reportsirecommendationsirequests … · reportsirecommendationsirequests 1) ... department of...

82
1 DALLAS COUNTY COMMISSIONERS COURT BRIEFING AGENDA December 6, 2005 REPORTSIRECOMMENDATIONSIREQUESTS 1) HEALTH & HUMAN SERVICES PAGE NOS. Texas Department of State Health Services Contract No. 7560009056 2007 Attachment No. 03, STD/HIV 5-16 2) PURCHASING a) Annual Contract Extensions: 2003-144-1397, Annual Contract for Long Distance Telephone Service 2004-019-1436, Pre-Employment Verification Services 17-22 b) Contract Extension for RFP No. 2000-094-385, Request for Proposal for PBX Maintenance 23-25 c) Amend Contract - Substance Abuse Treatment Services for DIVERT Court Program, RFP No. 2003-035-1268 26-27 d) Proposed Implementation ofHB2695 - Considering Health Insurance Coverage in the Award of Purchasing Contracts 28-39 3) HUMAN RESOURCES I CIVIL SERVICE a) Renewal to Elect Exemption Self-Funded Health Insurance Programs ..... 40-41 b) Policy Change: Section 86-1, Definitions - Classified Employees Section 82-641, Employee Retirement, Membership Required; Exception . 42-48 4) IT SERVICES AIS/RMS Interface Reimbursement Insert (COURT ORDER ON FORMAL AGENDA)

Upload: dangcong

Post on 26-Apr-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

1

DALLAS COUNTY COMMISSIONERS COURTBRIEFING AGENDA

December 6, 2005

REPORTSIRECOMMENDATIONSIREQUESTS

1) HEALTH & HUMAN SERVICES

PAGE NOS.

Texas Department of State Health Services Contract No. 7560009056 2007Attachment No. 03, STD/HIV 5-16

2) PURCHASING

a) Annual Contract Extensions:2003-144-1397, Annual Contract for Long Distance Telephone Service2004-019-1436, Pre-Employment Verification Services 17-22

b) Contract Extension for RFP No. 2000-094-385, Request for Proposalfor PBX Maintenance 23-25

c) Amend Contract - Substance Abuse Treatment Services for DIVERTCourt Program, RFP No. 2003-035-1268 26-27

d) Proposed Implementation ofHB2695 - Considering Health InsuranceCoverage in the Award of Purchasing Contracts 28-39

3) HUMAN RESOURCES I CIVIL SERVICE

a) Renewal to Elect Exemption Self-Funded Health Insurance Programs ..... 40-41

b) Policy Change:Section 86-1, Definitions - Classified EmployeesSection 82-641, Employee Retirement, Membership Required; Exception . 42-48

4) IT SERVICES

AIS/RMS Interface Reimbursement Insert(COURT ORDER ON FORMAL AGENDA)

2

5) PUBLIC WORKS

a) Mullican Addition and Final Plat - Recommendation for ApprovalDallas County Unincorporated Area - District No.2, Rowlett E. T. J 49-61

b) ROW Acquisition Services, Indefinite Delivery Indefinite QuantityContract, Halff Associates, Inc., Amendment No. I 62-65

6) ENGINEERING AND PROJECT MANAGEMENT

New Inmate Call System/Intercom System at Lew Sterrett Jail Towers,Work Order No. 21, Amendment No. A2 66-70

7) OFFICE OF BUDGET & EVALUATION

a) Project Access Contract Revision 71-72

b) FY 2006 Capital Improvement Plan 73-74

8) OPERATIONS

2355 Stemmons Request 75-76

9) ITEMS OF DISCUSSION

a) Information NIA• Jail Population Report• Budget-Reserve Balance Report-November 29, 2005• County Auditor-Bid Contracts-Insurance Exception

as ofNovember 29,2005• Health & Human Services-HHS Updates

b) Status ofJail Inspection Compliance NIA

c) Jail Operations NIA

d) George Allen, Sr. Courts Building Expansion Project. . . . . . . . . . . . . . . . . . . NIA

e) IT Steering Committee• IT Briefings to be Discussed• PC and Printer Purchase for Sheriffs Department• Project Workload Review

3

10) Miscellaneous, Travel Requests, Miscellaneous Equipment,and Telecommunications Requests 77-82

11) PUBLIC COMMENTS

Speakers N/A

FIVE SIGNATURE DOCUMENT(s) FOR CONSIDERATION

Minister's Letter of Appreciation

DATE(s) TO REMEMBER

Open House

Monday, December 5, 200511:00 a.m. - 1:00 p.m.

County Road and Bridge District 2715 Rowlett Road

Garland, TexasHosted by:

Commissioner Mike CantrellJnstice of the Peace Gerry Cooper

Justice of the Peace Ken BlackingtonConstable Michael GothardFor Information Please Call:

972.240.1740

15th Annual KwanzaaFest

Saturday, December 10, 2005&

Sunday, December 11, 2005

Fair Park Automobile Building1010 First Avenue

Dallas, Texas 75215Hosted By:

Commissioner John Wiley PriceFor Information Please Call:

2145.653.6671

4

4 Christmas Holidays ~

Friday, December 23, 2005&

Monday, December 26, 2005

HAPPY HOLIDAYSNO COURT THE WEEK OF DECEMBER 27, 2005

New Year's Holiday

Monday, January 2, 2006

5

DALLAS COUNTYDEPARTMENT OF HEALTH AND HUMAN SERVICESHealth Division

ZACHARY S. THOMPSONDIRECTOR

MEMORANDUM

TO: COMMISSIONERS COURT

FROM: Zachary Thompson, Director

DATE: December 6, 2005

SUBJECT: TEXAS DEPARTMENT OF STATE HEALTH SERVICES (DSHS) CONTRACT #75600090562007, ATTACHMENT #03, STD/HIV

BACKGROUND

Texas Department of State Health Services (DSHS) Contract #7560009056 2007, Attachment #03 (STD-HIV),provides programs, including a syphilis elimination project, to control the spread of Sexually Transmitted Diseases(STDs) and to conduct Prevention Counseling and Partner Elicitation (PCPE) activities to reduce the spread ofhuman immunodeficiency virus/acquired immunodeficiency syndrome (HIV/AIDS). This attachment is effectiveJanuary 1,2006 and will expire on December 31,2006.

OPERATtONAL IMPACT

This grant adds one (1) new Light Truck Driver position, grade 5. There is no additional impact to Dallas Countyfor this contract.

LEGAL CONSIDERATIONS

The County JUdge is required to sign the contract after approval by the Commissioners Court.

FINANCIAL CONSIDERATIONS

Attachment #03, STD-HIV, provides $1,366,944 for salaries and fringe benefits, $85,557 for travel, $4,006 forsupplies, $12,076 for other, and $101,905 for indirect charges. This grant requires a discretionary County matchin the amount of $64,925, which will be used to supplement the salaries and fringe benefits.

RECOMMENDATION

It is respectfully recommended that the Dallas County Commissioners Court does hereby approves the TexasDepartment of Health Contract #7560009056 2007, Attachment #03 (STD-HIV), and authorizes the CountyJudge to sign the contract and all related documents on behalf of Dallas County.

Recommended bY:-:7~~~~~~~~~~~

c: J. Allen Clemson, Court AdministratorVirginia Porter, County AuditorRyan Brown, Budget Officer

2377 N. Stemmons FreewaySuite 644 - LB 12

Dallas, Texas 75207-2710 Office (214) 819-2100FAX (214) 819-2107

6

DEPARTMENT OF STATE HEALTH SERVICES1100 WEST 49TH STREET

AUSTIN, TEXAS 78756-3199

STATE OF TEXAS

COUNTY OF TRAVIS

TDH Document No. 7560009056 2007

Contract Change Notice No. 02

The Department of State Health Services, hereinafter referred to as RECEIVING AGENCY, did heretofore enter into a contract inwntlng with DALLAS COUNTY HEALTH AND HUMAN' SERVICES DEPARTMENT hereinafter referred to as PERFORMINGAGENCY The parties thereto now desire to amend such contract attachment(s) as follows:

SUMMARY OF TRAJ'lSACTION:A1'1' NO. 03 STD· HIV

All tcrms and conditions not hereby amended remain in full force and effect.

EXECUTED IN DUPLICATE ORIGINALS ON THE DATES SHOWN.

Authorized Contracting Entity (type above if differentfrom PERFORMING AGENCY) for and in behalf of:

PERFORMING AGENCY:

DALLAS COUNTY HEALTH AND HUMANSERVICES DEPARTMENT

By: -c----,------,---,---,--;-.,---­(Signature of person authorized to sign)

(Print Name and Title)

Date: _

RECOMMENDED:

By: ------:-.,--c=--==---­(PERFORMING AGENCY Director, if different

from person authorized to sign contract

RECEIVING AGENCY:

DEPARTMENT OF STATE HEALTH SERVICES

By: = __---,.,- .,- _(Signature of person authorized to sign)

Debra StabenoAssistant COrrmUssioner for Prevention

and Prepa",dness Services(Print Name and Title)

Date: _

PF CSCU· Rev. 6/05

Cover Page 1

7

DETAILS OF ATTACHMENTS

Att} DSHS Program IDI Term Financial Assistance Direct Total AmountAmd DSHS Purchase Assistance (DSHS Share)N(). Order Nurnbcr i Begin End Source of Amount

IFunds* I

'--~fB/PC---~'--f-.--. i·--655,905~01 01/01/06 I 12/31/06 93116 i 655,905.00 0.00

0000312955I-1ANSENS ,

020000313050

01/01/06 12/31/06 93.215 63,291.00 0.00 63,291 00

----1 STD/HlV.

i 03 10000313284 J 01/01/06 I 12/31/06 93977 93.940 1,570,488.00 000 1,570.488.00.

DSHS Document No.7560009056 2007 Totals$2,289,684.00 $ 000 $2,289,68400

I Change No. 02

"'Federal funds are indicated by it number from the Catalog of Federal Domestic Assistance (CFDA), if applicable. REFER TOBUDGET SECTION OF ANY ZERO AMOUNT ATTACHMENT FOR DETAILS.

Cover Page 2

8

DOCUMENT NO. 7560009056·2007ATTACHMENT NO. 03

PURCHASE ORDER NO. 0000313284

PERFORMING AGENCY: DALLAS COUNTY HEALTH AND truMAN SERVICESDEPARTMENT

RECEIVING AGENCY PROGRAM: HIV/STD COMPREHENSIVE SERVICES BRANCH

TERM: January 0 1,2006 THRU: December 31,2006

SECTION 1. SCOPE OF WORK:

PERFORMING AGENCY shall conduct programs, including a syphilis elimination project, tocontrol and prevent the spread of Sexually Transmitted Diseases (STDs), including humanimmunodeficiency virus/acquired immunodeficiency syndrome (HIV/AIDS) and viral hepatitis.PERFORMING AGENCY sliall provide the following core activities:

• Community and Individual Behavior Change;• Medical and Laboratory Services;• Partner Services;• Leadership and Program Management;• Survei lIance and Data Management; and• Training and Professional Development.

PERFORMING AGENCY shall establish a community coalition and collaborative partnershipwith local businesses, community clinics, and community based organizations who servepopulations most affected by syphilis, as well as with appropriate local and institutional partners,in order to implement the Syphilis Elimination Project objectives.

PERFORMING AGENCY shall develop a syphilis rapid response plan and, in conjunction withthe community coalition, a syphilis elimination plan. PERFORMING AGENCY shall enhancethe CUlTent syphilis surveillance system including, but not limited to, syphilis screenings inconectional facilities. PERFORMING AGENCY shall assist RECEIVING AGENCY Programin activities associated with syphilis outbreaks in parts of the State of Texas outsidePERFORMING AGENCY'S jurisdiction, as needed.

PERFORMING AGENCY shall provide the following technical assistance and support servicesas requested by RECEIVING AGENCY Program:

• Telephone consulting to RECEIVING AGENCY HIV/STD Programs and all Local andRegional STD Programs regarding issues of HIV/STD Program management and diseaseintervention;

• Traveling to RECEIVING AGENCY HIV/STD Programs and all Local and Regional

ATTACHMENT - Page I

9

STD Programs to provide on-site techmcal assistance regarding issues of HIVISTDProgranl management and disease intervention;

• Peer traimng to RECEIVING AGENCY HIV/STD Programs and all Local and RegionalSTD Programs who travel to PERFORMING AGENCY'S region;

• Participating and traveling with RECEIVING AGENCY Program staff duringprogrammatic on-site reviews of all Local and Regional HIVISTD Programs; and

• Assisting RECEIVING AGENCY Program with special HIVISTD projects orworkgroups that require local programmatic expertise (e.g. syphilis elimination planning,mfertility project).

When RECEIVING AGENCY Program determines that requests for technical assistance andsupport services from RECEIVING AGENCY HIV/STD Programs and all Local and RegionalSTD Programs exceed the capacity of this contract Attachment, RECEIVING AGENCYProgram will prioritize the services to be delivered by PERFORMING AGENCY.

PERFORMING AGENCY shall comply with all applicable federal and state laws, rules,regulations, standards, and guidelines in effect on the beginning date of this contract Attachmentunless amended. The following documents are incorporated herein by reference and made partof this contract Attachment:

• RECEIVING AGENCY'S HIV and STD Program Operation Procedures and Standards,2003, Inter-Local Application for Federal Sexually Transmitted Disease Services, datedJune 15,2005, and any revisions;

• Centers for Disease Control and Prevention (CDC), STD Program Operations Guidelines;• Chapters 8 I and 85 of the Health and Safety Code;• Chapter 93 of the Texas Health and Safety Code (relating to Education and Prevention

Programs for Hepatitis C);• Title 25 Texas Administrative Code (TAC), Chapter 97;• CDC, STD Treatment Guidelines, 2002 or latest revision; and• RECEIVING AGENCY'S Quality Care: STD Clinical Standards and Monitoring

Guidelines.

