide client with project final report. Program & Construction Managers ........... .............. Ir Summit Associates 2300 Clayton Road,Suite 1380 Phone. (925)363-5560 San Francisca,CA 94111 Fax: (925)363-5511 APPENDIX B COST PROPOSAL for Construction Management Services Contra Costa:County Public Works department Bailey Road Bridge Replacement Project April 2, 2003 LABOR Position Hours Hourly Rate Total Resident Engineer 696 $125.00 $73,920.00 Inspector 232 $ 94.00 $20,880.00 Inspector(OT) 65 $941.00 $ 8,775.00 TOTAL COSTS $103,575.00 Notes: 1. Hourly rates for personnel include inspection tools, personal safety equipment, cellular phones,office space, and supplies. 2. Overtime contingent on the contractor's schedule. 3. All hours billed in conformance with California Labor Code. Program & Construction Managers ............. .......I'll,...... ................. ............. ......................... riSuminit Associates X300 Clayton Road,Suite 1380 iPhone• (925)363-556.0 San Francisco,CA 94111 Fax: (925)363-5511 APPENDIX C STAFF PROPOSAL for Construction Management Services Contra Costa County Public Works Department Bailey Road Bridge Replacement Project April 2, 2003 Contract Manager: Ken Rice Resident Engineer. Nick Panayotou Inspectors: Peter Tzifas Thomas Miller Michael Foerder Greg Haylock George Schaeffer David FitzGerald Bret McGowan Clayton Maher David Poladian Brian Rutkowski Program & Construction Managers TO: Board Of Supervisors FROM Maurice M. Shiu, Public Works Director DATE: MAY 6, 2043 SUBJECT: Authorize the Public Works Director, or designee, to execute a Consulting Services Agreement with TRS Consultants, Inc. for Subdivision Inspection, Countywide, (All Districts) SPECIFIC REQUESTS)OR RECON MFNDATION(S)&BACKGROUND AND JUSTIFICATION 1. Recommended Action: AUTHORIZE the Public Works Director,or designee,to execute a Consulting Services Agreement with TRS Consultants, Inc. for Subdivision Inspection and Construction Management for the period March 1, 2003 through December 31, 2004. 11. Financial;Impact: There will be no impact on the County General Fund. The Consulting Services Agreement is for $350,000 and shall be paid for by Developer Fees. Continued on attachment: X yes SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE 'APPROVE OTHER SIGNATURE (S): ` ACTION OF BOA O &Ay 061 200-1 APPROVED AS RECOMMENDED XX OTHER VOTE OF SUPERVISORS xx NI hereby certify that this is a true and correct copy of an UNAUNANIMOUSOSEN INorae } action taken and entered on the minutes of the Board of AYES: NOES: ABSENT: ABSTAIN: Supervisors on the date shown. DISTRICT III SEAT VACANT Contact: Mike Carlson,(925)313-2321 ATTESTED: MAY 06, 2003 Orig.Div.: PW(Constr) JOHN SWEETEN, Clerk of the Board of Supervisors and cc: Auditor-Controller Count Administrator E.Kuevovor,CAO County R.Bruno,Construction Accounting Consultant By / Deputy MC:tb G:tGRPDATAtCONSnSO120031CSA•TAS-SUSNSP.DOC SUBJECT: Authorize the Public Works Director, or designee, to approve a Consulting Services Agreement with TRS Consultants, Inc. DATE: MAY 6, 2003 PAGE: 2 of 2 III. Reasons for Recommendations and Background: Due to the overwhelming amount of development in the Daugherty Valley area, it is necessary to offer assistance to our field inspectors. IV. Consequences of Negative Action: If the Consultant Services Agreement with TRS Consultants, Inc. is not approved, it may not be possible to complete inspections. CONSULTING SERVICES AGREEMENT 1. Special Conditions. These Special Conditions are incorporated below by reference. (a) Public Agency: Contra Costa County Public Works Department (b) Consultant's Name &Address: TRS Consultants, Inc. 5400 Executive Parkway, Suite 310 San Ramon, CA 04583-4210 (c) Project Name, Number, & Location: Subdivision Inspection, (d) Effective Date: March 1,2003 (e) Payment Limit(s): $350,000.00 (f) Completion Date(s): December 31,2004 (g) Federal Taxpayer's I.D. or Social Security Number: 68-0130474 2. Signatures. These signatures attest the parties' agreement hereto: PUBLIC AGENCY CONSULT T By: Maurine M. Shiu Public Works Director/ By: V t cc (Designate official c6pacity in the btAiness Type of Business: (sole proprietorship, government agency, partnership, corporation, etc.) If Corpo Vtatef Incorporation:_ By: cJ 1 By: G' 1 M�&r C (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 ) L ) ss. County of _ Q�tl'rt t2 r CJ 'T 0 ) 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) 461are subscribed to the within instrument and acknowledged to me that Ne44e/they executed the same in 4499w/their authorized capacity(ies), and that by#r r/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: -- n aryrubIic (Notary's Seal) Cel#►tA!'M�i 1401tmy#Ubk-Ce 00MIo C C0ft C wMCe ►. MptEk 700 ....................... .... ........ ............. . ...... ......... ......... ........_...... 3. Parties. Effective on the above date,the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Em !