HomeMy WebLinkAboutMINUTES - 03092004 - C.57-C.61 Centra
Costa
J County
TO BOARD OF SUPERVISORS
FROM: Dennis M. Barry, AICP
Community Development Director
DATE: March 2, 2004
S'U'BJECT: CONTRACT AMENDMENT WITH BOWLING ASSOC, INC FOR TRAFFIC ANALYSIS OF
THE WINDEMERE RANCH PHASES 3-5 TRAFFIC PROJECT (Contract # 048584-
00)
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
APPROVE and AUTHORIZE the Community Development Director, or designee, to execute a
contract amendment with Dowling Associates, Inc., effective March 3, 2004,to increase the
payment limit by$30,560 to a new payment limit of$79,136 to provide continuing traffic
analysis for Windermere Ranch, with no change in the term through June 30, 2004.
FISCAL IMPACT
The cost is covered by revenue received from application fees paid by developers.
BACKGROUND/REASONS FOR RECOMMENDATIONS
The Community Development Department chase Dowling Associates to perform a traffic
impact analysis for Phases 3, 4, and 5 of the Windemere Ranch Project. The analysis is
assisting in determining the application's compliance with applicable plans,policies,
regulations and agreements. This amendment will increase the payment limit to $79,136.
CONTINUED ON ATTACHMENT: YES SIGNAT r 1 ,
s �
'RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD
COMMITTEE -
...--kPPROVE OTHER
SIGNATURES) :
ACTION OF B ON x>t f 5 ° ` ; ' ' APPROVED AS RECOMMENDED X OTHER
VOTE OF SUPERVISORS
�' i € I HEREBY CERTIFY THAT THIS IS A
UNANIMOUS (ABSENT TRUE ANI? CORRECT COPY OF AN
AYES: ES: ACTION TAKEN AND ENTERED ON THE
- -ABSENT: ABSTAIN: MINUTES OF THE BOARD OF
SUPERVISORS ON THE LATE SHOWN.
Ori.g: Raymond Wang (925) 335-1282 ATTESTEDMARCH 9,2004
cc: Community Development Department
Carel Ramirez, Auditor--Controller JOHN SWEETEN, CLERK OF
County Administrator THE BOARD OF SUPERVISORS
Raymond Wong (CDD) AND COyNTY ADMINISTRATOR
BY q 4 r� s { I7EPU'I'S
L, i
TO: BOARD OF SUPERVISORS -� - '" Contra
FROM: CARLOS BALTODANO, DIRECTOR
Costa
BUILDING INSPECTION DEPARTMENT County
DATE: March 9, 2004
SUBJECT: Plan Review Services - Attri and Associates
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS
APPROVE and AUTHORIZE the Director of Building Inspection to contract
with Attri and Associates in the amount not to exceed $40,000 for the
provision of plan review services to the Building Inspection Department.
FISCAL IMPACT
None. Plan review fees cover all costs.
BACKGROUND/REASONS FOR RECOMMENDATIONS
The Building inspection Department continues to experience high demand
for plan review services. In order to better respond to this increase in
demand, the Department has begun to contract with small- n review firms.
CONTINUED ON ATTACHMENT: Yes SIGNATURE
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
�--APPROVE OTHER
SIGNATURE(S)-
ACTION
IGNATURES :ACTION OF B07N N MARf",fi 90 2OD-4 APPROVED AS RECOMMENDED --X—OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT 1, IV } AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE
ABSENT: ABSTAIN: BOARD OF SUPERVISORS ON THE DATE
SHOWN.
Contact:Anil Comelo 925 335-1155
ATTESTED:MARCH 9. 2044
cc: Building Inspection John sweeten,Clerk of the Board of Supervisors
County Administrator and Coutxty Administrator
BY DEPUTY
CB:td
lbdordlattri.2£104
a
In late2001 the Department accepted proposals from firms for plan review services.
The Department chose Attri and Associates because of the wide range of services
and competitive pricing the firm provides (the firm was the second lowest among the
five responsive proposals). The current contract with Attri and Associates has an
effective term or May 1, 2003 to April 30, 2004 in the amount of $60,000. The
proposed contract will be for the period March 1, 2004 to February 29, 2005. The
services will cost the Department $50 per hour and will not exceed $40,000.
