Loading...
HomeMy WebLinkAboutAgreement A-25-302 Fourth Amendment to Agreement with PARC (2).pdf 24-1096 Agreement No. 25-302 1 AMENDMENT IV TO AGREEMENT 2 3 This Amendment No. 4 to Service Agreement ("Amendment No. 4") is dated June 24 2025 and is 4 between Professional Asbestos Removal Corporation, dba PARC Environmental, a California 5 corporation, whose address is 2864 E. Dorothy Ave. Fresno, CA 93706 ("Contractor"), and the County 6 of Fresno, a political subdivision of the State of California ("County"). 7 8 Recitals 9 10 A. On February 25, 2020, the County and the Contractor entered into Agreement number 20-085 11 ("Agreement')to provide services for asbestos and lead paint abatement, hazardous waste 12 pickup and disposal, and removal and disposal of debris associated with homeless 13 encampments, and emergency response services. 14 B. On July 12, 2022, the County and the Contractor entered into Amendment I to the Agreement, 15 Agreement number 22-303, ("Amendment No. 1") to add additional funding for these services 16 and increased the Agreement total compensation amount to $1,200,000. 17 C. On October 25, 2022, the County and the Contractor entered into Amendment 11 to the 18 Agreement, Agreement number 22-496, ("Amendment No. 2") to add additional funding for 19 these services and to clean up third-party properties pursuant to certain Notices and Orders to 20 Abate Public Nuisances issued by COUNTY, increasing the Agreement total compensation to 21 $2,100,000. 22 D. On April 9, 2024, the County and the Contractor entered into Amendment III to the Agreement, 23 Agreement number 24-158, ("Amendment No. 3"), to move funds previously designated for 24 Abatement Services to the County Administrative Office and increasing the Agreement total 25 compensation by $500,000 to a total of$1,650,000. 26 E. The County needs to further increase funding designated in the Agreement to the Department of 27 Public Works and Planning by $75,000. 28 The parties therefore agree as follows: 1 1. Section 4 of the Agreement, found at page 8, line 8, through page 9, line 4 of the original 2 agreement, and as later amended in Amendments I, ll, and III, is deleted and replaced as 3 follows: 4 "A. SERVICES —The COUNTY shall only provide compensation and payment to 5 CONTRACTOR for work authorized by the COUNTY. COUNTY agrees to pay 6 CONTRACTOR and CONTRACTOR agrees to receive compensation in accordance 7 with CONTRACTOR's respective rates provided in Attachment A. All rates listed in 8 Attachment A are valid for the Term of this Agreement. All rates listed in Attachment A 9 are "fully loaded," as they include all direct and indirect costs and fees or profit as well as 10 ancillary materials not described in Attachment A. CONTRACTOR shall not undertake 11 any services without the advance written authorization of the COUNTY. If the COUNTY 12 requests a service not specified in Attachment A, then such services will be negotiated 13 between the COUNTY and the CONTRACTOR and shall be based on prices similar to 14 those outlined in Attachment A. 15 B. In no event shall compensation paid for services provided to the following 16 departments of the COUNTY under this Agreement exceed the following amounts during 17 the potential maximum five (5) year and four (4) month term: Department of Public 18 Works and Planning compensation for services shall not exceed nine hundred seventy- 19 five thousand dollars ($975,000), compensation paid for services provided to the 20 Department of Public Health shall not exceed fifty thousand dollars ($50,000), and the 21 compensation paid for services provided to the County Administrative Office shall not 22 exceed one million, six hundred fifty thousand dollars ($1,650,000). 23 C. AGREEMENT MAXIMUM — In no event shall the total compensation paid to 24 CONTRACTOR during the entire potential five (5) year and four (4) month term of this 25 Agreement for Routine, Emergency Response, Abatement, and Callback Services 26 exceed two million, six hundred seventy-five thousand dollars ($2,675,000)." 27 2. This Amendment No. 4 may be signed in counterparts, each of which is an original, and all of 28 which together constitute this Amendment No. 4. 1 3. The Contractor represents and warrants to the County that: 2 a. The Contractor is duly authorized and empowered to sign and perform its obligations 3 under this Amendment No. 4. 4 b. The individual signing this Amendment No. 4 on behalf of the Contractor is duly 5 authorized to do so and his or her signature on this Amendment No. 4 legally binds the 6 Contractor to the terms of this Amendment. 7 4. The Agreement as amended by this Amendment No. 4 is ratified and continued. All provisions 8 of the Agreement and not amended by this Amendment No. 4 remain in full force and effect. 9 [SIGNATURE PAGE FOLLOWS] 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 1 2 IN WITNESS WHEREOF, the parties have executed this Amendment No. 4 on the date set forth above. 3 4 CONTRACTOR COUNTY OFFRESNO 5 Professional Asbestos Removal Corp. DBA: PARC Environmental 6 7 J �i . Jeff y avis, Haznfi f Division M ager Ernest Buddy�Mens, Chairman of the Board of 8 Supervisors of the County of Fresno 10 Jason Marfina, CEO ATTEST: 11 Bernice E. Seidel Clerk of the Board of Supervisors 12 2864 E. Dorothy Avenue County of Fresno, State of California Fresno, CA 93706 13 By Deputy 14 15 16 17 18 19 20 21 22 FOR ACCOUNTING USE ONLY 23 ORG Nos. 4510, 2540, 5620 Account Nos. 7295, 7490 24 Fund Nos. 0010, 0001 Subclass Nos. 11000, 10000 25 26 27 28