�. 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. Scope of Service. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof by this reference. 6. Report 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 $1,000,000.00 and a maximum deductible of $50,000.00; and (c) Comprehensive General or Commercial 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$1,000,000.00 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, 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. 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 make 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. Ownership 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. ..... +.t•: .r{.: .}k. ::. . 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 changes Fisted 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 terms has been executed by Public Agency prior to the commencement of the work. 15. Payment Retention, 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 falls 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 Contra Costa County,and Consultant hereby waives the removal provisions of Code of Civil Procedure Section 334. 19. Compliance with Laws. In performing this Agreement, Consultant shall use due professional care to 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 cost 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 reservesa 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. 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 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. 26. Heirs. Successors and Assigns. Except 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. Project 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 r6placement shall possess training,experience and credentials comparable to those of the person being replaced. 28. Disadvantaged Business Enterprise(DBE) Requirements(Federal aid oroiects only). Consultant shall comply with all applicable provisions of 49 CFR, Parts 23 and 26, and the County's Disadvantaged Business Enterprise (DBE) Program, which are incorporated into this Agreement by reference. In addition, in performing services under this Agreement, Consultant shall utilize all DBEs listed in Consultant's written response to the Public Agency's request for qualifications or request for proposal and shall pray,to the listed DBEs the estimated amounts listed in Appendix B attached to this Agreement. The Consultant shall not substitute a listed DBE at any time or decrease the amount to be paid to a listed DBE without the advance,written consent of the Public Agency. If a listed DBE is proposed to be replaced, Consultant shall make a good faith effort to replace the original DBE with another DBE and shall submit to Public Agency written documentation of such effort. 29. Federal Cost Principles and Procedures (Federal aid oroiects onlv). Consultant shall comply with the following provisions,which are incorporated into this Agreement by reference:(a)the cost principles for allowability of individual items of costs set forth in 48 CFR, Chapter 1, Part 31:(b)the administrative procedures set forth in 49 CFR, Part 18, and (c) the administrative procedures for non-profit organizations set forth in OMB Circular A-'110, if applicable to Consultant. in the event that payment is made to Consultant for any costs that are determined by subsequent audit to be unallowable under 48 CFR, Chapter 1, Part 31, Consultant shall refund the payment to Public Agency within 30 days of written request from Public Agency. Should Consultant fail to do so, and should the Public Agency file legal action to recover the refund, Consultant shall reimburse the Public Agency for all attorney's fees, costs, and other expenses incurred by Public Agency in connection with such action. Attachments:Appendix A,Appendix B,Appendix C Form approved by County Counsel('9/00) G:1GrpData\Const\Contracts\CSA\2003\C SA•TRS•OnCaitSubinspec.doc :<«..... March 1, 2003 Appendix A Scope of Services TRS Consultants, Inc. (Consultant) will provide on-call subdivision/permit inspection services assisting Contra Costa County Public Works (County) staff in performing subdivision inspection and permit inspections for public and private improvements. Facilities to be inspected may include grading, underground utilities, roadway improvements, sidewalks, retaining walls, culverts, creek repairs, detention basins, and other public works improvements. Consultant will provide a Project Manager, Mike Chadwick, who will be the primary contact with the County staff. Inspectors will report to a lead County inspector for daily assignments and to address field issues as they develop. Except where safety concerns require immediate action, County staff will be making all decisions relating to corrective actions. Consultant will perform some or all of the following tasks as part of the services provided: 9. Review the approved construction plans, specifications, project schedule and County standard plans and specifications to be thoroughly prepared for the work. 2. Attend pre-construction meeting (if required) with County representatives, Contractor and other consultants as Necessary to discuss the approved plans and applicable standards and specifications of the County. 