HomeMy WebLinkAboutMINUTES - 10152002 - C.26-C.30 TO: BOARD OF SUPERVISORS
Ontra
FROM: Leslie T. Knight, Director of Human Resources
Costa
DATE: September 10, 2002
SUBJECT: Renewal of Contract with Delta Dental Plan of California for County
Third Party Administration of Self-Funded Dental Plan
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION:
AUTHORIZE THE DIRECTOR OF HUMAN RESOURCES to execute a three (3) year contract
renewal with Delta Dental Plan of California effective January 1, 2003 through December 31,
2005 for the purpose of providing third party claims administration services in connection with
the County's self-insured dental program.
BACKGROUND:
The Delta Dental Plan of California has been the County' s third party claims administrator
since the implementation of the County's self-insured dental program on December 1, 1980.
This action allows for the continuation of uninterrupted claims administration services for the
County's self-insured dental program. The County's current administrative fee is $3.62 per
member per month.
FISCAL IMPACT:
The monthly cost for the contract period of January 1, 2003 through December 31, 2005 will
be $3.99 per member, an increase of 10.2% or $0.37 per member. The fee will be funded by
the County's self-insured dental trust fund.
CONTINUED ON ATTACHMENT: _ SIGNATURE:
-,,,-f2ECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
-.4,-APPROVE OTHER
r
SIGNATURE(S): -
-------------------- -- -- - - - - -----------------------------------------------------------------------------------------------
ACTION OF BO D Nt .E i ,}# iZ, (.<.;,--APPROVE AS RECOMMENDED. y�` OTHER
VOTE OF SUPERVISORS 1 HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
UNANIMOUS(ABSENT_ } AND ENTERED ON THE MINUTES OF THE
BOARD OF SUPERVISORS ON THE DATE
AYES: NOES: SHOWN.
ABSENT: ABSTAIN:
ATTESTED ..t ;{
CONTACT: JOHN SWEETEN,CLERIZ THE
BOARD OF SUPERVISORS AND
BOUNTY ADMINISTRATOR,,,,-,
CC: Human Resources Department 5-1747 r
County Administrator 7 DEPUT
County Counsel
is
Auditor-Controller
Benefits Service Unit,Human Resources Department
DELTA DENTAL PLAN THIRD PARTY RENEWAL AGREEMENT
• The County's dental program is self funded and the County contracted with Delta
Dental to process all member claims under the contract coverage on behalf of the
County. The current contract is terminating December 31, 2002.
• While negotiating the terms of a new renewal agreement, the County benefits
consultant (Buck Consultants) and staff met with Delta representatives for the
purpose of negotiating renewal options.
• There are over 10,000 members in this plan and Delta has been the administrator
since 1980 and extremely familiar with the regulations and plan benefits.
• Delta's openings quote was overstated (13.43%) and after some discussion Delta
agreed to an administrative fee with a 10.2 % increase for a three year contract.
Based on the increased utilization and claims expenses of our plan, the increase over
three years was well supported.
• This renewal agreement will be effective for the period of January 1, 2003
December 311 2005.
Prepared and Submitted by: Date.
Page 1
TO: BOARD OF SUPERVISORS ................
Contra
.
FROM: Leslie T. Knight, Director of Human Resources
Costa
DATE: October 15, 2002
ad rqc-vrtK'; � County
SUBJECT: Health, Dental, and Life Insurance Contract Renewals
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION:
IT IS ORDERED that the Director of Human Resources be authorized to execute contact
renewals with the Non PERS Health Plan carriers listed below for the contract period January
1, 2003 through December 31, 2003.
IT IS FURTHER ORDERED that the Director of Human Resources be authorized to execute
contract renewals with ReliaStar Life Insurance Company for the contract period of January 1,
2003 through December 31, 2004 and PMI DeltaCare for the contract period of January 1,
2003 through December 31, 2005.
