Loading...
HomeMy WebLinkAboutMINUTES - 04202004 - C56-C60 Contra Costa County TO: BOARD OF SUPERVISORS FROM: Dennis M. Barry, AICP Community Development Director DATE: April 20, 2004 SUBJECT: CONTRACT WITH CCCTA (CENTRAL CONTRA COSTA TRANSIT AUTHORITY - (BUS COMPANY) ) FOR PLEASANT HILL BART SHUTTLE/FEEDER BUS SERVICES (Contract # C48699-00) SPECIFIC REQUEST(S) OR RECOMMENDATIONS) & BACKGROUND AND JUSTIFICATION RECOMMENDATIONS APPROVE and AUTHORIZE the Community Development Director, or his designee, to execute a contract with CCCTA (Central Contra Costa Transit Authority, in the amount of $243,242 to provide Pleasant Hill BART Shuttle/Feeder Bus Service, for the period April 21, 2004 through March 9, 2005; and APPROVE and AUTHORIZE the Community Development Director, or his designee, to execute an Interagency Agreement with BART to receive revenue in the amount of$55,382 to partially fund the above agreement. FISCAL IMPACT The cost is covered by revenue received from BART (Bay Area Rapid Transit) ($55,382), TFCA(Transportation Fund for Clean Air) ($54,388 —to be received from CCTA (Contra Costa Transportation Authority), Redevelopment Funds ($36,985), Measure C ($60,000) and Fares ($36,486). Y CONTINUED ON ATTACHMENT: X YES SIGNATURE' �--0 RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMME ATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE (S) : r. ACTION OF BCRDONAMM 20. 2004 AAPPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A X UNANIMOUS (ABSENT NM TRUE AND CORRECT COPY OF AN AYES: NOES: ACTION TAKEN AND ENTERED ON THE ABSENT: ABSTAIN: MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE SHOWN. Orig: Raymond Wong (925) 335-1282 ATTESTED APRIL 20, 2004 cc: Community Development Department Auditor-Controller, A/P Contracts JOHN SWEETEN, CLERK OF County Administrator THE BOARD OF SUPERVISORS Planner-John Cunningham (CDD) AND COUNTY ADMINISTRATOR BY ` \: ._ 1 %� DEPUTY BACKGROUND/REASONS FOR RECOMMENDATIONS The development of a green space area near the Iron Horse Trail resulted in a loss of parking available at the Pleasant Hill BART Station. To address this issue, increased public mass transportation services will be provided through an Interagency Agreement between Contra Costa County Community Development Department and CCCTA for Pleasant Hill BART Shuttle/Feeder Bus. PUBLIC MASS TRANSPORTATION SERVICE AGREEMENT Pleasant Hill BART Shuttles This PUBLIC MASS TRANSPORTATION SERVICE AGREEMENT (Agreement) is entered into effective this 21 day of April, 2004,between the CENTRAL CONTRA COSTA TRANSIT AUTHORITY (hereinafter"CCCTA"), a joint exercise of powers entity created, existing and in good standing under California Government Code Sections 6500, et seq., and the County of Contra Costa, a political subdivision of the State of California(hereinafter"County"). RECITALS THE PARTIES ENTER THIS AGREEMENT on the basis of the following facts, understandings and intentions: A. The County desires to address the loss of parking in and around the Pleasant Hill BART station due to development of an area near the Iron Horse Trail into green space that had been previously available to BART patrons for parking on a temporary basis. B. The County has determined that an increased level of mass transportation services above that currently provided by CCCTA to serve the neighborhood near the Pleasant Hill BART Station is necessary and desirable to address the loss of parking around the Pleasant Hill BART Station. C. CCCTA has determined that it is in the public interest and within the scope of CCCTA's powers to provide such additional public mass transportation services. D. The County desires to give CCCTA full operational and managerial discretion consistent with the terms of this Agreement and applicable law over the means of providing the public mass transportation services contemplated by this Agreement. NOW, THEREFORE, in consideration of the mutual covenants and promises of the parties, the parties agree as follows: 1. Term. The term of this Agreement shall commence on April 21, 2004, and terminate on March 9, 2005, unless otherwise terminated or renewed as provided in this Agreement. 2. Service Level. To accommodate the County's request for additional service for residents in neighborhoods within a three-mile proximity to Pleasant Hill BART, CCCTA agrees to provide three fixed route vehicles operating on two neighborhood fixed routes, tentatively called the"Walnut Shuttle(Route 209L)" and the"Route 215 L Express". These routes will be operated by CCCTA Mondays through Fridays. The Route 209L will run on fifteen-minute headways from 6:30 a.m. until 9:15 a.m., and again from 4:15 p.m. until 6:45 p.m. weekdays, except for the Holidays listed in Section 3 of this Agreement. The Route 215L Express will operate in conjunction with conventional Route 115 resulting in a ten to eighteen minute headway from 5:54 a.m. until 9:15 a.m., and again from 4:15 p.m. until 7:30 p.m. weekdays, except for Holidays listed in Section 3 of this Agreement. Both routes will have a limited number of stops located at strategic locations designed to attract the largest number of passengers possible. CCCTA staff will create a public timetable and provide the County Connection Customer Service phone number for information regarding this new service to the public. These routes are further described in the route maps attached to and made part of this Agreement as Exhibit A. 3. Holidays. Service shall not operate on New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day or Christmas Day. 4. Vehicles a. .Maintenance. CCCTA shall provide, or cause to be provided, at its sole discretion,buses in good condition and repair for the performance of the services contemplated by this Agreement. CCCTA shall service and perform preventative maintenance on the vehicles pursuant to its standard operating policies. Vehicles shall be neat and clean. b. Accessibility. All vehicles provided for service under this Agreement shall be fully accessible to person with disabilities as required under the Americans With Disabilities Act(ADA) of 1990. 2 5. Drivers. CCCTA shall provide drivers necessary to perform the services required under this Agreement,who will be regular full-or part-time bus operators who have been trained and retained by CCCTA for operation of fixed route services. All drivers hold valid California Class B motor vehicle licenses. 