Upload
lycong
View
218
Download
3
Embed Size (px)
Citation preview
County of Los AngelesCHIEF EXECUTIVE OFFICE
_ __.:.S
Kenneth Hahn Hall of Administration500 West Temple Street, Room 713, Los Angeles, California 90012
(213) 974-1101http://ceo.lacounty.gov
WILLIAM T FUJIOKAChief Executive Offcer
Board of SupervisorsGLORIA MOLINAFirst District
MARK RIDLEY-THOMASSecond District
September 1, 2009 ZEV YAROSLAVSKYThird District
DON KNABEFourth District
The Honorable Board of SupervisorsCounty of Los Angeles383 Kenneth Hahn Hall of Administration500 West Temple StreetLos Angeles, CA 90012
MICHAEL D. ANTONOVICHFifth District
Dear Supervisors:
CONTRACT EXTENSIONS/COST REDUCTIONS RECOMMENDATIONS:BOARD LETTER NO.1
(ALL DISTRICTS AFFECTED) (3 VOTES)
SUBJECT
Based on Board direction from your meeting of June 16, 2009, this letter includes the first set ofrecommended contract amendments offering term extensions in consideration for immediate costreductions. This, and subsequent Board letters recommending contract amendments pursuant tothis initiative, will identify projected savings for 2009-10 (as well as future years as applicable);savings will be incorporated into Supplemental Changes for the 2009-10 budget.
IT IS RECOMMENDED THAT YOUR BOARD:
1. Approve and delegate authority to the affected department heads -to execute contractamendments described in Attachments I, II, and IIi, as recommended by the Chief ExecutiveOfficer and approved as to form by County Counsel, to extend terms and reduce the annualcontract amount under your Board's contract cost reduction initiative effective for 2009-1 O.
2. Instruct the affected department heads to notify your Board and the Chief Executive Office,
in writing, within ten business days after execution of such amendments.
PURPOSE/JUSTIFICATION OF RECOMMENDED ACTION
On June 16, 2009, your Board directed the Chief Executive Officer, working with theInternal Services Department, County Counsel, Auditor-Controller, and other departments, asneeded, to develop the parameters for a contract cost savings initiative for existing contractors.Your Board also directed the Chief Executive Officer to provide all departments with a "model" letterto send to contractors by early July, requesting that contractors reduce their rates in exchange forterm extensions without competitive bidding.
"To Enrich Lives Through Effective And Caring Service"
Please Conserve Paper - This Document and Copies are Two-SidedIntra-County Correspondence Sent Electronically Only
- - ---:."
The Honorable Board of SupervisorsSeptember 1, 2009Page 2
On June 25, 2009, this Offce provided instructions to departments, establishing the criteriapertaining to these contracts and a timeline for reporting back on those contracts recommended forextension/cost reduction. Departments subsequently canvassed their contracts and solicited offersfrom contractors which met the appropriate criteria, requesting price reductions in exchange for one-year and/or two-year extensions. Contractors responded with varying degrees of price reductions,and upon consideration and further negotiations by departments, contract amendments for thefollowing departments are recommended:
. Chief Executive Office Contract Amendments (Attachment I)
. Public Works Contract Amendments (Attachment II)
. Treasurer and Tax Collector Contract Amendments (Attachment II)
As referenced above, attached to this letter are memoranda from the affected departments, eachproviding:
. Background on the subject contract(s);
. Identification of the proposed cost reduction/extension and the related fiscal impact; and
. A discussion of the analysis and due diligence conducted by the department to justify the
recommended amendment( s).
Upon your Board's authorization, affected department heads will execute the contract amendmentsto effect the changes described in their memoranda.
FISCAL IMPACT/FINANCING
This transmittal references 125 contract amendments that, if approved, would result in an estimatedtotal annual savings of $3,939,752 which includes net County cost (NCC) savings of $731,563 for2009-10. Subsequent submittals will identify cumulative projected savings as a result of thisinitiative, and the projected savings will be included in recommendations consistent withSupplemental Changes to the 2009-1 0 budget. Departments have prioritized affected contracts onthe basis of potential NCC savings.
FACTS AND PROVISIONS/LEGAL REQUIREMENTS
This effort pertains to current contracts which were planned to be competitively rebid upon expirationand for which a competitive solicitation process was not already underway. The cost reductionswould need to be implemented for 2009-1 0 and throughout the extended period. Living Wage rateswill not be reduced as part of this effort.
Departments were directed to exclude from consideration contracts for which:
~ A more favorable cost may be obtained via a competitive bid process;
~ Departments have identified contractor performance issues with the current contractor;
~ Departments are uncertain if the services will be needed for the extended term; and
- - ---:.'1
The Honorable Board of SupervisorsSeptember 1, 2009Page 3
~ Reductions have already been imposed as part of the 2008-09 or 2009-1 0 County budgets.
IMPACT ON CURRENT SERVICES (OR PROJECTS)
This effort is intended to produce immediate cost savings in light of the fiscal challenges faced bythe County. The proposed contract amendments should not have a negative impact on the level orquality of service provided to the County by the affected contractors.
CONCLUSION
This Office will continue to package and forward additional contract amendments consistent with thiseffort, for Board approval, as they become available.
Respectfully submitted,
WTF:ES:MKZFC:JH:pg
Attachments (3)
c: All Department HeadsAdministrative DeputiesContract Managers' Network
2009-09 - 09-01-09 Contract Extensions/Reductions Recommendations - Board Letter NO.1
ATTACHMENT I
_ _ ----:."
CHIEF EXECUTIVE OFFICE CONTRACT AMENDMENTS
The Chief Executive Officer recommends the following proposed contract amendmentswhich would generate net County cost savings of $690,969 for 2009-10, with additionalfuture year savings as noted.
Contract No. 745354 - Automobile and General Liabilty Claims Administrationand Legal Defense Management
Background
Contract No. 745354 was awarded to Carl Warren & Co. to provide automobileand general liability claims administration and legal defense managementservices, effective August 15, 2003. The contract term is five years with two one-year renewal options. The contract is currently in its second option year whichwill expire on August 14, 2010. The annual cost of this contract is $1,913,229.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Carl Warren is offering an immediate 7% reduction beginning onthe effective date of the amendment. The projected savings have beenapproximated as follows:
2 Yr Extension 7%
2009-10 Savings: $133,9262010-11 SavinQs: $133,9262011-12 Savings $133,926
$401,778
Justification
The County utilizes a third party administrator to provide claims administrationand legal defense management services for its automobile and general liabilityself-insurance program. These services are needed to control the County'sliability costs through early investigation and quick resolution of incidents, claimsand lawsuits filed against the County and to ensure a continuation of qualityservice to the Chief Executive Office, County Counsel and all other Countydepartments.
An analysis was performed by Chief Executive Office - Risk ManagementBranch (CEO-RMB) and concluded that recommending this contract extension iseconomically advantageous to the County because it will result approximately$401,778 in net County cost (NCC) savings. The amendment wil also delay thepossible, and expected, cost increase following a new solicitation. In addition,the recommended contract extension will ensure automobile and general liability
1
_ _ _--.'1
claims administration and legal defense management services stability. CarlWarren & Co. has proven to be a responsive contractor.
Contract No. 75380 - Third Party Workers' Compensation Claims Administration
Background
Contract No. 75380 was awarded to Tristar Risk Management #2 (Tristar #2) toprovide workers' compensation third party claims administration serviceseffective January 1, 2006. The contract term is five years. This contract iscurrently in the fourth year and will expire December 31, 2010. The annual costof this contract is $7,366,884.
Recommendation Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Tristar #2 is offering an immediate 5% reduction beginning on theeffective date of the amendment. The projected savings have been approximatedas follows:
2 Yr Extension 5%
2009-10 Savings: $184,1722010-11 Savings: $368,3442011-12 Savings $368,3442012-13 Savinqs $184,172
$1,105,032
Justification
Workers' compensation claims administration services are required to provideclaims management for existing and newly reported workers compensationclaims. In addition, such services are required to maintain compliance with
California labor code and regulatory requirements.
An analysis was performed by CEO-RMB and concluded that recommending thiscontract extension is economically advantageous to the County because it willresult approximately $1,105,032 in NCC savings. The amendment will also delaythe possible, and expected, cost increase following a new solicitation. Inaddition, the recommended contract extension will ensure workers'compensation claims administration services stability. Tristar #2 has proven tobe a responsive contractor.
2
- - ----,.'
Contract No. 75381 - Third Party Workers' Compensation Claims Administration
Background
Contract No. 75381 was awarded to Tristar Risk Management (Tristar) to provideworkers' compensation third party claims administration services effectiveJanuary 1, 2006. The contract term is five years. This contract is currently in thefourth year and will expire December 31, 2010. The annual cost of this contractis $4,597,499.
Recommendation Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Tristar is offering an immediate 5% reduction beginning on theeffective date of the amendment. The projected savings have beenapproximated as follows:
2 Yr Extension 5%2009-10 Savings: $114,9382010-11 Savings: $229,8752011-12 Savings $229,8752012-13 Savings $114,938
$689,626
Justification
Workers' compensation claims administration services are required to provideclaims management for existing and newly reported workers compensationclaims. In addition, such services are required to maintain compliance with
California labor code and regulatory requirements.
An analysis was performed by CEO-RMB and concluded that recommending thiscontract extension is economically advantageous to the County because it willresult approximately $689,626 in NCC savings. The amendment will also delaythe possible, and expected, cost increase following a new solicitation. Inaddition, the recommended contract extension will ensure workers'compensation claims administration services stabilty. Tristar has proven to be aresponsive contractor.
