County of san diego board of supervisors



Yüklə 155,66 Kb.
səhifə2/5
tarix24.12.2017
ölçüsü155,66 Kb.
#17454
1   2   3   4   5

1.

SUBJECT:

Emergency Lease of Aerial Assets for Fire Fighting (DistrictS: ALL)




OVERVIEW:




Over the last three months, the Regional Fire Protection Committee has been evaluating our region’s many fire prevention and protection needs. As the committee continues to study this information and formulate a long term plan, our region has an immediate and time sensitive need to prepare for the upcoming Santa Ana wind period of our fire season. This period historically begins in August and can extend into the winter months.

Today’s action, which will authorize the leasing of two Bombardier CL-415 SuperscooperTM fixed-wing amphibious aircraft for a 90-day period and one Aero Commander 690 aerial supervision platform aircraft with a qualified Air Tactical Group Supervisor (ATGS) for a 150-day period. This is an important step in the preparation of our region for the next Santa Ana wind period of the fire season.






FISCAL IMPACT:




The estimated cost to lease two Bombardier CL-415 SuperscooperTM fixed-wing amphibious aircraft for a 90-day period and one Aero Commander 690 aerial supervision platform aircraft and qualified Air Tactical Group Supervisor (ATGS) for a 150-day period is $3,031,660. Actual cost will depend on flight time and federal and state reimbursements.

The funding source for the two Bombardier CL-415 SuperscooperTM fixed-wing amphibious aircraft and the Aero Commander 690 aerial supervision platform aircraft is anticipated to be FY 2007-08 fund balance in the General Fund.






RECOMMENDATION:




SUPERVISOR ROBERTS AND SUPERVISOR HORN

  1. In accordance with Board Policy A-87, Exemption 2C "Services Acquired From Other Governmental Agencies" Competitive Procurement, approve and authorize the Director, Purchasing and Contracting to acquire directly from the Government of Quebec, for the leasing of services and supplies for two Bombardier CL-415 SuperscooperTM fixed-wing amphibious aircraft for a period of up to 90-days beginning September, 2008, FY 2008-2009, and to amend the contracts as needed to reflect changes to services and funding.

  2. In accordance with Section 401 et sec, of the County Administrative Code authorize the Director, Department of Purchasing and Contracting, to issue a Competitive Solicitation for one Aero Commander 690 aerial supervision platform aircraft with qualified Air Tactical Group Supervisor (ATGS) or equal for a 150-day period beginning in August 2008, and upon successful negotiations and determination of a fair and reasonable price, award a contract for a term of five months and to amend the contract as needed to reflect changes to services and funding. In the event it is determined the service qualifies for sole source acquisition pursuant to Board Policy A-87, the Director, Department of Purchasing and Contracting, is authorized and approved to enter into and amend as needed a sole source agreement in excess of $100,000.



  1. Approve the inclusion of these lease costs in the County’s FY 2008-09 Budget and direct the Chief Administrative Officer to identify funding for the two Bombardier CL-415 SuperscooperTM fixed-wing amphibious aircraft and one Aero Commander 690 aerial supervision platform aircraft with qualified Air Tactical Group Supervisor (ATGS).




ACTION:




Revising Recommendation to read:

  1. In accordance with Board Policy A-87, Exemption 2C "Services Acquired From Other Governmental Agencies" Competitive Procurement, approve and authorize the Director, Purchasing and Contracting to negotiate directly with the Government of Quebec, for the leasing of services and supplies for two Bombardier CL-415 SuperscooperTM fixed-wing amphibious aircraft for a period of up to 90-days beginning September, 2008, FY 2008-2009, and to amend the contracts as needed to reflect changes to services and funding and direct the Director of Purchasing and Contracting to not execute agreements until the technical committee noted in Recommendation 4 has resolved operational issues.

  2. In accordance with Section 401 et sec, of the County Administrative Code authorize the Director, Department of Purchasing and Contracting, to issue a Competitive Solicitation for one Aero Commander 690 aerial supervision platform aircraft with qualified Air Tactical Group Supervisor (ATGS) or equal for a 150-day period beginning in August 2008, and upon successful negotiations and determination of a fair and reasonable price, award a contract for a term of five months and to amend the contract as needed to reflect changes to services and funding. In the event it is determined the service qualifies for sole source acquisition pursuant to Board Policy A-87, the Director, Department of Purchasing and Contracting, is authorized and approved to enter into and amend as needed a sole source agreement in excess of $100,000.

