Loading...
HomeMy WebLinkAboutMINUTES - 02152000 - C120-C124 250-9840/A. . TO: BOARD OF SUPERVISORS FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES Contra r Costa DATE: February 15, 2000 County SUBJECT: APPROVING THE FOURTH AMENDMENT TO THE CONSULTING SERVICES AGREEMENT FOR PHASE I REMODELING,THIRD FLOOR, 50 DOUGLAS DRIVE, MARTINEZ,FOR DISTRICT ATTORNEY FAMILY SUPPORT(WH351H, Previously WPA1'75) SPECIFIC REQUESTS OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. RECOMMENDATION A. APPROVE a Fourth Amendment authorizing extra work under the Consulting Services Agreement dated January 5, 1999, with Interactive Resources, Inc. for architectural services for Phase I Remodeling, Third Floor, 50 Douglas Drive, Martinez for District Attorney Family Support. The Fourth Amendment increases the scope of services and increases the payment limit, as modified by Amendments No. 1, and No. 2 from $115,430.00 to $130,623.00 an increase of$15,193.00. B. AUTHORIZE the Director of General Services to execute the Fourth Amendment to the consulting services agreement and to issue written authorization for extra work, in addition to the authorization for Amendment No. 4, provided that the cumulative total extra cost for such additional authorizations shall not exceed $15,000.00. IL FINANCIAL IMPACT Sufficient funds are available in the District Attorney's budget to cover this increase in the Consultant's payment limit. III. REASONS FOR RECOMMENDATIONS/BACKGROUND The Director of General Services executed the original consulting services agreement with the Consultant. The First Amendment increased the scope of services to add an uninterruptible power supply (UPS) system. The Second Amendment increased the scope of services to provide design development, construction documents, bidding and construction management phases for office landscape partition workstations for Family Support, Third Floor, 50 Douglas Drive, Martinez. The Third Amendment amended Appendix B, Paragraph A to include Classifications and hourly rates specified in Consultants March 31, 1999 Rate Schedule, The Fourth Amendment increases the scope of services to provide additional site visits, construction documents and construction administration services as required due to site conditions, code non- compliance and scope of work modifications in accordance with Consultant's proposal dated January 11, 2000. CONTINUED ON ATTACHMENT: yo( SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR -RECOMMENDATION OF BOARD COMMITTEE APPROVE ,y. _OTHER SIGNATURE(S): ,CIJ' �I //.Ia0viY'1'I ACTION OF BOARD ON_ .+ i^c c d Y-v 14 go APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS UNANIMOUS(ABSENT )a 1 AYES: NOES: ABSENTS: ABSTAIN: MEDIA CONTACT: BARTON J.GILBERT(313-7100) CC: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE Architectural Division AND CORRECT COPY OF AN ACTION TAKEN AND ENTERED ON THE MINUTES OF THE BOARD File: 250-9840/A.5 OF SUPERVISORS ON THE DATE SHOWN. County Administrator's Office County Counsel ATTESTED ccetL 4) Auditor-Controller PHIL BATCHELOR,CLERK OF THE BOARD OF District Attorney(Via A/D) SUPERVISORS AND COUNTY ADMINISTRATOR Consultant(Via AID) ,„ y BY t. I ' �a.l 12.1-+,...- DEPUTY H:\1998\2509840\8LO40108b.doc Page 1 of 2 M382(10/88) - File: 250-9840/A.1.1 FOURTH AMENDMENT TO CONSULTING SERVICES AGREEMENT FOR PHASE 1,REMODELING THIRD FLOOR,50 DOUGLAS DRIVE,MARTINEZ FOR DISTRICT ATTORNEY FAMILY SUPPORT (WH351H,previously WPA175) I. Effective Date-and Partles: Effective February 18, 2000, Interactive Resources, Inc. (herein called "Consultant"), a California Corporation, and the County of Contra Costa(herein called"County"),a political subdivision of the State of California,mutually agree as follows: 2. Purpose: On January 5, 1999,the parties entered into a contract entitled "Consulting Services Agreement," referred to as the "Agreement,"which covers architectural services for Phase 1, Remodeling Third Floor, 50 Douglas Drive, Martinez for District Attorney Family Support. The Agreement previously has been amended as follows: First Amendment dated February 1, 1999,Second Amendment dated March 23, 1999,Third Amendment dated April 2, 1999. The parties desire to further amend the Agreement to expand the scope of service and to increase the payment limit accordingly. 