The Department continues to need outside plan review services to augment internal
expertise. Since the need for services is not constant, Attri and Associates has been
retained to provide plan review services on an intermittent basis. In addition to the
use of outside firms, the Department has in the last three years utilized other
strategies to address the increase in demand. For example, three new Structural
Engineer positions were created within the last three years.
The Department is renowned in the Building Industry for the speed with which
building plans are approved. The Department therefore intends to continue to utilize
the services of Attri and Associates on an as needed basis as part of the
Department's strategy to provide plan check services in a timely fashion. Attri and
Associates is a Small Local Business Enterprise.
\bdord\attri.2004 Page 2 of 2
03/09/04
TO: Board of Supervisors +, nta
Costa
FROM- Linda Dippel, Director County
DATE: February 23, 2004
SUBJECT: Contract Amendment—Specialized Litigation Services, Inc.
SPECIFIC REQLTST(S)C&RRC 3NAA2 TONS&BACKGROUND AND JUSTIFICATION
RECAl19 AIENDATIONS:
APPROVE and AUTHORIZE the Child Support Services Director, or designee, to execute a contract
amendment with Specialized Litigation Services, Inc. to extend the term of the existing contract for legal
process services for the Department of Child Support Services from March 31, 2004 to September 30, 2004
without a change in the payment limit.
FINANCIAL PACT;
The cost of this Contract is budgeted within the State's allocation to Child Support Services. There will be no
impact on the General Fund,
REASONS FOR RECOMMENDATIONS/BACKGROUND:
The original contract was negotiated for 12 months with a maximum of $145,000.00. The projected total 12
months' expenditures are approximately$85,000.00, leaving an unspent allocation of$60,000.00. The
Department requests that the term of the contract be extended an additional 6 months through September 30,
2004 in order to use alll of the allocated funds.
CONSEQUENCES OF NEGATIVE AC ON:
Failure to approve this request would restrict the Department of Child Support Services' ability to collect child
support for the children of Contra.Costa County,
CCSPa€L'iE3FS3OTdHT£fU�fT 2�T_ Y135 SIGNATE +' � }/� s ` _ Tyr
f
rf
F
-; '_ ECC MAMN TATTON OF`COUNTY AaVINTSTRAT OR R.ECOLOJENDATION OF BOAXD CON9,11rM a.
xatiE OTHER
SIGNATURE(S):' is
ACTI2�y�R}L.J�
ONOF ON �f �' y' 't� APPROVED ASREEONDA LADED
OTHER
VOTE OF SEJPERVTSORS
s ,
I HEREBY CERTIFY THAT THIS IS A TRUE
a v
!0
TO: BOARD OF SUPERVISORS �...... Contra
FROM: Anne Cain, County Librarian
Costa
DATE: March 9, 2004
County
SUBJECT: Contract with Joan Frye Williams to Develop Strategic Organization
and Implementation Plans ( j)
SPECIFIC REQUEST (S) OR RECOMMENDATION (S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATION
AUTHORIZE the County Librarian to approve and enter into a professional services agreement with Library
Consultant, Joan Frye Williams in the amount of$24,800 to develop strategic organization and implementation
plans resulting from plan of service recently drafted.
FINANCIAL IMPACT
The total cost of$24,800 is budgeted in the approved 2003-04 Library Budget.
BACKGROUND
Last year the City of Pleasant Hill and Contra Costa County jointly hired Anderson Brule Architects and Joan
Frye Williams,Library Consultant, to conduct the community and county library needs assessment and
preliminary site options for a new library is Pleasant Hill.
On June 12, 2003 the Board of Supervisors accepted a report on"Pleasant Hill and Contra Costa County
Library: Community and County Library Needs Assessment and Preliminary Analysis of Site Options."
Further, the Board directed the County Librarian to return to the Board of Supervisors with information for the
Countywide Support and Administrative Services and Shared Resources components identified in the report, to
include:
• Identifying/confirming countywide library service needs
• Providing countywide services that respond those needs
• Locating services (geographically and organizationally) for most effective delivery
• Developing and deploying staff for most effective service delivery
• Transitioning from where the library is today to where it needs to be
• Positioning the library to handle future growth in use of library facilities, resources and services
The Library plans to consult with Joan Frye Williams to assist the library in developing strategic organization
and implementation plans for each of the six components listed.