  3. Approve the inclusion of these lease costs in the County’s FY 2008-09 Budget and direct the Chief Administrative Officer to identify funding for the two Bombardier CL-415 SuperscooperTM fixed-wing amphibious aircraft and one Aero Commander 690 aerial supervision platform aircraft with qualified Air Tactical Group Supervisor (ATGS).

  4. Direct the formation of a technical committee consisting of a representative from County Sheriff, City of San Diego, CAL FIRE, and U.S. Forest Service to establish the operational protocol for these aircraft

ON MOTION of Supervisor Roberts, seconded by Supervisor Horn, the Board took action as recommended.
AYES: Cox, Jacob, Slater-Price, Roberts, Horn







2.

SUBJECT:

SHERIFF’S DEPARTMENT – 2008 OPERATION STONEGARDEN GRANT APPLICATION AND 2006 OPERATION STONEGARDEN GRANT RESOLUTION

(DistrictS: ALL)




OVERVIEW:




The Operation Stonegarden (OPSG) grant program is intended to enhance law enforcement preparedness and operational readiness along the land borders of the United States. On July 24, 2007 (4) your Board approved the submission of an application and authorized acceptance for the 2006 Operation Stonegarden. The 2008 OPSG grant program will provide funding to designated localities to enhance cooperation and coordination between law enforcement agencies in a joint mission to secure the United States land borders. This is a request to ratify the submission of an application to the Governor’s Office of Homeland Security for the Fiscal Year 2008 Operation Stonegarden Grant Program and adopt a resolution for the 2006 Operation Stonegarden grant.




FISCAL IMPACT:




There is no fiscal impact associated with these requests. The Sheriff’s Department applied for $6.5 million in OPSG funds for the period July 2008 to June 2011 that will be used to purchase equipment and support overtime for various law enforcement agencies. Award notifications are expected to be announced during the summer. If the application for 2008 Operation Stonegarden funds is approved, a subsequent item will be brought to your Board to accept the funds. No matching funds required.




RECOMMENDATION:_____SHERIFF'>RECOMMENDATION:




SHERIFF

  1. Ratify the submission by the Sheriff’s Department of a grant application to the Governor’s Office of Homeland Security for the Fiscal Year 2008 Operation Stonegarden Grant.

  2. Adopt a resolution entitled, “A RESOLUTION OF THE BOARD OF SUPERVISORS OF THE COUNTY OF SAN DIEGO RELATING TO THE OPERATION STONEGARDEN GRANT” for the 2006 Operation Stonegarden Grant.




ACTION:




ON MOTION of Supervisor Jacob, seconded by Supervisor Slater-Price, the Board took action as recommended, on Consent, adopting Resolution No. 08-075, entitled: A RESOLUTION OF THE BOARD OF SUPERVISORS OF THE COUNTY OF SAN DIEGO RELATING TO THE OPERATION STONEGARDEN GRANT.

AYES: Cox, Jacob, Slater-Price, Roberts, Horn









3.

SUBJECT:

SHERIFF’S DEPARTMENT SOLE SOURCE PROCUREMENT OF A FORWARD LOOKING INFRA-RED SYSTEM

(DistrictS: ALL)




OVERVIEW:




The Sheriff’s Department, Aerial Support to Regional Enforcement Agencies, (ASTREA) operates a fleet of helicopters consisting of Bell and MD models. Most of the helicopters in the fleet have the forward looking infra-red (FLIR) system. This thermal imaging system improves both the operational and safety capabilities of the helicopter by enhancing surveillance and search and rescue operations. This is a request to authorize the Director of Purchasing and Contracting to procure one forward looking infra-red system, a two year extended warranty and accessories from FLIR Systems, Inc.




