HomeMy WebLinkAboutMINUTES - 04201999 - C112-C116 C `
TCB: BOARD OF SUPERVISORS
FROM: TONY COL6N, DIRECTOR
COMMUNITY SERVICES DEPARTMENT
DATE: April 20, 1999
SUBJECT:
APPROVAL OF EARLY HEAR START CONTRACT WITH NEWBORN CONNECTIONS.
SPECIFIC REQUEST(S)OR RF,CO NDATION(S)&BACKGROUND AND JUSTIFICATION
1. RECOMMENDED ACTION:
APPROVE and AUTHORIZE the Community Services Director or designee to execute Contract #38-450
with Newborn Connections in the amount of $144,819 for home-based Early Head Start services for the
period from April 15, 1999 through December 31, 1999.
II. FINANCIAL IMPACT:
This contract is funded through the U.S. Department of Health and Human Services, Administration for
Children and Families (AFC). No additional County funding is required.
III. CHILDREN'S IMPACT STATEMENT:
The Community Services Department Head Start Program supports two of Contra Costa County's
community outcomes: "Children Ready for and Succeeding in School" and "Families that are Safe, Stable
and Nurturing." These outcomes are achieved by offering comprehensive services, including high quality
early childhood education, nutrition, health, and social services, along with a strong parent involvement
focus, to low-income children throughout Contra Costa County. The overall goal of the program is to bring
about a greater degree of social competence in preschool children from low-income families. The Early
Head Start program allows the County to expand these services to children ages 0 to 3 years.
IV. REASONS FOR RECOINMENDATIONS/BACKGRf UI'+dD:
On January 26, 1999, the Board of Supervisors accepted a Financial Assistance Award from the U.S.
Department of Health and Human Services, Administration for Children and Families, in the amount of
$1,517,321 for Early Head Start Grant funds (County #39-852-1) for the period from January 1, 1999
through December 31, 1999. This collaborative agreement with Newborn Connections was included in the
County's application for 1999 Early Head Start funds.
Approval of this contract will allow the Contra Costa Head Start program to serve up to seventy two (72)
program eligible pregnant mothers and their newborn infants in a home-based setting until those infants are
old enough to.transition into Family Child Care or center-based environments.
CONTINUED ON ATTACHMENT: SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR -RECOMMENDATION OF BOARD COMMITTEE �
J
APPROVE OTHER
ACTION OF BOARD ON
-- APPROVED AS RECOMMENDED
VOTE OF SUPERVISORS
E HEREBY CERFITY THAT THIS IS A TRUE
UNANIMOUS(ABSENT d ° AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON IEEE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
CONTACT: TONY COL6N,313-7350
ATTESTED
ATCHELOR,CL"�RK OFXM BOARD OF
CSD
CC: CSI)pERVISORS AND COUNTY ADMINISTRATOR
BY
M382 (10188) it ply P, r `! ^b .DEPUTY
TO: BOARD OF SUPERVISORS
FROM: Barton J. Gilbert, Director of General Services ` '
Costa
DATE: April 20, 1999 County
SUBJECT: APPROVE AGREEMENT WITH PROCUREMENT SERVICES
ASSOCIATES TO PROVIDE TEMPORARY PROFESSIONAL
BUYING STAFF
SPECIFIC REQUESTS OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION--
1. RECOMMENDATION:
APPROVE and AUTHORIZE the:Director of General Services or his designee to execute a short-form
service contract agreement with Procurement Services Associates for provision of temporary
professional buying services in the amount of$50,000 for the period April 1, 1999 through September
30, 1999.
1. FISCAL,LMI PACT:
The funds required are within the General Services budget for fiscal years 1998/99 and 1999/20010.
There is some offset from salary savings, as the Purchasing Services Manager position has been vacant
for five months.
11. BACKGROUND:
Demand for purchasing services is greater than the available staffing can meet, and fiscal year end
traditionally accounts for a large volume of purchasing activity. The Purchasing Services Manager
position has been vacant since December and will be filled effective May 3, 1999. That person is new
to the County and it will take some time for him to get up to speed. General Services has used this
temporary agency to provide us with experienced buyers who can supplement the existing staff, and
have been very satisfied with the quality of the temporary staff.
The Department anticipates adding additional positions to the Division and has submitted a request to
do so, however, it takes approximately four to six months to announce, administer, and promulgate an
eligibility list. At that time, additional temporary staff should no longer be required. In the meantime,
however, the volume of purchase requisitions and the dollar volume of purchases have increased
approximately 15% over this same time last year.
