HomeMy WebLinkAboutMINUTES - 05062008 - C.8 TO: BOARD OF SUPERVISORS Contra
--__
FROM: JULIA R. BUEREN, PUBLIC WORKS DIRECTOR C Sta
DATE: May 6, 2008 \ y. C o u n t
SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract
amendment with Moore Iacofano Goltsman,Incorporated,Countywide.(Developer Fees and Special
District Funds)(All Districts)Project No.: Various
SPECIFIC REQUI-.ST(S)OR RECOMMENDATION(S)&BACKGROUND ANDJUS 11F1C'ATION
RECONIMENDED ACTION:
APPROVE and AUTHORIZE the Public Works Director,or designee,to execute a contract amendment with Moore
Iacofano Goltsman,Incorporated, effective April 1, 2008,to extend the terns from April 1,2008 to March 31,2009
with no change in the payment limit for the provision of landscape architectural services.
FISCAL IMPACT:
There is no impact to the County General Fund. Services are paid by Developer Fees and Special Districts funds.
Continued on Attachment: x SIGNATURE:
_✓RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
;;�APPROVE OTHER
SIGNATURE(S): �.
ACTION OF B A D ON APPROVED AS RECOMMENDED x� OTHER
V TE OF SUPERVISORS
UNANIMOUS(ABSENT )
AYES. NOES.
ABSENT: ABSTAIN:
WLab
G:\SpDist\Board Orders\2008\5-6-08 Moore Iacofano Goltsman amndt 4-1-08.doc I hereby,certify that this is a true and correct copy of an action
Ori-.DI.•:Public Works(special Districts) taken and entered on the minutes of the Board of Supervisors on
Contact: Warren Lai(313-2 180) the date shown.
cc: County Administrator
AUditor Controller
County Counsel .
V.Zayas.Special Districts ATTESTED: �O
Accounting JOHN CULLEN,Cl rk of tI a Boar of Supervisors and County
File Folder
Administrator
By Deputy
SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract
amendment with Moore Iacofano Goltsman, Incorporated, Countywide. (Developer Fees and
Special District Funds)(All Districts) Project No.: Various
DATE: May 6, 2008
PAGE: 2
REASONS FOR RECOMMENDATIONS AND BACKGROUND:
Special Districts requires a professional landscape architectural firm to provide plan review, construction field
inspections, grounds and facilities inspections, design services, and other consulting services related to landscape
architecture primarily for those areas to be annexed into the countywide LL-2 landscape district or part of County
Service Areas. Additionally,a firm is needed to provide landscape planning and design services for County projects.
Services are paid by developer fees and through various Special Districts funds.
CONSEQUENCES OF NEGATIVE ACTION:
Without Board :approval, Special Districts will not be able to provide these services with the required level of
expertise needed to ensure that the landscape areas it manages are designed, constructed and maintained in
accordance with the Public Works Department's Landscape Standards.
FOR
CLERK — OF — BOARD
for the 5-6-08 board meeting
THESE DOCUMENTS SHOULD BE ATTACHED
TO THE ORIGINAL COPY OF THE APPROPRIATE
BOARD ORDER/RESOLUTION
(note: the agenda item number on the yellow
"stickie" is the number that was assigned it
on the original version of the agenda...
but it may have changed)
ITE O. DOCUMENT
C.8 Contract with Moore Ifacofano Inc.
Joellen Waters
Public Works Department
313-2339
GAAdmin\AGGNDA\PW Agn\Board Order Fornis\Inst#7=Emy copies no sig.doc
'Contra Costa County CONTRACT AMENDMENT AGREEMENT Number
�Sta.ndard Forni U7 (Purchase of Services -Long Form) Fund/Org#
Revised 2002 Account#
Other#
1. Identification of Contract to be Amended.
Number: 49492
Effective Date: April 11, 2006
De.partrnent: Public Works Department
Subject: Count wide Landscape Architectural Services
2. Parties. Tile County of Contra Costa, California (County), for its Department named above, and the lollo-viing-
nanied Contractor mutually agree and promise as follows:
.Contractor: Moore Iacofano Goltsman, Incorporated
Capacity: Corporation
Address: 800 Hearst Avenue Berkeley, CA 94710
3. Amendment Date. The effectivee date of this Contract Amendment Agreement is April 1, 2008 .
4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the"Anrcndincnt.
Specifications" attached hereto which are incorporated herein by reference.