FISCAL IMPACT:




The funds for this request are included in the Adopted Fiscal Year 2007-09 Operational Plan. The funding source is General Purpose Revenue. If approved, this request will result in estimated current year costs of $304,500 and will require the addition of no staff years.




RECOMMENDATION:




SHERIFF

In accordance with Board Policy A-87, Competitive Procurement, approve and authorize the Director of the Department of Purchasing and Contracting to enter into negotiations with FLIR Systems, Inc., and subject to successful negotiations and determination of a fair and reasonable price, award a contract for the procurement of a forward looking infra-red system, including extended warranty and accessories. Waive the advertising and competitive procurement requirements of Board Policy A-87.






ACTION:




ON MOTION of Supervisor Jacob, seconded by Supervisor Slater-Price, the Board took action as recommended, on Consent.

AYES: Cox, Jacob, Slater-Price, Roberts, Horn






4.

SUBJECT:

CalWORKs INFORMATION NETWORK (CalWIN) CONTRACT AMENDMENTS (DistrictS: ALL)




OVERVIEW:




Under State law, the County is responsible for determining eligibility to federal and State public assistance programs. CalWIN is the automated eligibility system used by front line staff to perform this work. To maximize efficiencies, CalWIN is overseen by a Consortium of 18 counties that share costs associated with maintenance and updating the system in line with State requirements. The California State Association of Counties (CSAC) has functioned as the Consortium contract administrator since 1991.
Based on a competitive bid process, the Consortium awarded Electronic Data Systems (EDS) the contract for the design, development, implementation, ongoing operations and maintenance of the CalWIN system. The agreement with EDS was for a 99-month period beginning March 1, 2000 through May 31, 2008. The County’s share of cost was estimated at $64.5 million, with approximately $60 million funded by State and federal revenues. The net General Fund cost of the contract is approximately $4.5 million over the 99-month project period.
Today’s item requests an amendment to extend the EDS contract for 26 months through July 31, 2010 to accommodate State-driven delays in development and implementation of the CalWIN system. It also requests an amendment to the County’s contract with CSAC for up to five years, as needed to oversee the CalWIN system updates. This action will allow the County to share costs with Consortium counties for management of the CalWIN contracts and system support.




FISCAL IMPACT:




Funding for this request will be included in the CAO’s proposed Operational Plan for FY 2008-10 for the Health and Human Services Agency (HHSA). If approved, this request will result in $6,165,276 in costs with off-setting revenues of $4,822,921 for FY 2008-09. Costs for FY 2009-10 are anticipated at $6,302,869 with revenues of $4,939,875. The funding sources are State CalWIN revenues, State and Federal Social Services revenues, and County General Fund revenues. If approved, this request will result in General Fund costs of $1,342,355 in FY 2008-09 and $1,362,994 in subsequent FY 2009-10 and no additional staff years.




RECOMMENDATION:




CHIEF ADMINISTRATIVE OFFICER

  1. In accordance with Board Policy A-87 Competitive Procurement, approve and authorize the Clerk of the Board of Supervisors to execute an amendment for the CalWIN contract with Electronic Data Systems Corporation, Contract No. 37649, Amendment I, to extend the contract for ongoing joint maintenance and operations through July 31, 2010, with a 36-month option to extend; and to amend the contract as needed to reflect changes to services and funding allocations, subject to approval of the Director, Health and Human Services Agency. Funding sources for this amendment are State CalWIN revenues, State and Federal Social Services revenues, and County General Fund revenues.




  1. In accordance with Board Policy A-87 Competitive Procurement, approve and authorize the Director, Department of Purchasing and Contracting, to enter into negotiations with the California State Association of Counties (CSAC), and upon successful negotiations, execute a contract amendment for the management of the WCDS / CalWIN Contract, Contract No. 521699, through June 30, 2008, with up to five option years and to amend the contract as needed to reflect changes to services and funding allocations, subject to approval of the Director, Health and Human Services Agency. Funding sources for this amendment are CSAC, State CalWIN, and County General Fund revenues.




ACTION:




ON MOTION of Supervisor Jacob, seconded by Supervisor Slater-Price, the Board took action as recommended, on Consent.

AYES: Cox, Jacob, Slater-Price, Roberts, Horn









5.