CONTINUED ON ATTACHMENT: E] YES SIGNATURE:
44-4-�&Oz-
Ea'kECOMMENDATION OF COUNTY ADMINISTRATOR❑ RECOMMENDATION OF BOARD COMMITTEE
[JAPPROVE ❑ OTHER
SIGNATURE
ACTION OF BO�ON ,l
APPROVED AS RECOMMENDED OTI&R
VOTE OF SUPERVISORS: I HEREBY CERTIFY THAT THIS IS A TRUE AND
CORRECT COPY OF AN ACTION TAKEN AND
UNANIMOUS{ABSENT �� ENTERED ON THE MINUTES OF THE BOARD OF
AYES: NOES: SUPERVISORS ON THE DATE SHOWN.
ABSENT: ABSTAIN: ATTESTED z
Contact: Susan Caldwell,925.927-3203 JOHN SWEETEN,CLERkOF THE B ARD OF
SUPERVISORS AND COUNTY ADMINISTRATOR
cc: County Library ,
County Administrator
'i
By `.,s' ;'i, f r ai'. Deputy
J:\bos\template\regular\joan frye williams 2nd.doc
1z
Contra Costa County STANDARD CONTRACT Number
Standard Form S-1 (Purchase of Services—Short Form) Fund/Org# 3702
Revised 2002 Account# 2310
Other#
1. CONTRACT IDENTIFICATION.
Department: County Library
Subject: Countywide Plan of Service
2. Parties. The County of Contra Costa, California (County), for it's Department named above, and the following
named Contractor mutually agree and promise as follows:
Contractor: Joan Frye Williams Taxpayer I.D.#: 559-78-2755
Capacity: Sole Proprietorship
Address: 2443 Fair Oaks Boulevard,#109,Sacramento,California 95825
3. Term. The effective date of this Contract is February 1,2004 and it terminates December 31,2004 unless sooner
terminated as provided herein.
4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written
notice thereof to the Contractor,or canceled immediately by written mutual consent.
5. Pgyment Limit. County's total payments to Contractor under this Contract shall not exceed$24,800.
h. 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 submission of a properly documented demand for
payment in the manner and form prescribed by County (Demand form D-15) and upon approval of such demand by
the head of the County Department for which this Contract is made or his designee, as follows:
(Check one alternative only) (X)hour;or
[X] a. FEE RATE: $200.00 per service Unit ( }session,as defined below; or
[ ] b. Payment in full after approval by the Department. { )calendar (day,week or month)
NOT TO EXCEED a total of 124 service unit(s).
Session is defined as
[ ] c. As set forth in the attached Payment Provisions paragraph of the attached Additional Provisions.
[X] d. As set forth in the payment provisions,attached.
7. Contractor's Obligations. Contractor shall provide the following described services:
[X] a. See Attached Plan of Service
[ ]b. As set forth in Section A(Contractor's Obligations)of the attached Additional Provisions,which are
incorporated herein by reference.
8. Compliance with Law. 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
nondiscrimination.
oMorms\contracftican frya wMisms 2nd.doc 1 2/2012004
Contra Costa County STANDARD CONTRACT Number
Standard Form S-1 ()Purchase of Services—Short Form)
Revised 2002
9. Administrative Amendments. Subject to the Payment Limit,the Payment Provisions and the Additional Provisions
may be amended by a written administrative amendment executed by the Contractor (or designee) and the County
Administrator (or designee), subject to any required state or federal approval, provided that such administrative
amendment may not materially change the Payment Provisions or the Additional Provisions.
10. Nondiscriminatory Services. 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, ethnic background, disability, or
sexual orientation, and that non-shall be used, in whole or in part,for religious worship or instruction.
11. IndeUndent Contractor 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.
12. DisIlutes. 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 the applicable procedures (if any)required by
the State or Federal Government.
13. Access to Books and Records of Contractor, Subcontractor. 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 cost of$10,040 or more over a twelvemonth period, such subcontract shall contain a
clause to the effect that upon written request and until the expiration of four years after the furnishing 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.
14. Renortinz Require eats. Pursuant to Government Code Section 7550, Contractor shall include in all documents
or written reports completed and submitted to County in accordance with the 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 shall apply only if the payment limit under this Contract exceeds$5,000.
