Loading...
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)