Contract No. 75951 - Third Party Long-Term Disabilty, Survivor Income Benefitsand Short-Term Disabilty Claims
Background
Contract No. 75951 was awarded to Sedgwick Claims Management Services,Inc. (Sedgwick) to provide third party long-term disabiliy, survivor income
benefits and short-term disability claims services, effective January 1, 2007. The
3
- - ---.'"
contract term is three years with three one-year renewal options. The contract iscurrently in its third year, with a final expiration date of December 31, 2012. Theannual cost of this contract is $1,191,408.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Sedgwick is offering an immediate 5% reduction beginning on theeffective date of the amendment. Additionally, they have offered to forfeit anyfuture cost of living increase. The projected savings have been approximated asfollows:
2 Yr Extension 5%2009-10 SavinQs: $29,7852010-11 SavinQs: $59,5702011-12 SavinQs $59,5702012-13 SavinQs $29,785
$178,710
Justification
Short-Term and Long-Term Disability claims administration services are requiredto adjudicate claims submitted by eligible County employees who becomedisabled, due to industrial and non-industrial illness or injury, and are unable toperform the essential duties of their County position. The claims adjudicationservices are required to comply with the provisions of the Los Angeles CountyCode, as established by your Board.
An analysis was performed by CEO-RMB and concluded that recommending thiscontract extension is economically advantageous to the County because it willresult approximately $178,710 in NCC savings. The amendment will also delaythe possible, and expected, cost increase following a new solicitation. Inaddition, the recommended contract extension will ensure uninterruptedcontinuation of third party long-term disabilty, survivor income benefits and short-term disability claims services. Sedgwick has proven to be a responsivecontractor.
Contract No. 73275 - Risk Management and Claims Information System
Background
Contract No. 73275 was awarded to Risk Technologies, Inc. (RTI) to provide aRisk Management and Claims Information System effective March 6, 2001. Thecontact term is nine years and nine months. The contract is in its ninth year andwill expire on December 6, 2010. The annual cost of this contract is $948,000.
4
_ _ _--:.'L
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, RTI is offering an immediate 7.5% reduction beginning on theeffective date of the amendment. The projected savings have beenapproximated as follows:
2 Yr Extension 7.5%2009-10 Savings $59,2502010-11 Savings $71,1002011-12 Savings $71,1002012-13 Savings $35,550
$237,000
Justification
The Risk Management Information System manages all County data related toliability claims and lawsuits. The system is utilized by the County's liability claimsthird party administrators, County Counsel, and CEO staff to manage claims andlawsuits. In addition, the system provides reports to the Board, departments,County Counsel and CEO management related to liability claims/litigationperformance.
An analysis was performed by CEO-RMB and concluded that recommending thiscontract extension is economically advantageous to the County because it willresult in approximately $237,000 in NCC savings. Renewal of the Contract willensure uninterrupted continuation of critical services to the CEO, CountyCounsel, County departments, and third party administrators related to liabilityclaims and litigation management activity. RTI has proven to be a responsivecontractor.
Contract No. 76117 - Broker Services for Fine Arts Insurance Program
Background
Contract No. 76117 was awarded to Wilis Fine Arts, Jewelry & Specie - Wilis ofMaryland Inc., (Willis) to provide insurance broker services to purchase andadminister the County's Fine Arts Insurance Program, effective July 1, 2007.The contract term is two years with three one-year optional extensions. Thecontract is currently in its first extension year. The contract will expire on June30, 2012. Based on current insurance premium, contract cost for this policyperiod is $229,628.
5
_ _---,,1.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Wilis has agreed to reduce its commission by 6%. The projectedsavings have been approximated as follows:
2 Yr Extension 6% of Commission (u. S.)2009-10 Savings: $1,3452010-11 SavinQs: $1,3452011-12 Savings $1,3452012-13 SavinQs $1,345
$5,380
Justification
This insurance covers County collection as well as objects on loan or on
exhibition at the Museum of Natural History facilities against loss or damage dueto fire, flood, earthquake, explosion or similar perils. Approximate value ofCounty collection insured under this program is $1 billion.
An analysis was performed by CEO-RMB and concluded that recommending thiscontract extension is economically advantageous to the County because it willresult in approximately $5,380 in NCC savings. Wilis has demonstrated it hasthe resources, experience, knowledge, and professional personnel needed toprovide the required broker services to continue to effectively administer the FineArts Insurance Program.
Contract No. 75306 - Broker Services for Consolidated Property and BoilerlMachinery Insurance Program
Background
Contract No. 75306 was awarded to Willis Insurance Services of California, Inc.(Willis to provide broker services to purchase and administer the County'sconsolidated property and boiler machinery insurance program, effective July 1,2005. The term is two years with three one-year renewal options. The contractis currently in its second option year. The contract will expire June 30, 2010.The annual contract amount is $500,000.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Willis is offering to reduce its commission by 10%. The projected
6
_ _ _-'.to
savings have been approximated as follows:
2 Yr Extension: 10%2009-10 Savings: $50,0002010-11 Savings: $50,0002011-12 Savings $50,000
$150,000
Justification
This insurance provides all-risk property damage coverage, including earthquakeand flood, and loss of use coverage to comply with finance and leaseagreements, and covers facilities and personal properties that departmentsdesire to insure. Current value of properties insured under this program is
approximately $4.2 billion.
An analysis was performed by CEO-RMB and concluded that recommending thiscontract extension is economically advantageous to the County because it willresult in approximately $150,000 in NCC savings. Renewal of the Contract wilensure uninterrupted continuation of critical broker services to the County's
consolidated property and boiler machinery insurance program. Willis hasdemonstrated it has the resources, experience, knowledge, and professionalpersonnel needed to provide the required broker services to continue toeffectively administer the Consolidate Property and Boiler Machinery InsuranceProgram.
Contract No. 75950 . Broker Services for Aircraft and Airport Insurance Program
Background
Contract No. 75950 was awarded to Aon Risk Insurance Services West, Inc.,(Aon) to provide insurance broker services to purchase and administer theCounty's Aircraft and Airport Insurance Program, effective January 1, 2007. Thecontract term is three years with two on-year renewal options. The contract is inits third year and if both one-year extensions were utilized, the contract wouldexpire on December 31, 2011. Based on current insurance premium, contractcost for this policy period is $201,394.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Aon is offering to reduce its commission by approximately 10%.
7
_ ._ _--:.'l
The following is the projected savings based on the current insurance premium of$1,814,360:
2 Yr Extension: 10% of Commission2009-10 Savings: $10,3452010-11 Savinas: $20,6892011-12 Savings $20,6892012-13 Savinas $20,6892013-14 Savinas: $10,345
$82,757
Justification
This insurance provides $100 milion of liability coverage for County airports andaircrafts, and hull physical damage coverage for the County aircraft fleet that hasa total insured value of over $147 million.
CEO-RMB recommends extending this broker services agreement because it wilresult in approximately $82,757 in NCC savings. Aon has demonstrated it hasthe resources, experience, knowledge, and professional personnel needed toprovide the required broker services to continue to effectively administer theAircraft and Aircraft Insurance Program.
Contract No. 75622 . Broker Services for Crime Insurance Program
Background
Contract No. 75622 was awarded to Hub International of California InsuranceServices, Inc., (Hub) to provide insurance broker services to purchase andadminister the County's Crime Insurance Program, effective April 22, 2006.The contract term is for three years with two one-year extensions. The contract isin its first extension year. The contract will expire on April 21; 2011. Based oncurrent insurance premium, contract cost for this policy period is $15,221.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Hub is offering to reduce the insurance premium by approximately10%. The following is the projected savings:
*Consists of $20,294 premium reduction for 2009-10 and 2010-11 fiscal years.
2 Yr Extension: 10%2009-10 02010-11 $40,588*2011-12 $20,5882012-13 $20,588
$81,764
8
_ _ _....."
Justification
This insurance covers loss of money, securities, negotiable instruments andother similar properties of the County due to criminal acts. The insuranceprovides up to $10 million for employee dishonesty, forgery and alteration, theft,disappearance and destruction, robbery and burglary, and counterfeit currencyand $22 million for employee theft, computer fraud and funds transfer fraudcoverage.
CEO-RMB recommends extending this broker services agreement because it wilresult in an estimated cost reduction of approximately $81,764. Hub hasdemonstrated it has the resources, experience, knowledge, and professionalpersonnel needed to provide the required broker services to continue toeffectively administer the Crime Insurance Program.
Contract No. 75416 - Employee Medical Examination and Evaluation Services
Background
Contract No. 75416 was awarded to Community Hospital of Long Beach toprovide employee medical examination and evaluation services effective January10, 2006. The contract term is three years with two one-year optional extensions.The contract is currently in its first option year. The contract will expire onDecember 31,2010. The annual contract amount is approximately $150,000.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Community Hospital of Long Beach is offering an immediate 10%reduction beginning on the effective date of the amendment. The projectedsavings have been approximated as follows:
2Yr Extension: 10%2009-10 Savinqs: $11,2822010-11 Savinqs: $15,0422011-12 Savinqs $15,0422012-13 Savinqs $7,521
$48,887
Justification
Community Hospital of Long Beach is currently the County's only provider ofFirefighter Wellness examinations in the south-east area of the County. Therecommended contract amendment is economically advantageous to the Countybecause it will result in a total NCC savings of $48,887 through the extensionperiod. Additionally, granting the extension will defer the significant staff timerequired to solicit for a new contract in 2010, and eliminate the risk of subsequentcost increases.
9
- - -_....~
Contract No. 75418 - Employee Medical Examination and Evaluation Services
Background
Contract No. 75418 was awarded to Glendale Adventist Occupational MedicineCenter to provide employee medical examination and evaluation serviceseffective January 10, 2006. The contract term is three years with two one-yearoptional extensions. The contract is currently in its first option year. The contractwill expire on December 31,2010. The annual contract amount is approximately$172,000.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Glendale Adventist Occupational Medicine Center is offering animmediate 10% reduction beginning on the effective date of the amendment.The projected savings have been approximated as follows:
2Yr Extension: 10%2009-10 Savings: $12,9362010-11 Savings: $17,2482011-12 Savings $17,2482012-13 Savings $8,624
$56,056
Justification
Glendale Adventist Occupational Medicine Center is currently the County's onlyprovider of OSHA and DMV mandated examinations in the north half of theCounty. They also provide mobile testing throughout the County. Therecommended contract amendment is economically advantageous to the Countybecause it will result in a total NCC savings of approximately $56,056 through theextension period. Additionally, granting the extension will defer the significantstaff time required to solicit for a new contract in 2010, and eliminate the risk ofsubsequent cost increases.