6. Compensation. For the provision of the service contemplated in this Agreement, the County agrees to pay CCCTA an initial hourly rate of Fifty-Five Dollars ($55) for up to nineteen(19)hours of service per day for each and every day service is provided. The initial rate is subject to increase due to increase in the direct costs of delivering the service(i.e., operator wages, fuel, etc.) as reasonably determined by CCCTA. CCCTA will notify the County in writing of any such increase at least thirty(30)days prior to implementation of new rates. 7. The County's financial responsibility in this contract will not exceed $206,756 (BART subcontract+TFCA+Redevelopment funds +Measure C). CCCTA will collect fares and use them to offset the cost of the service. A complete budget for this service, including expected fare revenues and monetary contributions by others is attached to this agreement as Exhibit B, and thereby made a part of this agreement. 8. Payment. a. Invoices. CCCTA shall send to the County of Contra Costa, Community Development Department,by the fifteenth(15th) day of each month an invoice stating the total fee for the month. The County shall pay the amount due to CCCTA by the fifteenth(15th)day of the succeeding month. The County's personnel or their designated representative may audit the records of CCCTA pursuant to Section 12,but only to confirm the accuracy of the statements in the invoice. b. Closing Statement. Upon termination, CCCTA shall submit a written closing statement to the County to specify the costs of service and the costs of services actually performed to date of termination for which CCCTA has not been previously paid. 9. Fare Structure. CCCTA shall charge passengers its standard fixed-route fare structure. Fare revenues shall be retained by CCCTA. The"Route 209 L" and the"Route 215L Express"may be operated free of charge to passengers in the event a funding source is identified to compensate for; 3 a. service detailed in this Agreement, b. fare structure altered on other routes necessary to maintain logical service provision C. lost fare revenue on competing routes. 10. Compliance with Laws. CCCTA shall comply with all laws, regulations and orders of any federal, state, county, regional or municipal authority applicable to the service. 11. Independent Contractor. In performing under this Agreement, CCCTA shall act at all times as an independent contractor. Nothing contained herein shall be construed or applied so as to create the relationship of principal and agent, or of employer and employee,between the County and CCCTA or its agents or employees. 12. Notices. All required or permitted payments,reports, demands and notices may be sent by ordinary mail. Notices that are mailed shall be deemed delivered two (2)business days after deposited in the mail. Notices may be personally delivered and shall be deemed delivered at the time delivered to the appropriate address set forth below. Until notified otherwise in writing, CCCTA shall send or deliver all such communications relating to this Agreement to the following address: Contra Costa County Community Development Department Transportation Planning Division 651 Pine Street, 4`h Floor,North Wing Martinez, CA 94553-0095 Attn: John Cunningham And, the County shall send all such communications to the following address: Central Contra Costa Transit Authority 2477 Arnold Industrial Way Concord, CA 94520 Attn: Celinda Dahlgren, Director of Administration 13. Records and Audit. a. Financial Records: CCCTA shall maintain true and complete records in connection with the service and all transactions related thereto, and shall retain all such records for at least thirty-six (36) months after the end of the calendar year in which the service is 4 performed. The County may from time to time and at any time during the foregoing period of record retention make an audit of all records of CCCTA relating to the service; but only for the purpose of assessing the accuracy of reports or information received from CCCTA. b. Reports: CCCTA shall provide to the County ridership and performance reports as needed for the County to comply with the terms and conditions of the funding source (BAAQMD and BART). CCCTA and the County shall mutually agree upon a format and the content of such reports, and the frequency with which the reports shall be provided to the County. 14. Termination of Agreement. Either party may terminate this Agreement at any time by giving written notice of termination to the other, which shall specify the effective date thereof. The notice of termination shall be given at least thirty(30)days before its effective date. If the Agreement is terminated as provided in this section, CCCTA will be paid for all months in which service was provided and for the actual and reasonable costs incurred by CCCTA to effect such termination. Partial month's service shall be prorated. 14. Renewal. At the request of the County, and upon written guarantee of sufficient funding provided, this Agreement may be renewed for a period of up to one year, provided that the County gives sufficient notice to CCCTA in writing to allow for scheduling in to the next available bid period. For renewal effective with the Spring 2005 bid, this date is December 15, 2004. 15. Entire Agreement. This Agreement is the entire agreement of this matter between the parties and supersedes all prior negotiations and understandings with respect thereto. CCCTA and the County each acknowledges that it has not relied upon any promise, representation or warranty not expressly set forth in this Agreement in executing this Agreement. If any provision of this Agreement is void or otherwise unenforceable, the remainder of the Agreement shall continue in full force and effect. This Agreement shall not be modified except in writing signed by both parties. 16. Severability. Should any part of this Agreement be declared unconstitutional, invalid, or beyond the authority of either party to enter into or carry out, such decision shall not affect the validity of the remainder of this Agreement, which shall continue in full force and 5 effect; provided that, the remainder of this Agreement can, absent the excised portion,be reasonably interpreted to give effect to the intentions of the parties. 17. Headings. The descriptive heading used in this Agreement are for convenience only and shall not control or affect the meaning or construction of any of its provisions. 18. Time of Essence. Time is of the essence in this Agreement. 