3. Perform daily observations and prepare daily written reports focusing on the quality of the work performed, staff levels and progress. 4. Inspect all on-site and off-site Public Works and subdivision improvements on a daily basis to assure that all improvements to be constructed are as designed and are within tolerances. 5. Photographs will be taken, as may be required, of existing facilities and public improvements to substantiate before and after conditions. 6. Adequate records will be kept during the course of the work of the on- going construction to verify the as-built drawings are complete. 7. Coordinate the construction of all County and other utilities to minimize interferences with the subdivision improvements. C:\Mike-Chadwick\Contra Costa County\2003Appendixkdoc March 1,2003 ............... ............. ....... Appendix A (continued) 8. Review and coordinate schedules, review materials, shop drawings, requests for information and performance test results, check all certificates of compliance and evaluate the need for corrective action that may be required. 9. Follow all applicable County standards and procedures and any state and federal requirements as appropriate. 10.Monitor the contractor's work and attempt to minimize the impacts upon public safety and convenience. 11.Review traffic control measures on a daily basis. Verify the placement of warning signs and other safety devices to meet County standards and approved traffic control plans. 12.When it is required, assure that advanced written notice is given to the residents of nearby property or the general public informing them of the work to take place that might affect them_ 13.Maintain an awareness of and monitor air pollution so that it is minimized and that the storm water pollution prevention program is followed during the course of the work. 14.Identify actual and potential problems associated with the construction and recommend sound solutions to the County. 15.Assist the County in conducting final inspection, prepare punch list, conduct closeout and recommend final acceptance to the County. Review as-built drawings for conformance with the completed work. 16.Oversee compliance with environmental requirements. 17.Coordinate materials sampling and testing. 18.Obtain samples of materials such as soils, base materials, asphalt and Portland cement concrete. C:\Mike_Chadwick\Contra Costa County12003Appendixkdoc March 1,2003 f March 1, 2003 Appendix B Rate Schedule For Contra Costa County Subdivision Inspection Estimated Dates. March 1, 2003 to December 31, 2004 Services Position Type Rate/ Hr (Note 1) Project Manager,P.E. Regular $125.00 Traffic Engineer,P.E. Regular $ 98.00 Overtime $115.00 Resident Engineer/Inspector Regular $105.00 Overtime $123.50 Structures Inspector Regular $ 94.00 Overtime $110.50 Public Works Inspector II Regular $ 94.00 Overtime $110.50 Public Works Inspector I Regular $ 92.00 Overtime $108.00 Engineering Technician Regular $ 68.00 Overtime $ 80.00 Clerical Regular $ 52.00 Overtime $ 61.00 Notes: 1. Rates are valid through December 31, 2004 and include vehicle,mobile telephone,rudimentary tools and personal safety equipment. C:\Mike__Chadwick\Contra Costa County\2003AppendixB.doc Created on March 1,2003 March 1, 2003 Appendix C Project Personnel Subdivision Inspection Services Position Staff Project Manager/Quality Control Mr. D. Michael Chadwick,P.E. Traffic Engineer Mr. Adam Gee, P.E. Resident Engineer/Inspector TBD Structures Inspector Mr. Dean McGee Public Works Inspector II Mr. Tony Hosak Public Works Inspector I Mr. Gary Brennan Engineering Technician TBD Clerical TBD C:1Mike_Chadwick\Contra Costa County12003AppendisC-doc Created on March 1,2003 ...:o... .... ........ i..yr �Ir • TO: BOARD OF SUPERVISORS FROM: MAURICE M. SHIU, PUBLIC WORKS DIRECTOR DATE: May 6, 2003 SUBJECT: APPROVE the plans and specifications and ADVERTISE for bids for the North Broadway Infrastructure Program Phase 3.A project,Bay Point area. [CDD-CP#97-36](Contra Costa County Redevelopment Agency Funds, 100%)(District V) Project No.: 0662-684141-02 SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION L Recommended Action: APPROVE the Plans and Specifications for North Broadway Area Infrastructure Program Phase 3.A project and ADVERTISE for bids to be received on Tuesday, June 10, 2003, at 2:00 p.m. DIRECT the Clerk of the Board to publish the Notice to Contractors in accordance with Section 22037 of the Public Contract Code. COMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE _PROVE OTHER t SIGNATURES . n ACTION