3. Amendments to Agreement: A. In the Agreement, Section I(e), change the Payment Limit, as modified by the First and Second Amendments, from $115,430.00, to $130,623.00 an increase of$15,193.00.This change shall apply to charges from and after July 12, 1999. B. In accordance with Section 14 of the Agreement,provide the following extra services: Provide additional site visits, construction documents and construction administration services as required due to site conditions, code non- compliance and scope of work modifications in accordance with Consultant's proposal dated January 11,2000. 4. Effect: Subject to the revisions made by this and any prior amendments,the Agreement shall remain in full force and effect. 5. Signaller : These signatures attest the parties'agreement hereto: PUBLIC AGENCY CONSULTANT By: Date: Type of business: Director of General Services/Purchasing Agent (Designate type—corporation,sole proprietorship,partnership, partnership,government agency,limited liability company,etc.) If corporation,state of incorporation: By: Title: (Designate official capacity in the business) By: Title: (Designate official capacity in the business) Note to Consultant: For corporations,the contract must be signed by two officers. The first signature must be that of the chairman of the board,president or vice-president; the second signature must be that of the secretary, assistant secretary, chief financial officer or assistant treasurer. (Civ. Code, Sec. 1190 and Corps.Code,Sec.313.) The acknowledgment below must be signed by a Notary Public. CERTIFICATE OF ACKNOWLEDGMENT State of California ) ss County of ) 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 narne(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS my hand and official seal. Dated: (Notary's Seal] Notary Public RECOMMENDED FOR APPROVAL: By: APPROVED AS TO FORM: Deputy County Administrator VICTOR J.WESTMAN County Counsel By: Deputy LS:em Attachment fl:\1998\2509840\8L040107a.doc Page 1 of 1 I . TER T IVE SAB C� JORDAN �A J 1 ? 200 I! , Architecture January/ 11, 2000 GGPiER4i SFiVlCS DEPARiME#? F1Li:'� ," 'lS C'N Engineering •2 Planning Construction Review Failure Analvsis Randall Lawrence Contra Costa County Architectural Division Principals: 1220 Morello Avenue, Suite 100 Martinez, CA 94553-4711 Thomas K.Butt,FAIR Archirect Subject: CCC -50 Douglas Drive,Third Floor Remodel A90038.11 John .Clinton,s .AIA Extra Services Structurai Fng:neer.Architect C.ixaeies i�.Beavers,AIA .Architect bear Mr. Lawrence: Edward J.Anisman, AIA Architecr Per the attached letter from Joey We, we are completing our request for Sharon Waterman, AIA compensation for additional services to date. Items are referenced to our earlier architect letter of January 3, 2000. A summary of the work performed is as follows: :1 ark Place 1. Stair 1 Exhaust Fan: Cost for original electrical design: Point Richmond California,94801 a. Requested Electrical Fee: $334.00. 510. 236. 7135 Fax 510.232. 5325 www.intres.com 3. PR-05 - Roam 301 Ceiling Layout: Extra services include the rearrangement of electrical elements due to the inclusion of a cable rack requested by the county during the construction phase of the project. a. Requested Electrical Fee: 5202.50. 