19. Waiver. No waiver by either party of any default or breach of any covenant by the other hereunder shall be implied from any omission to take action on account of such default if such default persists or is repeated and no express waiver shall affect any default other than the default specified in the waiver and then said waiver shall be operative only for the time and to the extent herein stated. Waivers of any covenant,term or condition contained herein shall not be construed as a waiver of any subsequent breach of the same covenant, term or condition. No waiver of any provision under this Agreement shall be effective unless in writing and signed by the waiving party. 20. Attorneys' pees. In the event either of the parties brings an action or legal proceeding due to an alleged breach of this agreement, the prevailing party shall be entitled to recover reasonable attorneys' fees and costs as determined by a court of competent jurisdiction. 21. Controlling Law. The laws of the State of California shall govern this Agreement and all matters relating to it. 22. Authoritv. All parties executing this Agreement represent and warrant that they are authorized to do so. 6 IN WITNESS WHEREOF, the parties have hereunto set their hands the date and year first above written. CENTRAL CONTRA COSTA TRANSIT CONTRA COSTA COUNTY AUTHORITY COMMUNITY DEVELOPMENT DEPT. By: Rick Ramacier, General Manager By: Date: Date: APPROVED AS TO FORM: APPROVED AS TO FORM: By: Madeline Chun, Legal Counsel By: County Counsel Central Contra Costa Transit Authority Contra Costa County Number Standard Form 1196 Fund/Org# INTERAGENCY AGREEMENT [County Provides Services] 1. Contract Identification. Department: Community Development Department Subject: Interagency Agreement between Contra Costa County and Agency named below for Pleasant Hill BART Shuttle/Feeder Bus. 2. Pa iec. The County of Contra Costa, California(County), for its' Department named above, and the following named Agency mutually agree and promise as follows: Agency: BART–Contract Mgmt. Capacity: Public Agency Taxpayer ID# N1 Address: 800 Madison St: Oakland,Ca 94607 3. Term. The effective date of this Agreement is A r-rn l 21, CD4 and it terminatesrn 'l 30, 7005 unless sooner terminated as provided herein. 4. Payment Limit:Agency's total payment to County under this Agreement shall not exceed 555,392.00. 5. Counly'c Obligation . County shall provide those services and carry out that work described in the Service Plan(Section 2, Service Level of the Agreement between Central Contra Costa Transit Authority and County of Contra Costa entitled"PUBLIC MASS TRANSPORTATION SERVICE AGREEMENT",Pleasant Hill BART Shuttles"),attached hereto which is incorporated herein by reference,subject to all the terms and conditions contained or incorporated herein. 6. Ag nn"Is Obligations. Agency shall pay County for its' provision of the services as set forth in the attached Payment Provisions which is incorporated herein by reference,subject to all terms and conditions contained or incorporated herein. 7. Legal Authority, This Contract is entered into under and subject to the following legal authorities: California Government Code §§26227 and 31000. 8. Signature , These signatures attest the parties'agreement hereto: —COUNTY OF CONTRA COSTA,CALIFORNIA ATTEST:John Sweeten,Clerk of the Board BO F SUPE St3 of Super ors and County Administrator By C an/Designee Deputy Af:F NCV By By BART BART General Manager Note to Contractor: For corporations (profit or nonprofit),the contract must be signed by two officers. Signature A must be that of the president or vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Section 1190 and Corporations Code Section 313). All signatures must be acknowledged as set forth on page two. "PAYMENT PROVISIONS" 1. Payment in full within 45 days after receipt of invoice from Contra Costa County Community Development Department. TO: BOARD OF SUPERVISORS 1 .; FROM: David Coleman iCosta DATE: April 20, 2004 County SUBJECT: PUBLIC DEFENDER— CLIENT SERVICES SPECIALIST LINDA NORTON SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION: APPROVE and AUTHORIZE the Public Defender to execute a contract with Linda Norton in an amount not to exceed $54,500 to continue to provide client services for the period April 1, 2004 through March 31, 2005. FISCAL IMPACT: Included in the Public Defenders approved budget This contract results in cost savings by reducing attorney time directed towards these client issues. BACKGROUND/REASQ S) FOR RECOMMENDATION: The client services provided by this contractor are manifold in assisting attorneys at the Public Defender's Office. A primary duty is to assist attorneys in finding placements in drug and alcohol programs; and then working with the clients and programs in transitioning into the programs. Secondary duties include visits to mental health hospitals and other mental health Sites that work with clients of the Public Defender who have pending LPS matters. The Department has been fortunate to findpersons with excellent professional experience in Such placements that could work on a contract basis. CONTINUED ON ATTACHMENT: YES SIGNATURE. f w--- +-'fq-ECOMMENDATION OF COUNTY ADMINISTRATOR + COMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): Action of Board on: L �'� ✓` � Approved as Recommended Other VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE i t AND CORRECT COPY OF AN ACTION TAKEN ILI UNANIMOUS(ABSENT F ' *` - } AND ENTERED ON THE MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES: NOES: SHOWN. ABSENT: ABSTAIN: ATTESTED i L4 t� CONTACT: David Coleman(5-8079) JOHN SWEETEN LERK OF THE BOAR OF cc:Superior Court Administration Office of the Sheriff SUPE�2V SORS AND C,QUI�ITY AD"ISTRATOR County Administration BY r L j.% './-,.. ____,DEPUTY CONTRA TO: BOARD OF SUPERVISORS c *,�;n-� >>'` .