OF BOA ON MAY 06, 2003 APPROVED AS RECOMMENDED xx OTHER I hereby certify that this is a true and correct copy of an VOTE t F SUPERVISORS( action taken.and entered on the minutes of the Board of xx UNANIMOUS{ABSENT NONE ) Supervisors on the date shown. AWES: NOES: ABSENT: _ ABSTAIN- NL:turn, BSTAIN:NL,� DISTRICT III SEAT VACANT WtGpRatmDesign\Board Orders\BO 2003�North Broadway Area Infrastructure Prog P3A 5-6.doc ATTESTER: MAY 061 2003 ting Div: Public Wnrks(Resign Division) .,.,_,. Contact: xets Savary{925}3I3-2278 ac: E.Kuevor„CAUJohn Sweeten,Clerk of the Board of Supervisors and County Auditor-Comraller Administrator Community Development PW Accounting Construction By ,Deputy PROOF OF PUBLICATION (2015.5 C.C.P.) f• STATE OF CALIFORNIA r County of Contra Costa I ant a citizen of the United States and a resident of the CA County aforesaid; I am over the age of eighteen years, • and not a party to or interested in the above-entitled VA matter. I am the Principal Legal Clerk of the Contra Costa Times, a newspaper of general circulation, printed and published at 2640 Shadelands Drive in the City of Walnut Creek, County of Contra Costa, 94598. And which newspaper has been adjudged a newspaper of general circulation by the Superior Court of the County of Contra Costa, State of California, under the date of October 22, 1934. Case Number 19764. The notice,of which the annexed is a printed copy(set in type not smaller than nonpareil), has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates,to-wit: May 2Q all in the year of 2003 1 certify (or declare) under penalty of perjury that the foregoing is true and correct. Executed at Walnut Creek, California. On this 20 day of May, 200301`..,.-.^` �........_ , ............... .... .... .... Signatu Contra Costa Times P 0 Box 4147 Walnut Creek, CA 94596 (925) 935-2525 Proof of Publication of; (attached Is a copy of the legal advertisement that published) NOTICE TO CONTRACTORS The Public Warks Director wit receive sealed bids at the Public Works Depart- ment, C.C. Rich Buildin 255 Glacler Drive Marti- nez Cailfornla 34953-4897, untjC 2 o'clock p.m., on June 10, 2001 at which time they will be publicly NORTH BROADWAYAREA INFRASTRUCTURE PRO- GRAM PRASE 3.A. General work de tion: construct new r wars storm ctra[nmr anddd sttrreeki lighting In the Bay Point area of Contra Costa County. , lr�'s cost estimate: A fre bid mjetIngt will be hed on Tuesday.May 27, 2003 at 30:00 a.m. a the Public Works Department to cover the unty's Bid- der OutreachProgram. Prospective bidders at- tentltlna»hce is recommend- ed but nonmandatory. Contract Documents, in- cluding plans and specifi- cations, may be viewed and/or obtained at the Public Works Deppartnle C.C. Rich Bulldlnl; Glacier Drive, Martinez, California 94553-4647, Monday -Thursday(7,00 a.m. 32 Noon and 3:00 Fm. - 5:00 p.m.) (,closed ridays). To obtain plans and specifications a serv- ice charge is requlred In (,the amount of 52B.3S Cass sections may ti talned for this project upon an add net paOf - SPECIACA ON5 PLANAND ORDERRED BY MAIL MAY AN ANDS HANDLING FEE OF dtaitmae Checks abe Courts o Contra Crista' and be matted to the above address. The Pub- lic Works Department does riotntee the arrival of to plans and speeifteat(ons in time for bidding.'Plans and spect- ficatk>ns will not be sent overnight mall. ?tris project Is to be ad- vertised pursuant to Pub- lic contract acCtEs u�bjea to state contract no Iscrl- minatksn and compilence requirements pursuant to Government Code,Section The Contractor shall pos- sess a Class A or Ct"s C- Contrnct 18 atthe ee a the Bids must cover thea entire projeat nor 0o tIn entt bids wlil be considered, The successful bidder Shall #urnlsh a }anent =and a Performance The Board has ascer- tained the general��prev�alt- ing rate of waggees appilca- bie to this wnrk. The pre- valltng rate of per diem wages is on file w�ylth the Clerk of the Board of Su- atrcorpo- ed h�ein by re(errence thereto,the same as If set forth In full hereln. For any cCassltFcatton not ht- cluded In the list,the min- imum all shalt be the nmeral prevailing rate for Contra CCSte Ctlunty. The bid Opensng date may be ex ad by �n. dura Issued by the WOrks De rtmerrt np ta4 er than it1NE 6 2403, In m lttedO the orbigl naI b openI be returned unOperted and sealed bid nd- adopbid(open 3n0 shall be SUtYm3tte4t on or before JUNE 2�#,2003,at 2.00 p.m. and velli# d,rear and recOrde at the same place 5pec#fied above. All wropasat5be receivreturned unopened. The said Boa ed reserves the r t to reject an and all bi s or arty portion of any bidandlor vraive any irreoukarlty In any M rece�tived. For questions re garno r n d the pro}�t con Louis Desig Dhrlslom at (925)313.2265. By order of the Board of Supervisors of Contra Costa County John Sweeten Clerk of the Board of Ss ervisors and County 7.1mtridstrator By:/s1 Emy G Sharp Deputy Dated:telaig 0 2003 Le CCT 75 Pu ish May 20,2003