CONTINUED ON ATTACHMENT: SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMUITTEE
APPROVE OTHER
a
SIGNATURES:
ACTION OF BOARD ON a APPROVED AS RECOMMENDED
VOTE OF SUPERVISORS
UNANIMOUS(ABSENT Z2 1
AYES:_ - NOES:
ABSENTS: ABSTAIN:
MEDIA CONTACT:
CC: General Services Administration I HEREBY CERTIFY THAT THIS IS A TRUE
Accounting AND CORRECT COPY OF AN ACTION TAKEN
Ac
Ac o untie AND ENTERED ON THE MINUTES OF THE BOARD
OF SUPERVISORS9N THE DATE SHOWN.
Coun,y Administrator ;
County Auditor-Controller ATTESTEDI- _
County Counsel 'BATCHELOR,CLERK OF THE BOARD OF
;"i PERViSORS AND COUNTY ADMINISTRATOR
!4 fr
$Y DEPUTY
d
Contra Costa County Number:
Stark and Form 1187 SHORT FQJ&M SERVICE ONTM!QT Fund/Org No.: 0020
Account No.:
1. Contract Identi&atioU, Other#:
Department:General Services Purchasing Division
Subject:Contract"Temporary Help
2. PAgies. The County of Contra Costa,California(County),for its Department named above,and the following named Contractor
mutually agree and promise as follows:
Contractor:Procurement Services Associates Taxpayer ID#91-1770034
Capacity:Professional Corporation
Address:P.U.Box 21304
Concord,CA 94521
3. I=. The effective date of this Contract is April 1, 1999 and,it terminates September 30, 1.999
unless sooner terminated as provided herein.
4. xertnination. This Contract may be terminated by the County,at its sole discretion,upon five-day advance written notice thereof to
the Contractor,or cancelled immediately by written mutual consent.
5. Payment Lim! . County's total payments to Contractor under this Contract shall not exceed$50,000.
6. County's Obligations. In consideration of Contractor's provision of services as described below, and subject to the payment limit
expressed herein,County shall pay Contractor,upon Contractor's submission of a properly documented demand for payment(County
Demand Form Ila 15)which shall be submitted not later than 30 days from the end of the month in which the contract services were
rendered., and upon approval of such demand by the head of the County Department for which this Contract is made or his/her
designee,as follows: (Check one alternative only.)
(Q) hour;or
(�) a,FEE PATE: $ per service unit: session,as defined below;or
((�) calendar (day,week,or month)
NOT TO EXCEED a total of service unit(s).
( } b.Payment in full after approval by the Department.
(X) c. As set forth in the attached Payment Provisions.
7. Contractor's Obligations.: Contractor shall provide the following described services:See Attachment A-Service Plan.
8. Corn l gg with L#_w. Contractor shall be subject to and comply with all Federal,'State and local laws and regulations applicable
with respect to its performance under this Contract,including,but not limited to,licensing,employment and purchasing practices;
and wages,hours and conditions of employment,including discrimination.
9. N diNriminatory, e s. Contractor agrees that all goods and services under this Contract shall be available to all qualified
persons regardless of age,sex,race,religion,color,national origin,or ethnic background,or handicap,and that none shall be used,
in whole or in part,for religious worship or instruction.
10. Indepor etzt Co tractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be
construed to create the relationship between the parties of agent,servant,employee,partnership,joint venture,or association.
IL DD"es. Disagreements between the County and Contractor concerning the meaning,requirements,or performance of this Contract
shall be subject to final determination in writing by the head of the County Department for which this Contract is made or his designee
or in accordance with applicable procedures(if any)required by the State or Federal Government.
1
Contra Costa County SHORT FORM SERVICE CONTRACT Nuanber
12. Access to Books gLd Reggr of Co qtr c r ub n actor. Pursuant to Section 1861(v)(1)of the Social Security Act, and any
regulations promulgated.thereunder,Contractor shall,upon written request and until the expiration of four years after the furnishing
of services pursuant to this Contract,make available to the Secretary of Health and Human Services,the Comptroller General,the
County,or any of their duly authorized representatives,this Contract and books, documents, and records of Contractor that are
necessary to certify the nature and extent of all costs and charges hereunder. Further,if Contractor carries out any of the duties of this
Contract through a subcontract,with a value or cast of$10,000 or more over a twelve-month period,such subcontract shalt contain
a clause to the effect that upon written request and until the expiration of four years after the fin-nishing of services pursuant to such
subcontract,the subcontractor shall make available, to the Secretary, the Comptroller General, the County, or any of their duly
authorized representatives,the subcontract and books,documents,and records of the subcontractor that are necessary to verify the
nature and extent of all costs and charges hereunder. This special condition is in addition to any and all other terms regarding the
maintenance or retention of records under this Contract and is binding on the heirs, successors, assigns, and representatives of
Contractor.