•�" :;, '�'` COSMA (jam 'F ipt..' •� .. t4 V V lia H r FROM: John Sweeten � �rrp,i " (' jJ T County Administrator ,, DATE: April 20, 2004 SUBJECT: Contract with the Community Housing Development Corporation of North Richmond (CHDCNR) SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION RECOMMENDATION(S): APPROVE AND AUTHORIZE the County Administrator, or designee, to execute a contract with the Community Housing Development Corporation of North Richmond (CHDCNR) in an amount not to exceed $40,000 to hire and supervise a North Richmond Community Services Coordinator to coordinate beautification and related activities through June 30, 2005. FINANCIAL, IMPACT: NONE. The County Administrator's Office received funding derived from payment of fees required by the operation of the West Contra Costa Integrated Resource Recovery Facility. BACKGROUND/REASON(S) FOR RECOMMENDATION(S) All fees paid by the IRRF must be used for projects that address the immediate impacts of a waste recovery facility in the immediate vicinity of the greater North Richmond community and unincorporated San Pablo. The North Richmond Community Services Coordinator will serve as a liaison between the Community of North Richmond, the City of Richmond, unincorporated San Pablo and Contra Costa County to assist in the sharing of education and dissemination of information regarding trash, litter control, environmental health, beautification and code enforcement activities. CONSEQUENCE: Failure to execute contract will result in increased County costs to maintain existing service levels. CONTINUED ON ATTACHMENT: _YES SIGNATURE: COMMENDATION Of COUNTY ADMINISTRATOR_RECOMMENDATION OF BOARD COMMITTE --APPROVE OTHER ACTION OF BOAR 6 ` :{ APPROVED AS RECOMMENDED THER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A UNANIMOUS(ABSENT{y - ` } TRUE AND CORRECT COPY OF AN AYES: NOES: ACTION TAKEN AND ENTERED ABSENT: ABSTAIN: ON MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE SHOWN. Contact:John Gregory 335-1089 ATTESTED _ h JOHN SWEETEN;C,ERK OF cc: John Gregory,CAO THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR j 4 _ J BY .�; f�..s �, - DEPUTY 3 TO: BOARD OF SUPERVISORS ' FROM: Maurice M. Shiu,Public Works Director DATE: April 20, 2044 SUBJECT: Amend Consulting Services Agreement with Aquatic Outreach Institute for Pinole and San Pablo Creek Watershed Awareness Programs, Mork Order Numbers 7237 and 7239. SPECIFIC REC"UEST(S)OR RECOM7ENDAT10N(S)&BACKGROUNi)AND JUSTIFICATION I. Recommended Action: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract amendment with the Aquatic Outreach Institute(AOI),effective April 6, 2444,to extend the term of the contract from February 29, 2004,to June 30,2044, and to increase the payment limit by$25,000 from$77,367 to a new payment limit of$102,367 for the continued development and administration of the Pinole Creek Watershed Awareness Program and administration and coordination of the San Pablo Watershed Neighbors Education and Restoration Society(SPAWNERS)in the Sart Pablo,Pinole and El Sobrante areas. (Districts I and 2) II. Fiscal lmpact: There will be no impact to the General Fund. The County will fund this contract with Stormwater Utility Area Funds(Fund 2517). Continued on Attachment: x SIGNATURE: RECOMMENDATION OF BOARD COMMITTEE _,APPROVE OTHER SIGNATURE(S): ACTION OF Bt ON ]ji 2 PPROVED AS RECOMMENDED OTHER r -7 VOTE OF SUPERVISORS UNANIMOUS{ABSENT ) I hereby certify that this is a true and correct AYES: NOES: Copy of an action taken and entered on the minutes ABSENT: ABSTALN: of the Board of Supervisors on the date shown. RL:cw ATTESTEDAPRIL 20 20CV4 G:1CrrpData1FldCtl',Administratio&Board Orders \2004 BO\AOI Contract Amend#2_BO 2004.doc JOIE SWEETEN,Clerk of the Board Orig.Div:Public Works(Flood Control Engineering) of Supervisors and County Administrator Contact. Ronnie Levin,(925)313-2281 li cc: Public Works-Flood Control Engineering -CcartAuditor-Controller By ' " � Deputy CAC? Aquatic Outreach Institute Sharon Farrell Program Coordinator 1327 South 46 Street,Building 155 Richmond,CA 94804 SUBJECT: Amend Consulting Services Agreement with Aquatic Outreach Institute for Pinole and San Pablo Creek Watershed Awareness Programs PAGE: 2 DATE: April 20,2004 III. Reasons for Recommendations and Background: The San Pablo Watershed Neighbors Education and Restoration Society(SPAWNERS),formerly known as the San Pablo Creek Watershed Awareness Program and the Pinole Creek Watershed Program, are two of the County Watershed Program's public education outreach efforts. This effort teaches stormwater pollution reduction concepts at the watershed level for all residents and users of the watershed as required under the County's Joint Municipal National Pollutant Discharge Elimination System.(NPDES)Stormwater Permit. In September 2002, County Watershed Program(CWP) staff recommended approval of an eighteen(18) month agreement with the Aquatic {outreach Institute (AOI) for the continued administration and coordination of the watershed program in the San Pablo Creek Watershed(4t'year)and the development and administration of similar program in the Pinole Creek Watershed.AOI had submitted a scope ofwork that covered two years,but CWP staff chose to recommend the shorter,eighteen month period to accommodate its desire to remove the possible contract renewal period from the extremely busy summer months,when the Annual Report to the Regional Water Quality Control Board is being completed. County Watershed Program staff is now recommending the approval of contract extension so that AOI may continue the program through the end of the fiscal year to ensure there is no lapse in the County's support to these local watersheds and also to increase the payment limit, which is equal to the amount originally proposed by AOI in September 2002 to accomplish the goals. Staff is no longer concerned about contract renewal occurring during the writing of the Annual Report,because we are in the process of planning a new system for supporting the work of all of our watershed groups,which would most likely preclude entering into the same type of contract with AOI in the next fiscal year. IV. Conseguences of Neeative Action: In the west County area, for the rest of the fiscal year, the County will fail to meet the San Francisco and Central Valley Regional Water Quality Control Board requests for watershed-wide stormwater pollution prevention education and volunteer activities per the Joint Municipal NPDES Stormwater Permit. CONSULTING SERVICES AGREEMENT Number AMENDMENT AGREEMENT#2 Fund/Org# Account# 1. Identification of Contract to be Amended. Other# Vendor Number: 06029 Consulting Services Agreement with Aquatic Outreach Institute Effective Date: September 1, 2002 to February 29, 2004 Department: Public Works Department Subject: Consultant Duties for the San Pablo and Pinole Creeks Watershed Programs Payment Limit (s): $77,367.00 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Consultant mutually agree and promise as follows: Consultant Name: Aquatic Outreach Institute Capacity: Consultant Address: 1327 South 46t�' St., Duildinz 155 Richmond,CA 94804 3. Amendment gate. The effective date of this Contract AmendmentfExtension Agreement is April 6, 2004 4. Amendment Specifications. The Contract identified above is hereby amended as follows: I. Extension of Term H. Payment Limit 5. Extension of Term. The term of the above-described Contract between the parties hereto is hereby extended from February 29, 2004 to June 30, 2004, unless sooner terminated as provided in said contract. 