5. PR-08 - Power Poles at Boom 310, Southeast Corner: Revised Electrical Power Plan E3.2 to accommodate the finalized location of 2 copiers and 2 printers. This information was received during the construction phase of the project. a. Requested Electrical Fee: $383.00 Randall Lawrence -�� � January 11, 2000 Page 2 A summary of the costs for architectural, mechanical, and electrical disciplines is as follows: Item Cost Remarks 1. Stair Ex. Fan $ 2,544.00 *Mair 1 Exhaust Fan 2. PR-01,03,04 $ 7,924.00 Dour and Hardware Changes 3. PR-05 $ 1,018.50 *Room.301 Ceiling Layout 4. PR-06 $ 2,296.50 Fire Barrier Seal at 3rd Floor 5. PR-08 $ 706.00 *Power Poles at Room 310, Southeast Corner 6. PR-09 $ 371.00 Storage Room 337, Door Relocation 7. Miscellaneous $ 333.00 Letter Requesting Extra Services Total $1:,193.04 *Revised to include electrical request We appreciate your consideration of this request. Sincerely, Edward J. Anisman, AIA Attachement: Fee Request from O'Mahony &Myer dated January 7, 2000. MAOTROJECTS\1990190()35.1 I\Ca\Fxtra Serviceslawrence(0)1 I f. oc OMAHONY& ,DYER ELECTRICAL &LIGHTING DESIGN FAX TRANSMISSION COVER. SHEET utc. JaftttLtr}� 7, 2000 To: Mr. Ed.A.nisman,AL4 Fax. (510)232-5325 Re: 50 Douglas Dr. - 3'd,Floor.Remodel Set:der: Joey L. We YOU SHOULD RECEIVE One(I) PAGE, INCLUDING THIS COVER SHEET. IF YOU DO NOT RECEIVE ALL THE.PAGES, PLEASE CALL 415 492-0420, RE: Extra Services Your letter for Extra Services, Dec. 27, 1999 Dear Eel, Here is the summary of the extra services: Stair#1 Exh. Earn _ 334.00 PR-05 Ceiling Layout $ 202.50 PR-08 Power Poles Rm 302 $ 383.00 T o t a l : $1369.50 Thanks, Joey P:U37Hsf�_Ui71a{.LAS-9A118 ncw\msigmrtlwSxaaSaxulcc5 xcC3_i.wpd 4340 Redwood Hwy., Suite 24.5 San Rafael, California 9490') TEL 415-492-0420 FAX 415-479-9662 345-950 /C. .2.1 TO: BOARD OF SUPERVISORS FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES � � Costa DATE: February 15, 2000 County SUBJECT: APPROVING AND AUTHORIZING EXECUTION OF CHANGE ORDER NO.4 TO CONTRACT FOR TENANT IMPROVEMENTS AT LOS MEDANOS HEALTH CENTER, 2311 LOVER]DGE ROAD,FOR HEALTH SERVICES (WH604B) SPECIFIC REQUESTS OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I.. RECOMMENDA11 APPROVE Change Order No. 4 to the Contract dated June 15, 1999 for construction of Tenant Improvements at Los Medanos Health Center, 2311 Loveridge Road, Pittsburg, with Lem Construction, Inc., Burlingame, California, and AUTHORIZE the Director of General Services to execute the Change Order, which provides for plumbing reconfiguration and asbestos abatement, and increases the Contract Price by a total of$107,657.51. II. FMAN .IA_L•IMPACT There are sufficient funds in the plant acquisition account to cover the Change Order. III. REASONS FOR RECOMM • TTONS/B CKGROUND A. During construction it was discovered that many existing underground electrical conduits are located in such a way as to interfere with the new waste plumbing as shown on the contract documents. Change Order 4, Item 4-1 reconfigures the new plumbing fixtures so that the new waste plumbing avoids the existing electrical conduits. B. During construction it was discovered that the baseboard mastic located in the Dental Clinic area contains asbestos. Change Order 4, Item 4-2 provides for the abatement of this asbestos-containing material in accordance with federal and state regulations. CONTINUED ON ATTACHMENT: /YES SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON APPROVED AS RECOMMENDED X OTHER VOTE OF SUPERVISORS y X UNANIMOUS(ABSENT 5!J J AYES: NOES: ABSENTS: ABSTAIN: MEDIA CONTACT: BARTON J.GILBERT(9187100) Department I HEREBY CERTIFY THAT THIS IS A TRUE CC: General Services AND CORRECT COPY OF AN ACTION TAKEN Architectural DivisionDepartment BOARD Accounting OF SUPERVISORS ON THE DATE SHOWN. File: 345-9802/A.5 County Administrator's Office ATTESTED Fe �r_41 0 t-� a60 County Counsel PHIL BATCHELOR,CLERK OF THE BOARD OF Contract Compliance Officer SUPERVISORS AND COUNTY ADMINISTRATOR Contractor(Via A/D) Consulting Project Manager(Via A/D) BY DEPUTY H:\1998\3459802\8L002247b.doc SJ:cm Page 1 of 1 M382(10/88) C' File: 345-9802/8.4.1 THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY,CALIFORNIA Adopted this Order on February 15,2000,by the following vote: AYES: SUPERVISORS GIOIA, UILKEMA, DESAULNIER, CANCIAMILLA ANIS GERBER NOES: NONE ABSENT: NONE ABSTAIN: NONE RESOLUTION NO. 2000/73 SUBJECT: Approve Plans and Specifications and Award Contract for Phase II Tenant Improvements at Los Medanos Health Center, 2311 Loveridge Road,Pittsburg, for Health Services Budget Line Item No. 6973-4604 Authorization No. 0927-WH604B Bidd Total Am Bond Amaunt Yn