Loading...
HomeMy WebLinkAboutMINUTES - 04062004 - C76-C80 TO: BOARD OF SUPERVISORS ' Contra . � FROM: STEVE WEIR, County Clerk-Recorder Costa DATE: April 5, 2004 ° Co u my SUBJECT: APPROVE and AUTHORIZE the Clerk-Recorder or designee to execute a contract with Independent Printing Company for printing and related services SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDED ACTION: APPROVE AND AUTHORIZE the Clerk-Recorder Or designee to execute a contract with Independent Printing Company (IPCO), in an amount not to exceed $4,000,000, to provide printed elections materials, election materials collation, inserting and mailing services from March 1, 2004 through December 31, 2005. FINANCIAL IMPACT: The total contract is for $4,000,000. This amount is funded within the Elections Division's budget over the next three years (03-04, 04-05, 05-06). REASONS FOR RECOMMENDATION/BACKGROUND: In 2003, the Clerk-Recorder Department entered into a contractual agreement with IPCO for material, printing and related serves for the current fiscal year. Because of the unanticipated recall election and the associated cost increases in printing and related services, the contract limit has been exceeded. To prevent this from occurring in the future as well as to control future cost increases, the Department has negotiated a contract that will carry the Elections Division through the end of 2006. California Administrative Code, Title 2, Division 7, Section 20220 provides that printers must be certified by the Secretary of State's Office in order to print official ballots for a particular voting' system. Independent Printing Company (IPCO) is headquartered in Martinez and is one of four printing companies certifiedto print official ballots for our election ballot counting system (Mark- a-Vote). IPCO is the only certified printer located in Northern California. CONSEQUENCES OF NEGATIVE ACTION: Accurate printing of election ballots and related materials and timely production and mailing of ballots and election materials are critical components of conducting successful elections. Failure to accurately print or distribute our election materials could jeopardize our mandated function to conduct elections in a fair and accurate manner. Due to a potential error or omission, the department could be forced to conduct an election again at a substantial cost to the County. CONTINUED ON ATTACHMENT: X YES SIGNATURE:,,. s RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMTV.ENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF B RD ON APRT, h APPROVED R COMMENDED OTHER VOTE OF SUPERVISORS: I HEREBY CERTIFY THAT THIS IS A TRUE AND X UNANIMOUS(ABSENT NONE CORRECT COPY OF AN ACTION TAKEN AND ENTERED ON MINUTES OF THE BOARD OF AYES: NOES: SUPERVISORS ON THE DATE SHOWN. ABSENT: ABSTAIN: Contact: Candy Lopez, ATTESTED:(DATE) APRIL:, 6. 2004 6-4173 JOHN SWEETEN,CLERK OF THE BOARD OF SUPERVISORS cc: L. Strobel AND COUNTY ADMINISTRATOR BY: / i Deputy CPM: 135-0101/C.51 TO: BOARD OF SUPERVISORS CONTRA FROM: BARTON J. GILBERT, DIRECTOR OF GENERAL SERVICES COSTA -_ DATE: APRIL 6, 2004 COUNTY 613 SUBJECT: APPROVE AND AUTHORIZE EXECUTION OF CHANGE 7 ORDER NO. 13 TO THE CONTRACT FOR THE REMODEL AT 3891 BISSELL AVENUE, RICHMOND FOR THE PUBLIC' DEFENDER (WH462S) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION 1. APPROVE Change Order No. 13 to the contract dated June 17, 2003 with P. J. Atkinson Construction for the Remodel at 3811 Bissell Avenue, Richmond for the Public Defender. 