6. Amendment Payment Limit. Increase the payment limit by$25,000.00 from $77,367.00 to the new total payment limit of$ 102,367.00. 7. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONSULTANT Public Aaency r Consultant Name By _ ( ) BY t4 Mauri Shiu ri t barna) Public Wo s Director (Signature and business capacity) RECOMMENDED FOR APPROVAL: By (2) B ��7C! \X0V,1WP-,�6 Ronnie-Levin' (print name) Senior Engineeri a nisi (Signature and business capacity) Note to Cantractwr r:For corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be that at the president or vice president and Signature B must be that of the secretary or assistant secretary(Civil Code Section 1150 and Corporations Code Section 313). G:1GrpDatalF1dCt1NNPDESIPUSL1C EDUCtCONTRACTS1AOITY 02 041ContractAmend#2.doc CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of OPTIONAL SECTION County of CAPACITY CLAIMED BY SIGNER On before me,— /G G.. Though statute does not require the Notary to fill NAME,TITLE OF OFFICER E.G.."J//ANE OE.NOTARY PUBLIC" #n the data below,doing so may prove Invaluable personally appeared ,j S. I pTJ" �+(,{i>�/r(�,� to persons relying on the document. NAME(S)OF SIGNER(S) p INDIVIDUAL ❑ personally known tome-OR- -- proved tome on the basis of satisfactory evidence to CORPORATE OFFICER(S) s be the person whose namelbis/ TITLE(S) subscribed to a within instrument acknowledged to me that helshe/M-FV11p PARTNER(S) ❑ LIMITED the same in h#slue ❑ GENERAL authorized capacity d th t by U ATTORNEY-IN-FACT WlL CHUN his/her Ignatur n the instrument U TRUSTEE(S) the person r th upon behalf of ( ) i� COMM.IC-CAU#1358189 �+ which the person ted,executed the U GUARDIAN/CONSERVATOR NOTARY PUBLIC-CAU instrument ❑ OTHER: CONTRA COSTA COUNTY MyCamn.Expires Mep25,2006 UK W1TN d official seal, SIGNER IS REPRESENTING: . rr� (NAMS OF PERSON(S)OR ENTiTY(IES)) SIG *TURF OF NOTARY 6� i OPTIONAL SECTION ° THIS CERTIFICATE MUST BE ATTACHED Title or Type of Document (R15 i TO THE DOCUMENT AT RIGHT. Number of Pages _- r Though the data below is not required by law,it may prove valuable Date of Document /f o to persons relying on the document and could prevent fraudulent Signer(s)Other Than Named Above F7 `- re-attachment of this form INSTRUCTIONS TO NOTARY The following information is provided in an effort to expedite processing of the documents. Signatures required on documents must comply with the following to be acceptable to Contra Costa County. I. FOR ALL SIGNATURES -The name and interest of the signer should be typed or printed BENEATH the signature. The name must be signed exactly as it is typed or printed. 11. SIGNATURES FOR INDIVIDUALS-The name must be signed exactly as it is printed or typed. The signer's interest in e property must be s a e . Ill. SIGNATURES FOR PARTNERSHIPS - Signing party must be either a general partner or be authorized in writing to have the authority to sign for ana 5ind the partnership. IV. SIGNATURES FOR CORPORATIONS Documents sHould be signed y two o iters, one from each of the following two groups: GROUP 1. ((a)The Chair of the Board (b)The President (c Any Vice-President GROUP 2. jai The Secretary b An Assistant Secretary c The Chief Financial Officer d The Assistant Treasurer If signatures of officers from each of the above two groups do not appear on the instrument,a certified copy of a resolution of the Board of Directors authorizing the person signing the instrument to execute instruments of the type in question is required. A currently valid power of attorney, notarized,will suffice. Notarization of only one corporate signature or signatures from only one group, must contain the following phrase: "...and acknowledged to me that sucfl corporation executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors." 9�4a,sir61 • Pinole Creek Watershed Awareness Program 4 Scope of Work Target Task FY 03-04 Total Contra Costa Bate Cost County 07103-06/04 Administrative Coordination •field inquiries,send out information, $3,344 $969 and handle correspondence •maintain program database,records,and files $1,960 $568 •work with agency staff and volunteers $4„356 $1,263 to develop program direction •coordinate with county and other watershed $4,008 $1,162 stakeholders to plan projects,do outreach,etc. Subtotal $13,668 $3,%2 07/03-06/04 Meetings Coordination •coordinate and organize community meetings $2,466 $715 •prepare for and lead 11 community meetings $6,588 $1,910 Subtotal $9,054 $2,625 07103-06/04 Projects and Events Coordination •coordinate participation in County-led bioassessment program $1,320 $383 •coordinate restoration projects in the watershed $5,876 $1,704 •hold restoration workdays $7,709 $2,235 •hold one special event $1,020 $296 Subtotal $15,925 $4,617 07/03-06104 Publicity and Outreach •attcnd/prescnt at a minimum of 3 community fairs $495 $144 •coordinate special community events such as Earth Day $2,784 $807 •carry out student outreach and education activities $3,960 $1,I48 •make educational presentations to 3 or more community $990 $287 groups •write and distribute I I calendar of events listings $1,548 $449 •write,layout,and mail 1 I flyers or newsletters $7,492 $2,172 Subtotal $17,269 $5,006 07103-06104 Reports and Presentations •write and submit monthly reports to County&CALFP.D $3,690 $1,070 •write and submit an annual report to County&CALFED $1,190 $345 •make final presentation $736 $213 Subtotal $5,615 $1,628 Direct Costs •copies $150 $43 •postage $1,500 $435 •paper and printing for flyers $2,400 $696 •supplies $500 $145 •event materials $500 $145 •restoration materials $1,080 $313 •refreshments $248 $72 Subtotal $6,378 $1,849 Travel $402 $117 Total Labor $61,531 $17,838 Total Direct Costs&Travel $6,780 $1,966 I(No Agency Fee on Travel and Direct Costs $678 $197 Grand Total $68,989 $20,000 Aquatic Outreach Institute • . San Pablo Creek Watershed Awareness Program Scope of Work FY 03-04 Contra Costa Target Task Cost County Date 09/03-08/04 Administrative Coordination •field inquiries and handle correspondence $ 2,516 $ 1,127 •maintain program database,records and files $ 1,512 $ 677 •work with agency staff,steering committee,and $ 2,729 $ 1,222 volunteers to develop program direction •coordinate with county and other watershed stakeholder $ 3,360 $ 1,504 agencies Subtotal $ 10,117 $ 4,530 09/0348/04 Meetings