13. Eogrt gg Requ.iU=s. Pursuant to Government Code Section 755£1,Contractor shall include in all documents or written reports
completed and submitted to County in accordance with this Contract,a separate section listing the numbers and dollar amounts of all
contracts and subcontracts relating to the preparation of each such document or written report. This section shalt apply only if the
payment limit under this Contract exceeds$5,000.
14. Indemnification. The Contractor shall defend,indemnify,save,and hold harmless the County and its officers and employees from any
and all claims,costs and liability for any damages,sickness,death,or injury to person(s)or property,including without limitation all
consequential damages,from any cause whatsoever arising directly or indirectly from or connected with the operations or services
of the Contractor or its agents,servants,employees or subcontractors hereunder,save and except claims or litigation arising through
the sole negligence or sale willful misconduct of the County or its officers or employees. Contractor will reimburse the County for
any expenditures,including reasonable attorneys'fees,the County may make by reason of the matters that are the subject of this
Inde nniffication,and if requested by the County will defend any claims or litigation to which this indemnification provision applies
at the sole cost and expense of the Contractor.
15, Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code
Sections 26227 and 31000.
16. Si, tun-es. These signatures attest to the parties'agreement hereto:
COUNTY OF CONTRA COSTA,CALIFORNIA CONTRACTOR
By Designee By
Approved: County Administrator
(Designate Official Capacity)
By Designee
Recommended by Department
B3 Designee
(Form approved by County Counsel)
Mote toContractor: 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 1190.1 and Corporations Code Section
313).
2
Procurement Services Associates
Service Contract
April, 1999
ATTACHMENT A- SERVICE PLAN
I Contractor shall provide temporary, experienced professional procurement staff on as
needed basis as requested by Purchasing Manager or designee,
2. Contract staff shall work Mondays through Fridays, with work schedules to be
determined by County.
3 County shall pay overtime rate of 1 1/2 times the negotiated hourly rate for any time over
40 hours per week.
4. Contractor shall submit monthly invoices with itemized hours for each contract worker
employee.
Contractor County
Procurement Services Association
Service Contract
April, 1999
ATTACIME T B -PAYS' 'T PLAN
1. Contractor shall provide qualified staff to County and County agrees to pay the following
hourly rates for staff currently employed:
Purchasing Assistant(Dee Klossner)--$19.50/hour
Buyer(Lloyd Watson)--$2$.35/hour
. Contractor agrees to continue to provide staff', as needed, at these same levels at these
same hourly rates throughout the term of the contract.
3. Should County require staff`at other levels, those rates shall be negotiated and added to
the contract as a"Contract Amendment Agreement."
Contractor County
TO. BOARD OF SUPERVISORS
FROM: J. MICHAEL WALFORD, PUBLIC WORKS DIRECTOR
CRATE: April 20, 1999
SUBJECT: BETHEL ISLAND MUNICIPAL IMPROVEMENT DISTRICT AGREEMENT TO SHARE
STORMWATER POLLUTION CONTROL ACTIVITIES
SPECiFiC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND ANp JUSMINT55n
1. Recommended Action:
AUTHORIZE the Public Works Director or designee to execute a contract with Bethel Island Municipal
Improvement District in the amount of$25,400 for provision of stormwater pollution control services
through March 30, 2000.
II. Financi4LImoact:
None to the General Fund. Activities will be funded with Flood Control District assessments from
Storrnwater Utility Area 17, Unincorporated County. �` � j
Continued on Attachment: _xSIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR
RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON APPROVED AS RECOMMENDED X7 OT14614
I hereby certify that this is a true and correct copy
of an action taken and entered on the minutes of
the Beard of Supervisors on the date shown.