Contract No. 75420 - Employee Medical Examination and Evaluation Services
Background
Contract No. 75420 was awarded to Intercare Medical Group to provideemployee medical examination and evaluation services effective January 10,2006. The contract term is three years with two one-year optional extensions.The contract is currently in its first option year. The contract will expire onDecember 31,2010. The annual contract amount is approximately $465,000.
10
_--.'L
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Intercare Medical Group is offering an immediate 5% reduction onpre-placement examination and a 10% reduction on Firefighter Wellnessexaminations beginning on the effective date of the amendment. The projectedsavings have been approximated as follows:
2Yr Extension: 5%- Preplacement & 10% Fire WeI/ness2009-10 Savinqs: $21,6312010-11 Savinqs: $28,8422011-12 Savinqs $28,8422012-13 Savinqs $14,421
$93,736
Justification
Intercare Medical Group is currently the County's primary provider of pre-placement examinations. They are also the only provider of Firefighter Wellnessexams in the downtown Los Angeles area. The recommended contractamendment is economically advantageous to the County because it will result ina total NCC savings of approximately $93,736 through the extension period.Additionally, granting the extension will defer the significant staff time required tosolicit for a new contract in 2010, and eliminate the risk of subsequent costincreases.
Contract No. 75421 - Employee Medical Examination and Evaluation Services
Background
Contract No. 75421 was awarded to Irwindale Industrial Clinic to provideemployee medical examination and evaluation services effective January 10,2006. The contract term is three years with two one-year optional extensions.The contract is currently in its first option year. The contract will expire onDecember 31,2010. The annual contract amount is approximately $306,000.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Irwindale Industrial Clinic is offering an immediate 5% reduction onFirefighter Well ness examinations beginning on the effective date of the
11
----",'
amendment. The projected savings have been approximated as follows:
2Yr Extension: 5%2009-10 Savings*: $11,4812010-11 Savings: $15,3082011-12 Savings $15,3082012-13 Savings $7,654
$49,751*Assumes savings start Oct 1, 2009
Justification
Irwindale Industrial Clinic is currently the County's only provider of FirefighterWell ness exams in the San Gabriel Valley area of the County. Therecommended contract amendment is economically advantageous to the Countybecause it will result in a total NCC savings of approximately $49,751 through theextension period. Additionally, granting the extension will defer the significantstaff time required to solicit for a new contract in 2010, and eliminate the risk ofsubsequent cost increases.
Contract No. 2007.03 - Employee Medical Examination and Evaluation Services
Background
Contract No. 2007-03 was awarded to SCV Quality Care to provide employeemedical examination and evaluation services effective May 10, 2006. Thecontract term is three years with two one-year optional extensions. The contractis currently in itS' first option year. The contract will expire on December 31,2010.The annual contract amount is approximately $212,000.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, SCV Quality Care is offering an immediate 5% reduction onFirefighter Well ness examinations beginning on the effective date of theamendment. The projected savings have been approximated as follows:
2Yr Extension: 5%2009-10 Savinqs*: $7,9582010-11 Savinqs: $10,6102011-12 Savinqs $10,6102012-13 Savinqs $5,305
$34,483*Assumes savings start Oct 1,2009
12
- - ---....
Justification
SCV Quality Care is currently the County's only provider of Firefighter Well nessexams in the northern area of the County. The recommended contractamendment is economically advantageous to the County because it will result ina total NCC savings of approximately $34,483 through the extension period.Additionally, granting the extension will defer the significant staff time required tosolicit for a new contract in 2010, and eliminate the risk of subsequent costincreases.
Contract No. 75423 - Employee Medical Examination and Evaluation Services
Background
Contract No. 75423 was awarded to U.S. HealthWorks Medical Group to provideemployee medical examination and evaluation services effective January 10,2006. The contract term is three years with two one-year optional extensions.The contract is currently in its first option year. The contract will expire onDecember 31,2010. The annual contract amount is approximately $11,000.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, U.S. HealthWorks Medical Group is offering an immediate 5%reduction on OSHA and DMV examinations beginning on the effective date of theamendment. The projected savings have been approximated as follows:
2Yr Extension: 5%2009-10 Savinç¡s*: $4052010-11 Savinç¡s: $5412011-12 Savinç¡s $5412012-13 Savinç¡s $270
$1,757*Assumes savings start Oct 1, 2009
Justification
U.S. HealthWorks Medical Group is currently the County's only provider of OSHAand DMV exams in east L.A. The recommended contract amendment iseconomically advantageous to the County because it will result in a total NCCsavings of approximately $1,757 through the extension period. Additionally,granting the extension will defer the significant staff time required to solicit for anew contract in 2010, and eliminate the risk of subsequent cost increases.
13
--".~
Contract No. 75424 - Employee Medical Examination and Evaluation Services
Background
Contract No. 75424 was awarded to Westchester Medical Group to provideemployee medical examination and evaluation services effective January 10,2006. The contract term is three years with two one-year optional extensions.The contract is currently in its first option year. The contract wil expire onDecember 31,2010. The annual contract amount is approximately $554,000.
Recommended Amendment/Fiscal Impact
CEO recommends amending this contract by adding two additional option years.In exchange, Westchester Medical Group is offering an immediate 10% reductionon pre-placement and Firefighter Well ness examinations beginning on theeffective date of the amendment. The projected savings have beenapproximated as follows:
2Yr Extension: 10%2009-10 Savings*: $41,5152010-11 Savinçis: $55,3532011-12 Savinçis $55,3532012-13 Savinçis $27,677
$179,898*Assumes savings start Oct 1,2009
Justification
Westchester Medical Group is currently a major provider of pre-placementexaminations, and the County's only provider of Firefighter Well nessexaminations in the South Bay. The recommended contract amendment iseconomically advantageous to the County because it will result in a total NCCsavings of approximately $179,898 through the extension period. Additionally,granting the extension will defer the significant staff time required to solicit for anew contract in 2010, and eliminate the risk of subsequent cost increases.
14
ATTACHMENT II
_ _ ---:."
COUNTY OF LOS ANGELESDEPARTMENT OF PUBLIC WORK
"To Enrich Uves Through Effctve and Caring SeNice'
GAI FARBER, Diector
900 SOUT FRMONT AVEALHRA CALIFORN 91803-1331
Telephone. (626) 458-5100htt://dpw.launty.goy ADDRES AL CORRSPONDENCE TO:
P.O. BOX 1460AlBRA, CAIFORN 91802-1460August 13, 2009
IN REPLY PLESE
REFER TO FILE: AS-O
TO' Willam T FujiokaChief Executive Officer
FROM: Gail FarberDirector of Public Works
CONTRACT EXTENSIONS AND COST REDUCTIONS APPROVAL REQUEST
On June 16, 2009, the Board, on motion of Supervisor Mark Ridley-Thomas, instructedthe Chief Executive Office (CEO), working with Internal. Services Department,County Counsel, Auditor-Controller, and other departments as needed, to develop theparameters for a contract cost-savings initiative by requesting that contractors reducecontract costs effective in Fiscal Year 2009-10 in return for contract extensions. TheBoard also authorized any contract extensions authorized under this initiative beexecuted without competitive bidding and directed the CEO to include any resultingreductions in Supplemental Changes for the Fiscal Year 2009-10 County budget.
On June 25, 2009, the CEO, acting on the Board's direction, provided instructions forimplementation of this cost savings initiative requesting that contractors reduce contractcosts effective in Fiscal Year 2009-10 in return for contract extensions. The instructionsdirected departments to canvass their contracts that met the appropriate criteria, andsolicit offers from those affected contractors to reduce the cost of the contracts inexchange for one-year and/or two-year extensions.
Accordingly, I am recommending that the CEO propose to the Board the followingcontract amendments listed in the attachment to reduce cost and extend terms only(amendments will be approved as to form by County Counsel):
Contract Information
Our attachment contains information on contract background, contract number,
contractor, name of contract, contract start date, contract expiration date, total amountof contract, and Net County Cost (NCC). In addition, the attachment containsinformation on the recommended amendment/fiscal impact detailng the recommendedexten~ion term(s) and the percentage and dollar cost reduction for Fiscal Year 2009-10(and Fiscal Year 2010-11 if applicable), distinguishing between NCC savings andnon-NCC savings.
- - -_....
Wiliam T FujiokaAugust 13, 2009Page 2
Justification
The attachment contains one or more justifications from the list below for each contractthat supports the recommendation by the Department of Public Works concluding thatthe contract amendment (extension/cost reduction) is economically advantageous to theCounty as compared to the potential results of conducting a new solicitation.
1. Extending the contract will lock in a lower price immediately and provide instantsavings that can be utiized to provide services.
2 Extending the contract provides additional savings beyond the immediate cost
reduction. There is value added by locking in old rates for future years. The NetPresent Value of future savings is considered an added value because thecontract has one or more years left in the contract, and the extension wil pròvidecost savings for several years, in addition to the extension year(s). The
cumulative cost savings is significant.
3. When comparing the current contract rate/cost to the rate/cost from the previouscontract, the rate/cost is higher than the previous contract providing evidencethat the cost of this service has increased over time and is expected to continueto increase.
4- During the last couple of solicitations for this service, Public Works experiencedlittle interest from proposers and received few or no proposals. The work is highlyspecialized and very few, if any, proposers showed interest.