Coordination -prepare for and lead 10 monthly community meetings $ 6,156 $ 2,756 Subtotal $ 6,156 $ 2,756 09/03-08/04 Projects and Events Coordination •coordinate creek side restoration projects $ 8,940 $ 4,003 ,coordinate at least at least 4 creek surveys,clean ups $ 1,980 $ 887 and enhancement activities •coordinate native plant surveys and propagation activities $ 7,332 $ 3,283 •coordinate wildlife survey&enhancement activities $ 990 $ 443 -coordinate water quality monitoring $ 3,372 $ 1,510 Subtotal $ 22,614 $ 10,126 09/03-08/04 Publicity and Outreach -coordinate special community events such as Earth Day $ 3,115 $1,170 •carry out student education and community outreach $ 4,620 $1;000 •write and distribute print and website publicity $ 1,264 $ 566 •write and layout 11 newsletters,flyers or brochures $ 7,476 $ 3,347 Subtotal $ 16,475 $6,083 09/0348/04 Quarterly and Annual Reports •write and submit monthly reports $ 1,747 $ 782 •write and submit an annual report $ 626 $ 280 Subtotal $ 2,373 $ 1,062 Direct Costs •copies(in-house) $ 220 $ 98.51 •postage $ 2,600 $ 1,164.18 •paper and printing for monthly newsletters and brochures $ 3,000 $ 1,343.28 •consultants $ 2,000 $ 895.52 •reference materials $ 100 $ 44.78 •refreshments $ 600 $ 268.66 •event materials $ 380 $ 120 •restoration materials $ 1,000 $ 447.76 •native plant pro agation supplies $ 850 $ 380.60 Subtotal $ 10,750 $ 4,763,27 Travel $ 400 $ 180 Total Labor $ 57,734 $ 24,558 Total Direct Costs and Travel $ 11,150 $ 4,943 10%agency fee for direct costs and travel $ 1,115 $ 499 Grand Total S 69,999 $ 30,000 Aquatic Outreach Institute TO: BOARD OF SUPERVISORS ee ko FROM: Maurice M. Shiu, Public Works Director DATE: April 20, 2004 SUBJECT: Consulting Services Agreement with Finger Art and Design for the development,administration and implementation of various graphic design projects related to meeting the provisions of the County's National Pollutant Discharge Elimination System (NPDES) Permit, Countywide. (Stormwater Utility Area Funds, WO# 7517-6W7202) (All Districts) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. Recommended Action: APPROVE and AUTHORIZE the Public Works Director,or designee,to execute a contract with Finger Art and Design,effective April 20,2004,in the amount of$48,959 to provide assistance with the development, administration and implementation of various graphic design projects related to meeting the provisions of the County's NPDES Permit for the period of April 20, 2004, through June 30, 2006, Countywide. (Stormwater Utility Area Funds,WO# 7517-6W7202)(All Districts) II. Fiscal Impact: There will be no impact to the General Fund. The County will fund this contract with Stormwater Utility Area Funds. Continued on Attachment: x SIGNATU RECOMMENDATION OF BOARD COMMITTEE _ APPROVE / f1THER SIGNATURE (S): ACTION OF B0,40 ON 042004 APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS X UNANIMOUS (ABSENT Nm ) AYES: NOES: ABSENT: ABS: AIN• I hereby certify that this is a true and correct copy of an action • taken and entered on the minutes of the Board of Supervisors on RL:TR:cw the date shown. G:\GrpData\FldCtl\Administration\Board Orders \2004 BO\Finger Art BO 04-20.doc Orig.Div:Public Works(Flood Control Engineering) ATTESTED:APRIL 20, 2004 Contact: Tanya Redfield,(925)313-2313 JOHN SWEETEN,Clerk of the Board of Supervisors and cc: Auditor-Controller-Contracts CAO County Administrator John Finger,Finger Art&Design 1241 Mountain View Blvd. Walnut Creek,CA 94596 By ;y� _ € v� f' - - Deputy SUBJECT: Consulting Services Agreement with Finger Art and Design for the development,administration and implementation of various graphic design projects related to meeting the provisions of the County's National Pollutant Discharge Elimination System (NPDES) Permit, Countywide. (Stormwater Utility Area Funds, WQ# 7517-6W7202) (All Districts) PAGE: 2 DATE: April 20, 2004 III. Background and Reasons for Recommendations: The Contra Costa County Watershed Program(CWP)works to implement the County's state-mandated National Pollutant Discharge Elimination System(NPDES)Permit. The permit provisions are met through various programs that work to reduce water quality impacts caused by non-point source pollution from urban and rural stormwater runoff. The CWP administers educational programs and provides technical assistance services to local watershed stewardship groups, schools,businesses, other public agencies, and the general public. The C'4VP also oversees other stormwater quality related programs such as street sweeping,best management practices for construction projects,maintenance activities, commercial-industrial inspections and illicit discharge investigations, The CWP seeks to acquire assistance with the development, administration and implementation of various graphic design projects related to meeting the provisions of the County`s NPDES Permit. IV. Consequences of NeLyative Action: The County will miss an opportunity to meet the San Francisco and Central Valley Regional Water Quality Control Board's mandates to provide effective watershed-wide stormwater pollution prevention programs per the Joint Municipal NPDES Stormwater Permit. r ,CONSULTING SERVICES AGR EMENT 4. Sp1gjal Con loons. These Special Conditions are incorporated below by reference. (a) Public Agency: Crura Costs County_ Public Works Q02artmgnt (b) Consultant's Name&Address: Fing2r Art_and Design 1 241 Mountain View Blvd. Walnut Creek. CA 94596 (c) Project Name, Number& Location: Contra Costa County Watershed Program"Graphic Design Assistance" (d) Effective Date: April rZ$20� (e) Payment Limit(s): $ 4$,9 (f) Completion Date(s): June 30, 2006 (g) Federal Taxpayer`s I.D. or Social Security Number: SSN 565-98-9836 2. Sionatures. These signatures attest the parties' agreement hereto: Raggmmended by Detzartmen# CONSULTANT By: Maurice M. Shiu, Public Works Director Chief Engineer, or Designee By: By: (Designate rciai capaci in a business Type of Business: Kole proprietorship, government agency, partnership, corporation, etc.) If Corporation, State of Incorporation: By: (Designate official capacity in the business) Note-to-Conaul: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 secondsignature mustbe thatof the secretary,seestant secretary,chief iinanciai officer,or assistanttreasurer.(Civ.Code,See.1190 and Corps.Code. Sec.313.)The acknowledgment below must be signed by a Notary Public, 3. Parties. Effective on the above date, the above-named Public Agency and Consultant mutually agree and promise as follows: 4. Emotoyment. 