Alan A.Bradford,Inc. $623,000.00 Payment. $623,000.00 4970 Peabody Road Performance: $623,000.00 Fairfield, California 94533 Lem Construction, Inc. Burlingame, California Zovich Construction Castro Valley, California E. A. Sparacino, General Contractor, Inc. Walnut Creek, California BRCO Constructors, Inc. Loomis, California Page Construction Company Novato, California WHEREAS the Board on November 16,1999: acknowledged that plans and specifications for Phase 11 Tenant Improvements were being prepared by Fong&Chan Architects;acknowledged that the cost estimate for the initial construction contract for Phase H Tenant Improvements was under $1,050,000; authorized the Director of General Services or his designee to solicit bids for Phase II Tenant Improvements at a future date; and authorized the Director of General Services or his designee to issue bid addenda, as needed, for clarification of the Phase II Tenant Improvement contract bid documents; and WHEREAS plans, specifications, and Addendum No. 1 were prepared by Fong & Chan Architects and have been filed with the Board by the Director of General Services; and WHEREAS bids were duly invited and received by the Director of General Services on January 20, 2000; and WHEREAS the bidder fast listed above,Alan A.Bradford,Inc.(Bradford),having submitted the lowest monetary bid,which is$76,000.00 less that the next lowest bid; and WHEREAS Lem Construction,Inc. ("LCI",2`d bidder)having submitted a letter protesting the lowest bid by Bradford; and the Board having considered the protest; and WHEREAS the Director of General Services recommending that the bid submitted by Bradford is the lowest responsive and responsible bid, and this Board concurring and so finding; HA199813459$42\8L002240b.doc Page 1 of 2 SJ:tb J�p PHASE II TENANT IMPROVEMENTS AT 345-9802/B.4.4 LOS MEDANOS HEALTH CENTER., 2311 Febrrwy 15,2000 LOVERIDGE ROAD,PITTSBURG,FOR. HEALTH SERVICES NOW,THEREFORE,the Board RESOLVES that said plans, specifications, and Addendum No. 1 are hereby APPROVED; and The Board DETERMINES that the protest filed by LCI is without merit and OVERRULES that protest; and The Board ORDERS that the contract for the finrnishing of labor and materials for said work is awarded to Bradford at the listed amount and at the prices submitted in said bid, and that said contractor shall present two good and sufficient surety bonds as indicated above, and that the General Services Department shall prepare the contract therefor, and The Board FURTHER ORDERS that after the contractor has signed the contract and returned it,together with the bonds as noted above and any required certificates of insurance or other required documents,and after the Director of General Services has reviewed and found them to be sufficient,the Director of general Services is authorized to sign the contract for this Board; and The Board FURTHER ORDERS that in accordance with the project specifications and/or upon signature of the contract by the Director of General Services, any bid bonds posted by the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and The Board FURTHER ORDERS that the Director of General Services is authorized to sign any escrow agreements prepared for this project to permit the substitution of securities for moneys withheld by the County to ensure performance under the contract, pursuant to Section 22300 of the Public Contract Code. The Board DECLARES that, should the award of the contract to Bradford be invalidated for any reason,the Board would not in any event have awarded the contract to any other bidder,but instead would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the Board from reawarding the contract to another bidder in cases where the successful bidder establishes a mistake, refuses to sign the contract or fails to furnish required bonds or insurance (see Public Contract Code Sections 5100-5107). RESOLUTION NO. 2000/73 Orig.Dept.