Within thirty (30) days of receipt of an amended standard(s) or guideline(s), PERFORMIJ'lGAGENCY shall inform RECEIVING AGENCY Program, in writing, if it will not continueperformance under this contract Attachment in compliance with the amended standard(s) orguideline(s). RECEIVING AGENCY may terminate the contract Attachment immediately orwithin a reasonable period of time as determined by RECEIVING AGENCY.

PERFORMING AGENCY shall immediately comply with all applicable policies adopted byRECEIVING AGENCY Program.

RECEIVING AGENCY reserves the right, where allowed by legal authority, to redirect funds inthe event of financial shortfalls. RECEIVING AGENCY Program will monitor PERFORMINGAGENCY'S expenditures on a quarterly basis. If expenditures are below that projected inPERFORMING AGENCY'S total contract amount as shown in SECTION III. BUDGET,PERFORMING AGENCY'S budget may be subject to a decrease for the remainder of tbe

ATTACHMENT - Page 2

1 0

Attachment tcrm. Vacant positions existing after ninety (90) days may result in a decrease Jl1

funds.

PERFORMING AGENCY shall pelfonn all activities in accordance with RECEIVINGAGENCY'S Inter,Local Application fnr Federal Sexually Transmitted Disease Services, datedJune 15, 2005, any letters or memos with rules, pohcies or other instructions given toPERFORMING AGENCY; PERFORMING AGENCY'S work plan and detailed budget asapproved by RECEIVING AGENCY Program. All of the above named documents areincorporated herein by reference and made a par1 of this contract Attachment. Any revisions oradditions to these documents shall be approved by RECEIVING AGENCY Program andtransmitted in writing to PERFORMING AGENCY.

In addition to the above activities, each party as identified shall be responsible for the followingIl1 order to ensure continuous HIV/STD surveillance and disease intervention services areperformed in a timely, professional manner consistent with the cunent RECEIVING AGENCYProgram's HIV/STD Program Operation Procedures and Standards, 2003, and any revisions.

RECEIVING AGENCY PHR 2/3 HIV/STD Program shall;

• Maintain responsibility for gonolThea, chlamydia, AIDS, and HIV surveillance outsideDallas County, Texas;

• Forward to PERFORMING AGENCY for Disease Intervention Specialist (DIS) follow,up of 1) all newly diagnosed AIDSIHIV cases, syphilis cases, and untreated publicgonolThea and/or chlamydia cases, and 2) requests for partner services within 72 hours ofcase and/or lab report;

• Provide gonorrhea! chlamydia (GC/CT) medications to selected health care providers incounties outside Dallas County, Texas for treatment of GC/CT infections; and,

• Provide input in regard to quality assurance issues to Dallas County Health and HumanServices Department (DCDHHS) HIV/STD Program Manager and RECEIVINGAGENCY Program's HIV/STD Comprehensive Services Branch Field Operations TeamLeader.

PERFORML'iG AGENCY'S DIS shall;

• Maintain at least three (3) DIS staff positions, and ensure appropriate training, dedicatedto providing services in all counties in PHR 2/3 with the exception of Tanant County andthose counties in the Wichita Falls,Wichita County Public Health District;

• Follow,up all newly diagnosed HIV/AIDS cases, syphilis cases, gononhea and/orchlamydia cases in accordance with RECEIVING AGENCY Program's HIV/STDProgram Operation Procedures and Standards, 2003, and any revisions;

• Conduct syphilis surveillance in PHR 3 inclUding provider and laboratory visits;• Provide initial contact to clinics, hospitals, laboratories, and providers regarding reactive

syphilis tests and syphilis cases to ensure appropriate pubic health follow,up;• Refer HIV/AIDS clients for early intervention services to RECEIVL1\fG AGENCY Ryan

White Title II contracted agencies, DCDHHS, or other providers based on client's needsand preferences;

ATTACHMENT - Page 3

1 1

• Provide RECEIVING AGENCY HIV/STD PHR 2/3 Program with a copy of DCDHHS'semhlnnual report describing syphilis morbidity in counties outside Dallas County,Texas; and,

• Collaborate with RECEIVING AGENCY contracted agencies in the rural counties whenscheduling sessions to provide HIV test results from correctional screening activities,

RECEIVING AGENCY Program's HIV/STD Comprehensive Services Branch Field OperationsTeam Leader shall:

• Evaluate DCDHHS and RECEIVING AGENCY PHR 2/3 HIV/STD Programcompliance with MOA;

• Provide twice monthly syphilis morbidity reports to RECEIVING AGENCY PHR 2/3HIV/STD Program Manager, and other reports as requested by RECEIVING AGENCY2/3 HIV/STD Surveillance staff;

• Distribute site visit reports to RECEIVING AGENCY PHR 2/3 HlV/STD ProgramManager for review and comn1cnt; and,

• Provide resolution and/or medication relative to expected outcomes to DCDHHS andRECEIVING AGENCY PHR 2/3 HIV/STD Program,

PERFORMANCE MEASURES

The following performance measures will be used to assess, in part, PERFORMING AGENCY'Seffectiveness in providing the services described in this contract Attachment, without waivingthe enforceability of any of the other terms of the contract

L PERFORMING AGENCY shall meet a minimum of eighty percent (80%) of the currentSTD program objectives and indicators as referenced in RECEIVING AGENCY'S Inter­Local Application for Federal Sexually Transmitted Disease Services, dated June 15,2005,

2. PERFORMING AGENCY shall maintain the syphilis community coalition andimplement the local syphilis elimination plan,

3 PERFORMING AGENCY shall be available to travel to provide rapid response asrequested by RECEIVING AGENCY Program within seventy-two (72) hours of theidentified need, PERFORMING AGENCY shall be available to travel to providetechnical assistance as requested by RECEIVING AGENCY Program.

4, PERFORMING AGENCY shall ensure that a complaint process is established and postedfor public access,

5. PERFORMING AGENCY shall maintain a Memoranda of Understanding (MOU) orcollaborati ve plan with RECEIVING AGENCY-funded Par1ner Counseling and PartnerElicitation (PCPE) contractors within PERFORMlJ.'lG AGENCY'S jurisdiction andRECEIVING AGENCY'S Public Health Region 2 and 3 to ensure effective coordinatedpartner services.

ATTACHJ'v1ENT - Page 4

1 2

The following STD elmical services shall be provided:

I. A client seeking STD diagnostic and/or treatment services (walk~in or phone) at publicSTD clinics during normal operating hours shall be triaged and a minimum of 90% ofclients shall be examined, tested and/or treated within 24 hours of seeking services.

" Clients seeking STD diagnostic and/or treatment services in public STD clinics shall bemedically managed according to PERFORMING AGENCY written protocols incompliance with RECEIVING AGENCY Program's HIV and STD Program OperationProcedures and Standards, 2003, and any revisions, RECEIVING AGENCY Program'sSTD Clinical Standards and Monitoring Guidelines, and CDC, STD TreatmentGuidelines, 2002, or latest revision.

Reports and Narratives:

I. Nanatives and ObJectives· Due semi·annually on or before the 31" of July 2006 andJanuary 2007 in a fonnat approved by RECEIVING AGENCY Program.

STD Management Information System (STD*MIS) data ~ Due weekly on Friday by 5:00p.m., Central Standard Time.

PERFOR""lING AGENCY shall submit confidential reports of diagnosed STD cases asrequIred by 25 TAC, Chapter 97 to RECEIVING AGENCY Program in a manner and ina format approved by RECEIVING AGENCY Program.

3. Congenital Syphilis Case Investigation and Infant Syphilis Control Record· Due toRECEIVING AGENCY Program, thiI1y (30) calendar days after reported to the localhealth department.

4. RECEIVING AGENCY Program's scannable for those clinic patients who receive TexasInfertility Prevention Project sentinel site services are due no later than thirty (30)calendar days after provision of sentinel site services. If PERFORMING AGENCY usescomparable data collection systems, PERFORMING AGENCY shall establish a schedulewith RECEIVING AGENCY Program prior to data submission.

5. Syphilis elimination objectives progress repor1 ~ Due semi·annually on the 31st day ofJuly 2006, and January 2007.

6. A technical assistance and support services progress report shall be included in a separatesection of the semi~annual report, due on or before the 31'1 of July 2006 and January2007.

PERFORMING AGENCY shall authorize their staff to attend training, conferences, andmeetings for which funds are budgeted and approved by RECEIVING AGENCY Program.

ATTACHMENT - Page 5

1 3

PERFORMING AGENCY shall have written program procedures covering COre activities, suchas: medical, lab, and partner services; surveillance and data management; clinical and diseaseintervention quality assurance.

PERFORMING AGENCY shall provide all reports and nalTatives within the required timeframcs, Tbe reports and nalTatives shall be completed to the satisfaction of RECEIVINGAGENCY Program for processing of reimbursement vouchers, If the reports and narTatives donot meet these conditions, RECEIVING AGENCY Program may impose sanctions as describedin the General Provisions, Sanctions Article,

TRAINING REQUIREMENTS:

Due to the specialization and job knowledge required for effective STD control programs, thefollowing minimum training is required of personnel employed under this contract Attachment:

l. Disease Intervention Specialist (DIS) shall successfully complete the following trainingwithin six (6) months of employment:

,1, Two (2) week Introduction to STD Intervention course;b. Training to perform venipuncture; and,c. PCPE training.

Disease Intervention Specialists (DIS) with more than one year of experience shallsuccessfully complete the Advanced STD Intervention (ASTDI) course as soon aspracticable when the course is offered.

3. First-line supervisors shall complete all training requirements of a DIS plus the followingwithin one (1) year of becoming a supervisor:

a. Attended the STD Intervention for Supervisor's course; and,b. Attended the Principles of Supervision in STD Control course.

4. Program managers shall complete all training requirements of a DIS and first-linesupervisor within one (1) year of becoming a program manager.

RAPID RESPONSE PLAN:

PERFORMING AGENCY shall maintain a Rapid Response Plan (RRP) for the PERFORMINGAGENCY'S geographic jurisdiction as approved by RECEIVING AGENCY Program. The RRPshall be in compliance with CDC, National Plan to Eliminate Syphilis from the United States,October 1999.

PERFORMING AGENCY'S personnel shall be made available to staff a Rapid InterventionTeam in the event of a disease "outbreak" as interpreted by RECEIVING AGENCY Program.

ATTAcrL\1ENT - Page 6

1 4

PERFORMING AGENCY'S personnel shall travel to other Texas Jurisdictions that may not beincluded in PERFORMING AGENCY'S Service Area or Region as requested by RECEIVINGAGENCY Program dUling a rapid intervention response, When such travel is requested byRECEIVING AGENCY Program, reimbursement arrangements for PERFORMLNG AGENCY'Stravel expenditures shall be approved in advance by RECEIVING AGENCY Program,

SECTION II SPECIAL PROVISIONS:

General Provisions, Assurances Article, is revised to include the following:

PERFORMING AGENCY shall comply with all federal and state non-discriminationstatutes, regulations, and guidelines, PERFORMING AGENCY shall provide serviceswithout disClimination on the basis of race, color, national origin, age, disability,ethnicity, gender, religion, or sexual orientation,

Due to the sensitive and highly personal nature of HIV/AIDS-related information, strictadherence to the General Provisions, Confidentiality of Protected Health Information Article,1S reqUlred, This Article, is revised to include the following:

Neither PERFORMING AGENCY, nor any sUbrecipient, shall transfer a client or patientrecord through any means, including electronically, to another entity or person, orsubrecipient without written consent from the client or patient, or someone authorized toact on his or her behalf; however, RECEIVING AGENCY may require PERFORMINGAGENCY, or any subrecipient, to transfer a client or patient record to RECEIVINGAGENCY if the transfer is necessary to protect either the confidentiality of the record ofthe health and welfare of the client or patient,

RECEIVING AGENCY shall have access to a client or patient record in the possessionof PERFORMING AGENCY, or any subrecipient, under authority of the Health andSafety Code, Chapters 81 and 85, and the Medical Practice Act, Texas OccupationsCode, Chapter 159, In such cases, RECEIVL'\1G AGENCY shall keep confidential anyinfOlmation obtained from the client or patient record, as required by the Health andSafety Code, Chapter 81, and Texas Occupations Code, Chapter 159,

PERFORMING AGENCY shall comply with the Health and Safety Code, §85,085, PhysicianSupervision of Medical Care, to ensure a licensed physician shall supervise any medical care orprocedure provided under a testing program,

ATTACHMENT - Page 7

1 5

SE':CTION IlL BUDGET

PERSONNEL

FRINGE BENEFITS

TRAVEL

EQUIPMENT

SUPPLIES

CONTRACTUAL

OTHER

TOTAL DIRECT CHARGES

INDIRECT CHARGES

TOTAL

Total reimbursements will not exceed $1,570,488.00,

$ 1,0 19,046.00

347,898.00

85,557.00

0.00

4,006.00

0.00

12,076.00

$1,468,583.00

$ IO I,90500

$ I,570A88.00

Financial status reports are due the 30th of April, 30th of July, 30th of October, and the 30th ofl\1arch,

The negotiated indirect cost shown above is less than PERFORMING AGENCY'S currentindirect cost rate on file at the RECEIVING AGENCY and subject to review by RECEIVINGAGENCY fiscal monitors, Indirect charges to this contract may not exceed the amount shownabove, except by prior written approval of RECEIVING AGENCY.