BACKGROUND:
The County Non PERS health plans, dental plans, and life insurance contracts expire
December 31, 2002. In order to ensure uninterrupted coverage for enrolled members (active,
retirees and survivors) the following contracts are renewed in accordance with the following
rate increase effective January 1, 2003:
NON MEDICARE PLANS:
CCHP A Single 23.8% / Family 14.9%
CCHP B Single 35.8% / Family 14.6%
HEALTH NET HMO/EPC? 20.3%
KAISER 25.2%
HEALTH NET PPO 20,3%
MEDICARE SUPPLEMENT PLANS:
CCHP A 19.8 % to 44.0%
CCHP B 19.0 % to 39.9%
HEALTH NET HMO/EPO 14.6 % to 20.3%*
KAISER 33.2 % to 46.2%*
HEALTH NET PPO 20,30%
*Dependent upon number enrolled in Medicare
CONTINUED ON ATTACHMENT: X YES SIGNATURE:
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
ee RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
�. ,--;APPROVE OTHER
SIGNATURE(, {
------------------------ �----------------------------------------------------------------------------------------------------
ACTION OF BOf f C ON , z a' r.-�?y APPROVE AS RECOMMENDED_ (}THER
F
a
t
VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE
P AND CORRECT COPY OF AN ACTION TAKEN
UNANIMOUS(ABSENTZ `"•! -'�— ) AND ENTERED ON THE MINUTES OF THE
BOARD OF SUPERVISORS ON THE DATE
AYES: NOES: SHOWN.
ABSENT: ABSTAIN:
ATTESTED
CONTACT: 40 SWEETEN,CLERK OF T
$OARD OF StJ..,kRVISORS AND
COUNTY A£Mt4ilSTE1T
CC: Human Resources Department,Benefits Service Unit(5-1747) B
County Administrator DEPUTY
County Counsel
Auditor-Controller
lr
t
MEDICARE CHOICE (RISK) PLANS
HEALTH NET SENIORITY PLUS 83.0%
KAISER SENIOR ADVANTAGE 71.0% to 88.0%*
*Dependent upon number enrolled in Medicare
DENTAL PLANS
PMI DELTACARE (3 year Contract) 7.0%
DELTA DENTAL No Increase
LIFE INSURANCE
RELIASTAR LIFE INSURANCE ALL PLANS No Change
(2 year Contract)
HEALTH PLANS
The primary factor for all health plan rate increases continues to be the escalating costs for
prescription drugs. Prescription drugs continue to be a major driver of increased health plan
costs. Additional factors continued to include utilization of expensive medical services, higher
reimbursement costs with providers, an aging population and greater demands for higher
provider Medicare reimbursements on claims.
CCHP A & B
In the past CCHP increased rates across the board. This year the CCHP actuary used HMO
industry data to assess expected expense levels and determined that CCHP premiums for
family was too high and too low for single. Therefore, CCHP adjusted the single rate
compared to the family rate increase for 2003.
DENTAL PLANS
The primary factor for the dental plan increase involves overall dental trend costs to providers.
FISCAL IMPACT:
The annual increase for the County contributions for active employee health plans for the first
half of the calendar year 2003 is estimated at $3.6 million based on current enrollments.
The annual increase for the County contributions for active employee dental plans for the first
half of calendar year 2003 is estimated at $22,660 based on current enrollments.
Premiums for active and retired members are funded by employee contributions and budgeted
funds charged to County Departments and Special Districts.
HEALTIL RENTAL LIFE INSURA�CF RAIE RENEWALS
• The County insured plans (CCHP A, CCHP B, Health Net, Kaiser, PMI DeltaCare
and Reliastar Life Insurance) rates and contracts terminate December 31, 2002.
• All rates will be effective January 1, 2003.
• Health :dans: After meeting with the carriers in conjunction with Buck Consultants,
the carriers agreed to adjust their original quotes (all higher) as negotiated by Buck
to various the rates (lower) as listed on the Board Order.
• Life Insurance: The life insurance contract (County paid and voluntary supplemental
life policies) resulted in a favorable no rate increase based on claims experience over
the past 3 years. The new contract is for the period from January 1, 2043 through
December 31, 2404.
• Self-Insured Dental: The self-insured Delta plan, after review with Delta and Buck
Consultants of the claims experience and expenses, has sufficient funding to support
no increase for 2003.