2. AUTHORIZE the Director of General Services, or designee, to execute the Change Order which provides for the installation of the new fire alarm system, and increases the payment limit by $40,361.66, for a new total payment limit of$1,377,730.06. FINANCIAL IMPACT There are sufficient funds in the budgeted account to cover Change Order No. 13. BACKGROUND The change order is necessary to comply with current building and fire codes to correct deficient fire safety conditions that were initially planned to be corrected by the County General Services Department's Alarms Division. Due to the Alarm Division's workload, they are unable to perform this work within the desired schedule. This change order work is outside the original scope of work for the general contractor. r CONTINUED ON ATTACHMENT: YES SIGNATURE: > ±' RECOMMENDATION OF COUNTY ADMINISTRATOR -RECOMMENDATION 65 B OMMITTEE �=PPROVE OTHER SIGNATURES: ACTION OF BO D N ^�%' -�- > ' APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS UNANIMOUS(ABSENT '�,�,L'� .;"it..�''t .✓'"' 1 AYES: NOES:. ASSENTS: ABSTAIN: MEDIA CONTACT:BARTON J.GILBERT(313-71001) Originating Dept.:General Services Department €HEREBY CERTIFY THAT THIS IS A TRUE cc: Genera(Services Department AND CORRECT COPY OF AN ACTION TAKEN Capital Projects Management Division AND ENTERED ON THE MINUTES OF THE BOARD Accounting OF SUPERVISOR ON THF,DATE SHOWN._ CPM File: 135-0101/C.5.2 " r: 155-0101/A.5 ATTESTED <,e p County Administrator's Office /-JOHN EETEN,CLERK O THE BOARD F SUPERVISORS County Counsel AND OUNTY ADMINIS OR Auditor Controller r .' Public Defender(via CPM) BY ,. s ; ' X. P.J.Atkinson Construction(via CPM) 'DEPUTY H:12001113501011011001132b.doc EW:tb Page 1 of 1 M382(10188) CONTRA COSTA COUNTY GENERAL SERVICES DEPARTMENT CAPITAL PROJECTS MANAGEMENT DIVISION 1220 MORELLO AVENUE, SUITE 100 MARTINEZ, CALIFORNIA 94553-4711 (925) 313-7200 FAX(925) 313-7299 Effective Date: April 6, 2004 File: 135-0101/C.5.2 CHANGE ORDER NO. 13 Contract for Construction of•. REMODEL AT 3811 BISSELL AVENUE, RICHMOND, FOR THE PUBLIC DEFENDER Effective Date of Contract: June 17, 2003 Authorization No.: WH462B TO: P. J. Atkinson Construction 23 Acorn Court Walnut Creek, CA 94595 You are directed to make the following changes in this Contract: Item 13-1: (Ref: COR NO. 13.2) Furnish all labor and materials to install new fire alarm system per PR 10, dated 10/24/03. ADD. $40,361.66 ATTACHMENTS: NONE The Original Contract Price was..................................................................................... .............$ 1,221,300.00 Net Change by previously approved Change Orders....................................................................$ 116,068.39 The Contract Price before this Change Order was........................................................................$ 1,337,368.39 The Contract Price will be increased by this Change Order..................................................$ 40,361.66 The new Contract Price, including this Change Order will be.....................................................$ 1,377,730.05 The Completion Time will be unchanged. The Contract Completion Date as of the date of this Change Order therefore is M!X 30 2004. RECOMMENDED BY: Consulting Architect Project Manager Capital Projects Division Manager Not valid until signed by both the Public Agency and the Contractor. By signature below, Contractor indicates acceptance of price stated herein as full compensation for all direct and indirect costs for all work described above, and as full compensation for any effects this change may have on the project in its entirety and/or on the time required to complete the project. PUBLIC AGENCY: CONTRACTOR: By By Contra Costa County Date Authorized Officer Date Director of General Services EW:a c 11:\2001\1350101\011001122g.doc Page 1 of 1 TO: BOARD OF SUPERVISORSf CONTRA FROM: BARTON J ,J. GILBERT DIRECTOR OF GENERAL SERVICES { � COSTA DATE: APRIL 6, 2004 O't NTY SUBJECT: APPROVE A CONSULTING SERVICES AGREEMENT WITH AEPC GROUP, LLC, FOR PHASE II AUDITS FOR PROPOSED ENERGY EFFICIENCY IMPROVEMENTS AT THE CONTRA COSTA REGIONAL MEDICAL CENTER, 2500 ALHAMBRA AVENUE, MARTINEZ FOR THE COUNTY ADMINISTRATOR'S OFFICE (WW0430) SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION 1. APPROVE a Consulting Services Agreement with AEPC Group, LLC, for Phase 11 Audits for proposed energy efficiency improvements with a payment limit of$52,500. 