ATTACHMENT - Page 8

1 6

CERTIFICATION REGARDING LOBBYING

CERTIFICATION FOR CONTRACTS, GRANTS,

LOANS AND COOPERATIVE AGREEMENTS

The undersigned eertifies, to the best of his or her knowledge and belief that:

(1)

(2)

(3)

No federal appropriated funds have been paid or will be paid, by Or on behalf of theundersigned, to any person for influencing or attempting to influence an officer or anemployee of any agency, a member of Congress in connection with the awarding of anyfederal contract, the making of any federal grant, the making of any federal loan, theentering into of any cooperative agreement, and the extension, continuation, renewal,amendment, or modification of any federal contract, grant, loan, or cooperativeagreement.

If any funds other than federal appropriated funds have been paid or will be paid toany person for influencing Or attempting to influence an officer or employee of anyagency, a member of Congress, an officer or employee of Congress, or anemployee of a member of Congress in connection with this federal contract, grant,loan, or cooperative agreement, the undersigned shall complete and submit StandardForm-lll, "Disclosure Form to Report Lobbying," in accordance with it'sinstructions.

The undersigned shall require that the language of this certification be included in theaward documents for all subawards at all tiers (including subcontracts, subgrants,and contracts under grants, loans and cooperative agreements) and that allsubrecipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed whenthis transaction was made or entered into. Submission of this certification is a prerequisitefor making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code.Any person who fails to file the required certification shall be subject to a civil penalty of notless than $10,000 and not more than $100,000 for each such failure.

Signature

Print Name of Authorized Individual

7S60009~~07-03

Application or Contract Number

DALLAS COUNTY HEALTH ~~~ HU~~R SERVICES DEPARTMENT

Organization Name and Address

2377 STBMMONS FwY STE 600

Date

1 7

DALLAS COUNTYPURCHASING DEPARTMENT

December 6, 2005

TO:

FROM:

SUBJECT:

Commissioners Court rl1Jt1.Shannon Brown, Purchasing Agen~\)V

Annual Contract Extensions2003-144-1397 Annual Contract for Long Distance Telephone Service2004-019-1436 Pre-Employment Verification Services

BackgroundThe Purchasing Department routinely submits briefings to extend annual contracts whenvendors agree to continue to provide services at the original and/or amended tenns,conditions and pricing structure set forth in the bid award or court order. The userdepartments have been consulted on the extensions listed and agree that the vendors areproviding a quality service, in accordance with contract requirements. The purpose ofthis briefing is to recommend the extension of these annual contracts.

Operational Impact2003-144-1397 - Annual Contract/or Long Distance Telephone ServiceThe Long Distance Telephone Service contract provides intra-lata, intrastate, interstateand international usage for all Dallas County locations. The vendor, CapitalTelecommunications, has perfonned satisfactorily and the department has asked that thisbid be renewed. This contract was originally awarded for a two year period and this isthe first of two available contract extensions.

2004-019-1436- Pre-Employment Verification ServicesThis contract was awarded to Quick Search and expires on January 5, 2006. The contractis utilized primarily by the Human Resource/Civil Service Department to verify newemployee application infonnation (schooling, employment, criminal background checks).Human Services/Civil Service is satisfied with the work perfonned by Quick Search andis in agreement with the proposed extension. This is the final extension available underthe contract tenns and conditions and is for the period January 6, 2006 through January 5,2007.

Legal ImpactBoth finns have agreed to extend their awarded contracts in accordance with the existingtenns, conditions and pricing set forth and executed in the contract.

509 Main Street, Suite 623, Dallas Texas 75202-3340(214) 653-7431 • Fax (214) 653-7597. [email protected]

1 8

Financial ImpactThe table below shows the estimated annual expenditures for both contracts.

Estimated AnnualContract Exnenses Exnense Period

2003-144-1397 $75,000.00 December 12,2004 - November 30, 20052004-019-1436 $16,761.00 Januarv 5, 2005 - November 30, 2005

MWBE/InsuranceEach vendor has provided a current vendor statistical report for review. In addition, eachvendor has current and sufficient insurance coverage information on file.

RecommendationThe Purchasing Department recommends that the Commissioners Court authorize thefollowing annual contract extension:

I. Bid No. 2003-144-1397 Annual Contract for Long Distance Telephone Services asawarded to Capital Telecommunications for the period December 12,2005 throughDecember 11, 2006 (first of two possible extensions); and

2. Bid No. 2004-019-1436 Pre-Employment Verification Services as awarded to QuickSearch for the period January 6, 2006 through January 5, 2007 (second of twopossible extensions).

1 9

ani Capital Telecommunications, Inc.

Voice. Data. Internet. Wireless.

October 25, 2005

Ms. Gloria ReyesCounty of DallasPurchasing Dept.509 Main Street, 6th Floor, Room 623Dallas, Texas 75202

Re: Contract Extension - Local and Long Distance Telephone Services

Dear Ms. Reyes;

Capital Telecommunications, Inc. (CTI) agrees to the extension of services for anadditional (12) twelve-month period with an option to extend after said period by mutualagreement for local and long distance telephone services provided under Solicitation No.2003-144-1397, with the same terms and conditions.

CTI appreciates the opportunity of providing competitive, quality telecommunicationsservices to the County of Dallas. If I can be of any additional assistance, at any time,please contact me at 210-579-4606.

ichard Cheshierice President

Capital Telecommunications, Inc.

20

DALLAS COUNTY COMPANY NAME: V?'" tnL Tf::I'l-r/:llf1MI J~llOA1"1n.¥.7. H..C.Vendor Statistical Report ADDRESS: \ '2"'} bl FN"\ K ,q;NT!"AL., 'SUrTb-J~5(prim.hubs l""fomung >19% ofiniMtive)

Permanent Full-Time Employment TELEPHONE: &AN fNTt:t\ll 0, T00'7 -ri'1 [b '1LO. '579. 4(.0[.,(not par1 tiroo'tempJseasonal)

MALE WHITE BLACK HISPANIC NATIVE AMER. ASIAN PACIFIC ASIAN INDIAN OTHER

Offio;:ial<IManagers 7 IProfessionals 4-Technicians &Sales Workers 7/ IOfficelCkrical ICrnft Workers (Skilled)

Operatives (Semi SkillOO.)

Laborers (Um;ltilled)

SERVICEWORKERS

mTAL

~

ON.THE·JOB TRAINEEs:

WHlTf COl.Uill

PRODucTION

~ WHITE BLACK HISPANIC NATIVE AMER. ASIAN PACIFIC ASIAN INDIAN OTHER

Officials! Manageo g, IProfessionals ITechnicians

Sales Workers ?JOffice/Clerical \7 ICraft Workers (Skilled)

Operalive-(Serni Skilled)

Laborers (Unskilled)

Service Workers

TOTAL 7() '5 IVORMAl.ON_ruF_JOO Ul.AlNEES

V,TI(IECOU..AR

PRODUCTION

TOTAL

CHECK Minority..Owned Firm Certification # '-b, signatur~ateJ!Wb~1If 10-3/-&5ONE: NCTRCA

Womell-Owned Finn Certification # '-b, TyJred Nmn, ,';' Titl, r-lvf.Jrl;~t7 C~t:'K VI"NCTRCA

50F7

21

DALLAS COUNTYPURCHASING DEPARTMENT

November 18, 2005

Ms. Carolyn Wolter, OwnerQuick Search4155 Buena VistaDallas, Tx 75204

Subject: Pre-Employment Verification Services, RFP #2004-019-1436

Dear Ms. Wolter;

The aforementioned contract as awarded to your finn is due to expire on January 5, 2006. The contract pennits, at theend of the contract period and upon mutual agreement, the option to extend the contract for an additional twelvemonth period. Dallas County is interested in exercising the extension option with your company for an additionaltwelve-month period.

Please indicate below as to whether your company will agree to extend RFP #2004-019-1436 for an additional twelvemonth period based on the tenns, conditions and pricing set forth.

Should your company agree to extend the contract, please submit, with your letter of extension, an updated EEO Ifonn (see attached). In addition, please provide us with a current copy of your insurance certificate that meets therequirements set forth in Solicitation #2004-019-1436.

Should you have any questions pertaining to this matter please feel free to contact me at (214) 653-6500. Yourimmediate response to this matter is greatly appreciated.

Sincerely,

~I~Purchasing Supervisor

c: File

=-:":;-;-c:-:-.We agree to extend the contract in accordance with the tenns, conditions and pricing set forth in RFP#2004-019-1436. In addition, attached is our updated EEOI (Vendor Statistical Report) and InsuranceCertificates.

____ We are unable to extend the contract in accordance with the set torth tenns, conditions and pricing.

SMue ofIn~ividualAuthori I~ ~~the Company: /I'

0t.. ~ Title:_""U,.L<.'())./Y/"""-LL."-P.LA'--"'-<o.......__ Date:

Print Name: -,,-...;".LlJ-,::,,''':!}+L-"'c..JL'-L.I.L.L/-6=:-fr'o.!....".- ------509 Main Street, Suite 623 Dallas, Texas 75202-46166'" Floor Records Building

71 Id-.-l los, .

Office (214) 653-7431

22

DALLAS COUNTY COMPANY NAME: ('i,!i J ,de ~iOi'lI1Y,h

Vendor Statistical ReportADDRESS: 1-11 t;:).c::j .RJ iJ -P () CL Ut f-J-ii Url 110> IV 75dtJ(prlmeJ$Ub~ p.erfOmling >19% or iniu..cive) ,

Permanent FuU~Time Employment TELEPHONE: nl JII-,;J 5'6- ;:Y?: Lf() i-/7(not pnrt timdtemp/se:l5onuI)

MALE WHITE BLACK HISPANIC NATIVE AMER. ASIAN PACIFIC ASIAN INDIAN OTHER

Offic:ialsIM'I!Iager; ~Professionals {V ITechnicians

Sales Workm

,~.

Officelq~cal

Craft Workers (Skilled)

Opd'lltivcs (Semi Skilled),

Laborers (Uoskilll:d)

SERVICEWORKERS

I TOTAL I I I I I f I,~""'-QN.,HE-10R TRAll'EES:

WHnE "''''"'

I"RODIJCTION

FEMALE WHITE BLACK HISPANIC NATIVE AMER. ASIAN PACIFIC ASIAN INDIAN OTHER

Officials! Mllnagers JProfessioruUs

Tecbnici:ms

Sales Workers ,Office!Ckrical q .sCraft Workers (Skilled)

Oper.t!ive-{Sani Skilled)

Laborers (Unskilled)

Scrvi<::e Workers ,

I TOTAL I I I I I I IFoR.'I'lALON.nlE·JOB TJl,AlNEE5,

WHITECO",",

I PROOL'C'11ON

TOTAL 171 11 /'"'> a~CHECK Minority-Owned Finn Certification # b.uedby Si''''",<fD'''(£aAmffi H / J lth 1/!n..J/f!;ONE: NCfRCA

X women-ownedFinnCertifiCation~~~j(N 1(\05 ls5u~d by Typed Name and Tille: !JNCTRCA

!,IJrrJ/IIYI UJ,,/fRrNon-Minority Owned Finn til iii JoSI

50F7

DALLAS COUNTYPURCHASING DEPARTMENT

23

4T~

~i~~\~~47'S OF "",i' _

December 6, 2005

TO:

THROUGH:

FROM:

SUBJECT:

Commissioners Court _JShannon Brown, PurchasingAgen~ l)

Gloria TOITes, Senior Buyer

Contract Extension for RFP #2000-094-385Request for Proposal for PBX Maintenance

BackgroundOn Decemher 21, 2004, the Dallas Cotmty Commissioners Court extended RFP #2000-094-385 Request forProposal for PBX Maintenance to Affiliated Telephonc, Inc. for the period January I, 2005 through December 31,2005. The purpose ofthis briefing is to extend RFP #2000-094-385 on a month-to month basis contingent uponcompletion of the telecommunications convergence project.

Operational ImpactThe PBX maintenance system provides repair and maintenance service for PBX sites throughout Dallas County,The vendor, Affiliated Telephone, Inc. has performed satisfactorily and has agreed to extend the contract on amonth-ta-month basis pending completion ofthe telecommunications convergence project This is the lastmonth­to-month extension related to this project. The Communications and Central Services Department briefed theconvergence project on September 6, 2005. The project will allow the voice and data networks to be combinedonto a single network that should produce savings and increase capabilities. The assessment should be completedwithin the next six months.

Financial ImpactThe estimated annual cost for the PBX maintenance contract is $127,340. Funds are available in theCommunications and Central Services FY2006 budget.

MlWBE ComplianceAn updated Vendor Statistical Report is provided for review.

RecommendationThe Purchasing Department, in conjunction with the Communications and Central Services Department,recommends the extension of RFP #2000-094-385, Request for Proposal for PBX Maintenance to AffiliatedTelephone, Inc. on a month-to-month basis contingent upon completion ofthe telecommunications convergenceproject.

Should the Court concur with this recommendation, a Court Order will be scheduled for the next formal agenda.

Attachments

509 Main Street, Suite 623, Dallas Texas 75202-3340(214) 653-6498. Fax (214) 653-7878. [email protected]

24

~~AFFILIATED

DALLAS

October 18, 2005

Dallas CountyAttn: Gloria Torres509 Main StreetSuite 6236th Floor Records BuildingDallas, TX 75202-4616

Dear Ms. Torres

Please aecept this letter as fonnal notification that Affiliated Telephone, Inc. accepts themonth to month extension of the Maintenance Contract #2000-094-385 contingent uponthe completion of the Telephone Convergence project as per your request.

I have attached the completed fonns you requested.

We will begin billing the maintenance contract on a monthly basis beginning with theJanuary 2006 tenn.