5. The contract costs consist mainly of wages, equipment, and fueL. None of these
costs is likely to decrease during the life of any new contracts, and it is expectedthat over the span of a contract there wil be significant increases in these
costs
that wil be reflected in any new proposals. Accordingly, we expect the contractcost to increase when we re-bid.
6. Public Works wil realize cost savings and increased efficiencies, withoutinterrupting critical services, by eliminating the cost of conducting re-solicitations.These cost savings include the cost of advertising, reproducing and distributingRFP documents, County Counsel billing, postage, as well as freeing staff timethat can be used on additional projects for classifications ranging from clerical toDeputy Director
- - ----.-
Wiliam T FujiokaAugust 13, 2009Page 3
7 The contract is a prevailng wage contract with labor rates mandated by State orFederal agencies. Our experience has been that the mandated prevailng wageshave increased over time and that it is highly likely that the new solicitation willresult in a higher cost to the Public Works than existing contracts.
8. The contract is a Living Wage contract. The Living Wage mandates a minimumwage rate for contract labor The Living Wage wil not decrease; therefore thelabor cost of such a contract wil not be lowered through a re-solicitation since thecontractor is obligated to continue to pay the Living Wage.
9 The contract is funded whole or in part through the Fiscal Year 2009-10 Road
Fund and any savings realized is critical and imperative so that services can becontinued to be provided Due to the impact of the final State budget's deferral ofrevenue, the Road Fund is facing multiple negative budgetary cash flow impacts.Therefore, any savings through the recommended contract amendment
(extension/cost reduction) to a contract paid by the Road Fund is economicallyadvantageous to the County as compared to the potential results of conducting anew solicitation without the cost reduction offered by the contractor
10 The contract is funded through a Public Works fund that wil experience somenegative cash flow impact during Fiscal Year 2009-10 due to the impact of thefinal State budget's shifting of property tax - revenue. Therefore, any savingsthrough the recommended contract amendment (extension/cost reduction) to acontract paid by anyone of these impacted funds is critical and imperative sothat services can be continued to be provided.
11 This contract has received a negative COLA during the current contract period.This negative COLA remains in effect even though prices for items such as fuelhave increased substantially in the interim- The cost reduction would fock inthese already lowered rates as well as provide for increased savings.
Please contact me if you have any questions, or your staff may contactGhayane Zakarian, Administrative Services Division, at (626) 458-4078 orgzakaricædpw.lacounty.gov.
JC:plp'\aspub\CONTRACT\Jesus\Contract Cost Reducton Lettrs\Contract Exensions Cost Reductions Dept Memo Template 1 (2).doc
Attach.
cc: County Counsel
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
Cur
rent
Fin
al O
ptio
nN
CC
1 Y
ear
2 Y
ear
2 Y
ear
Con
trac
t IC
ontr
act S
tart
Ter
m E
xp.
Yr.
Exp
.C
ontr
act
Port
ion
Con
trac
t $ fr
omE
xten
d1
Yea
r R
educ
tion
Ext
end
Red
uctio
nNo. I No. Contract Name
Dat
eD
ate
Dat
e(l)
Con
trac
tor
Nam
eA
mou
nt
(2)
Savi
n s
NC
CR
educ
tion
Savi
n s
Red
uctio
nSa
vin
sA
s-N
eede
dD
emol
ition
And
Rem
oval
O
f
Subs
tand
ard
0017
96*
I St
ruct
ures
(B
SD)
I12
/4/2
007
I 12103/2009 I 1213/2010 pnterior Demolition, Inc.
I $2
30,0
00I
$12,
650
I$2
30,0
005.
50%
I$1
2,65
0I
1,6,
7Z
ero
Tol
eran
ceG
raffi
ti A
bate
men
tS
ervi
ces
- Z
one
2BS
uper
ior
Pro
pert
2I
7570
4I
OSD
7/1/
2006
Services, Inc.
$11,
250
1, 2
, 3, 5
, 6, 8
, 9Z
ero
Tol
eran
ceG
raffi
ti A
bate
men
tS
ervi
ces
- Z
one
Sup
erio
r P
rope
rt3
I75
706
I2D OSD
7/1/
2006
Services, Inc.
$10,
932
1, 2
, 3, 5
, 6, 8
, 9Z
ero
Tol
eran
ceG
raffi
ti A
bate
men
tS
ervi
ces
- Z
one
Sup
erio
r P
rope
rt4
I75
702
I10 OSD
7/1/
2006
Services, Inc.
$24,
000
L__
l0.0
0%I
$8,1
501,
2, 3
, 5, 6
, 8, 9
Zer
o T
oler
ance
Gra
ffiti
Aba
tem
ent
Services- Zone 1 C
Woo
ds M
aint
enan
ce5
I76
597
IO
SD7/
1/20
08Services, Inc.
$45,
790
5.00
%$1
4,10
01,
2, 3
, 5, 6
, 8, 9
Zer
o T
oler
ance
Gra
ffiti
Aba
tem
ent
Ser
vice
s- Z
one
2AW
oods
Mai
nten
ance
6I
7660
5I
OSD
7/1/
2008
Services, Inc.
$45,
790
5.00
%$1
4,10
01,
2, 3
, 5, 6
, 8, 9
Zer
o T
oler
ance
Gra
ffiti
Aba
tem
ent
Ser
vice
s- Z
one
3AW
oods
Mai
nten
ance
7I
7660
6I
OSD
7/1/
2008
6/30
/201
006
/30/
2013
Services, Inc.
$66,
000
$19,
280
5.00
%I
$3,3
00I
1, 2
, 5, 6
, 8, 9
Larg
e W
ater
Met
erM
aint
enan
ceWesterly Meter Service
8I 0
0137
4* I
Pro
ram
WW
D10
/8/2
003
10/0
7/20
0910
/07/
2009
Com
an
$200
,000
$0$0
7.00
%$1
4,00
01,
6,10
As-
Nee
ded
Rea
lPA
RA
GO
N9
IPW
1296
7-1
Est
ate
Serv
ices
11/1
4/20
0611
/14/
2009
11/1
4/20
09P
AR
TN
ER
S, L
TD
.$2
,000
,000
$0$0
$22,
782
1,2,
4,6
A1N
Pot
able
Wat
erT
ank
Insp
ectio
n &
Cle
anin
g S
ervi
ces
10 I 001637* I
(WW
D)
I11
/8/2
006
I 11/
08/2
009
I 11/
07/2
009
I Lig
uivi
sion
Tec
hnol
ogy
I$6
0,00
0I
$0I
$07.
00%
I$4
,200
I1,
6,1,
10A
s-N
eede
d C
ivil
and
Str
uctu
ral
PW12
978*
*1E
ngin
eeri
ngIN
TI=
GR
AT
ED
DE
SIG
N11 I *
Serv
ices
1211
3/20
06SE
RV
ICE
S$0
5.00
%I
$385
I1,
2,6,
9,10
Flo
renc
e A
rea
Enh
ance
dM
aint
enan
ceW
oods
Mai
nten
ance
I12
I75
679
IS
ervi
ce R
MD
7/1/
2006
12/3
0/20
0912
130/
2009
Services, Inc.
1,5,
6,8,
9A
s-N
eede
d C
ivil
,;an
d S
truc
tura
lPW
1297
9**1
' E
ngin
eeri
ngTMAD TAYLOR &
13 I * Services
1211
3/20
0612
1121
2009
1211
2120
09G
AIN
ES
I$2
25,0
00I
$0I
$010
.00%
I$6
,379
I1,
2,6,
9,10
I ... --
1 of
10
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
II
TI
Cur
rent
Fin
al O
ptio
nN
CC
Contract I I Contract Start I Term Exp.
Yr.
Exp
.C
ontr
act
Port
ion
Con
trac
t $ fr
omN
o. I
No.
Con
trac
t Nam
e D
ate
Dat
eD
ate(
l)C
ontr
acto
r N
ame
Am
ount
(2
) Sa
vinn
sN
CC
Rem
oval
O
f
Ileg
ally
Dum
ped
Mat
eria
ls A
ndD
ispo
sal S
ervi
ces
For
Flor
ence
/Fir
esto
ne/ W
alnu
t Par
kA
lled
Was
te S
ervi
ces
14 I
7596
3I
rAM
Dl
1/1/
2007
12/3
1/20
0912
/31/
2009
. Of N
orth
Am
eric
a, L
1c. I
$229
,113
I$0
I$0
1, 4
, 5, 6
, 8, 9
Rig
ht
of
Way
PW12
987*
1E
ngin
eeri
ngM
OL
LE
NH
AU
ER
15 I *
Serv
ices
12/2
0/20
0612
/19/
2009
12/1
9/20
09G
RO
UP
I$5
00,0
00I
$0I
$05.
00%
I$8
,333
I1,
2,6,
7
Rem
oval
O
f
Illeg
ally
Dum
ped
Mat
eria
ls A
ndD
ispo
sal S
ervi
ces
For
Roa
dM
aint
enan
ceD
istr
ict 3
Are
asA
llied
Was
te S
ervi
ces
16 I
7596
2I
(RM
D\
1/1/
2007
12/3
1/20
0912
/31/
2009
Of North America, L1c. I
$229
,113
I$0
L$0
1, 4
, 5, 6
, 8, 9
Rig
ht
of
Way
D
CA
C
IVIL
PW12
988*
1E
ngin
eeri
ngE
NG
INE
ER
ING
17 I *
Serv
ices
12/2
0/20
0612
/19/
2009
12/1
9/20
09G
RO
UP
I$5
00,0
00I
$0I
$040
.00%
I$6
6,66
7I
1,2,
6,7
LA R
iver
Tra
shan
d D
ebris
Fre
y E
nviro
nmen
tal,
18 I
7439
6C
olle
ctio
n IF
MD
l3/
11/2
003
3/10
/201
03/
10/2
010
Inc.