2. AUTHORIZE the Director of General Services, or designee, to issue written authorizations for extra work, provided that the cumulative total cost for such additionalauthorizations shall' not exceed $10,000. FINANCIAL IMPACT This contract will be paid for with funds the County has received from a legal settlement with the Williams Company. The funds are restricted by the terms of the settlement'agreement to uses that promote improved energy efficiency in County facilities. BACKGROUN€? On February 10, 2004, the Board of Supervisors authorized the General Services Director to implement the recommendations of the Strategic Energy Plan for County facilities. The proposed contract with AEPC Group will fund Phase II Audits of recommended projects in the Strategic Energy Plan related to the Contra Costa County Regional Medical Center (CCCRMC). These projects include energy efficiency improvements to heating, ventilating and air conditioning (HVAC) systems and the installation of a cogeneration plant at the CCCRMC. The purpose of the Phase 11 Audits is to verify the accuracy of preliminary project cost and energy savings estimates, as stated in the Strategic Energy Plan. Initial estimates indicated a cost of $923,000 and annual energy savings of $207,000 for the recommended projects at the CCCRMC, with a payback period of 4.5 years. Given the scale of this investment, Phase 11 Audits are justified to confirm preliminary cost and energy savings estimates. If these initial estimates are confirmed, staff will proceed with implementation of the projects, as previousl " ed by the Board. CONTINUED ON ATTACHMENT:-YES SIGNATURE: ,,, IiECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATIONYGIE.BOA OMM{ E :APPROVE _ OTHER y SIGNATURE(S): ACTION OF BKARD ON APPROVED AS RECOMMENDED OTHER t,.rte VOTE OF SUPERVISORS UNANIMOUS(ABSENTS AYES: NOES: ABSENTS: ABSTAIN: MEDIA CONTACT:BARTON J.GILBERT(313-7100) Originating Dept.:General Services Department I HEREBY CERTIFY THAT ANIS ISA TRUE cc: General Services Department ACTIONAND CORRECT COPY OF AN Capital Projects Management Division AND ENTERED ON THE MINUTES OF THE BOARD Accounting OF SUPERVISOjRS ON THE,DATE SHOWN. CPM File: 250-0421/A.1.1 250-0421/A.5 ATTESTED ' .` County Administrator's Office JOHNSWEETEN,CLERK O)THE BOARD Of SUPERVISORS County Counsel . ND COUNTYADMINISTRATOR Auditor Controller _�} j (via CPM) BY 1 _ e'f �` i `"` .,DEPUTY AEPC Group,LLC(vis CPM) H:\2004\2500421\04L021002b.doc JC:tb Page 1 of 1 M382(10188) Contra TO: BOARD OF SUPERVISORS '_ '�`' " Costa FROM: John Cullen, Director Coun Employment and Human Services ent i _ Aft ty 2004 March 19 DATE: 19, 2004 APPROVE and AUTHORIZE the Employment and Human Services Director, or designee,to EXECUTE the contract with David R. Lema&Associates (#21-841.-2)in the amount up to $426,816 for CalWIN Oversight Consulting Services during the period July 1, 2004 through June 30,2005. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RFjC0NJMRNMD ACTION-- APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to EXECUTE the contract with David R. Leena&Associates (#21-801-2) in the amount up to$426,816 during the period July 1, 2004 through June 30, 2005. $426,816 Administrative Overhead: 20% County($85,363); 40% ($170,726); 40% (170,727). BACKGROUND! CalWIN, a welfare automation system, is being jointly developed and implemented by the Welfare Client Data System(WCDS)Consortium consisting of eighteen counties. CalWIN replaces the Client Data System(CDS), Crain Information System(GIS), and PEGASYS applications. Functions include