If you have any questions please call me at 972-852-4003.

Monica PlunkAdministration Manager

25

/

DALLAS COUNTY COMPANY NAME: Af:C,' I.t>+-u:l l-Glwho"" I.-..(Vendor Statistical Report Av tYl,; { \- +t d-\O

"1\)t i:'y::.','fADDRESS: "1 :l,r, r keYlO(prime,uk performing ~ 19% nf initiative) '-,

Permanent Full¥Time Employment TELEPHONE: ern.- 4 'J-3, '-\. Xl"J..(not part time/temp/seasonal)

MALE WHITE BLACK HISPANIC NATIVE AMER. ASIAN PACIFIC ASIAN INDIAN OTHER

Official>!Managers ioProfessionals '-\Technicians

I I" I 3Sales Workers y. I

Office/Clerical IC,aft Workers (Skilled)

Operatives (Semi Skilled)

Laborers (Unskilled)

SERVICEWORKERS

TOTAL ::{/ ;}. 3FORMAl.ON.THf.-)OB TRMNEES

WHIWCOLLAR

PRODUCTION

FEMALE WHITE BLACK HISPANIC NATIVE AMER. ASIAN PACIFIC ASIAN INDIAN OTHER

Officials! Managers IProfessiolJals .)-

Technicians

Sales Workers IOffice/Clerical 4Craft Workers (Skilled)

Operative-(Scmi Skilled)

Laborers (Unskilled)

Servi~e Workers

TOTAL gFORMAlON.THf-JOIl T1l.AINEES

WHITE COlLAR

PROOUCTION

TOTAL

CHECK Minority-Owned Firm Certification # !>sucd bySig••tU"ID""'1Y1~2~()b-'- l::>\",,10ONE:

NCTRCA

Women-Owned Firm Certification # Issued by Typed Name and 'ritle:

Acl"t~ {\NCTRCA -9 \"'''' k ("{Ii. ri);~). Ct',

5 OF?

26

DALLAS COUNTYPURCHASING DEPARTMENT

:

December 6, 2005

TO:

THROUGH:

FROM:

SUBJECT:

Background

Commissioners Court

Shannon Brown@Purchasing Agent

Linda Boles-pPurchasing-Supervisor

Amend Contract - Substance Abuse Treatment Services for Divert CourtProgram, RFP #2003-035-1268

On February 22, 2005, the Commissioners Court authorized a twelve month extension toRFP #2003-035-1268 "Substance Abuse Treatment Services for Divert Court Program" asawarded to First Step Counseling, Turtle Creek Manor, Homeward Bound, Inc. and NexusRecovery Center for the period ofMarch 1,2005 through February 28, 2006. Thc purposeofthis briefing is to request that the contract be amended to allow County Criminal Court ofAppeals # I to utilize this contract and send convicted offenders to the various awardedtreatment/counseling centers, as applicable.

Operational Impact

The County contracts with the aforementioned firms to provide inpatient substance abusetreatment and counseling services to adult offenders evaluated to be chemically dependentand charged with state jail felony possession of a controlled substance. County CriminalCourt ofAppeals # I has been awarded a Mental Health Diversion Court grant in the amountof $36,680.00 to be utilized for substance abuse treatment and counseling services. Thegrant period is from September I, 2005 through August 31, 2006. Rather than issue aseparate RFP for residential substance abuse serviees, the Court is requesting that RFP#2003-035-1268 be amended to allow it to send applicable offenders to the various centers.

The extension options in the current contraet have been exhausted. As a result and withinthe next few weeks, the Purehasing Department (in eonjunetion with the Divert Court)will be submitting an RFP that will encompass both mental illness grants (Divert Courtand County Criminal Court of Appeals #1) for the Commissioners approval.

509 Main Street, Suite 623, Dallas Texas 75202-3340(214) 653-7431 e Fax (214) 653-7449 [email protected]

27

Financial Impact

Amending the eontract to allow County Criminal Court of Appeals #1 to utilize theappropriated Mental Health Diversion Court grant funds to send offenders to the varioussubstance abuse treatment facilities identified in RFP #2003-035-1268 is anticipated not toexceed $10,000.00 based on the balance of the contract period.

Legal Impact

In accordance with Local Government Code 262.031, "Changes in Plans andSpecifications", the Commissioners Court may make changes to a contract if it becomesnecessary after a contract is made as long as the change does not exceed 25% ofthe originalcontract award. Based on prior and projected expenditures, the contract value isapproximately $80,000.00. The proposed change represents a 12.5% increase. Theawarded providers have agreed to extend their prices and services to County Criminal Courtof Appeals # 1, if amended.

Recommendation

The Purchasing Department, in conjunction Divert Court and County Criminal Court ofAppeals #1, recommends amending RFP #2003-035-1268 "Substanee Abuse TreatmentServices for the Dallas County Divert Court Program" to include offenders sent to theawarded treatment/counseling centers from County Criminal Court of Appeals #1 andfunded through the Mental Health Diversion Grant.

28

DALLAS COUNTYPURCHASING DEPARTMENT " ,'''''

; '....1

December 6, 2005

TO:

FROM:

Commissioners Court cIShannon S. Brown, Purchasing Agent

SUBJECT: Proposcd Implementation of HB2695 - Considering Health InsuranceCoverage in the Award of Purchasing Contracts

BackgroundDuring the 79th Lcgislative Session, Dallas County initiated legislation to allow for theconsideration of the provision of health insurance coverage when awarding purchasingcontracts. HB 2695 amends Local Government Code, Chapter 262 to add this provision(Attachment A). The purpose of this briefing is to recommend the process and policychanges to incorporate tbis consideration in Dallas County's purchasing process.

Legislative IntentThe intent of the legislation is to provide counties with an additional means of evaluatingthe value of goods and services. Vendors who provide insurance coverage to theiremployees almost certainly have a higher cost of doing business that would be reflectedin their bid submissions. Since Commissioners Court has the responsibility for settingthe tax rate and approving the hudget of the Dallas County Hospital District, the primaryprovider of health services for uninsured citizens, it is reasonable to encourage employersto provide health insurance coverage. The new law allows Commissioners Court toconsider the provision of health insurance when evaluating bids within five percent (5%)of the lowest bidder.

Establishment of Comparable Health Insurance BenefitsA key component of the legislation is that the health insurance coverage provided by thevendor must be "comparable to the health insurance benefits provided for employees ofthe county." However, the term "comparable" is not further defined in the statute. Inorder to implement the legislation, a clear definition of "comparable" is necessary.

The Purchasing Department rccommends that the definition of comparable healthinsurance coverage include two elements: employer participation in cost and the types ofcovered services offered. Offering a plan where the employee pays the full cost wouldnot meet the definition of comparable. Typically, employers with this type of coveragehave a very low coverage rate because the insurance is too expensive to the employee. In

509 Main Street, Suite 623, Dallas Texas 75202-3340(214) 653-7597. Fax (214) 653-7443. [email protected]

29

order for the coverage to be meaningful, the employer must contribute to the cost. DallasCounty provides for 95% of the cost of employee only coverage and 70% of the cost offamily coverage. The Purchasing Department recommends that the cost sharing test forapplication of this policy be set at 75% for employee only coverage and 50% for familycoverage.

To address the types of covered services offered, the Purchasing Departmentrecommends providing a summary of Dallas County's covered services in the EPO andHMO plans (Attachment B). Approximately 72% of the total health insuraneeenrollment is in these plans. Bidders will be asked to review this coverage and to certifyif their plans provide a similar level of coverage. As diseussed in the section "BidEvaluation Process", comparability will be verified only ifit is determined that the pricedifference meets the 5% threshold allowed.

Implementation StrategyThe legislation targets items and serviees purehased through the eompetitive biddingprocess. In Dallas County the limit for formal sealed bids is currently $15,000. ThePurchasing Department recommend raising this limit to $25,000 as allowed by State law(LGC 262.023(a)). The department reeommends that the consideration of healthinsuranee eoverage and the inerease in the sealed bid limit be implemented at the sametime. The neeessary poliey ehanges for this increase are attached (Attaehment C).

Dallas County's bids contain language detailing the insuranee requirements and limitspursuant to Court Order 2003-1792. The department reeommends adding the followinglanguage in this seetion:

"Dallas County may eleet to give preferenee to bidders who provide healthinsuranee coverage to the bidders' employees that is comparable to thecoverage Dallas County provides to its employees as allowed by TexasLocal Government Code 262.0271. This bid packet contains informationconcerning Dallas County's health insurance coverage. Bidders shouldreview this information and determine if the level of coverage theyprovide is comparable. If subcontractors are to be utilized, this preferencewill only be considered if all subcontractors also provide comparablehealth insurance coverage to the subcontractors' employees."

In addition, the general bidder information section of bids will be expanded toincorporate the request for information on the bidder's health insurance coverage asshown below.

Does your company provide health insuranee eoverage to its employees?

Yes --- No ~

30

If your company does provide health insurance coverage to its employees,does the company share in the cost a minimum of 75% for employee onlycoverage and 50% for family coverage?

Yes _ No _

If your company provides health insurance coverage to its employees, isthe coverage comparable to the services provided by Dallas County asdescribed in the attached summary plan description?

Yes _ No _

If your company plans to utilize subcontractors in the fulfillment of thisbid, does each of the subcontractors provide health insurance coverage totheir employees that compares to Dallas County's health insurancecoverage and share in the cost?

Yes _ No _

In the event Dallas County elects to give a preference to a bidder whoprovides comparable health insurance, that bidder and any subcontractorswill be required to provide additional documentation ofthe declaredhealth insurance coverage.

All competitive bids for goods, services, and construction projects will include theproposed language. Solicitations that include an evaluation process not solely reliant onpricing, such as requests for proposals and statements of qualifications, will notincorporate these provisions. All pre-bid conferences will include a discussion ofinsurance requirements and highlight the new statute and bid statements concerning theprovision ofhealth insurance coverage.

Bid Evaluation ProcessWhen the Purchasing Department reviews bids, a bid tabulation sheet is prepared andeach individual bid is evaluated for compliance with bid specifications and requirements.In addition, the user departments are notified of the bids and asked to identify anypotential concerns with awarding the contract to the lowest bid price. Bids that arerecommended to other than the apparent low bidder are briefed to Commissioners Courtfor award.

In order to include the provision of health insurance coverage in the bid evaluationprocess, the Purchasing Department will continue to review bids initially based on thepricing information provided. Once the low bidder is determined, the department willdetermine the percentage price differences from the low bid. If this difference is lessthan 5%, the department will review the information provided by the bidder concerninghealth insurance coverage and brief the award of the bid to Commissioners Court. Thebriefing will include a complete description of the calculated pricc difference as well as a

3 1

discussion ofthe comparability of health insurance coverage. These steps areincorporated into the proposed policy changes.

Additional ConsiderationsConcerns have been raised that considering health insurance coverage in the bid processmay harm local vendors and small businesses. The legislation is permissive and providesCommissioners Court with significant discretion. In completing the bid evaluationprocess outlined above, the Purchasing Department will need to identify other issues topresent as a part of the briefing to Commissioners Court. For example, an out-of-statebidder who provides comparable health insurance coverage and is only 3% higher thanthe low bidder who is a Dallas County taxpayer may still not be in the best interest ofDallas County.

The department anticipates that the definition of comparable will be questioned whenused to award a bid. This concern can be mitigated through a comprehensive review ofthe bidders' health insurance coverage to verify comparability when the bid meets the 5%price test. The review will involve several County departments and may result in delaysin awarding bids.

Once a bid has been awarded based on having comparable health insurance coverage, itwill be necessary to ensure that the vendor maintains that level of coverage. In addition,all subcontractors must be monitored to ensure coverage is maintained. This issue shouldbe addressed in the tinal contract by requiring the bidder to maintain coverage for theduration of the contract and under the provision that any change in coverage must bereported to Dallas County.

RecommendationThe Purchasing Department recommends implementing the provisions ofHB 2695through the policy additions and changes presented in Attachment C. Language will beadded to competitive bids alerting bidders to the ability of a county to consider theprovision of comparable health insurance coverage when awarding bids. Comparabilitywill be determined by the factors of employer cost sharing and covered services asdescribed in Dallas County's summary plan description to be included in all bids. Bids tobe awarded under the provisions of the legislation will be briefed to CommissionersCourt. It is recommended that the policy changes presented in Attachment C bedistributed for a 3D-day review and comment period. The implementation of the policywill begin in January 2006. This timeline will correspond with the implementation of thenew insurance tracking system (Ins-Cert.com).

32

Attachment A

H.B. No. 2695

1 AN ACT

2 relating to allowing a county to consider health insurance benefits

3 provided by a bidder to its employees when awarding a purchasing

4 contract.

5 BE IT ENACTED BY THE LEGISLATURE OF THE STATE OF TEXAS:

6 SECTION 1. Subchapter C r Chapter 262, Local Government

7 Code, is amended by adding Section 262.0271 to read as follows:

8 Sec. 262.0271. CONSIDERATION OF HEALTH INSURANCE PROVIDED

9 BY BIDDER. (a) In this section, "comparable health insurance

10 coverage" means health insurance benefits provided by a bidder or a

11 subcontractor a bidder intends to use that are comparable to the

12 health insurance benefits provided for employees of the county.

13 (b) In purchasing items under this chapter through a

14 competitive bidding process, if a county receives one or more bids

15 from a bidder who provides comparable health insurance coverage to

16 its employees and requir,es a subcontractor the bidder intends to

17 use to provide comparable health insurance coverage to the

18 subcontractor's employees and whose bid is within five percent of

19 the lowest bid price received by the county from a bidder who does

20 not provide or require comparable health insurance coverage, the

21 commissioners court of the county may give preference to the bidder

22 who provides and requires comparable health insurance coverage.