SUBJECT:

SAN DIEGO HIV HEALTH SERVICES PLANNING COUNCIL Member Appointments (DistrictS: ALL)




OVERVIEW:




The Board of Supervisors adopted a Resolution on November 6, 1990 (47) establishing the HIV Health Services Planning Council (Planning Council), a requirement for the County of San Diego to receive federal Ryan White CARE Act (reauthorized by Congress in December 2006 as the Ryan White HIV/AIDS Treatment Modernization Act) emergency relief funds. These funds are used to provide health care and supportive services to San Diego residents living with HIV/AIDS. On July 25, 2006 (1), the Board of Supervisors reauthorized and reestablished the Planning Council.
Today’s action requests appointment of members to fill vacancies on the Planning Council.




FISCAL IMPACT:




There is no fiscal impact associated with this action.




RECOMMENDATION:




CHIEF ADMINISTRATIVE OFFICER

  1. Make the following new appointments to the Planning Council, to complete terms scheduled to expire on May 6, 2012:

Stephen Berk

Paulette Hanefeld

Sheri Kirshenbaum

Niki Marsden

Irene Milton

Michael Taylor




  1. Make the following reappointments to the Planning Council, to complete terms scheduled to expire on March 31, 2012:

Deborah Hamilton

Marie Pedrin-Gizoni






ACTION:




Revising Recommendation 2 to remove the reappointment of Deborah Hamilton; ON MOTION of Supervisor Jacob, seconded by Supervisor Slater-Price, the Board took action as recommended, on Consent.

AYES: Cox, Jacob, Slater-Price, Roberts, Horn









6.

SUBJECT:

PSYCHIATRIC EMERGENCY RESPONSE TEAM (PERT) COMPETITIVE PROCUREMENT (DistrictS: ALL)




OVERVIEW:




Since 1995, the Psychiatric Emergency Response Team (PERT) program has provided the County of San Diego with coordinated law enforcement/psychiatric emergency response services, responding to more than 5,000 emergency calls in Fiscal Year 2006-07 alone. PERT mobile teams defuse potentially life-threatening incidents in all parts of the county.
Due to the program’s success, on December 3, 2002 (6) the Board approved the Health and Human Services Agency’s recommendation to extend the PERT service contract. The current contract term ends June 30, 2008, with a six-month extension.
Today’s action would authorize issuance of a Request for Information (RFI) to determine whether more than one qualified entity is interested in providing these services. If more than one qualified entity expresses interest, staff will proceed with a competitive procurement. However, if only one qualified provider responds to the RFI, today’s action would authorize the Director, Purchasing and Contracting, to negotiate and award a sole source contract for PERT services.




FISCAL IMPACT:




The funds are included in the CAO’s Proposed FY 2008-10 Operational Plan for the Health and Human Services Agency. If approved, this request will result in costs and revenue of $1,983,781 for each of the years. The funding sources are Short/Doyle FFP revenue, County Mental Health realignment, and Mental Health Services Act funds. There will be no change in net General Fund costs and no additional staff years.




RECOMMENDATION:




CHIEF ADMINISTRATIVE OFFICER

In accordance with Section 401, et seq of the County Administrative Code, authorize the Director, Department of Purchasing and Contracting, to issue a Request for Information (RFI) to determine interest in providing PERT services. If there is more than one qualified respondent to the RFI process, authorize staff to issue a Request for Proposal (RFP) to procure psychiatric emergency response services. In accordance with Board Policy A-87 Competitive Procurements, authorize the Director, Department of Purchasing and Contracting, to enter into negotiations with the one RFI respondent or the RFP awardee(s) for the service described above; and subject to successful negotiations and determination of a fair and reasonable price, award a contract for a term of one year with four renewal option years, and up to an additional six months if necessary, pending availability of funds; and to amend the contract as required to reflect changes to services and funding allocations, subject to the approval of the Director, Health and Human Services Agency.



Yüklə 155,66 Kb.

Dostları ilə paylaş:
1   2   3   4   5




Verilənlər bazası müəlliflik hüququ ilə müdafiə olunur ©genderi.org 2024
rəhbərliyinə müraciət

    Ana səhifə