I$1
,200
,000
I$0
I$0
I15
.00%
I$1
80,0
001,
2,6,
10
IPW
1298
9**
RE
AL
EST
AT
EA
PPR
AIS
AL
R.P
. LA
UR
AIN
&19 I *
SER
VIC
ES
12/2
7/20
0612
/20/
2009
12/2
0/20
09A
SSO
CIA
TE
SI
$500
,000
I$0
I$0
8.00
%I
$12,
632
I1,
2,6
As-
Nee
ded
Exp
lora
tory
Subs
urfa
ceE
xcav
atio
nsSA
F-R
-DIG
Util
ty20 I 001788* I
(CO
N)
10/3
0/20
0710
/29/
2009
10/2
9/20
10S
urve
ys I
$500
,000
I$0
I$0
15.0
0%I
$88,
000
11, 2
, 4, 5
, 6, 7
, 9, 1
0R
ight
of
W
ay
PW12
986*
1A
cqui
sitio
nO
VE
RL
AN
D, P
AC
IFIC
21 I .
Serv
ices
12/2
1/20
0612
/20/
2009
12/2
0/20
09&
CU
TL
ER
,IN
C.
I$5
00,0
00I
$0I
$05.
00%
I$6
,374
I1,
2,6,
7$1
0 M
il
Agg
rega
te fo
r th
eL.
Cur
ti T
ruck
&H
aul T
ruck
22 I 001797*
12/1
/200
812
/31/
2009
12/3
1/20
10E ui ment
Serv
ices
**$0
$01,
2,5,
6,7,
10
PW12
998*
*B
riggs
Fie
ld S
ervi
ces,
23 I
*12
127/
2006
12/2
7/20
0912
127/
2009
Inc.
$500
,000
$0$0
10.0
0%I
$16,
667
I1,
2,6
$10
Mil
Agg
rega
te fo
r th
eH
aul
Tru
ck I
I
24 I 001800* I
Pro
aram
(F
L T
lI
12/1
/200
8I 12/31/2009 I 12/31/2010 I
Shenkel Truckina
I Services**
$0$6
2,50
01,
2,5,
'6,7
,10
'.PW
1301
9*1
APP
RA
ISA
LI
1 12127/2009 112/27/2009 1
I25 I *
SER
VIC
ES
1212
7/20
06M
ASO
N &
MA
SON
$500
,000
$0$0
10.0
0%I
$16.
667
I1,
2,6
$10M
ilA
ggre
gate
for
the
Alb
ert A
. Bla
cksh
er
I
Hau
l T
ruck
26 I 001806* I
Pro
aram
(F
L T
)I
12/1
/200
8I 12/31/2009 I 12/31/2010 I
Tru
ckin
aSe
rvic
es'.
I$0
I$0
I5.
00%
I$6
2,50
01,
2,5,
6,7,
10
2 of
10
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
Cur
rent
Fina
l Opt
ion
NC
C1
Yea
r 2
Yea
r 2
Yea
r
Con
trac
tT
erm
Exp
.Y
r. E
xp.
Con
trac
tPo
rtio
nC
ontr
act $
from
Ext
end
1 Y
ear
Red
uctio
nE
xten
d. R
educ
tion
No.
IN
o.C
ontr
act N
ame
Dat
eD
ate(
l)C
ontr
acto
r N
ame
Am
ount
(2
) Sa
ving
sN
CC
Red
uctio
nSa
ving
sR
educ
tion
Savi
ngs
IJu
stif
icat
ioiii
sA
s-N
eede
dPW
1297
1**
Bui
ldin
g &
Saf
ety
27 I
*Pl
an C
heck
JAS
PA
CIF
IC, I
NC
.$3
,750
,000
1,2,
6
As
Nee
ded
Tra
ffic
Pai
nt R
emov
al28 I 001789* I Services (OS
D)
I11
1720
07I
11/0
6/20
09 I
111
7201
0 I
Line
Mas
ter
$126
,990
1, 2
, 4, 6
, 7, 9
As-
Nee
ded
PW
1297
3*1
Bui
ldin
g &
Saf
ety
29 I * Plan Check
$3,7
50,0
00$0
12.0
0%I
$6,0
00I
1,2,
6A
/N N
onE
mer
genc
yR
emov
al
Of
Haz
ardo
usO
cean
Blu
e30 I 001524*
Mat
eria
l OSD
Environmental Services
$800
,000
$06.
00%
I$4
8,00
0I
1,6,
9A
s-N
eede
dPW
1298
1**
Bui
ldin
g &
Saf
ety
31 I
*Pl
an C
heck
I1/
8/20
07I
1/8/
2010
I1/
8/20
10I
WIL
LD
AN
I$3
,750
,000
I$0
1___
$010
.0%
I$1
,200
I1,
2,6
Land
scap
e A
ndG
roun
dsM
aint
enan
ceS
ervi
ces
For
The
Publ
ic
Wor
ks
Hea
dqua
rter
s
II
32 I
7599
6I Complex (OS
D) .1
2/1/
2007
I 01/31/2010 I 1/31/2010 I Truegreen Landcare I
$113
,320
I$0
I$0
5.0%
$5,6
661,
5,6,
7,8
As-
Nee
ded
Mec
hani
cal
Ele
ctric
al &
Plum
bing
Eng
inee
ring
PW12
996*
*1 D
esig
n/D
esig
n33 I * Review Services I
1/8/
2007
I1/
8/20
10I
1/8/
2010
IG
LU
MA
CI
$300
,000
I$0
I$0
5.00
%I
$4,9
20I
1,2,
6,9,
10A
/N F
acili
ties
Sw
eepi
ng S
ervi
ces
II
II
LI
I34 I 001725* I
(FM
D)
I2/
8/20
07I
0210
7/20
10 I
021
07/2
010
I Jo
e's
Swee
ping
, Inc
. I$1
89,0
00$0
$05.
00%
$9,4
501,
5,6,
10A
/N H
erbi
cide
App
licat
ion
Usi
ngSm
all A
nd L
arge
Spra
y R
igs
- So
uth
35 I 001530 I
Are
a (F
MD
)I
3/1/
2005
I 02
/28/
2010
I 0
2/28
/201
0 I
Qua
lity
Spra
yers
, Inc
. I$6
00,0
00I
$0I
$05.
00%
I$3
0,00
0I
1,6,
10A
s-N
eede
d.M
echa
nica
lE
lect
rical
&Pl
umbi
ngE
ngin
eeri
ngP
W13
005*
1 D
esig
n/D
esig
n I
I1/
22/2
010
11/2
2120
10 I
DA
HL,
TA
YLO
R &
36 I * Review Services
1/23
/200
7A
SS
OC
IAT
ES
INC
$375
,000
$0$0
7.00
%$1
,130
1,~,
6
Mar
ipos
a H
ortic
ultu
re37 I 001638* I Proaram lRMDl I
11/1
/200
6I 04/30/2010 I 04/30/2010 I
Ent
eror
ises
. Inc
.$1
20,0
00$0
$05.
00%
$6,0
00I
1,2,
6,9,
10
3011
0
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
Current rinai Option
NC
C1
Yea
r2
Yea
r 2
Yea
r C
ontr
act I
.con
trac
t Sta
rt I
Ter
m E
xp. Y
r. E
xp.
Con
trac
tPo
rtio
nC
ontr
act $
from
Ext
end
1 Y
ear
Red
uctio
nE
xten
dR
educ
tion
No. I No. Contract Name
Dat
e D
ate
Dat
e(l)
Con
trac
tor
Nam
eA
mou
nt
(2)
Savi
ngs
NC
CR
educ
tion
Savi
ngs
Red
uctio
nSa
ving
sI
Just
ific
atio
nls
As-
Nee
ded
Mec
hani
cal
Ele
ctric
al &
Plum
bing
Eng
inee
ring
PW13
003'
1 D
esig
n/D
esig
n38 I ' Review Services I
1/23
/200
7I
1/23
/201
0 I 1
/23/
2010
I S
TV
INC
OR
PO
RA
TE
D$3
00,0
00$0
$07.
00%
$6,8
991,
2,6,
9,10
Uni
ted
Pac
ific
Ser
vice
s,39 I 001639'
04/3
0/20
10In
c.$1
20,0
00$0
$010
.00%
$12,
000
1,2,
6,9,
10
As-
Nee
ded
Bld
g &
PW13
007"
Safety Inspection
40,
& P
erm
it T
ech
2/8/
2007
2/8/
2010
2/8/
2010
JAS
PA
CIF
IC, I
NC
.$1
5,00
0,00
0$0
$010
.00%
$270
,000
1,2,
6,7
4100
1640
'11
/1/2
006
04/3
0/20
1004
/30/
2010
Ti T
o A
rbor
ists
$120
,000
$0$0
16.9
31%
$20,
317
1,2,
6,9,
10
As-
Nee
ded
Bld
g &
PW13
008"
Safety Inspection
42 I
,&
Per
mit
Tec
h2/
8/20
072/
8/20
102/
8/20
10T
HE
"G"
CR
EW
$15,
000,
000
$0$0
10.0
0%$4
8,00
01,
2,6,
7
4300
1641
'11
/1/2
006
04/3
0/20
1004
/30/
2010
Wes
t Coa
st A
rbor
ists
$120
,000
$0$0
9.0%
$10,
800
1,2,
6,9,
10
44,
2/8/
2007
2/8/
2010
2/8/
2010
WIL
LD
AN
$15,
000,
000
$0$0
10.0
0%$3
,600
1,2,
4,6
4500
1642
'11
/120
0604
/30/
2010
04/3
0/20
10T
rave
rs T
ree
Ser
vice
$120
,000
$0$0
9.00
%$1
0,80
01,
2,6,
9,10
PW13
127"
BU
RE
AU
VE
RIT
AS
46,
2/21
/200
82/
20/2
010
2/20
/201
2N
OR
TH
AM
ER
ICA
$2,5
00,0
00$0
$07.