- General Services Dept. -Architectural Division cc: General Services Department Architectural Division G.S. Accounting i hereby certify that this is a true and correct File: 345-9802/A.5 copy of an action taken and entered on the County Administrator's Office minutes of the Board of Supervisors on the County Counsel date shown. Auditor-Controller ATTESTED: FEBRUARY 15 2000 Contract Compliance Officer(Via A/D) PHIL BATCHELOR, Clerk of the Board Contractor(Via A/D) of Su rvisors and County Administrator Consulting Architect(Via A/D) Consulting Project Manager(Via AID) By deputy Lem Construction, Inc. (Via Ali?) HAI99$134598o2\8Lo©2240b.doc Page 2 of 2 SJ:tt, J GENERAL SERVICES DEPARTMENT Architectural Division 1220 Morello Avenue, Suite 100 Martinez,California 945534711 (925)313-7200 FAX (925)313-7299 File: 345-9802/B.4.4 Date: February 1, 2000 TO: Board of Supervisors kkAolmj- FROM: Barton J. Gilbert, Director of General Services SUBJECT: CONTRACT AWARD RECOMMENDATION; Agenda Date February 15, 2000; Authorization No.WH604B Bids for Phase H Tenant Improvements at Los Medanos Health Center, 2311 Loveridge Road, Pittsburg, For Health Services were received and opened at the County Architectural Division Offices on Thursday, January 20,2000. It is recommended that the Board of Supervisors award the construction contract to the low bidder, Alan A. Bradford, Inc. ("Bradford") of Fairfield, in the amount of$623,000.00. The consulting architect's estimate was $750,000.00. Other bids received were as follows: Bue Bi 1. Lem Construction, Inc. $699,000.00 Burlingame, CA 2. Zovich Construction $705,950.00 Castro Valley, CA 3, E. A. Sparacino, General Contractor, Inc. $732,500.00 Walnut Creek, CA 4. BRCO Constructors, Inc. $742,500.00 Loomis, CA 5. Page Construction Co. $758,496.00 Novato, CA On January 26, 2000, our office received a letter from Lem Construction, Inc. ("LCI", 2nd bidder),protesting against Bradford(low bidder). LCI's protest alleged that Bradford did not list a subcontractor or subcontractors for the plumbing, process piping, and dry side HVAC sheet metal work ("mechanical work"), that Bradford does not have the required license to do this mechanical work itself, and that therefore the Bradford bid must be deemed non-responsive. H A 1998\3459802\8L002239m.doc Board of Supervisors File: 345-9802/8.4.4 CONTRACT AWARD RECOMMENDATION February 1, 2000 ALAN A. BRADFORD, INC. Page 2 We have investigated the bid protest against Bradford (low bidder), and have made the following determinations. California Public Contract Code §4104 requires each prime contractor submitting a bid to submit with his or her bid the name and the location of the place of business of each subcontractor who will perform work in an amount in excess of one-half of 1 percent of the prime contractor's total bid. Public Contract Code §4106 states that, if a prime contractor fails to list a subcontractor in accordance with §4104, the prime contractor agrees that he or she is fully qualified to perform that portion himself or herself, and that the prime contractor shall perform that portion himself or herself. It is a fact that Bradford did not list a subcontractor or subcontractors for the mechanical work. Our estimates indicate that the dollar amount of the mechanical work, in whole or in part, exceeds one-half of 1 percent of Bradford's total bid. Bradford must therefore do the mechanical work itself. We have verified that Bradford has an "A" General Engineering license in addition to the required "B" General Building license, and that both licenses are current, active, and in good standing. Therefore, according to the license classification descriptions in the California Business & Professions Code (Division 3, Chapter 9, "Contractors,"Article 4, "Classifications") Bradford is properly licensed to do the specified mechanical work. In addition, Bradford notified our office in a letter dated January 26, 2000, that they intend to do the mechanical work on this project with their own forces, that they have past work experience doing similar mechanical work with their own forces, and that they have reviewed their bid and have found no errors within it. Based on the results of our