• The contract will be renewed in accordance with the following rate increase effective
January 1, 2003:
NON MEDICARE PLANS:
CCHP A Single 23.8% / Family 14.9%
CCHP B Single 35.8%/ Family 14.6°/u
HEALTH NET HMC}/EPC) 20.3%
KAISER 25.2%
HEALTH NET PPC) 20.3%
MEDICARE SUPPLEMENT PLANS:
CCHP A 19.8 % to 44.0%
CCHP B 19.0 % to 33.9%
HEALTH NET HMO/EPS} 14.8 % to 20.3%*
KAISER 33.2 % to 48.2%*
HEALTH NET PPC} 20.301%
*Dependent upon number enrolled in Medicare
Page 7
MEDICARE CHOICE (RISK) PLANS
HEALTH NET SENIORITY FLUS 83.0%
KAISER SENIOR ADVANTAGE 71.0% to 88.0%*
*Dependent upon number enrolled in Medicare
DENTAL PLANS
PMI DELTACARE (3 year Contract) 7.0%
DELTA DENTAL No Increase
LIFE INSURANCE
RELIASTAR LIFE INSURANCE ALL PLANS No Change
(2 year Contract)
Prepared and Submitted.by: Date:
Page 2
GENERAL SERVICES SERVICES DEPARTMENT
Architectural Division
1220 Morello Avenue,Suite 100
Martinez,California 94553-4711
(925) 313-7200 FAX (925)313-7299
File: 250-0230/B.4.4
Authorization No. WH483B
TO: Board of Supervisors
FROM: Barton J. Gilbert, Director a enera Services
DATE: October 15, 2002
SUBJECT: CONTRACT AWARD RECOMMENDATION
Bids for TENANT IMPROVEMENTS FOR THE CRIME LAB AT 1960 MUIR ROAD,
SUITE 201, MARTINEZ FOR THE SHERIFF-CORONER were received and opened at the
County Architectural Division Offices on Thursday, September 12, 2002.
It is recommended that the Board of Supervisors award the construction contract to the lowest
responsive and responsible bidder, Team Commercial Construction, Inc., of Point Richmond, in
the amount of$299,750.00.
The Consulting Architect for the project (GEZ Architects Engineers) estimated the probable
construction cost for the base bid only to be $400,500.00.
Other bids received were as follows:
Basp,Bi
1. P. J. Atkinson Construction $343,600.00
Walnut Creek, CA
2. Skill Clean, Inc. $359,600.00
Pittsburg, CA
3. CJE Construction, Inc. $361,100.00
Concord, CA
4. Albay Construction Company $366,000.00
Martinez, CA
H:\2002\2500230\02L030030m.doc
Board of Supervisors 250-0230/B.4.4
CONTRACT AWARD RECOMMENDATION Page 2
5. Stevelle Construction Company $372,140.00
Emeryville, CA
6. Buestad Construction, Inc. $375,400.00
Alameda, CA
7. Sausal Corporation $376,400.00
San Leandro, CA
8. SLS Construction $379,000.00
Rocklin, CA
9. Page Construction Company $379,402.00
Novato, CA
10. G. Swanson Construction,,Inc. $434,900.00
Milpitas, CA
11. Bravo Building Company, Inc. $442,600.00
Pittsburg, CA
The Contract Compliance Officer has reported that Team Commercial Construction, Inc. has
documented an adequate good faith effort to comply with the requirements of the County's
Outreach Program.
RK:s;
Attachment
cc w./attach.: County Administrator's Office
County Counsel
Clerk of the Board(w/bids)
Contract Compliance Officer
H:\2002\2500230\02L030030rn.doc
.. County of Contra Costa
Office of the County Administrator
Affirmative Action Office
651 Pine Street, Martinez, CA 94553
(925) 335-1045 fax: (925) 646-1353
Ekuev a@cao.co.contra-costa.ca.us
Memorandum
Date: September 30, 2002
To: Barton I. Gilbert, Director
General Services Department
From: Emma Kuevor
Affirmative Action Officer
Subject: Tenant Improvements (Crime Lab Extension)
For the Crime Lab at 1960 Mair Road
Suite 201 Martinez for the Sheriff-Coroner Project
Our office reviewed the"Good Faith Effort" documentation submitted by the three
lowest bidders for the Tenant Improvements (Crime Lab Extension) for the Crime Lab at
1960 Muir Road, Suite 201 Martinez for the Sheriff Coroner project.
Our recommendation is to award to the lowest bidder, Team Commercial Construction,
Tnc., who has documented an adequate `good faith effort"to comply with the
requirements of the County's Outreach Program for the Tenant Improvements (Crime
Lab Extension) for the Crime Lab at 1960 Muir Road, Suite 201 Martinez for the Sheriff-
Coroner
heriffCoroner project.