23 (c) This section does not prohibit a county from rejecting

24 all bids.

1 SECTION 2. The change in law made by this Act applies only

2 to a contract awarded on or after the effective date of this Act.

3 SECTION 3. This Act takes effect September 1, 2005.

33

Attachment B

A Quick Reference Guide ToEPO Medical Plan Benefits

Revised for the Plan Year Beginning January 1, 2006

Please note: only one capay will be required for covered services performed on the same date by the sameprovider. Keep in mind that this section is only a quick reference summary of benefits of the EPO Planprovided for your convenience. You should rely on the EPO Plan Booklet (Summary Plan Description) foradditional details concerning any benefits listed below. Care is coordinated through your Primary CarePhysician ("PCP"). Always check the EPO Plan Booklet for pre-certification requirements which may apply.

COVERED SERVICE You Pay Plan Pays(must be Medically Necessary) (After applicable copays)

PHYSICIAN SERVICES

• Office Visits

~ PCP (Family Practice, General Practice, $25 capay 100%Interna! Medicine, Pediatrics,OB/GYN for well woman care only)

- Specialist $30 capay 100%~-~ -• Hospital Visits 10% 90%

PREVENTIVE SERVICES

• Adult Health Assessments (age 18 and older) $25 PCP I $30 Specialist 100%

Childhood Immunization (birth through age 17) $25 PCP I $30 Specialist-• 100%

• Adult Immunizations (age 18 and older) $25 PCP I $30 Specialist 100%

• Well Child Care (birth through age 17) $25 PCP I $30 Specialist 100%

• Annual Welt Woman Examination $25 PCP I $30 Specialist 100%(1 per year, includes pap smear)

• Routine Screening Mammography $25 PCP I $30 Specialist 100%(1 per year, age 35 and older)

• Colon and Prostate Screening $25 PCP I $30 Specialist 100%(1 per year)

• Routine Speech and Hearing $25 PCP I $30 Specialist 100%(1 per year in doctor's office only)

• Routine Vision Exam and Refraction $25 PCP I $30 Specialist 100%(1 per year in doctor's office only)

ALLERGY CARE SERVICES

• Testing and Evaluations $25 PCP I $30 Specialist 100%

• Injections and Serum $25 PCP I $30 Specialist (or 100%actual cost if less)

MATERNITY SERVICES

• Prenatal and Postnatal Visits $25 PCP I $30 Specialist 100%capay for 1st visit only

• Delivery in Hospital 10% 90%

• Newborn Care in Hospital 10% 90%

34

COVERED SERVICE You Pay Plan Pays(must be Medically Necessary) (After applicable copays)

OUTPATIENT SERVICES

• Outpatient Surgery (including all related surgical 10% 90%services)

• Diagnostic Lab & X~rays

- Performed by a physician's office, $25 PCP I $30 Specialisl 100%participating laboratory, or radiological provider

~ Performed within 7 days prior to a hospital admission 0% 100%

• Radiation, Chemotherapy, Dialysis 10% 90%

• Rehabilitation Services and Therapy (Physical, $25 PCP I $30 Specialisl 100%Occupational and Speech Therapy only, limited to 60visits per calendar year for all therapy combined)

INPATIENT HOSPITAL SERVICES

• Inpatient Care (semi~private room & board, surgery, 10% 90%medications, lab & x-ray, anesthesia and therapy)

EMERGENCY MEDICAL SERVICES

• Emergency Room Services $75 copay 100%(Copay waived if admitted)

• Urgent Care Center $30 copay 100%

• Physician Services in Emergency Room $0 100%

• Ambulance Services Emergency Only $0 100%

SKILLED NURSING, HOME HEALTH & HOSPICESERVICES

• Skilled Nursing Facility 10% 90%(up to the lesser of 60 days or $10,000 paid by the Planper calendar year)

• Home Health Care 10% 90%(maximum of $10,000 paid by the Plan per calendaryear)

• Hospice 10% 90%(maximums of $10,000 outpatient per calendar year and$20,000 inpatient per lifetime paid by the Plan)

• Custodial Care Not covered

OTHER SERVICES

• Durable Medical Equipment 10% 90%

• Prosthetic Devices (when medically necessary) 10% 90%

• Family Planning Services

- Office visits $25 PCP I $30 Specialist 100%

- All other services 10% 90%

• Infertility Services (refer to the Exclusions and Covered 50% after $25 PCP I 50%Medical Services and Expenses sections of the Plan $30 Specialist capaybooklet)

• Chiropractic Care $30 copay 100%(limited to 20 visits per calendar year)

35

COVERED SERVICE You Pay Plan Pays(must be Medically Necessary) (After applicable copays)

MAXIMUM OUT·OF·POCKET

• Per Year - Per Individual $1,750

• Per Year - Per Family $3,500

LIFETIME PLAN MAXIMUM $2,000,000

DEDUCTIBLES Not Applicable

PREEXISTING CONDITION LIMITATIONS For new enrollees and new dependents diagnosed or treatedfor any illness, injury, or disease in the 90 days before

coverage begins, the maximum amount the Plan will pay forcovered expenses related to that condition during the first 365

days of Plan coverage is limited to $1,500 per coveredmember.

MENTAL HEALTH SERVICES

• Outpatient Visits Up to 3 EAP visits free, 100%(20 visits per calendar year) then $25 capay

-• Inpatient Hospital Days and Day Treatment 10% 90%

(30 days inpatient or 60 day treatment days percalendar year)

• Chemical Dependency I Substance Abuse(limited to 3 episodes of care per lifetime)

- Outpatient Visits Up to 3 EAP visits free, 100%(20 visits per calendar year) then $25 capay

- Inpatient Hospital Days and Day Treatment 10% 90%(30 days inpatient or 60 day treatment days percalendar year)

• Serious Mental Illness Covered as any other illness

PHARMACY Express Scripts Nationwide Out-of-NetworkNetwork

You Pay Plan Payslafter conavs)

• Retail (3D-day supply)

Generic $15 capay 100% You Pay network

Preferred brand name $25 capay 100%copays plus the

difference between

Non-preferred brand name $50 capay 100% the non-networkpharmacy's charge

and the networkallowed amount

• Mail Order (gO-day supply)

Generic $30 capay 100% Not applicable

Preferred brand name $50 capay 100% Not applicable

Non-preferred brand name $100 capay 100% Not applicable

36

Attachment C

Chapter 94 PURCHASING AND CONTRACT MANAGEMENT POLICY

Sec. 94-73. Vendor insurance and bond requirements.

f~~~~Lt~L511.\~Q.J)rED~E::Jgil~sUQJ2idderD2tl!LQrovid?health insurancE:: coverage to the.tjictrL()_G,~~.5TOJ)jQY0G_~JtEiU2-.f!)DJn_~:tri?!!LQ.JQ_the CQ~LQI~nsl Da lias COli ntY--.R!gyjQ~~_tQ

it~ _£~mn_I.QYJ2~S_: CoflJllilfs:!l2lfJJ_t1~CjJtJLjn s uca nee (:~QYQraqe can sists oLtb_G~_Q1QSL~J

;:J1?:L:Lr_lDj!JJ,b_~~_q:?LQfJhe insurarlgg_0.llij H121t covemQ services are similar to thosenXQ:{is1~~stQyj}2_Ui:l§__CDlJ_UL:L~_lIlQ_;;_tJIEUZ;_GQJJfiJllb_J21?n,,_.Jt$U bc()ntract9rs ~Is:JQ_JLQ

~J.1jJl~(i}~Llhi~_j2[gf§Lc:ng!:t__yyill onIYJ~S'L~QlJsidered if the, ~ub_contractors also pro~l~tG

_C9J.l!nar~1b!QJ!e<:lltbj!l~iJrancecoverag~,1QJ.!-'lesubcontractors' employees.

(Admin. Policy Manual. § D(4.12. 4.13, 4.15. 4.16); Ord. No. 2003·1792. 9·30·2003)

DIVISION 5. BIDS AND QUOTATIONS·

Subdivision I. In General

Sec. 94-121. Requirements.

(a) Adherence to state law. The purchasing department will adhere to the state purchasinglaws .?J1s.:LHUJH;:.Las governed by the County Purchasing Act pursuant to Vernon's Ann.Civ. 51. or V.T.CA. Local Govemmenl Code ch. 262.

(b) Competition and new sources of supply The purchasing department will continuallystrive to increase competition and obtain new sources of supply.

(c) Open bidding. Bidding will be open and unrestricted.

(d) Participation of minonfy businesses. Minority businesses will be encouraged toparticipate in the bid process.

(e) Based on established standards. Bids and quotations will be based on establishedstandards and specifications whenever possible.

(f) Soliciting or advertising. The purchasing department is authorized to solicit or advertisefor bids and quotations.

(9) Revelation of quotes of other bidders. Bid prices and prior purchase prices are a matterof public record; during oral solicitation of bids, however, quotes from other bidders willnot be revealed until after the award has been made.

(Admin. Policy Manual. § D(9.00..9.06))

Sec. 94-122. Procedures for purchases less than U.5JOOO.OO.

Deleted: 10,000.00

37

Attachment C

Documentation. The following procedures will be followed for documenting competitionfor purchases less than $2.Q.,QQ1LD.Q:

(a)

(1 )

(2)

MBEIWBE bidding requirements. Refer to minorIty business policy, article Ill,division 3 of this chapter, for specific requirements.

$O.01--$. U)()C,{iQ. At the buyer's discretion, only one phone quote may beobtained.

Deleted: 10,000.00

Deleted: 500.00

(Admin. Policy Manual, § 0(9.07, 9.08))

(Admin. Policy Manual, § 0(9.09))

Regardless of V:e__'@Jl-@_.QLH~DJ.~,L[§,Sli1.esteQ.." all requisitions_and purchase .QJ~Lt~r:§

must have supporting PC[!:;:ingJiocumentation. [2__QLvmentation c0.rLlr.!.c;:J.LLQiLQ!JLnotL}S'_Jir!lite(;LJg~ price lists, catalog priclo.Q., telephone Q.QS;:!J.rrJ__\1Dtation vendor Q.J)i2J§.;'}}D_C __etc. However, a price list or catalog price does not exclude therequirement for obtaining more than one bid.

Deleted: Phone quotalion may beused in lieu of the written quotationand must include a minimum of twoMBEJWBE firms.

Deleted: A signed original writtenquotation is required to verify a phonequote. a copy of the written quotemust be attached to the white copy ofthe requisition before it is sent to theauditor's office. This will inform theauditor's office that a written quotation(see section 94+121(g}) was sent tothe successful bidder.

",.,.,-"

Deleted: Other types of biddocumentation can include

Deleted: However, a

Deleted: 500.01

Deleted: 2,000.00

Deleted: entered

Deleted: no. PD 8 . --

Deleted: state

Deleted: 4

Deleted: 10,000.00

Deleted: Sec. 94·123. Formspreparation; purchases less than$5,000.00.'11Exhibit DH should be seen for

'.'n'"'''01''''' fOf a written q""lal'on,~

$,LI.W.fLfJi--$,,/S,QQ/lj)!). A minimum of three prlQnt~__ quotes will be required andCL}(,:JID.iqrl.!n.cL-" on the phone quotation sheet form,. If the above requirementscannot be satisfied, the buyer must Qro'{j~,Written justification as to why threepJ)_()U(~",quotes could not be obtained. Written quotations may also be used in lieuof the phone quotations. at the discretion of the buyer.

(4) s'.JLQQ!LQ_1--$._JfLQQQJ2Q. A III in iiTIlJJl1"QLJ1Y!Ll:.)hofliLQu oles wjJL9iL.r~n.ELred a neJ~jQ9VDJ.i?11J~!_SLQ!l_.ttL~~~E-LI}(L~SJUQta t;qiLsheet 1Qr:m,_"jJ1GJJJEiLf}g~~<:Lmin imum.---.QLJYSQrY:IEE~lYjJJ£_.WIUiL ._,The MBO officer will furnish the buyers with the names ofMBEIWBE firms. ..l..\ written quotation will be required from the successful bidderverifying the price quoted, quantity, description, delivery, terms, etc._JUJ:1'?_ aboveC!XlJtULQEDenl§._ca nnQL.Qg__ §_?_ti.§_tL~ the buye r._\yjJJ..J)rQ_':{lrt~_ wri tten iusti fj ca ti Q!J q§.JQ!2b.Y...1L!.e..l-!_QQU.tL5::l.V.otes could not be.gQl~llLledc VVritten quotali9n;::LDlQ:L~also beV~·;.QS;L~U..I~\l...of the Qlli:lno_gJ).QtslLons t the disuetion.QLtb5 buyer.

(5) $.tI'i-"QQrLJLL--$, 24--,-2J!_2;.f22· A minimum of five ~lttQ.!LQ.l,JOtes will be requirer;LSlDs2:d.\~:;:~ll}__ll;2nh:;cJ. inc!uc,lina a minimum of two MBEIVY!2E firms. The MBO officer wi!!furnish the buyers with the names of MBEIWBE firms. If the minimum number of.~LtIi?J~__qL-,~QJE?0 ..• cannot be obtained, an explanation must be furnished. in sucl}i.usl'iim~?L ;:E:LjnJQrma tion-,2L..DJ:ig;JlOQ._.y:{il[ be presentc.Q.JQm..G.Q.OJXll issioners C .9.uxtd,l;,__V"iEugLhe a~Jion$__J,SJ.tt:'U:L.t9_ensu re cOl11pi?li.E':£t?J?tQ.gu fement.