15. 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 connect 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 sole 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
indemnification, 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.
oAformslcantract\joan frye vo;Uama 2nd.doc 2 212012004
Contra Costa County STANDARD CONTRACT Number
Standard Form. S-1 (Purchase of Services--Short Form)
Revised 2002
16. Nonrenewal. Contractor understand and agrees that there is no representation, implication,or understanding that the
services provided by Contractor under this Contract will be purchased by County under a new contract following
expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure
to continue purchasing all or any such services from Contractor.
Legal Authority. This Contract is entered into under and subject to the following legal authorities:
Government Code Section 31004
18. Sianatures. These signatures attest the parties'agreement hereto:
E Approved: BOARD OF SUPERVISORS Approved: County Administrator
I
By: By:
Purchasing Agent,Designee CAO,designee
I
j CONTRACTOR Recommended by Department
By: By:
Department,Designee
(Print name and title)
I
Name of business entity,if applicable (Print name
o:Varmatcontractlj0an frye wiiliams 2nd.doc 3 2/20/2004
Contra Costa County STANDARD CONTRACT Number
Standard Form S-1 (Purchase of Services--Short Form)
Revised 2002
amw-
PR DUCT C3R S R ICE HOURS
1. Organize and implement a management retreat to establish Library goals 16
for 2004-09 and develop the draft organization and implementation
laps
2. Develop and implement task team programs for All Staff Training Day 20
based on goals established in the management retreat
3. Provide a written strategic plan from sessions 1 and 2 above 24
4. Work with library task teams to develop strategic plan implementation 40
activities
5. Meet with library management team as needed to review progress 24
Total Hours 124
124 hours C $200 per hour = $24,800
o:forms\contractyoa,�frye wiiiiams 2nd.doc
4 2/2012004
Contra Costa County STANDARD CONTRACT Number
Standard Form S-1 (Purchase of Services--Short Form) - -
Revised 2002
Consultant Joan Frye 'Williams
PAYMENT PROVISIONS
IONS
Invoices to be submitted monthly to Susan Caldwell,
Administrative Services Officer, who will approve for payment.
a:Vlam?slconfracll oan{,yg Williams 2nd.doc 5 2120/2004
TO: BOARD OF SUPERVISORS
FROM: Toms Whittington n t
CIO,Department of Information Technology
DATE: March 9, 2004
SUBJECT: Consulting Services
Specific Request(s)or Recommendations(s)&Background&Justification
I. RECOMMENDED ACTION:
APPROVE and AUTHORIZE the County's Chief Information Officer or his designee to execute on
behalf of the County an agreement with the Technical Consultants International{TCI} for analyst and
programming services for the period of March 9, 2004 through September 30, 2004 at a cost of
$259,3+60.
II. FINANCIAL IMPACT:
Funds are budgeted for this contract. DoIT will recover the cost of this contract though charges to the
Department of Child Support Services.
III. REASON FOR RECOMMENDATION AND BACKGROUND:
The Department of Child Support Services has been mandated by the State to migrate their Child Support
System,currently known as BEST,to the State's operated CASES System.As a result of this migration the
BEST forms generation application will have to be modified to work under CASES. This contract with TCI
will provide the modifications to the existing system so it will provide the same functionality under CASES
as it did under BEST.
IV. CONSEQUENCES OF NEGATIVE ACTION:
If the Department of Child Support Service' application is not modified they will lose the processing
efficiencies of electronic document routing, causing longer processing times,reduced customer service,
and increased costs.
CONTINUED ON ATTACHMENT:____YES SIGNATURE:
�Recomrnendation of County Administrator
Recommendation of Board Committee
—Approve Other
Signature(s):
{
Action of B 'aon: i � f' Approved as Recommended Other- -
VOTE OF SUPERVISORS: �, s f I HEREBY CERTIFY THAT THIS IS A TRUE
E } AND CORRECT COPY OF AN ACTION TAKEN
Unanimous(Absent AND ENTERED ON THE MINUTES OF THE
Ayes: — Noes: '' BOARD OF SUPERVISORS ON DATE SHOWN.
Absent: Abstain:
#.
Attested
cc: (4) Department of Information Technology John Sweeten,Clerk,6f the Board,6f
Supervisors and County Administrator
r;
By:
b
DEPUTY
M382(10/88)