00%
$25,
550
1,2,
6
4700
1738
'5/
1/20
0704
/30/
2010
04/3
0/20
10T
cm G
rou
$154
,250
$0$0
10.0
0%$1
5,42
51,
4,6
PW13
128"
48 I
,2/
21/2
008
2/20
/201
02/
20/2
012
THEG CREW
$2,5
00,0
00$0
$05.
00%
I$1
3,33
6I
1,2,
6I '.
49 I 001749'
\1 iv
a..)
ucl
vn.
..c;.=
Publ
ic
Wor
ks
6/29
/200
706
/28/
2010
06/2
8/20
10Jo
hnso
n C
ontr
ols,
Inc.
$210
,132
$0$0
12.0
0%$2
5,21
61,
3,6,
7,9
As-
Nee
ded
Bui
ldin
g-R
elat
edPW
1312
9"In
spec
tion
HA
RR
IS
&
50,
Serv
ices
2/21
/200
82/
20/2
010
2/20
/201
2A
SSO
CIA
TE
S$2
,500
,000
$0$0
5.00
%$3
7,56
21,
2,6
Countyide Smart
Gar
deni
ng51
0017
59'
Pro
oram
(E
PD
l,7/
11/2
007
7/10
/201
007
/10/
2010
Bio Contractors, Inc.
$499
,675
$0$0
15.0
0%$7
4,95
11,
6
4011
0
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
II
II
Cur
rent
Fin
al O
ptio
nN
CC
Contract I I Contract Start I Term Exp.
Yr.
Exp
.C
ontr
act
Port
ion
Con
trac
t $ fr
omN
o. I
No.
Con
trac
t Nam
e D
ate
Dat
eD
ate(
1)C
ontr
acto
r N
ame
Am
ount
(2
) Sa
ving
sN
CC
I R
educ
tion
ISa
vina
sI
Red
uctio
n I
Savi
nas
I Justification(s)
As-
Nee
ded
Geo
tech
nica
lE
ngin
eeri
ng,
Tes
ting,
and
PW13
115*
1In
spec
tion
Tw
inin
g La
bora
torie
s of
52 I *
Serv
ices
Sou
ther
n C
alifo
rnia
$2,0
00,0
00$0
1,2,
6M
arie
Can
yon
Dis
infe
ctio
nPr
ojec
tM
aint
enan
ce A
ndIn
spec
tion
Cle
ar C
reek
Sys
tem
s,53 I 001785* I Services FMD
Inc.
$80,
000
$4,0
001,
2,4,
6,7,
10
As-
Nee
ded
Env
iron
men
tal
Testing, Inspection
PW12
842*
1&
Mon
itori
ngC
TL
Env
iron
men
tal
54 I *
Serv
ices
Serv
ices
$1,5
00,0
00$0
5.00
%$1
6,89
11,
2,6
Wat
er T
reat
men
tM
aint
enan
ceS
ervi
ces
For
The
Coo
ling
Tow
ers
And
Hea
ting,
Ven
tilat
ion,
And
Airl
Con
ditio
ning
Sys
tem
s A
t Pub
licW
orks
Hea
dqua
rter
s55 I 001781* I Complex (OS
D)
I9/
20/2
007
I 09/19/2010 I 09/19/2010 I
Wet
co, I
nc.
I$7
2,00
0I
$0I
$0-
10.0
0%I
$7.2
00I
1,3,
6,7,
10A
s-N
eede
dG
eote
chni
cal
Eng
inee
ring
,T
estin
g, a
ndPW
1309
6*1
Insp
ectio
nG
EO
CO
NIN
LA
ND
56 I *
Serv
ices
9/19
/200
7E
MP
IRE
, IN
C.
$79,
721
1,2,
6
Generation Earth
Secondary School
Env
iron
men
tal
Edu
catio
n Pg
m57 I 001581* I
(PR
G)
I10
/13/
2005
I 10/10/2009 I 10/10/2010 I
Tre
epeo
ple
Inc
I$1
,000
,000
I$0
I$0
15.0
0%I
$150
,000
I1,
6A
s-N
eede
dG
eote
chni
cal
Eng
inee
ring
,T
estin
g, a
ndPW
1309
7*1
Insp
ectio
n
II
9/18/2010 I 9/18/2010 I
II
I-
II
d,6
i58 I *
Serv
ices
9/19
/200
7N
INY
O &
MO
OR
E$2
,000
,000
$0$0
5.00
%$2
5,00
0A
s-N
eede
dG
eote
chni
cal
iI
II
II
II
I'.
Eng
inee
ring
,T
estin
9, a
nd
II
I I MACTEC
PW13
1 00
*1
Insp
ectio
nENGINEERING &
59 I *
Serv
ices
10/2
/200
710/1/2010 10/1/2010 CONSULTING,
INC
. I$2
,000
,000
I$0
I$0
10.0
0%I
$24,
277
I1,
2,6
50t 10
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
TT
iC
urre
ntF
inal
Opt
ion
NC
C1
Yea
rContract I I Contract Start I Term Exp.
Yr.
Exp
.C
ontr
act
Port
ion
Con
trac
t $ fr
omE
xten
dN
o. I
No.
Con
trac
t Nam
e D
ate
Dat
e~ Date(1)
Con
trac
tor
Nam
eA
mou
nt
(2)
Savi
nQs
NeC
Red
uctio
n
$10
Mil
Agg
rega
te fo
r th
eH
aul T
ruck
60 I 001798* I
Pro
aram
(F
L T
)I
1211
/200
8I 12131/2009 I 12131/2010 I
Dis
patc
h T
ruck
ina
ISe
rvic
es**
I$0
I$0
I5.
00%
I$6
2,50
01,
2,5,
6,7,
10
PW13
099*
*61
I*
ISe
rvic
esI
10/2
1200
7I
10/1/2010 I 10/1/2010 I URS CORPORATION I
$2,0
00,0
00I
$0I
$0I
5.00
%I
$5,9
601,
2,6
$10
Mil
Agg
rega
te fo
r th
eL
ac M
otor
Ent
erpr
ises
,H
aul T
ruck
62 I 001799* I
Inc.
Serv
ices
$0$0
$62,
500
1, 2
, 5, 6
, 7, 1
0
As-
Nee
ded
Con
stru
ctio
nPr
ojec
tPW
1289
9*1
Man
agem
ent a
ndI
10.0
0% I
I63 I * Related Services
2114
/200
621
13/2
011
2/13
/201
1B
ER
NA
RD
S$1
5,00
0,00
0$0
$0$1
99,9
411,
2,6,
9,10
As
Nee
ded
Hau
lA
ggre
gate
for
the
Truck Services
E. J
aspe
r W
reck
ing
&H
aul
Tru
ck
64 I 001801* I
Pro
aram
IFL
T)
1211
/200
812
131/
2009
1213
1/20
10T
ruck
ino
Serv
ices
**$0
I$0
I5.
00%
I$6
2,50
01,
2,5,
6,7,
10i
As-
Nee
ded
Con
stru
ctio
nP
roje
ct I
I 2/13/2011
I I SIMPSON & SIMPSON
PW
1290
0**1
Man
agem
ent a
ndM
AN
AG
EM
EN
T65 I * Related Services
2/14
/200
62113/2011 CONSULTING, INC. I
$15,
000,
000
I$0
I$0
I¡
I5.
00%
I$7
9,03
0I
1,2,
6,9,
10
$10
Mil
Agg
rega
te fo
r th
eH
aul T
ruck
II
66 I 001804* I
Pro
oram
(F
L T
l12
/1/2
008
1213
1/20
0912
/31/
2010
R.E
.H. T
ruck
ino
Inc
Serv
ices
"$0
I$0
5.00
%$6
2,50
01,
2,5,
6,7,
10C
onst
ruct
ion
PAR
SON
SPW
1290
1**1
Pro
ject
CO
MM
ER
CIA
L67 I * Manaaement and
2114
/200
621
13/2
011
2113
/201
1T
EC
HN
OLO
GIE
S, I
Nc.
1$1
5,00
0,00
0I
$~_I
$0I
5.00
%I
$134
,886
1,2,
6$1
0 M
il
Agg
rega
te to
r th
eH
aul
Tru
ck
68 I 001805* I
Serv
ices
**$0
$0$6
2,50
01,
2,5,
6,7,
10
As-
Nee
ded
Con
stru
ctio
nPr
ojec
tP
W12
898*
*1 M
anag
emen
t and
I69 I * Related Services
GK
KW
OR
KS
1,2;
6A
eria
lPh
otog
raph
y,'.
Top
ogra
phy,
And
Plan
imet
ric
Map
ping
Ser
vice
s70 I 001867*
SUR
$010
.00%
I$1
3,33
3I
1,2,
3,6,
10A
s-N
eede
d N
EPW
1316
4**
Des
ign
& D
esig
n71
I.
Rev
iew
Ser
vice
s I
7/8/
2008
I7/
9/20
10I
7/9/
2011
IT
etra
Des
ian,
Inc
I$6
00,0
00I
$0I
$05.
00%
I$3
7,56
2I
1,2,
6
60t 10
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
Cur
rent
Fin
al O
ptio
nN
CC
1 Y
ear
2 Y
ear
2 Y
ear
Contract I I Contract Start I Term Exp.
Yr.
Exp
.C
ontr
act
Port
ion
Con
trac
t $ fr
omE
xtèn
d1
Yea
r R
educ
tion
Ext
end
Red
uctio
nN
o. I
No.
Con
trac
t Nam
e D
ate
Dat
eD
ate(
1)C
ontr
acto
r N
ame
Am
ount
(2
) Sa
ving
sN
CC
Red
uctio
nSa
ving
sR
educ
tion
Savi
ngs
IJu
stif
icat
ionl
sA
lN E
mer
genc
yR
emov
al
Of
Haz
ardo
usO
cean
Blu
e72 I 001588* I
Mat
eria
l (F
MD
)21
1/20
0601
/31/
2010
1/31
/201
2Environmental Services
I $5
00,0
00I
$0I
$06.