County specific central database, automated eligibility determination, client correspondence, case management and scheduling,and management information and reporting. David Lema&Associates will continue to provide an independent program of evaluating,monitoring, critiquing, reporting project progress, and recommending course changes for the preparation and implementation of EHSD CalWIN System The ongoing program of independent oversight will include assessment of the change management methodology and status relative to the implementation time frame and assessment of CaIWIN implementation information from other Counties. CONTINUED ON ATTACHMENT: YES SIGNATURE: .., ECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMSNDATK}N OF BOARD COMMITTEE __&�-APDROVE OTHER SIGNATURES ACTION OF BO D ',x J_— APPROVED AS RECOMMENDED r OTHER VOTE OF SUPERVISORS X xs . 1 HEREBY CERTIFY THAT THIS IS A TRUE /t UNANIMOUS(ABSENT S y, 1 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. ATi'ESTED J0104 SWEETEN,CLF-P,)<OF THE BOAftD OF SUPERVISORS AND COUNTY ADMINISTRATOR Contact: DON+CRUZE 3-1582 EIISD(CONTRACTS UNIT)-SP - {` r' (� 1 ( a COUNTY ADMINISTRATORBY �� -- ,DEPUTY AUDITOR-CONTROLLER CONTRACTOR ­­­­.............I.................................................................................. .......... .............I................ ................................................................. TO: BOARD OF SUPERVISORS FROM: William Walker, M. D. , Health Services Director By: Jacqueline Pigg, Contracts Administrator Contra Costa DATE: OW County SUBJECT: -Approval of Contract #26-178-21 with Linda Nakell, Ph. SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION REC22MOMIgN fS) : Approve and authorize the Health Services Director, or his designee (Jeff Smith, M. D. ) to execute on behalf of the County, Contract #26-178-21, with Linda Nakell, Ph. D. , a self-employed individual, in an amount not to exceed $45, 000, for the period from March 1, 2004 through August 31, 2004, to provide professional behavioral science consultation services for the County' s Family Practice Residency Program. FISCAL IMPACT: Funding for this contract is included in the Department' s Enterprise I Budget, and as appropriate, patients and third-party payors will be billed for contractor's services . BACK9BQ=/REASON(S) FOR__RECM*dEN_DA_,T1QNfS1 : The Family Practice Residency Program requires behavioral science faculty, and Dr. Nakell has provided professional behavioral science consultation and training for the Department ' s Family Practice Residency Program since 1988 . In addition, Dr. Nakell supervises Residents, conducts clinical coverage, and consults with patients referred to her by Residents. On March 11, 2003, the Board of Supervisors approved Contract #26-178-20, with Linda Nakell, Ph.D. , for the period from March 1, 2003 through February 29, 2004 . Completion of this renewal Contract has been delayed due to the complexity of the negotiation process. At the request of the County, the Contractor has been providing services in good faith. Approval of Contract #26-178-21 will allow Dr. Nakell to continue providing services through August 31, 2004. CONDNUED ON ATTACIVENT; Ygs SIGNATURE�. ���� &,-'RECOMMENDATION OF COUNTY ADMINISTRATOR RE MMENDATION OF BOARD COMMITTEE &---APPROVE �OTHER SlGNATURE(S) '.<.,., ACTION OF BOARD AN I- APPROVED AS RECOMMENDED :: OTHER VOTE.OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS (ABSENT AND CORRECT COPY OF AN ACTION TAKEN AYES: Not& AND ENTERED ON THE MINUTES OF THE BOARD ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN. ATTESTED A1.4-) JOHN WEETEN,CLE�I N<OF THE 130ARD OF SUP VISORS AND COUNTY ADMINISTRATOR Contact Person: Jeff Smith, M.D., (370-5113) CC: Health Services Dept. (Contracts) Auditor-Controller Risk Management BY DEPUTY Contractor