5. Signatures. Tlresc signatures attest'the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors
By
airman/Designee Deputy
CONTRACTOR
Name of business enti Na*are
e ) �ic1c�
By kh
By i, rvi u 1 or c fiver)
(Signature of individual or officer)
(Print name and title B, if applicable)
(Print name and title A, if ae)��,
Note to Contractor:For Corporations(profi pr' thee' i acttniu'sf 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(CivoF},Q .ciio and Corporations Code Section 313). All signatures must be acknowledged as set forth on Form L2.
L=7 (Page 1 of 1)
f'ontra.Costa County APPROVALS/ACKNOWLEDGMENT Number
Staii'd u•cl orni Irl (Purchase of Services-Long Form),
Revised 2002
APPROVALS
RECOMMENDED 13Y DEPAIUMEN'1' FORM APPROVED
COUNTY COUNSI:l.
By: '"' By:
Des1gllec Deputy
APPROVED: COUNTY ADMINISTRATOR
By:
Designee
ACKNOWLEDG ENT
S 1 A 1 OF CALIFORNIA IA )
ss.
COJNTY O , 'ONTRA COSTA )
•OII , before Ine,
insert name auzd title of the o � •'r), personally appeared
personally higowii to me (or proved to nIc on (11e basis
of satislact.ory evidence) to be the persol hose nalne(s) is/are sI. scribed to.the within instrument and
acknowledged to ine that,lie/s}Ic/they .execut the.same in leis/l r/thcir authorized capacity(ies), arul Mat by
liis/leer/tlic:.ir sigliature(s) on tlic instrlunent.the pe :on(s), or e entity iipon behalf•of wliicli the person(s) acted,
executed the Instrument.
WITNESS MY HAND AND OF CIAI.SF:
al)
Sipiature
ACIL\pwLGllGMFNT(by Coiporaiion,Partnership,or Individual)
(Ciel Code 41189)
Irl (Page I of 1)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of _eALAMgDA
On before me, , Ursa 4-4l 54, .P1w- rl Ana�kbli ,
atD a Here Insert Name andTitle of the Officer
personally appeared _G,nie) S. .FWD & Lsan 14. ! Op4s imin
Name(s)of Signer(s)
who proved to me on the.basis of satisfactory evidence to
be the per n( whose na eess 4/1 re subscribed to the
within instrument and ac c�nowleaged to me that
the executed the same in 4is� t eir authorized
capacit , and that by /the signate( on the
f�l-�G`IM RHES instrument the pe�s� or the entity upon ehalf of
Commission # 1755565 which the persr( acted, executed the instrument.
Notary PUbI1C -California 1
Alomwda County I certify under PENALTY OF PERJURY under the laws
hd 30,2011
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature
Place Notary Seal Above. I U 01nature of lNotary Public
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.
Description of Attached Document
Title or Type of Document: WTttyG-, A "6wyL Aamxy i_rE
Document Date: CL.Jye, rt Number of Pages: In
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name: Signer's Name:Zus .n H . 61DNSW1i A
❑ Individual ❑ Individual
'k,Corporate Officer—Title(s): CEEO ,Corporate Officer—Title(s):
❑ Partner—❑ Limited ❑ General _ _ 0 Partner—❑ Limited ❑ General _
L] Attorney in Fact - ❑Attorney in Fact - •
Trustee Top of thumb here ❑Trustee Top of thumb here
❑ Guardian or Conservator ❑ Guardian or Conservator
❑ Other: ❑Other:
Signer Is Representing: Signer Is Representing:
02007 National Notary Association-9350 De Soto Ave.,P.O.Box 2402-Chatsworth,CA 91313-2402-www.NationalNotaryorg Item#5907 Reorder:Call Toll-Free 1-800-876-6827
AMENDMENT SPECIFICATION
The contract identified is hereby amended as follows:
I. Section 4, `Grounds and Facilities Inspections' and Section 5, 'Playground
Safety Inspections', of the Contra Costa County Service Plan for
Landscape Architectural Services have been omitted in their entirety. All
other terms in the contract and service plan entered into on April 11, 2006
between the County and Moore lacofano Goltsman, Inc. shall remain in
full force and effect.
II. The term of the above described contract between the parties hereto is
hereby extended from April 1, 2008 to March 31, 2009, unless sooner
terminated as. provided in said contract.