00%
I$3
0,00
0I
1,2,
6,9,
10A
s-N
eede
d A
lEPW
1316
5**1
Des
ign
& D
esig
nJ.
C. C
HA
NG
&73 I * Review Services
7/10
/200
87/
9/20
107/
9/20
11A
SSO
CIA
TE
SI
$500
,000
I$0
I$0
5.00
%I
$3,4
13I
1,2,
6M
aint
enan
ceP
rogr
am F
orN
onad
vert
isin
gBus Stop
Sur
etec
k In
dust
rial A
ndA
men
ities
-Nor
thC
omm
erci
al S
ervi
ces,
74 I
7649
2C
ount
v (P
OD
)3/
18/2
008
03/1
7/20
1003
/17/
2011
Inc.
I$2
74,2
70I
$0I
$08.
00%
I$2
1,94
2I
1,2,
5,6,
7,8
IPW
1316
6**
As.
N
eede
d A
lEDesign & Design
WA
YN
EC
SIU
75 I *
Rev
iew
Ser
vice
s7/
10/2
008
7/9/
2010
7/9/
2011
AR
CH
ITE
CT
SI
$500
,000
I$0
I$0
5.00
%I
$6,2
50I
1,2,
6A
eria
lPh
otog
raph
y,T
opog
raph
y, A
ndPl
anim
etri
cMappi ng Services
76 I 001869*
SUR
$010
.00%
I$1
3,33
3I
1,2,
3,6,
10A
s-N
eede
d A
lEPW
1316
7**
Des
ign
& D
esig
n77
I*
Rev
iew
Ser
vice
s I
7/14
/200
8I 713/2010 I 7/13/2011 I STV INCORPORATED I
$500
,000
I$0
I$0
7.00
%I
$6,1
16I
1,2,
6
78 I 001861*
8/1/
2008
07/3
1/20
0907
/31/
2011
Tow
il In
c.
$13,
333
1,2,
3,6,
10
PW13
168*
*JT
C A
RC
HIT
EC
TS
,79
*7/
14/2
008
7/13
/201
071
3/20
11IN
C.
$500
,000
$0$0
10.0
0%$1
1,14
11,
2,6
8000
1614
*9/
2/20
0609
/01/
2009
09/0
1/20
11$9
00,0
00$0
$07.
00%
$63,
000
1,2,
3,6,
10A
s-N
eede
d A
lEPW
1316
9**1
Des
ign
& D
esig
nF
RA
NK
R. W
EB
B81 I * Review Services
AR
CH
ITE
CT
S$0
5.00
%I
$4,9
80I
1,2,
6,7
Pac
oim
a D
amA
eria
l Tra
mw
ayR
epai
r &
Ann
ual
Leitn
er-P
oma
of82 I 001646*
Mai
nt F
MD
11/2
9/20
0601
/01/
2010
1/1/
2011
Am
eric
a, In
c.$0
5.00
%I
$26,
721
I1,
2,4,
6,10
As-
Nee
ded
AlE
VIN
IEG
RA
&PW
1317
0**
Des
ign
& D
esig
nV
INIE
GR
A83
I*
Rev
iew
Ser
vice
s7/
14/2
008
7/15
/201
07/
15/2
011
AR
CH
ITE
CT
UR
E$5
00,0
00$0
$01,
2,6
Was
te
Tir
e '.
Rec
yclin
g Pr
ogra
m84 I 001795*
EPD
1211
/200
711
/30/
2009
11/3
0/20
11The Peterson Grou
$188
,855
$0$0
9.00
%I
$16,
997
I1,
2,6
As-
Nee
ded
AlE
PW13
171*
*D
esig
n &
Des
ign
HH
FR
EM
ER
85 I
*R
evie
w S
ervi
ces
7/14
/200
87/
15/2
010
7/15
/201
1A
RC
HIT
EC
TS,
IN
C. I
$500
,000
I$0
I$0
6.00
%I
$6,4
66I
1,2,
6
70t 10
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
Cur
rent
Fin
al O
ptio
nN
CC
1 Y
ear
2 Y
ear
2 Y
ear
Con
trac
t IC
ontr
act S
tart
Ter
m E
xp.
Yr.
Exp
.C
ontr
act
Port
ion
Con
trac
t $ fr
omE
xten
d1
Yea
r R
educ
tion
Ext
end
Red
uctio
nNo. I No. Contract Name
Dat
eD
ate
Dat
e(1)
Con
trac
tor
Nam
eA
mou
nt
(2)
Savi
ngs
NC
CR
educ
tion
Savi
ngs
Red
uctio
nSa
ving
sI
Just
ific
atio
nls
Pub
lic C
urbs
ide
Ref
use
Con
tain
erC
olle
ctio
n an
dD
ispo
sal S
ervi
ces
for
Flor
ence
/Fir
esto
ne86
I75
964
/Wal
nut P
ark
Are
aS
helte
r C
lean
, Inc
$05.
00%
I$1
3,63
7I
1, 2
, 3, 5
, 6, 8
, 9A
s-N
eede
d A
lEPW
1317
4**
Design & Design
87 I
*R
evie
w S
ervi
ces
UR
S C
OR
PO
RA
TIO
N1,
2,6
Pub
lic C
urbs
ide
Ref
use
Con
tain
erC
olle
ctio
n an
dD
ispo
sal S
ervi
ces
for
Roa
dM
aint
enan
ce 3
88 I
7596
5I
Are
aS
helte
r C
lean
, Inc
$203
,788
1, 2
, 5, 6
, 8, 9
As-
Nee
ded
AlE
PW13
176*
*1 D
esig
n &
Des
ign
89 I * Review Services I
8/4/
2008
I8/
5/20
10I
8/5/
2011
IG
KK
WO
RK
SI
$500
,000
~Q--
I$0
5.00
%I
$5,5
19I
1,2,
6La
ndsc
ape
And
Gro
unds
Mai
nten
ance
Ser
vice
s F
orPu
blic
W
orks
Cen
tral
Yar
d-Lo
wer
And
Upp
er90
I75
973
IO
SD$1
3,67
5$6
841,
2,5,
6,8
91I
9/4/
2007
I9/
3/20
09I
9/3/
2011
I U
RS
CO
RPO
RA
TIO
N 1
_$3O
Q,O
OO
I$0
I$0
I5.
00%
I$5
,341
1,2,
6
92$1
61,8
10$1
4,56
3I
1,2,
6
93$4
00,0
00$1
2,00
0I
1,?,
6
I
,94
$4,9
501,
2,4,
6,9
95$8
,000
I1,
2,6
96$1
50,0
00$1
5,00
0I
1,2,
3,6,
10
97$4
00,0
00$8
,000
1,2,
6
80t 10
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
.T
1i
IC
urre
ntF
inal
Opt
ion
NC
CContract I I Contract Start I Term Exp.
Yr.
Exp
.C
ontr
act
Port
ion
Con
trac
t $ fr
omN
o. I
No.
Con
trac
t Nam
e D
ate
Dat
eD
ate(
l)C
ontr
acto
r N
ame
i-A
mou
nt (
2)Sa
vini
isN
CC
As
Nee
ded
Und
ergr
ound
And
Abo
vegr
ound
Sto
rage
Tan
kM
aint
enan
ce A
ndR
epai
r S
ervi
ces
Red
win
e-M
anle
y98 I 001825* I 10SOL
4/28
/200
84/
27/2
010
4/27
/201
3T
estin
ri S
ervi
ces
I$4
60,3
85I
$0I
$01,
2,6,
7,11
As-
Nee
ded
Cos
tPW
1320
2**1
Est
imat
ing
JAC
OB
US
& Y
UA
NG
,99 I *
Serv
ices
9/25
/200
89/
24/2
010
9/24
/201
2IN
C. I
$75,
000
I$0
I$0
I12
.00%
I$3
,000
1,2,
6,9,
10,
Sum
mer
Bea
chB
us S
ervi
ces
Par
king
Com
pany
Of
100 I 001835*
IPD
Ol
5/1/
2008
04/3
0/20
1004
/30/
2012
Am
eric
a M
om!.
, LL
C I
$40,
500
I$0
I$0
1, 2
, 3, 5
, 6, 8
I~ As-Needed Cost
PW13
206*
* E
stim
atin
gC
ON
STR
UC
TIO
N101 I * Services
9/29
/200
89/
28/2
010
9/28
/201
2COST CONSUL TANTSI
$75,
000
I$0
I$0
I10
.00%
I$2
,500
1,2,
6Acton-Agua Dulce
Shut
tle S
ervi
ceP
arki
ng C
ompa
ny O
f10
2 I
7617
4IP
DO
l7/
1/20
0706
/30/
2010
6/30
/201
2A
mer
ica
Mom
!., L
LC
I$6
7,65
8I
$0I
$01,
2, 4
, 5, 6
, 8
IPW
1320
1**
As-
Nee
ded
Env
iron
men
tal
BO
NT
ER
RA
103 I *
Serv
ice
9/16
/200
89/
15/2
011
9/15
/201
3C
ON
SUL
TIN
GI
$2,0
00,0
00I
$0I
$07.
00%
I$1
6,59
4I
1,2,
6oh
n A
nson
For
,A
mph
ithea
tre
Shu
ttle
Ser
vice
Par
king
Com
pany
Of
1 04
I 0
0173
5*IP
DO
l5/
1/20
0704
/30/
2010
4/30
/201
2A
mer
ica
Mom
!., L
LC I
$41,
050
I$0
I$0
1, 2
, 4, 5
, 6, 8
IPW
1320
9**
As-
Nee
ded
Env
iron
men
tal
CH
AM
BE
RS
GR
OU
P105 I *
Serv
ice
1017
2008
10/6
/201
110
/6/2
013
INC
I$2
,000
,000
I$0
I$0
10.0
0%I
$37,
409
I1,
2,6
Gra
ffiti
Rem
oval
At
Eas
t Are
a F
lood
Control Facilties 1
112/31/2009 112/31/20121
Sup
erio
r P
rope
rt10
6 I
7640
9I 10SOL
1/1/
2008
Services, Inc. I
$155
,900
I$0
I$0
I8.