cc: Michael Lango, Deputy Director
General Services Department
County Counsel
s� ..
a:deptTenantlmp CrimeLabTeamltr
File: 250-02308.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order of October 15, 2002,by the following vote:
AYES: SUPERVISORS UILYtiEMA, GERBER, DESAUENIER, GLOVER and GIOIA
NOES: NONE
ABSENT: NONE
ABSTAIN: NONE
SUBJECT: Award of Contract for the
Tenant Improvements for the Crime Lab at 1960 Muir
Road, Suite 201,Martinez for the Sheriff-Coroner
Budget Line Item No. 4407-4483
Authorization No. 0928-WH483B
Bidde total Amount Bond Amounts
Team Commercial Construction, Inc. $299,750.00 Payment: $299,750.00
253 Tewksbury Avenue Performance: $299,750.00
Point Richmond, CA 94801
P. J. Atkinson Construction
Walnut Creek, CA
Skill Clean, Inc.
Pittsburg, CA
CJE Construction, Inc.
Concord, CA
Albay Construction Company
Martinez, CA
Stevelle Construction Company
Emeryville, CA
Buestad Construction, Inc.
Alameda, CA
Sausal Corporation
San Leandro, CA
SLS Construction
Rocklin, CA
Page Construction Company
Novato, CA
G. Swanson Construction, Inc.
Milpitas, CA
Bravo Building Company, Inc.
Pittsburg, CA
The above-captioned project and the plans and specifications therefore having been
previously approved, Addendum No. 1 having been issued and approved, and bids having been duly
invited and received by the Director of General Services on September 12, 2002; and
H:\2002\2500230\02L03003I b.doc
I of 2
Award of Contract for the 250-0230/B.4.4
TENANT IMPROVEMENTS FOR THE CRIME LAB AT October 15, 2002
1960 MUIR ROAD, SUITE 201, MARTINEZ FOR THE
SHERIFF-CORONER
The bidder listed first above, Team Commercial Construction, Inc. ("Team"), having
submitted the lowest responsive and responsible bid, which is $43,850.00 less than the next lowest bid;
and
The Contract Compliance Officer having reported that Team has documented an adequate
goad faith effort to comply with the requirements of the County's Outreach Program; and
The Director of General Services recommending that the bid submitted by Team is the
lowest responsive and responsible bid, and this Board concurring and so finding;
NOW, THEREFORE,the Board finds, determines and orders as follows:
The Board DETERMINES that Team, as the lowest responsive and responsible bidder, has
demonstrated an adequate good faith effort, pursuant to the specifications for this project, to comply
with the requirements of the County's Outreach Program, and the Board WAIVES any irregularities in
such compliance; and
The Board, therefore, ORDERS that the contract for the furnishing of labor and materials
for said work is awarded to Team at the listed amount and at the prices submitted in said bid, and that
said contractor shall present sufficient payment and performance surety bonds as indicated above, and
that the Director of General Services or designee 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 the Director of General Services has reviewed and found them to be sufficient,
the Director of General Services or designee 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 or designee, 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 or designee is
authorized to sign any escrow agreements prepared for this project to permit the direct payment of
retention into escrow or 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; and
Pursuant to Public Contract Code Section 4114, the Board DELEGATES its functions
under Public Contract Code Sections 4107 and 4110 to the Director of General Services or designee.
The Board DECLARES that, should the award of the contract to Team 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 in accordance with
Public Contract Code Sections 5100-5107.
1 HEREBY CERTIFY THAT THIS IS A TRUE AND
CORRECT COPY OF AN ACTION TAKEN AND
Orig. Dept. General Services Dept. - Architectural Divisi ENTERED ON THE MINUTES OF THE BOARD OF
SUPERVISORS ON THE DATE SHOWN.
cc: General Services Department ATTESTED
Architectural Division JOH SWEETEN, CLERK OF'THE BOARD
Accounting AND COU TY ADMINISTRATOR
AID File: 250-0230/A.5 BY - �-
County Administrator's Office DEPUTY
County Counsel =`c✓
Contract Compliance Officer(via A/D)
Auditor-Controller
Team Commercial Construction, Inc. (via A/D)
Surety(via A/D)
GEZ Architects Engineers (via A/D)
RK:sc
H:\2002\2500230\02L030031 b.doc
2 of 2
GENERAL SERVICES DEPARTMENT
Architectural Division
1220 Morello Avenue, Suite 100
Martinez, California 94553-4711
(925)313-7200 FAX (925)313-7299
File: 280-0202/B.4.4
Authorization No. WW0252
TO: Board of Supervisors
FROM: Barton J. Gilbert, Director of General Services
DATE: October 15, 2002
SUBJECT: CONTRACT AWARD RECOMMENDATION
Bids for REROOFING AT 2020 NORTH BROADWAY, WALNUT CREED were received
and opened at the County Architectural Division Offices on Thursday, September 26, 2002.