Contra Costa County SERVICE PLAN Number 49492
Standard Form L-3 (Purchase of Services -Long Form)
Revised 2002
Countywide Landscape Architectural Services
1. Certifications
a. Professional Requirements
Contractor certifies its-employees who will perform work under this Contract possess a valid and
current California Landscape Architectural License and Playground Safety Inspector Certificate
issued by the National Recreation and Park Association,National Playground Safety Institute.
b. Required Knowledge
Contractor certifies its employees who will perform work under this Contract posses knowledge and .
experience in working with the Rain Master Evolution DX2 central controlled irrigation controller and
related components such as satellite weather stations and radio relays,the County Landscape Standards
and Guidelines,ADA guidelines,all applicable playground safety standards,and will have experience in
providing a public agency with services similar to the following.
2. Plan Checking
a. Contractor will provide plan check services on an as-needed basis. Contractor will review the landscape
improvement plans, bond estimates, and technical specifications for conformance with the County
Landscape Standards and Guidelines and all applicable codes and regulations. Landscape improvement
plan checks shall be completed at the landscape designer level or below under the direction of the
landscape architect with the majority of work provided at or below the landscape designer level.
b. Upon completion of a landscape improvement plan check, the Contractor will provide to the County,
written comments based on the necessary corrections to bring the plans into compliance with agreed
upon standards and codes. Contractor shall provide a typed hard copy and an electronic copy in
Microsoft Word.of all comments ready for insertion into correspondence to the applicant. County
may require.other commenting methods, including but not limited to redlines and completion of the
County Landscape Standards and Guidelines Plan Review Checklist.
c. After improvements have passed a substantial completion inspection, the Contractor shall verify and
plan check the As-Built Plans.
Initials:
Contractor County Dept.
L-3 (Page 1 of 3)
3. Construction Field Inspection
a. Contractor will provide field inspections of landscape improvements on an as-needed basis. At the
direction of the County, Contractor will review landscape improvements for conformance with the
Reviewed Landscape Improvement Plans, the County Landscape Standards and Guidelines, and other
accepted landscape construction practices. Contractor will conduct field reviews under the direction of
the landscape architect with the majority of work provided at the landscape designer/field inspector level.
During such inspections, all items of the landscape elements shall be inspected,which may include,but
are not limited to: irrigation main line and lateral lines, spray heads, other irrigation components (i.e.
central controlled irrigation controller,backflow preventers,vacuum relief valves,quick coupling valves,
etc.),tree,plant,turf,and seed materials,water dams,root barriers,hardscape,xeroscape,play structures,
site furniture, vaults and valve boxes.
b. Upon completion of each field review, Contractor will provide to County written comments indicating
any deficiencies and the necessary corrections required to bring the landscape improvernents into
compliance with the reviewed plans and specifications. Contractor will provide comments in Microsoft
Word, or in any other format specified by the County.
4. Landscape Standards and Guidelines
Contractor will assist in the update of the County Landscape Standards and Guidelines,in the format required
by the County. The Contractor will ensure consistency with other Public Works documents and County
Ordinances.
5. Additional Services
Contractor:will :provide additional:landscape architectural:services at tlie=request of the Couiify:-=These
services may nclude;`butare;;not :limited to::;'.desrgn services' coristructiori;management assrstar7ce in
.•.: .
preparing Master Flans=and an rrritigatron landscape reviews;:installationand-inspections,
miscellaneous installations,and assistance in the implementation of a central controlled lar dscape:irrigation
system.
Initials: Ali
C Wractor County Dept.
L-3 (Page 2 of 3)
6. Hourly Rate and Personnel
Contractor will supply the following personnel at the following hourly rates:
Landscape Architect, Playground Safety&Field Inspector Tim Gilbert $150.00
Landscape Architect, Playground Safety&Field Inspector Laurel Kelly $125.00
Landscape Architect, Playground Safety&Field Inspector Jake Gilchrist $ 95.00
Landscape Designer, Draftsperson and Field Inspector Jose Leal $ 85.00
Landscape Designer, Draftsperson and Field Inspector Amy Mitchell $ 85.00
Landscape Designer, Draftsperson and Field Inspector Rebecca Colbert $ 85.00
Landscape Designer, Draftsperson and Field Inspector Barnali Ghosh $ 85.00
Project Associate/Support Yuri Kilburg $ 75.00.
Hourly rates shall include all direct costs associated with performing services, which may include,but is
not limited to, photocopies and reproductions,postage, courier services, facsimiles, telephones, cellular
phones, personal safety gear, mileage, and other travel expenses. A markup percentage for construction
management or outside Contractors, such as Horticulturalists and Arborists, will not be permitted and.
shall be billed at cost.
Initials:
Contractor ounty Dept.
L-3 (Page 3 of 3)