00%
I$1
2,47
21,
2, 3
, 5, 6
, 8, 9
As-
Nee
ded
Lan
dsca
peA
rchi
tect
uraV
Eng
inPW
1321
4*1
eerin
g D
esig
nC
OR
NE
RST
ON
E107 I *
Serv
ices
11/6
/200
8S
TU
DIO
S, I
NC
.$4
00,0
00$L
_5.
00%
I$4
,890
I1,
2,6
Gra
ffiti
Rem
oval
At
South Area Flood
Control Facilities
108
I76
407
OSD
1/1/
2008
$0L
_$0
1 , 2
, 3, 5
, 6, 8
, 9A
s-N
eede
dL
ands
cape
Arc
hite
ctur
aVE
ngin
PW13
218*
1ee
ring
Des
ign
MIA
L
EH
RE
R
&
109 I *
Serv
ices
ASS
OC
IAT
ES
$05.
0%I
$5,0
00I
1,~
,6 i
Gra
ffiti
Rem
oval
At
Wes
t Are
a F
lood
II
Control Facilties
Woo
ds M
aint
enan
ce'.
110
I76
408
aSD
Services, Inc.
5.00
%$9
,480
1, 2
, 3, 5
, 6, 8
, 9A
s-N
eede
dL
ands
cape
Arc
hite
ctur
aVE
ngin
PW13
219*
1ee
ring
Des
ign
II
II AHBE LANDSCAPE
111 I *
Serv
ices
1/8/
2009
1172
011
1172
015
AR
CH
ITE
CT
S I
$400
.000
I$0
I$0
18.0
0%I
$15,
696
I1,
2,6
90t 10
CO
NT
RA
CT
OR
EX
TE
NS
ION
/CO
ST
RE
DU
CT
ION
AT
TA
CH
ME
NT
II
IC
urre
ntFi
nal O
ptio
nN
CC
1 Y
ear
Con
trac
t IC
ontr
act S
tart
I T
erm
Exp
.Y
r. E
xp.
Con
trac
tPo
rtio
nC
ontr
act $
from
Ext
end
No. I No. Contract Name
Date Date
Dat
e(1)
Con
trac
tor
Nam
eA
mou
nt
(2)
Savi
nRs
NC
CR
educ
tion
Reg
iona
l Use
dM
otor
Oil
And
Filt
er C
olle
ctio
nA
nd P
ublic
Edu
catio
nI I I Saeshe Advertising,
112 I 001866* I Prooram IPRG)
7/15
/200
807/14/2010 07/14/2013 Inc. I
$500
,000
I$0
I$0
I5.
00%
I$2
5,00
01,
2,6
As-
Nee
ded
Lan
dsca
peA
rchi
tect
uraV
Eng
inPW
1321
5*1
eerin
g D
esig
n113 1 *
Serv
ices
I21
5/20
09I
214/
2011
I 214/2015 I
NU
VIS
I$4
00,0
00I
$0I
$05.
00%
I$4
,698
I1,
2,6
Lan
dsca
peM
aint
enan
ceSe
rvic
es-S
outh
Uni
ted
Pac
ific
Ser
vice
s,11
4176
679
IA
rea
FM
D10
/18/
2008
Inc.
$07.
00%
I$5
5,81
0I
1,2,
6,7,
8,10
Mai
nten
ance
Pro
gram
For
Non
adve
rtis
ing
Bus Stop
Am
eniti
es S
outh
1151
7672
1I
Cou
nPD
D$0
5.00
%I
$48,
431
I1,
2,5,
6,7,
8In
vent
ory
Ser
vice
s116 1 001910* 1
FIS
$01,
2,6,
7L
ands
cape
Mai
nten
ance
Services East Areai
i i i United Pacific Services,
117
I77
015
I (FMDl
7/5/
2009
07104/2010 07104/2014 Inc. 1
$37,
000
I$0
$07.
00%
$2,5
90I
1,2,
6,7,
8,10
$31,
594
$474
,860
$922
,682
$2,3
17,1
01
Tot
al N
CC
Con
trac
t $ fr
omT
otal
Ann
ual
Tot
al A
nnua
l
Port
ion
NC
CSa
ving
s fo
rSa
ving
s fo
r
Savi
ngs
Con
trac
tsC
ontr
acts
1"__
_:..:
__ o
j .._
Rec
eivi
ng 2
yr
Ext
ensi
on
Tot
al a
nnua
l NC
C S
avin
gs:
$31,
594
Tot
al a
nnua
l con
trac
t sav
ings
:$3
,233
,783
(3)
Exp
iratio
n of
one
yea
r co
ntra
ct e
xten
sion
s re
duce
s sa
ving
s in
FY
10/
11 b
y $5
6,35
2
1. T
he fi
nal c
ontr
act t
erm
inat
ion
date
incl
udes
all
optio
n ye
ars
if ex
erci
sed.
2. T
he c
ontr
act a
mou
nts
are
the
cont
ract
am
ount
s th
e B
oard
app
rove
d ex
clud
ing
any
cont
inge
ncie
s an
d an
y su
bseq
uent
adj
ustm
ents
sin
ce th
e aw
ard
of th
e co
ntra
ctsu
ch a
s C
ost o
f Liv
ing,
fuel
, and
/or
tippi
ng fe
es.
3. A
mou
nt o
f sav
ings
in 0
9/10
wil
be p
rora
ted
. Pot
entia
l Cos
t Sav
ings
sin
ce th
ese
cont
ract
s ar
e as
-nee
ded
cont
ract
s an
d th
e fu
ll co
ntra
ct a
mou
nt m
ay n
ot b
e ut
ilize
d...
Pro
gram
s -
The
se c
ontr
act c
onsi
st o
f sev
eral
con
trac
tors
und
er o
ne c
ontr
act p
rogr
am.
"'Sa
ving
s on
pro
fess
iona
l ser
vice
con
trac
ts b
ased
on
rem
aini
ng b
alan
ce o
f co
ntra
ct m
axim
um s
um.
I, ..
10 o
f 10
ATTACHMENT II
- - --':.'
COUNTY OF LOS ANGELESTREASURER AND TAX COLLECTOR
MARK J. SALADINOTREASURER AND TAX COLLECTOR
August 14, 2009
TO: Willam T FujiokaChief Executive Offcer
Mark J. Saladino /1Treasurer and Tax Colle~
CONTRACT EXTENSION AND COST REDUCTION APPROVAL REQUEST
FROM:
On June 16,2009, the Board, on motion of Supervisor Ridley-Thomas, instructed theChief Executive Office (CEO), working with the Internal Services Department, CountyCounsel, Auditor-Controller, and other departments as needed, to develop theparameters for a contract cost savings initiative by requesting that contractors reducecontract costs effective in Fiscal Year 2009-2010 (FY 2009-2010) in return for contractextensions. The Board also authorized any contract extensions authorized under thisinitiative be executed without competitive bidding and directed the CEO to include anyresulting reductions in Supplemental Changes for the FY 2009-2010 County Budget.
On June 25, 2009, the CEO, acting on the Board's direction, provided instructions forimplementation of this cost savings initiative requesting that contractors reduce contractcosts effective in FY 2009-2010 in return for contract extensions. The instructionsdirected departments to canvass their contracts which metthe appropriate criteria, andsolicit offers from those affected contractors to reduce the cost of the contracts inexchange for one-year and/or two-year extensions.
Accordingly, i am recommending that the CEO propose to the Board of Supervisors thefollowing contract amendment to reduce cost and extend terms only (amendment hasbeen approved as to form by County Counsel):
Contract No. #75266 . All Direct Mail Services, Inc.
Background
Contract No. #75266 was awarded to All Direct Mail Services, Inc. (ADMSI) toprovide mailing services effective June 1,2005. The contract term is one (1) yearwith four (4) one-year renewal options and six (6) month-to-month extensions fora maximum total contract term of five (5) years and six (6) months. The contractis currently in the final option year and wil expire on May 31, 2010. The total
- - --","
Mr. Willam T FujiokaAugust 14, 2009Page 2 .
amount of the contract sum is $1,375,000 for five years ($275,000 per year). Thenet County cost (NCC) for FY 2009-2010 is $114,600.
Recommended Amendment/Fiscal Impact
TTC recommends amending this contract by adding two (2) additional optionyears, for a total of six (6) one-year renewal options. In exchange, ADMSI isoffering an immediate 12% per unit cost reduction, to be effective after Boardapproval of the extension. The projected gross savings wil be over a two yearand nine month period as follows:
9 month's savings in 2009.2010*:/*Estimate based upon Board approval by September 1,2009.)
S&S Revenue NCeDecrease Decrease Decrease
12% cost reduction $ 15,000 $ 6,000 $ 9,000
12 th' . 20102011mon s savlnQs in .~
S&S Revenue NeeDecrease Decrease Decrease
12% cost reduction $ 19,000 $ 8,000 $ 11,000
12 th' . 2011 2012mon s savings In .S&S Revenue NCe
Decrease Decrease Decrease12% cost reduction $ 19,000 $ 8,000 $ 11,000
Justification
Mailng services are required in order for TTC to meet legal deadlinerequirements and to manage TIC's workload due to the volume of mailngs.
An analysis was penormed by TIe to conclude that the recommended contractamendment is economically advantageous to the County as compared to thepotential resuits of conducting a new solicitation.. The amendment will also delaya possible cost increase following a new solicitation. In addition, therecommended contract amendment wil ensure a continuation of quality mailngservices to TIC. ADMSI has proven to be a responsive contractor.
Please let me know if you have any questions, or your staff may contactW. Michael Harman at (213) 974-2030 or mharman(Wttc.lacounty.gov.
f
c: County Counsel