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. Scone ofService. Scope of service shall be as described in Appendix A, attached hereto and made a part hereof by this reference. - 6. ReportDisclosuE2 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. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT E,. State of Californias County of Contra Costa 55' pn 1 d► H. Kiani before me, ., Name and Tido Or t}m4er(d.Q.,'Amir Doe.Natary PwWM-; personally appearedv1 N*-(S)of Signer(t) ice_,personally known to me Ix. proved to me on the basis of satisfactory evidence to be the personw whose rtame isJcr K K#ANi Subscribed to the within irstrument and Comm.#1438867 acknowledged to me that he;s wtt�y executed Way matte-�t�u 9 contra costo county the same in hisll6rttlwr asthorized My Comm.Rohst7cttaberi,204T capaclty({e ), and that by his/*Ithfi4f K signature ]on the instrument the person ), or the entity upon behalf of which the person(,-}° acted, executed the instrument. ? WITNS y h and official seal. Mao*No'wy Seth At*vr Sic WVj a of Notary PU#iG OPTIONAL E*, Though the information below 1S not required by law,it may provs valuable to persons relying on the document and Could prevent fraudulent removal and reattachment of this form to another document: Description of Attached Document Title or Type of DocumentJ1 Document#date: C I Number of Pages: _ Signer(5)Wier Than Named Above: k� r Capacity(les) Claimed by Signer Signer's Name: r © individualTop of r1urnt)hero 3 Corporate Officer---Title(s): C Partner l_ Urnited 3'rl. General - I l Attorney in tract 0 Trustee E E Guardian or Conservator 3 othen E 5 Signer is Representing: j ' k .rc= r,P97 NoWnel ft*.81Y 8350 Oct SWO AYo..P.O.Box 2402-Cnaswortt! CA 91313.2602 Prod,No.D907 F"ser`.Cas!Tal-Frye 1.800-873-801 7. InsWrince. 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$7 Owicno and a maximum deductible of$4 = ; and(c) Comprehensive General Liability Insurance,inclu ingblanketcontractual (or contractual liability)coverage,broad form property damage coverage, and coverage for owned and non-owned vehicles, with a minimum combined single limit coverage of$ \,OWt+OC3 for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, includi.g the loss of use thereof,arising out of each accident or occurrence, and naming Public Agency, (`XAZ Cg25Jrj CNL1. itsftheirgoverningbodes,of€icersand employeesas additional insureds. Consultant shall promptly furnish to Public Ag ncy 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. j?avrrient. 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 incidentalexpenses 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. g. 81it . 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 Reteriti+in and uditino. 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 convenientlocation 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. Qmm,ershin_a , u . 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. fAtra_V1Cork. Any work or services in addition to the worts or services described in Appendix A shall be performed by Consultant according to the rates or charges listed in Appendix B. In the event that no rate or charge is listed for a particular type of extra work, Consultant shall be paid for the extra work at a rate to be mutually agreed on priorto 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. 1 blic Agency shall retain ten perce a monies dConsultant as security for the fulfillment N1o'T 0( of this Agre tammi-ho all work under this Agreement,sub ° dfinal billing,and the Public Agency has found the work to b , Is '1i. Say all withheld'funds. Public will pay withheld funds in accordance quirements of Civil Code Section 332 a n will not be old for any"on-call"work. 16. Termination by Public Agencv. 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 11 duplication, all amounts due for the services rendered up to the date of termination. 17. Abandonmentby Consultant In the event the Consultanteeases performing services under this Agreement or otherwise abandons the project prior to completing all of the services described in this Agreement, Consultant shall, without delay, deliver to Public Agency all materials and records prepared or obtained in the performance of this Agreement,and shall be paid for the reasonable value of the services performed up to the time of cessation or abandonment, less a deduction for any damages or additional expenses which Public Agency incurs as a result of such cessation or abandonment. 18. Breach. In the event that Consultant fails to perform any of the services described in this Agreement or otherwise breaches this Agreement, Public Agency shall have the right to pursue all remedies provided by law or equity. Any disputes relating to the performance of this Agreement shall not be subject to non judicial arbitration. Any litigation involving this Agreement or relating to the work shall be brought in Contra Costa County, and Consultant hereby waives the removal provisions of Code of Civil Procedure Section 394. 19. Compliance with Laws. In performing this Agreement,Consultant shall comply with all applicable laws,statutes, ordinances,rules and regulations, whether federal, state, or local in origin. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code, Section 1775. 20. Assignment. This Agreement shall not be assignable or transferable in whole or in part by Consultant, whether voluntarily, by operation of lawor 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 §ubcontractina.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 Consultantshail endorse all plans,specifications,estimates,reports and other items describedin Appendix A prior to delivering them to Public Agency, and where appropriate, indicate his/her registration number. 23. Patents and QMrlghts.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 indemnify,defend,save,protect,and hold harmless PublicAgency,its govemingbody, officers, employees, representatives, and agents ("Indemnitees')from any and all demands, losses, claims, costs, suits, liabilities, and expenses forany damage,injury, ordeath (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 negligenceor 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 forthe 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 particularbrand 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 Consuhtant'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. Prolect Personnel. In performing the services under this Agreement, Consultant shall use the personnel listed in Appendix C, attached hereto and made a part hereof by this reference. Changes in project personnel may only be made with Public Agency's written consent,and Consultant shall notify Public Agency in writing at least thirty(30)days in advance of any proposed change. Any person proposed as a replacement shall possess training, experience and credentials comparable to those of the person being replaced. 