(3)

Sec. 94-12;J,. Procurement sealed bid process,

(a) Specific procedures as required by law and reflected in Vernon's Ann. Civ. S1. andV.T.C.A., Local Government Code ch. 262 are followed by the county in the procurementof goods and services where the cost exceeds U5---,Qf'&~QQ.

(b) The majority of the county bids are firm fixed price bids with the exception of certaincontracts for the purchase of highly volatile material such as petroleum and oil products(POL) where various rates are controlled by state regulatory agencies.

(c) The county solicits bids for basically two different types of contracts: definitedelivery/quantity contracts, and indefinite quantity contracts (annual requirements forgoods and services).

38

Attachment C

(d) Advertisements for bids according to specifications given in detail as to what is neededis made by the county purchasing agent once each week for three successive weeks inlocal newspapers pUblished and circulated in the county. Circulation must be adequateto cover general and minority business communities. Information that is required in theadvertisement is outlined in V.T.e.A., Local Government Code § 262.025.

(Admin. Policy Manual, § 0(9.10--9.13))

Sec. 94-12'1,. Procedure for public bid opening for facilities or public worksprojects.

(a) At each pUblic bid opening for facilities or public works projects where bids are openedand read aloud, all present will be given an opportunity to review the documentssubmitted for a reasonable period of time after bids are opened. The review will beconducted under the supervision of the purchasing department. No documents may beremoved from the table provided for document review.

(b) An announcement will be made by the county staff member in charge of the proceedingthat the bids will be tabulated and an award recommendation made to thecommissioners court. It will be made clear that any conclusions drawn at the bid openingare preliminary until action to award the bid is taken by the commissioners court

(Admin. Policy Manual, § 0(9.14, 9.15))

.fu~0;~,,~,~"125. Procedure for eva!llatinq provision of health insurance coverage inf:~YYl~I5l..Qf competitive bids.

(JJ) h~i._~~.t':)Je.(,L~l!5\?_c;EQ.£!_D.:!J~~_ OaUas County will consider a biddel"'s provision of healthiD_~~_ULi:J1J~~_.0.Q.'!_~raqeto elIill.lQ~?S whCD.J±Y2JlI§tinq bids '2.§.......qescribed in this section.

(t}1._ __6HJCJJ:rn~L?.QJJ.C;j t3 1i0 nl'__'NJDjLlg9lP_Q!J:Jl~Lr1.QtktLQLtl:ls;U!Jt?JJJi 0 n tQ.fQQ§!.QS; r Ulsu2 ro ~l;8Qn

QUY.?_(}JtlJ)n~I)I;}L:S;J? .. I:Q.Y.~r~ill.sjr:LtL'ill._ e vaivatiorlJ2roces s. In addition aJI pre-bidcnL~lQg8!2.?,2.;Niill1kllJllgLl1Jblsin te IJJjQ.fL

~~2:?J...9J .tl,l~lJlQ_o?Jt.tL.in§.IAL?JJf~ QQyeraqe and provide health insurance that covers2.t~r:Y:lft;.?,.~~i.rTl.L~3.c__tQ._D2.llil~U~Q..\lDty rnost_utilized healtlllrL$j}rance plans. All bidders\iYiJL.l2.G__.2:J.2hi~EttQ...llisl[fyJ(,LGQm.R9.C.? __t)}UJy.~yjJf2I!".~.hJ.g.mjJtLlJgJb.~iLQjQ.L~§QQD __$.t:o,§.,

Deleted: 5

Formatted: Bullets and N""bee;",

Formatted: Bu!!ets and Nomb',e;",)

Formatted: Bullets andd N"mbeem,

Formatted: Bullets and ""nbe'"''

39

6 _JL.c:nLD12~:iEH21~Ulf?f!!JllJ._Il;?1!l:0!Jf_e COV£lI1.98 is provid5L\I.lJ;ultLawa r£UQCQ.!Jlm.L$_~iQJ}t;.L'? CQIEt_g~'?J:B~_WL~QJ?'{_~g_\:_o_9:±:-LQ_Q--,

Attachment C

formatted: Bullets and N"n;t>ec;o~ .....•

Formatted: Bullets and

formatted: Bullets and N"mb"-,o,

40

Date:

To:

From:

Subject:

DALLAS COUNTYHUMAN RESOURCES/CIVIL SERVICE

November 30, 2005

Commissioners COllii

Mattye Mauldin-Taylor, Ph.D., Director

Renewal to Elect Exemption Self-Funded Health Insurance Programs

BackgroundAs a non-federal governmental entity, Dallas County is eligible to elect to exempt the self-fundedportion of its health plans from certain requirements of the Public Health Service Act. As amemher of the Public Employee Benefit Cooperative (PEBC), Dallas County has made thiselection each of the last five years. The election allows Dallas County to be exempt from thefollowing mandated requirements: I) pre-existing condition limits, 2) special enrollment periods,3) prohibitions against participant discrimination based on health status, 4) standards for mothersand newborns, 5) mental health benefits limits, and 6) mastectomy reconstructive surgery. Inorder to continue the exemption for Plan Year 2006 and not apply the above to Dallas COllnty'sself-funded health plans, the HIPAA Exemption Election Renewal Document (Attachment) needsto be sent to the Health Care Financing Administration by December 31,2005.

Operatioual ImpactNone. The exemption impacts only Employee self~funded Health Plans.

Finaucial ImpactWithout the exemption, the cost of the County's health plans may increase if the exemptionslisted above are included in Dallas County's selfcfiJl1c1ed health plans.

RecommendationThe Human Resources/Civil Service Department recommends Commissioners COUli approve 'heII/PAA nxemption Election Renewal Document and authorize the County Judge to sign theNotice on behalfofDallas County.

Recommended by:

Attachment

501 Main StreetRecords Building

/'

>/~jt,t!tlJL.Matty Mau!(Yin-Tavlor, PhD.,j ,

Dallas, TexasEqual Opportunity Employer 214653.7638

Q:\S,iefings 2006\PEBC 2006 HIPAA Exemption 120605.doc

4 1

mmIPublic EmployeeBenefits Cooperative

HIPAA Exemption F;leetion Renewal Doenment

Name of Plan: Dallas County Public Employee Benetlts Cooperative Plan

Plan Sponsor: Dallas County

Address: 411 Elm St.Dallas, TX 75202Attention: Margaret Keliher

EIN: 75-6000905

Plan Year: January I, 2006 through December 31, 2006

Plan Administrator: Public Employee Benefits Cooperative of North Texas (PEBC)

Address: 616 Six Flags Drive, Suite 200Arlington, TX 7601 I

The portion of the Dallas County Public Employee Benetlts Cooperative Plan that is selt~funded (PEBCEPO Medical Plan, PEBC PPO Medical Plan and PEBC Dental Plan) is not provided through insurance.Dallas County elects under authority of section 2721 (b)(2) of the Public Health Service (PHS) Act, and45 CFR 146.180 of Federal regulations, to exempt the self-funded pOition of the plan from the followingrequirements of Title XXVII of the PHS Act:

I. Limitations 011 preexisting condition exclusion periods.

2. Special enrollment periods.

3. Prohibitions against discriminating against individual participants and beneficiaries based 011 healthstatlls.

4. Standards relating to benefits for mothers and newborns.

5. Parity in the application of cCliain limits to mental health benefits.

6. Required coverage for reconstructive surgery following mastectomies.

This election has been made in conformity with all rules of the plan sponsor, including any publichearing, if required. j certify that the undersigned is authorized to sublnit this election on behalf of DallasCounty Public Employee Benefits Cooperative Plan. The notice will be provided to plan enrollees inaccordance with 45 CFR 146.180(f). If CMS has any questions regarding this election, please contact thePlan Administrator, PEBC, Atln: Diana Kongevick al 8 I 7-695-91 41.

STATE OF TEXAS, COUNTY OF DALLAS

Margaret Keliher, County Judge

Dale:

42

Date:

To:

From:

Subject:

DALLAS COUNTYHUMAN RESOURCES/CIVIL SERVICE

November 30, 2005

Members of the Commissioners Court

The Honorable Lisa Hembry, Treasurer andMattye Mauldin-Taylor, Ph.D., Human Resources Director

Policy Change-Section 86-1 - Definitions - Classified EmployeesSection 82-641 - Employee Retirement, Membership required; exception

BackgroundCommissioners Court approved Court Order 2005-1290, supporting an alternate retirement system for theCounty's eligible temporary workers. Currently, all employees participate in the Social Security system,and employees scheduled to work more than 900 hours per year were required by law to participate in theTexas County and District Retirement System (TCDRS). New legislation requires all but temporaryemployees participate in TCDRS. Accordingly, the Dallas County Code, Sections 86-1 and 82-641,require modification in order to more clearly identifY those workers.

Section 86-1Current employee classifications identifY four categories of employees for the County: regular fulltime,regular part time, temporary fulltime and temporary part-time, noting that all employees scheduled formore than 900 hours must participate in TCDRS. 1n the amended policy, this note was deleted in itsentirety and replaced with verbiage in Section 82-641 regarding the retirement system. TCDRS has alsomade clear that a retirement must be a bona fide retirement, clarifYing that retirement must be at leastthirty (30) days in length. Section (e) states that, prior to returning to work for Dallas County, the retireemust have a break in service equal to at least one month without a deposit into TCDRS.

Section 82-641 easily identifies those retirement systems in which all eligible employees must participate.

Impact on Operations.To comply with TCDRS, social security rules and these policy changes, departments should classifYemployees as temporary or regular. Departments classifYing employees as temporary, either fulltime orpart time, must re-evaluate their status at six months. Accordingly, departments should determinepositions which will need to be staffed for more than six months per year. Dallas County currently hasapproximately 175 employees classified as other than fulltime regular who have exceeded 1000 hours infiscal year 2005, thirty (30) of whom exceeded 1900 hours.

509 Main StreetRecords Building

Dallas, TexasEqual Opportunity Employer 214 653.7638

Q:\Briefings 2006\policy change_ee classifications_retirement 12060S,doc

43

Financial 1mpactWhile the financial impact of allowing temporary employees to work for periods up to six months peryear will save budgeted dollars, departments scheduling employees for more than six months may have toconvert those positions to part time regular workers, or budget additional fulltime positions.Legal ReviewThe Civil Division ofthe District Attorney's Office has reviewed this policy.

RecommendationThe Human Resources/Civil Service Department recommends the Commissioners Court approve 1)replacing the current Dallas Cfounty Code, Sections 86-1 and 82-641 with the attached revised Sectionsand 2), their immediate inclusion into the Dallas County Code.

Recommended by:

Recommended by:

Attachments

-Taylor, Ph.D., Human

509 Main StreetRecords Building

Dallas, TexasEqual Opportunity Employer 214.653.7638

Q:\8riefings 20061policy change_ee classificationsJetiremenl120605.doc

44

ARTICLE I. IN GENERAL

Sec. 86-1. Definitions.

The following words, terms and phrases, when used in this chapter, shall have themeanings ascribed to them in this section, except where the context clearly indicates a differentmeaning:

Class means and consists of all jobs regardless of department locations that aresufficiently alike in duties and responsibilities to be called by the same descriptive title, to beaccorded the same pay scale under like conditions, and to require substantially the sameeducation, experience and skills on the part of the incumbents.

Classification means a hierarchical structure of jobs, usually arranged into classes orpay grades according to a job evaluation.

Classified employee means as follows:

(1) Category A employee includes, but is not limited to, administrative secretary,executive secretary, administrative assistant, deputy constables, chief deputy orfirst assistant of the county judge, county commissioners and elected officials.These job titles and others designated by the commissioners court do not fallunder the jurisdiction of the civil service system. Additionally, category Aclassified employees are excluded from coverage afforded in employmentprocedures relating to job posting, reduction-in-force, double-fill, reinstatement,reemployment, dismissals, right of appeal, and grievance system procedures ofthis Code.

(2) Category B employee includes all department heads, assistant departmentheads, assistant public defenders and others as designated by thecommissioners. These positions do not fall under the jurisdiction of the civilservice system. Assistant department heads who have five or more years ofcontinuous service were previously employed in a civil service position, and whoare terminated for reasons other than just cause shall be given the opportunity toaccept a demotion to their last lower grade and position before they werepromoted, provided that such a vacancy exists. If no vacancy exists, then thereduction-in-force policy will apply. Category B employees are excluded fromcoverage afforded in reduction-in-force, double-fill, reinstatement, reemployment,dismissals, right of appeal, and grievance system procedures of this Code.

(3) Category C employee includes all other regular, full-time employees as defined inthe V.T.CA. Local Government Code §§ 158.001--158.040 who are paid fromcounty funds. Category C employees are covered by all sections of this Code.

(4) Category D employees includes all regular, fUll-time employees paid from otherthan county funds, such as grants, contracts, etc. Category D employees arecovered by all sections of this Code, except that they are not eligible for agrievance determination that awards back pay andlor reinstatement beyond thetermination date of the funding sources.

Continuous service means uninterrupted active employment. Such things that constitute

G:\PARS~alternale retirement program_pI workers\86-1_ee classificalionsJuiltime~parttime_fegulaUemp 113005,doG

45

a break in service are termination, retirement, unapproved leave of absence without pay, anybreak in service where retirement contributions are withdrawn, and layoff due to reduction-in­force where separation has been for more than one year. Military duty as described in section82-422, Armed forces active duty, may be counted toward continuous service for the purpose ofservice awards.

Effective date of employment means the day from which an employee's time in gradeand length of service is calculated in order to accumulate leave.

Effective date of termination means the last actual day the employee worked for thecounty. Any accrued leave benefits that are eligible for payment as of the employee'stermination date will be paid on the employee's last paycheck. (See also sections 82-363(b) and82-383).