VOTE OF SUPERVISORS ATTESTED: A t21 AW
UNANIMOUS (ABSENT PHIL BATCHELOR, Clerk of the Board of
AYES: NOES: Supervisors and County Administrator
ABSENT: ABSTAIN:
LMB:cl °
g:\GrpDataNtldctl\lbuikeie\bo\BIM1042099z. °
Clrig.Div: Public works(FCE)
Bye , Deputy
Contact: Linda Bulkeley,(925)313-2238
cc: Bethel island Municipal improvement District
Auditor-Controller,Contracts
Bethel Island Municipal Improvement District Agreement
April 20, 1999
Page 2
III. Reasons for Recommendations and Background:
Since 1994/95, Bethel Island Municipal Improvement District (BIMID) has been performing stormwater
pollution control services for Bethel Island, ander annual or biannual contracts with the County. If the
Board of Supervisors authorizes execution of this contract, BIMID will provide the following services:
inspection and cleaning of drainage ditches (litter, debris, silt and excessive vegetation) and public
education to discourage dumping into the ditches.
Unlike prior year contracts, BIMID will not be sponsoring an annual clean-up day. BIMID sited
environmental and fire safety concerns, as well as an uncontrollably large number of people, (many
of who were not from Bethel Island), as the reasons for ending the annual cleanup day. County staff
supports the change because the event's goals are different than the original goals under which
stormwater utility assessment funding was approved. The event's original intention, to provide a
convenient disposal alternative to Bethel Island residents and thereby reduce illegal dumping in Island
ditches, has changed to a regional, solid waste, disposal program.
Stormwater pollution control services are done to meet the requirements of the County's Municipal
NPDES Stormwater Permit. The Permit is administered jointly by the cities, County, and Contra Costa
Flood Control and Water Conservation District under the auspices of the Contra Costa Clean Water
Program. In other parts of the unincorporated County, Public Works staff provides such services. The
transfer of Clean Water Program functions and funding to BIMID on August 9, 1994 eliminated
duplication of activities between County and BIMID staff.
The Contra Costa Clean Water Program is funded by stormwater utility assessments paid by property
owners. Approximately 20%, of these monies are spent on countywide activities and 80% is spent on
local jurisdiction activities. Approximately $30,090 in stormwater utility assessments is generated
annually by Bethel Island, $25,400 of that revenue is available for contract funding to spend on local
projects specific to Bethel Island. This amount is less than last year's contract, which included
stormwater utility assessment revenue from Hotchkiss Tract. Services to be provided in the
current contract, (stormwater inspections and drainage maintenance activities), will be of direct
benefit to Bethel Island residents only.
Approval of this agreement will promote Contra Costa Clean Water Program goals to eliminate, reduce
and prevent stormwater pollution from entering the storm drain system and natural waterways of the
County. In addition, a formal agreement with BIMID ensures that County staff will continue to receive
records on the amounts and types of contaminants removed by BIMID. The Regional Water Quality
Control Board requires the County Clean Water Program to submit this data annually as a condition
of its State municipal stormwater permit. Finally, the closed drainage system and central pumping of
runoff back to the river are a unique characteristic of Bethel Island, which merits continued transfer of
stormwater utility assessment fees and duties to BIMID.
IV. Consequences of Negative Action:
BIMID will not receive reimbursement for the costs of providing ongoing stormwater pollution control
activities. The County's Clean Water Program will not receive data on contaminants removed by
BIMID.
C
TO: BOARD OF SUPERVISORS ontra
Costa
FROM: GARY T. YANCEY
County
DATE: March 22, 1999
SUBJECT: Lotus Domino Custom Training
pHCrFjCp�QLT -NTS& JUS WIC N
_pS-�(S)OR RFC0VNSNDA:-j0 -BACKGROUND AT-M I T ATIO
RECOMMENDATI NS:
Approve and authorize the Purchasing Services Officer to execute on behalf of the County District Attorney,
Family Support Division, a Short Form Service Contract with Lotus Development Corporation for eighteen on-
site Lotus Domino R5.0 custom training classes. The total contract cost not to exceed $43,960(BudgeW;Revenue
offset) Period of contract - May 3rd through June 30 , 1999 .
FLNIANCIAL IMPACT-.
None. There is no net County cost associated with the approval of this request. The total cost is covered by
66%Federal funding and 34% SEIF (Support Enforcement Incentive Funding).