investigation, we recommend that the Board overrule the above protest by LCI. Written notice of that recommendation has been sent to LCI, and they have been afforded an opportunity to address the Board on this matter, if they wish. The proposed Board order contains language overruling the bid protest. SJ:tb cc: County Administrator's Office County Counsel Clerk of the Board(w/bids) Contract Compliance Officer HAI 998\345980218I.002239m.doc TO: BOARD OF SUPERVISORS FROM: Warren E. Rupf,Sheriff-Coroner Contra Costa DATE: January 25,2000 County SUBJECT: Contract between Office of the Sheriff and Carol Roden SPECIFIC REQUEST(S)OR RECOMMENDATION(5)3 BACKGROUND AND JUSTIFICATION RECOMMENDATION: APPROVE and AUTHORIZE the Sheriff Coroner, or his designee, to execute a contract not to exceed $15,000.00, on behalf of the County with Carol Roden to provide clerical support in the Forensics Laboratory the period February 1, 2000 through June 30, 2000. FISCAL IMPACT: NONE. The Sheriffs Office budget contains adequate funding to support this contract. BACKGROUND: The Forensic Services Division of the Office of the Sheriff has been contracting with Ms. Roden since April, 1999 while it has been unable to fill vacant clerical positions which are essential to the efficient functioning of the Division. The Division continues to interview potential candidates for permanent positions, however, there is a critical need to keep the workflow current to support criminal investigations. The approval of this contract would increase Ms. Roden's contractual total to $39,500 for the fifteen month period. CONSEQUENCES OF NEGATIVE ACTION: Failure to provide forensic services in a timely manner can jeopardize law enforcement efforts. CONTINUED ON ATTACHMENT: NO SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RE MMENDATION OF BOARD COMMI EE APPROVE _„OTHER SIGNATILIRE(S):&d�x4e—v ACTION OF BOARD APPROVED AS RECOMMENDED _- OTHER VOTE OF SUPERVISORS 1 HEREBY CERTIFY THAT THIS IS A TRUE X UNANIMOUS (ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. Contact Person:Kathy Martin,5-1529 // CC:CAO,Justice Administration ATTESTED / tf!J - -c a jf413, Auditor/Controller Sheriff(for distribution) PHIL BATCHELOR,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR BY t7ct t .�ti_ DEPUTY ejv� Contra TO: BOARD OF SUPERVISORS Costa FROM: Warren E. Rupf, Sheriff-Groner 40 County DATE: January 20, 2000 SUBJECT: Maintenance Agreement with PRINTRAK INTERNATIONAL INC. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. RECOMMENDED ACTION: APPROVE and AUTHORIZE the Sheriff or designee to sign a contract on behalf of the County with PRINTRAK INTERNATIONAL, INC. for system and equipment maintenance. The term of the contract, in the amount of$39,778, is from September 29, 1598 through September 28, 2000. II. FINANCIAL IMPACT: NONE. Funds to pay the cost of this maintenance contract are contained in the Sheriffs approved budget. Ill BACKGROUND/REASON(S) FOR RECOMMENDATION(S): The system that the Sheriffs Office uses for obtaining and storing photographs of persons booked into the Sheriffs detention facilities was purchased from PRINTRAK INTERNATIONAL, INC. Maintenance and repair to this system is critical to the operation of the detention facilities and is best performed through a maintenance agreement with this company. IV. CONSEQUENCES OF NEGATIVE ACTION: `Without a maintenance agreement with PRINTRAK INTERNATIONAL, INC, the Sheriffs Office may not be able to maintain the integrity of its booking photo system. CONTINUED ON ATTACHMENT: NO SIGNATURE: RECOMMENDATION OF COUNT`(ADMINISTRATOR � RECOMMENDATION F BOARD COMMITTEE APPROVE _ OTHER SIGNATURE(S): �--. ACTION OF BOARD ON B., r 404 2 APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS 1 HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS (ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. Contact Person:Stagy Henderson,5-1540 CC: Sheriff-Coroner ATTESTED CAO,Justice System Administration PHIL BATCHELOR,CLERK OF THE BOARD&F- SUPERVISORS FSSUPERVISORS AND COUNTY ADMINISTRATOR BY -- J' DEPUTY