Employee means a person who obtains a position by appointment and who is notauthorized by statute to perform governmental functions involving an exercise of discretion inthe person's own right, unless the person is included by a local civil service rule under section86-51. The term does not include deputy constables.

Employee classification means:

(1) The following four definitions of employees, to be used for payroll as well as civilservice purposes:

a. Regular full-time employee: An individual employed by the county on acontinuing basis without limitation as to duration of employment and has aregularly assigned work schedule of 40 hours per week or more, lessauthorized leave without pay.

b. Temporary full-time employee: An individual employed by the county toperform a job for a limited period of time, generally not to exceed sixmonths and who has a regularly assigned work schedule of 40 hours perweek or more. Temporary employees are generally not eligible for paidleave (vacation, sick), holiday pay, insurance or retirement benefits.Specific eligibility for all benefits must be determined by reviewing eachpolicy allowing such benefit.

c. Regular part-time employee: An individual employed by the county on acontinuing basis, without limitation as to duration of employment and whohas a regularly assigned work schedule of less than 40 hours per week.Part-time employees are generally not eligible for paid leave (vacation,sick), holiday pay, insurance or retirement benefits. Specific eligibility forall benefits must be determined by reviewing each policy allowing suchbenefit.

d. Part-time temporary employee: An individual employed by the county toperform a job for a limited period of time, generally not to exceed sixmonths, and who has a regularly assigned work schedule of less than 40hours per week. Part-time employees are generally not eligible for paidleave (vacation, sick), holiday pay, insurance or retirement benefits.Specific eligibility for all benefits must be determined by reviewing eachpolicy allowing such benefit.

Note: All part time and temporary employees in positions normally scheduled towork gOO hours er more per year and are scheduled to last longer than six

G:\PARS~alternate retirement program~pt workers\86-Lee c!assifications~fulitime_parttime~regulaUemp113005.doc

46

months in duration are required by state law to participate in the Texas Countyand District Retirement System. See section 82 841 of this Code.

(2) The four classifications in subsection (1) of this definition can be combined in thefollowing manner to classify employees:

a. Regular, full-time employee;

b. Temporary, full-time employee;

c. Regular, part-time employee;

d. Temporary, part-time employee.

(3) Departments will determine and identify on all required forms or electronic entries,which one of the four classifications to which the employee belongs.

Employment probationary period means the period of time consisting of the first sixmonths (12 months for uniformed law enforcement personnel) of employment with the county,from the employee's date of full-time employment, for all regular full-time employees in whichthey must demonstrate their ability to satisfactorily perform the duties required.

Excluded employee means all the county elected officials and employees who do notmeet the definition of the term "employee" in the V.T.CA, Government Code § 158.001, or bythe state attorney general's opinions, are excluded from the civil service system. Additionally, alltemporary, full-time employees; regular part-time employees; or temporary, part-time employeesare excluded from the system.

Inactive employee means an employee who is on approved leave of absence withoutpay in excess of 31 continuous days, but not to exceed 180 days, and who does not accruelength of service credit for benefit purposes. Leave of absence creates a delay in merit increaseand retirement vesting.

Termination ofemployment means the discontinuance of an employee's service with thecounty as a result of resignation, dismissal, reduction-in-force, retirement or death.

(Admin. Policy Manual, § A(2.00--2.07, 2.09--2.12); Ord. No. 2003-1467, 8-19-2003)

Cross references: Definitions generally, § 1-2.

G:\PARS_alternate retirement program_pt workers\86-1_€e classificationsjul!lime_parttime~regulaUemp 113005.doc

47

ARTICLE X. EMPLOYEE RETIREMENT*

*State law references: Texas county and district retirement system, V.I.C.A.,Government Code § 841.001 et seq.

Sec. 82-641. Membership required; exception.

The following employee classifications are participants in any or all of thefollowing: the Texas County and District Retirement System (TCDRS), the PublicAgency Retirement System (PARS) and the Social Security System.

Emplovee Classification TCDRS PARS SS

Fulltime RegUlar ./ ./

Fulltime Temporary ./

Part time Regular ./ ./

Part time Temporary ./

To be eligible to return to employment in any of the four categories. employeeswho have retired from Dallas County and are eligible to receive monthly annuities fromthe Texas County and District Retirement System rTCDRS) must have a break inservice which will equal at least one month without a deposit into TCDRS.

All ne'.... regular full time, re€}ular part time, temporary full time, and temporarypart time employees who are employed in positions normally scheduled to 'Nork morethan 1ggg ggg hours or more per year (avera€}es 18 hours per week) and are scheduledto last lon€}er than six months in duration must become members of the TOl(QS Countyand District Retirement System (TCDRS), provided that they do not belon€} to anothertax supported retirement system. County retirees 'Nho return to worl< in such positions inthe county will have their pensions suspended durin€} this employment period. EachTCDRS member contributes seven percent of his gross salary each pay period, whichwill be matched by a rate approved by the commissioners court. Contributions earninterest after the first year while on deposit or in accordance with state law.

Each PARS member contributes 6.2% percent of his gross salary each payperiod, with a contribution of 1.3% by dallas county. Plan assets will be invested. asdetermined by the county treasurer.

(Admin. Policy Manual, § 8(6.00»

Sec. 82-642. Minimum requirements for benefits.

The minimum requirements for benefits under the Texas County and DistrictRetirement System are ten years of service and 60 years of age. After ten years ofservice, a member may terminate employment with the county, leave the accumulatedbalance in the system and, at the age of 60, start receiving monthly checks. If theemployee's length of service, plus the employee's age, total 80 or more, the employee iseligible to retire.

48

(Admin. Policy Manual, § B(6.01))

Sec. 82-643. Thirty years of service.

Any member who has 30 years of creditable service may retire at any age. Theamount of a member's retirement check is based on the amount credited to his accountand on the age and sex of both the member and the beneficiary. Should a membercease to be an employee of the county, except by death or retirement, he shall, uponapplication, be paid in full the amount of accumulated deposits, plus any interest earned,standing to their credit. A member who wishes to change his beneficiary should notifythe treasurer's office.

(Admin. Policy Manual, § B(6.02))

Sec. 82-644. Leaving contributions in the system; retrieval of prior servicecredit.

Employees who are terminating may leave their contributions in the retirementsystem, and if they return to the county employment within five years, will be eligible toretrieve prior service credit for retirement purposes.

(Admin. Policy Manual, § B(6.03))

Sec. 82-645. Information handbooks.

Texas County and District Retirement System Information handbooks areavailable in the county treasurer's office.

(Admin. Policy Manual, § B(6.04))

State law references: Texas county and district retirement system, VTC.A.,Government Code § 841.001 et seq.

Sec. 82-646. Medical and dental coverage.

An employee who retires from the county will be eligible to participate in thecounty retiree insurance program for medical and dental coverage if:

(1) At the time of retirement from the county, the employee is eligible to begindrawing a retirement annuity from the county retirement fund and iscovered by the county health plan at the time of retirement; or

(2) The employee elects to maintain COBRA coverage through the countyhealth plan and becomes eligible to begin drawing a retirement annuityfrom the county retirement fund during the period of COBRA coverage.

The employee must become a member of the county retiree insurance program within30 days of retirement eligibility. Employees who fail to convert their coverage within this30-day period will lose their opportunity to exercise this option. All other plan provisions,exclusions and limitations will apply to eligibility and coverage.

(Admin. Policy Manual, § B(6.05))

State law references: Preexisting conditions, VAT.S. Insurance Code, art. 26.90.

Secs.82-647--82-680. Reserved.

49

DALLAS COUNTYPUBLIC WORKS

Date: November 30, 2005

Memorandum

To:

Through:

From:

Re:

Commissioners Court

Commissioner Mike Cantrell, District No.2

Donald R. Holzwarth, P.E., Director of Public Works

Mullican Addition and Final Plat - Recommendation for ApprovalDallas County Unincorporated Area - District No.2, Rowlett E.T.J.

BACKGROUND

The proposed Mullican Addition, a 0.5097-acre one (I) lot residential subdivision is located in theUnincorporated Area in District No. 2 on the west side of Liberty Grove Road and south ofStonewall Road in Dallas County. This addition also lies within the City of Rowlett's E.T.L

SUMMARY

Uniform Fire CodePer the Uniform Fire Code, 1988 Edition (adopted by Commissioners Court Order No. 91-047 onJanuary 9, 1991), access to the proposed addition is required and is achieved via lot frontage alongLiberty Grove Road. Therefore this subdivision shall be in compliance with the Uniform Fire Code.

Health Department CertificationEast Fork S.U.D. supplies water to this area and certifies their system meets applicable State ofTexas health laws (attached). Certification of the water and on-site waste facilities by the DallasCounty Health and Human Services Department is noted on the Final Plat.

Flood Damage PreventionThe proposed addition is in Zone X and therefore out of the base lOO-year floodplain limits as notedon FEMA Flood Insurance Rate Map Number 481I3C0235-J, effective date of August 23, 2001.Therefore this subdivision is in compliance with the revised Flood Damage Prevention regulations(adopted by Commissioners Court Order Nos. 2003-2054 and 2004-1356, on November 4,2003 andAugust 3, 2004, respectively).

411 Elm Street, 4th Floor Dallas, Texas 75202 214-653-7151 Fax 214-653-6445

50

Commissioners CourtNovember 30, 2005Page 2

The City of Rowlett certifies that the applicable subdivision requirements of the City's Code ofOrdinanees have been met and has approved this proposed addition as noted on the Final Plat.

The existing Right-Of-Way (R.O.W.) width for Liberty Grove Road is 80-ft.. Per the City ofRowlett's Thoroughfare Plan the future R.O.W. width for Liberty Grove Road shall be 11O-ft..Therefore, a 15-ft. R.O.W. dedication [(110 ft. ..- 80 ft.) 12] is required by this Final Plat. Therefore,this subdivision is in compliance with the current Subdivision Regulations (adopted byCommissioners COUlt Order No. 71-660 on March 18, 1971).

Tax Office Certification and FilingAll taxes, interests, penalties, and costs for the proposed addition have been paid in full to andincluding the year 2005 as certified by the Dallas County Tax Office. This taxes paid certification isrequired after Dallas County Commissioner Court approval for Final Plat filing in the Deed Records.

SCHEDULE

The development permit for the individual lot is on hold pending approval of this Final Plat.

FINANCIAL IMPACT

No financial impact on County forces is anticipated for this I-lot residential subdivision.

RECOMMENDAnON

IfCommissioners Court is in agreement, a Court Order shall be placed on next week's Formal

OO!P~f~i~"A"'';';,,". ""d "" ~"",;~ "owl PI,t

.' dl~rald R. Holzwarth, P.E., Director of Public Works f.<\j0

(4¥~. /, /

cc: Mike Rapp, Superintendent, Road & Bridge District No.2Anthony Jenkins, R.S., Assistant Director, Environmental Health ServiceslInspection, Health & Human ServicesBob Grant, Fire MarshalRick Loessberg, Director, Planning and DevelopmentPlanning and Development, City of Rowlett

word file: Subdivisions\Mullican\Brieftvlcmo 11302005

51

SCALE IN MilESI ; l

i:~~I

~

i:g

5

E:

~

~

-~~" "{" ..

-.~I[-;;t>

~ E~'Z,"'Q

E:0',' ..... 0·'0',z

i:':-u r,{,>-"'.<,.'->,i/O

- ~

!

[

!

!

!

!

ISCALE IN FEET

i iF I I0 1000 2000 3000

101«" Coml""""t>N iMP300, " J(i) ICOPYRIGHT 2003 by MAPseo, INC. . AlL RIGHTS RESERVED

io

BOOK PAGE i 032

52

I

I!~

:.E ~'"

;:1Z.l:,t

iii

,;~.~~

11

~ij

1~ I I

I"l~ I-~ II! ";-t g

11IiIi I

I!;f i

I IIi

)~ Ii I-I' 11I~ Igi~ I

,,~,<s~

~

\

LIBERTY GROVE80' R.O.W.

RISE COVEC. PG. 185

\~

./."

/

/

I

,

r-~"""

."

FJ:<'O¥'1 : EAST F'f.JPK S. U. D.

53

'.•!,1•I!1..I

i

1i.

'\,!

1Il!

P2

FROM EAST FORk S.U,D.

54

9724429215 Nov, 30 2005 11:44PM 03

WedocsdJ:iy, N"v~Irtbc:r ::W, 2005

"Zast. Fo,-ck S. tJ.:o.hN7AM Pagel of 1

MULLICAN, THOMASMULi,ICAN, THOMAS690; COLUMBIA FALLS DR

Customer Detail

Account Number 3014

MCKJNflEY7;070-6603SeIYi;;e Address:

Soci~-: secnrity #:

Dnu CUXOOI!OnDate Tun1ed. Off

Met':; Cho;:ck Date~Codo

J)UItt\}'Wdl Nmnber

Last !{ell.dirtg?rev ,JUs Rca.dll~g

U~l.f;;;

'("{(felts 01:, S)'Stf;.lr;

'foUl; U,;age

AWf:i8<:: Usage

ROWLETT LOC II>

TX(214)8i~08Z9

10433 LIBERTY GROVE lID458·97·2808

415,12005

7I

92983594()

78,3001,1!l6

Sct{'J.e1lQe Nuruha

M~Sdiai N'umbcrRQaie Number

Lan ReadDute

12 Mon!h Average

Cast Y>:arAvcra.geProvil:ous: YeM Average

LllMt 'PaId On rime" DAte

Last l.ate Charge nat~

Number Ofl.lte Month$

Nent DUI} Dat~

y~ To Dn~ e!u:u'go:-

98713487467

5lJf21/200;

1,660oo

101311200510117/200;

612115/2005S3,204,OO

Dep<,~t Amount

D¢p.)~it Amoun12

JacCllt'Y

Febl'll.!lf)'

MarthApr,)

J\<ft./

Jl,Ili'S

Jul\'

At:i/llSl.