The project was bid under the informal bidding procedures based on the initial construction
contract estimate of$47,600.00. However, only three bids were received and they exceeded the
County's informal limits but not the Public Contract Code limits.
A major roof leak at the south side of the building has caused decay and failure of the plywood
sheathing, which is part of the gravity and lateral load resisting system of the building.
Rebidding this roof repair project under the formal bidding procedures would delay completion
of the required roof repair for several months causing further deterioration of the building roof.
There are sufficient funds in the project budget to award the contract and it is recommended that
the Board award the contract as permitted by the Public Contract Code to the lowest responsive
and responsible bidder, Enterprise Roofing Services, Inc., of Concord, in the amount of
$61,910.00.
HR:aa
cc w/attach: County Administrator's Office
County Counsel
Clerk of the Board (w/bids)
Contract Compliance Officer
H:\2002\2800202\02R002014m.doc
yP a
File: 280-002/8.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY, CALIFORNIA
Adopted this Order of October 15, 2002, by the following vote:
AYES: SUPERVISORS UILKEMA, GERBER, DESAULNIER, GLOVER and GIOIA
NOES: NONE
ABSENT: NONE
ABSTAIN: NONE
SUBJECT: Award of Contract for the
Reroofing at 2020 North Broadway, Walnut Creek
Authorization No. WW0252
idder Total Amount Bond Amounts
Enterprise Roofing Services, Inc. $61,910.00 Payment: $61,910.00
P. O. Box 27368 Performance: $61,910.00
Concord, CA. 94527-0368
Sparks Roofing Co., Inc.
Concord, CA
Andy's Roofing Co., Inc.
Mountain View, CA
The Director of General Services having invited bids for the above-captioned project
pursuant to the informal bidding procedures of Public Contract Code Sections 22032(b) and 22034 and
County Ordinance No. 93-66; and
Bids having been received by the Director of General Services on September 26, 2002; and
The Director of General Services recommending that the bid listed first above submitted by
Enterprise Roofing Service, Inc. ("Enterprise"), is the lowest responsive and responsible bid, and this
Board concurring and so finding;
NOW, THEREFORE, the Board DETERMINES that the cost estimate which was used as
a basis for using the informal bidding procedures was reasonable; and
Pursuant to Public Contract Code Section 22034(f), the Board ORDERS that the contract
for the furnishing of labor and materials for said work is awarded to Enterprise 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 therefore;
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 or designee 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 or designee, 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 or designee 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.
H:12002\2800202i02R002016b.doc
1 of 2
r
1'- X
Award of Contract for the 280-02028.4.4
REROOFING AT 2020 NORTH BROADWAY, October 15, 2002
WALNUT CREEK
Pursuant to Public Contract Cade Section 411.4, the Board DELEGATES its functions
under Public Contract Code Sections 4107 and 4110 to the Director of General Services or designee.
The Board DECLARES that, should the award of the contract to Enterprise 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'Beard 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 in
accordance with Public Contract Code Sections 5100-5107.
Orig. Dept. General Services Dept. - Architectural Division
cc. General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE AND
Architectural Division CORRECT COPY OF AN ACTION TAKEN AND
Accounting ENTERED ON THE MINUTES OF THE BOARD OF
A/D pile: 280-0202/A.5 SUPERVISORS ON THE DATE SHOWN.
County Administrator's Office ATTESTED
County Counsel JOHN SWEETEN, CLERR OF THE BOARD
Contract Compliance Officer(via A/D) AND COUNTY ADMINISTRATOR
Auditor-Controller
Enterprise Roofing Co., Inc. (via A/D) BY ,, . „DEPUTY
Surety(via A/D)
Theophanus Structural Engineers (via AID)
HR:tb