28. USE THE FOLLOWING PARAGRAPH FOR FEDEigAL AID FUNDED PROJECTS ONLY Consultants must give consideration to DBE Firms as sg gifted in 23 CF 17R 2,5(e) G:1GrpData\Admin\Micheie\FURM51Csagen over 25000.doe Form approved by County Counsel(3100) ........................................................................................... APPENDIX. A Scope of Services April 20, 2004—,Tune 30,2006 Professional Services for Contra Costa County Watershed Program "Graphic Design Assistance" Y. BACKGROUND AND PURPOSE The Contra Costa County Watershed Program(CWP)works to implements the County's state- mandated National Pollutant Discharge Elimination System (NPDES) Permit. The permit provisions are met through various programs that work to reduce water quality impacts caused by non-point source pollution from urban and rural stormwater runoff The CWP administers educational programs and provides technical assistance services to local watershed stewardship groups, schools,businesses,other public agencies, and the general public. The CWP also oversees other stormwater quality related programs such as: street sweeping,best management practices for construction projects,maintenance activities, commercial-industrial inspections and illicit discharge investigations. The CWP seeks to acquire graphic design services to enhance its various outreach programs. II. GRAPHIC DESIGN & TECHNICAL ASSISTANCE Finger Art and Design(Contractor)will provide graphic design and other technical support to the CWP. The tasks to be completed by Contractor are outlined below and may be subject to change upon agreement by both parties. Task A. Develop Projzram Logo 1. Work with CWP Staff to develop a program logo with new program name. a) Hold approximately 3 meetings with CWP staff to design and select a program logo. b) Finalize logo in versatile formats. 2. Design program letterhead, envelope and business cards for CWP staff. 3. Design and compile a general County Watershed Program folder. 4. The cost for all printing and distribution will be covered by a separate funding source from this contract. Task B: Program. Web PaLye Design 1. Design County Watershed Program web page. Provide web page in appropriate format to County web manager so that it may be linked to County web page G.\GrpData\F1dCt1\NPDES\PUBLIC EDI.IC\CONTRACTS\Graphic Design 04-06\Finger Art Contract\FINALS\Finger_Scp 04_06 FINAL.doc a) Hold approximately 3 meetings with CWP staff to discuss page design and approval. Task C: 2005 County Watershed Calendar 1. Collaborate with CWP Staff and project partners to design a watershed calendar (2005)that will be distributed throughout the County(or within partner regions). Calendar will depict photographs of local watersheds, various environmental messages, community events, and educational resources. a) Participate in collaborative meetings to plan for the Watershed Calendar. b) Work with project partners to obtain graphics/information for inclusion in the calendar. Collaborate with local photographers to select photographs. c) Design the calendar d) Obtain 3 quotes on printing and send to selected printer. Arrange delivery of calendars to designated location. 2. The cost for all printing, distribution, and photo purchasing will be covered by a separate funding source from this contract. Task D: Outreach Material Design 1. Research, design and acquire various promotional items per the request of CWP staff. 2. Research, design and acquire a street sweeping schedule,promotional item. Item will be determined through planning meetings. 3. Design and acquire Construction Contractor Best Management Practice educational/outreach/resource tools for design of a brochure. 4. Costs for purchase,printing, delivery and distribution of promotional items will be covered by a separate funding source from this contract. Task E: Storm Drain Marker Design 1. Design a Storm Drain Marker that will be placed on all storm drains and catch basins in Unincorporated Contra Costa County. a) Meet with CWP staff to plan and design markers. b) Submit design to marker manufacturer and place order. c) Oversee delivery of markers to designated address. 2. Costs for purchase and delivery of markers will be covered by a separate funding source from this contract. 2 Task G: Reporting 1. Provide quarterly updates on the status of tasks and relay any necessary adjustments to the deliverable schedule. These updates may be in the form of an email or hardcopy. 2. Submit an annual report by May 30 for 2004,2005 and 2006 to be included in the County's Annual National Pollutant Discharge Elimination Report(NPDES)to the State Water Resource Control Board. Content and format of the annual reports will be determined through discussions between the Contractor and the CWP. Task H: provide technical support on an as-needed bans 1. Provide other technical and design assistance as needed. Additional hours are built into the budget to accommodate this task. 2. Attend various meetings on an as-needed basis. tII. TERM OF AGREEMENT The agreement period will be from April 20, 2004 through June 30, 2006. Although the term of this agreement is through June 30,2006,the majority of these tasks will need to be completed prior to September 2004. A deliverable timeline, task details and the project budget will be determined though meetings between the Consultant and County Staff. 3 Appendix B Program Budget April 20, 2004 — June 30, 2006 Contra Costa County Watershed Graphic Design Services Professional Services/Rates as of March 2, 2004 Personnel Expenses Title Hourly Rate Est. Hours Total Designer $ 90.00 533 $ 47,970.00 Subtotal $ 47,970.00 Responsibilities: Designer: design, production, consultation,copywriting, research and vendor interface Non-personnel Expenses Estimated applicable CA State Sales Tax 989 Subtotal $ 989.00 TOTAL BUDGET $ 48,959.00 APPENDIX C Project Personnel Professional Services for Contra Costa County Watershed Program "Graphic Design Assistance" April 20, 2004—June 30, 2006 Personnel ,John Finger, Designer Responsibilities include: design,production, consultation, copywriting, research and vendor interface.