The Excess SIEF Revenue Fund may be spent only on the child support enforcement program of the District
Attorney's office. Additionally, the Legislature passed Chapter 847, AB2621, which requires that any funds
deposited in the Excess SEIF Revenue Fund must be spent within two years of the receipt of funds. If the funds
are not spent by the County on the Family Support Division by those dates, the balance will revert to the state.
REASONS FORRECOMIMENDATIONS/BACKGROUN :
The Family Support Division is implementing Lotus Domino R5.0. Lotus Domino R5.0 is the County standard
electronic mail, calendaring, and scheduling application. Lotus Development Corporation is able to provide
Lotus Domino R5.0 training to 216 staff at our facility at the cost of$100 less per person than obtaining the
training at an authorized Lotus training center and will also save the cost of travel to off-site training centers.
CONSEQUENCES OF NEGATIVE ACTION:
Failure to approve this request would leave the District Attorney's Family Support Division with a significantly
extended learning curve with respect to being able to quickly take advantage of this new electronic tool. This
will, in turn, adversely impact productivity and will allow for the use of a Cou y asset to it's fullest extent.
use of jCou y as
CONTINUED ON ATTACHMENT: SIGNA
T 7
, RECOMMENDATION OF COUNTY ADIN]INISTRATOR RECOMMENDATION OF BOARD CONIML
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON 1-1400AI"I APPRO VED AS RECOMME,
VOTE OF SLPERNISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANTVIOUS(ABSENT jj(!A AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OFTT[E BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
ATTESTED
Contact- PnuiKTcHELoR,CLERK CIF T-IM BOARD OF
cc: Gayle Graham,Dir.,DAPS(3-4220) SUPERVISORS AND COUNTY ADMINISTRATOR
Auditor Controller
DA Family Support,Attn.:Fred McWilliams
District Attorney,Attn.:Ren6e Goldstein
CAO-Justice,Atti%,:George Roemer By
DEPUTY
y S
1b
Alpha/Open CSA
To: BOARD OF SUPERVISORS
FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES Centra
= '
Costa
DATE: April 20, 1999 County
SUBJECT: APPROVING SECOND AMENDMENT TO CONSULTING
SERVICES AGREEMENT FOR ARCHITECTURAL SERVICES FOR
MISCELLANEOUS BUILDING COIv'STRUCTIO'_V`PROJECTS
SPECIFIC REQUESTS OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
1. RECOMMENDATION
APPROVE the Second Amendment effective April 20, 1999 authorizing an increase in the payment
limit, as modified by the First Amendment, from $75,000.00 to $125,000.00 for the consulting services
agreement dated July 1, 1995, with Leslie D. Richardson, 600 Balra Drive, El Cerrito, for architectural
and project management services for various building remodeling and construction projects.
AUTHORIZE the Director of General Services to execute the amendment.
110 FINANCIAL IMPACT
Funds will not be encumbered by the amendment except when services are ordered on a project-by-
project basis by the Acting County Supervising Architect. Each order will include a payment limit and
a work authorization charge number. The services will be charged to the appropriate capital project
fund or to department funds when services are requested by client departments.
111, RECOMMENDATION
Mr. Richardson has been providing architectural services for the County since July 1988. He is retained
on a project-by-project basis to provide architectural and project management services for various
projects as a contract employee. The Architectural Division must keep up with client and contractor
needs on a timely basis to reduce delays in designing, remodeling and building County facilities and to
avoid contractor claims for delay damages. This contract employee arrangement has provided a flexible
means of supplementing the Architectural Division staff
- r
CONTINUED ON ATTACHMENT: Y SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMIT
rk," APPROVE OTHER
SIGNATURE S: € d a
�
ACTION OF BOARDON 'r al yAPPROVED AS RECOMMENDED 7� Y
VOTE OF SUPERVISORS
UNANIMOUS(RESENT n ,Z— D
AYES: NOES:_
ABSENTS: ABSTAIN:
MEDIA CONTAC"T": BARTON J.GILBER T(313-7100)
CC: General Services Department I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
Arch'tectural Division AND ENTERED ON THE MINUTES OF THE BOARD
Accounting, OF SUPERVISORS ON THE DATE SHOWN.
County Administrator's Office �
County Counse! ATTESTED Z ` ,-_ Q THE OF
Auditor-Controller
Consultant(Via A.D., SUPERVISORS AtCOUNTY ADMINISTRATOR
BY i DEPUTY
H:\ A�-PHA1RICH9807\0405902j.doc Page 1 of! M382(10/88)