St:p'h,"mber

Odob;:r

NO~llx:t

Dc:'oettlhcr

Deposit fnfunnalion$0.00 Deposit Dare

.0.00 DcJX.IsitZ Da~

USi'lgt Chm"S'" Read Daie R';lading

(l 0,00 00 0,00 00 0,(10 00 3,023.80 412012005 5

5,850 46,20 5,12312005 590 L630 23.80 612412005 653

1,410 3UO 7/2512005 794 L

0 2J.s0 8122/2005 7942](1 23,80 912312005 815200 3L30 10/1912005 835 L

[> 0.00 0(l 0,00 0

Services

Water

Pn."V10US Chargc:><

o

Current Bal0m00$23.80

J,.,,:Bt !'~yrtv.:Ut

A}::: 1

1013lf.l005

$0,00 AgeZ

$5510

$0.00 Age 3

~053 A~count Balance

$0,002380

1" mete". MANUALLY READ IN AUG

55

"e01T 0235~8S471 823548'}185 0225430:86 0235

480165 0235

MAP NUMBER48113C0235 J

EFFECTIVE DATE:AUGUST 23, 2001

Iv1anagement Agency

NATIONAL FLOOD INSURANCE PROGRAM

DALLAS. CiTY OFGARLAND, CiTY OFROWLETT. CiTi OFSAC'--',sE, (::<.TY OFDALLAS COU;';1'Y

UNiNCORPCf;,i\.TEO ,;REAS

PANEl 235 OF 125J (SEE MAP INDEX FOR PANELS NOT PRItHEOj

APPROXIM.ATE SCALE IN FEET

1000 a 1000E3 E3 i

EFFECTiVE DATE(S) OF REVISiON(SJ TO THiS PANEL:

Refer to the FLOOD INSURANCE RATE MAP EFFECTIVE DATE shownon this map to determine when actuarial rates apply to structures in2001;15 where elevations or depths have been established

To determine H flood 'Insurance IS aVBilab';e, contact an "nsun':nce agent orcBII ,he National Fiood Insurance Program a(1800) 638-6520

,,

32°56'15"96 0 30'00"

56

G

LEGENDSPECIAL FLOOD H/>LARD AREAS lNUND.ATEDBY V)O~YEAR FLOODZONE A No base fiend elevations delen-nined

OthcrNi,eProtected Area5

I to 3 feet Iusi.lally areasbase riood elevation;

Dividing Special Flood

Zones, and BoundaryAreas of Different

Base Fiood EHwationsSpecia: Flood Hazard

Boundary

HazardDividingCoastal

Within

Zones.

River Miie

8ase Flood Eieva,lon line:Elevation in Fee: See Map Indexfor Elevation Dat'Jm

Cross Sectioll line

Base Flood Eievation In Feet

Where Uniform Within ZoneSee Map Inde:-: for Elevation Datum

Elevation Reference Mark

Horizontai Coordin~tes Based Q;] f"\ortr)American Datum of 1927 (NAG 27)Projection

Areas In which fbod hazard, al-eundetermined

fiood depths ofof ponding);determined.

flood depths of 1 to 3 feet lClSlHi!y sb,e\fbw on ";OpiI'8 terrain); "veraSE' depthsdetermined ror areas of a!luvial Ian flooding,velocities also deterl71ined

Coastal flood witn velocity hazard (wa,:eaction): base flood elevations determined

t~" ',~Identified

1990

NOTES

ZONE AH

ZONE AO

ZONE A99 To be protected frc;m lGD-)-'ear iluod OvFederal flood prate-c!:ioro system underconstruction no base flood elevationsdetermined

Coastal 1100d v,'ith velocity hazard (waVeaction I; no base flood elevatiom determined.

ZONE V

ZONE 0

ZONE AE

ZONE VE

FLOODWAY AREAS IN ZONE AE

UNDEVELOPED COASTAL BARRIERS

IE[ 9871

RIv17 X

• M2

Identified1983

Fioodplain Boundary

~513~

OTHER AREASZONE X Areas determined to be outside 500-year

floodplain.

OTHER fLOOD AREASZONE X Area, 01 500-year flood; areas of 100-year

flood with average depths of less then1 foot or wit.." drainage areas les,s tha.n1 square mile; and areas protected bylevees from 10CJ....y",ar flood

Z0l18 D Boundary

Floodway BOi.mdary

This rnap is fo' use in administering the National Flood insurance Program,it does not neces5ariiy identifY 2'1 areas ,subject to flooding, particul",ly fromiocai drainage sources of slT1aii size, or all p:anime:ric features ou,sideSOGciai Flood Hazard ,Areas The C8mmunity map rSGository should beconsulted for more detai!ec data 00 8F2's, and for any infarm3tion OnHoadway delineations, prior to use of this map for Dropen:y purchase 0,­conSlfuctlon purposes.

Coastal barrier areas are normally located withir, 0' adjacent ;0 SpeciaiFiood Hazard Areas

96 0 30'00"33'00'00"

ZONE X

--ZONE A

~---Lj,''v1IT OF STUDY

ROCKWALL COUNTYUNINCORPORATED AREAS

~II~l.L ...Jr, ...J~~ --I'--' ~-

---~ZONE X

IZONE X

COLLIN COUNTY_-+C-.-'-_ROCKW/\LL COUNTY

E

57

J

ZONE X

I ROCKWALL COUNTY/ U~INCOR.."ORATED AREAS

1----/7X ./

-~~'l' ilOF ROWLE~ \

480185 ~' ~\.- Ijl,f\;"""OP,,!i\~

COR' - ---, ---------r - ~CITY OF ROWLETf___ 43DW5

~

CITY

liMiT OF

..-----

/

\09 /

;7/ CITY OF RO\'\'LETT

480185

/

/

OUNTYfED AREAS5

58

A B

RM51 471 67 Rai rood s p ike in ,,(luthern most

1 po j e , f a i ransmi 5 s i 'n I , no Hf r arne, o.:;oled 100 fee f offnortheast on d of scs flood we t e rf;;!loining structvre on S t ream 2 E B,

RM66 491. 80 A standard U~C&GS dis k stampedV 924 1946 ,. t in t h. tap of aconcrete po s t I 0 c Cl ted 49. 5 fee tnorthwest of t h. centerline o fSachse Rood, 32 mi Ie s northeastalong Sachse Road from Me r r ittRood, 31 6 fee t southwest of a laneleading to a fie I d and 3. 2 fee tnorthwest o f a telephone pol e.

ELEVATION REFERENCE MARKSREFERENCE ELEVAT ION

MARK (FEET NGVDj DESCRIPTION OF LOCATION

ZONE X

fGUll:: COLORADO 2

& SANTA FE :;::b

96'33'45"33°00'00"

ofon

the west endof a culvert

at Stream 2A3.

a power pole onIhe interse<:tion

P"r i ncet on Rood.

pol e on Southeosi

Va I I ey Road andElm Grave Road.

COLLIN COUNTYUNINCORPORATED AREAS-

I

; nofand

s p ikeside

Roo d

bOd nol in power

side of Pleasanl1,.500 feet east of

Chi seled square onth~ norlh headwal!Liberty Grove road

Rai lroadthe eoslof Yeoger

60d nal! in power pole on northeastside of Pleasant Valley Road (lnd3,000 feet southwest of Elm GroveRoo d.

Chi seiad square on top of north endof la-inch round concrete pipeunder en! ranee road to 6,602Eastview Drive. Pipe is located0.3 mi leal ong Eost vi ew Road fromPleasant Val ley Road and 25 feetwest of road.

497. 61

47 4. 91

482. 1 6

477. 18

471 89

RM335

RM63

RM336

RM62

RM59

2

59

DALLAS COUNTY TAX OFFICE

DAVID CIIILDS, TAX ASSESSOR/COLLECTOR

RECORDS BUILDING PHONE: 214-653-7811

DALLAS, TEXAS 75202-3304

TAX CERTIFICATE

Owne~ Name and Address:

MULLICAN THOMAS E3125 BROOKHOLLOW DRDALLAS, TX 75234-6434

Prop~rty Location:441 LIBERTY GROVE

Prop~rty Class: Oth~r

NT

Account Number: 65043778610260200

DATE OF CERTIFICATE: 11-22-2005

Prop~rty L~9al D~scription:

JAMES EIDSON ABST 437 PG 786TR 26.2 ACS 0.5097VOL2004063/4534 DD03252004 CO-DC0437786102602 3NT04377861

TAXING JURISDICTIONS INCLUDED IN THIS TAX CERTIFICATE:

DAL CNTYSCH EQUALCOLL DISTHOSP DIST

Thi~.c7to c~rtify that, aft~r a car~flJl ch~ck of th~ ta:>( r~cor-ds of thisOff;' (ch~ck appropr iat~ b~~< b~ low)

___~ the proper~ty descrlbed above is found to be and is so certified thatsaid records show all taxes, interest, penalty and costs are paid in full to.~trld incl udin9 the "..-ear- 2005.

_________ the attached delinquent taxes, penalties and interest are due on theabove described pr-oper-ty, as of date (month) shown above. Penalties andint~r~st increas~ ~ach month th~r~after.

** This Tax Certificate does not cover any changes made to the Ta>~ Rolls orRecords subsequent to the date of the certificate, which may result inadditional tax liability for this accolJnt. **

Signature of Authorized Officerof Collecting Offie.

Collecting ani ce:

60

TAX CERTIFICATENO: 0001053

GARLAND INDEPENDENT SCHOOL DISTRICT901 W. STATE STREETP.O. BOX 461407GARLAND, TEXAS 75046-1407

Collecting Taxes For: GARLAND INDEPENDENT SCHOOL DISTRICT

PROPERTY OWNERMULLICAN THOMAS E3125 BROOKHOLLOW DRDALLAS TX 75234-6434

Property Account Number: 0000322626

PROPERTY DESCRIPTIONLIBERTY GROVE RD 0000441JAMES EIDSON ABST 437 PG 786TR 26.2 ACS 0.5097VOL2004063/4534 0003252004 CO-ACRES: 0.5100

PION: 65043778610260200

This is to.certify that after a careful check of the tax records of this office,the followlng dellnquent taxes, penaltles and lnterest are due on the describedproperty for this taxing unit.

Year Taxing Other Delinquent Taxes,Delinquent Unit Type Base Tax Due Penalties &Interest

TOTAL DELINQUENT: $

* * * * * CURRENT YEAR TAXES * * * * *0.00

YEAR ENTITY TYPE2005 909

NET VALUE22,220

BASE LEVY AMOUNT PAID371.10 371.10

TOTAL DUE: $

AMOUNT DUE000000

(if applicable) The above Droperty has/is receiving special valuation based onits use, and addltlonal ro·llback taxes may become due based on the provlslons ofthe special valuation.

~72. fL.---j'/l.-o..---L-~---Slgnature of Authorlzeo Offlcer

NOVEMBER 21, 2005Date of Tax Certificate

61

TAX CERTIFICATENO: 0001046

ollecting Office: GARLAND INDEPENDENT SCHOOL DISTRICT901 W. STATE STREETP.O. BOX 461407GARLAND, TEXAS 75046-1407

:ollecting Taxes For: GARLAND INDEPENDENT SCHOOL DISTRICT

PROPERTY OWNERTIJLLICAN THOMAS E:125 BROOKHOLLOW DRJALLAS TX 75234-6434

PROPERTY DESCRIPTIONLIBERTY GROVE RD 0000441JAMES EIDSON ABST 437 PG 786TR 26.2 ACS 0.5097

'roperty Account Number: 0000322626

VOL2004063/4534 DD03252004 CO-ACRES: 0.5100

PIDN: 65043778610260200

rhis is to certify that after a careful check of the tax records of this office,:he following delinquent taxes, penalties and interest are due on the described)roperty for this taxing unit.

YearDelinquent

TaxingUnit

OtherType Base Tax Due

Delinquent Taxes,Penalties & Interest

TOTAL DELINQUENT: $ 0.00

* * * * * CURRENT YEAR TAXES * * * * *

YEAR ENTITY TYPE2005 909

NET VALUE22,220

BASE LEVY371.10

AMOUNT PAID0.00

AMOUNT DUE371.10

TOTAL DUE: $ 371.10

NOVEMBER 10, 2005Date of Tax Certificate

(if applicable) The above property has/is receiving special valuation based onits use, and additional rollback taxes may become due based on the provisions ofthe special valuation.---------------------------------------'~~~

~?lJL-Signature of Authorized Officer

62

DALLAS COUNTYPUBLIC WORKS

December 6, 2005

MEMORANDUM:

TO: Commissioners Court

FROM: Selas Camarillo, P.E., RP.L.S. h /Assistant Director- Property~n

SUBJEer: ROW Acquisition ServicesIndefinite Delivery Indefinite Quantity ContractHalffAssociates, Inc.Amendment No. I

Background:

Pursuant to Court Order No. 99-7l, the Commissioners Court adopted a Policy for Procurement ofRight of Way Services. Subsequently, on November 30, 2004 an Indefinite Delivery IndefiniteQuantity Contract was awarded to Halff Associates, Inc. for a one year term with an option to extendtwo one year terms.

Imoact 00 Ooorations:

Under the Indefinite Delivery Indefinite Quantity (IDIQ) Contract, Dallas County negotiates withappropriate funding identified for each respective Work Order. To date, one Work Order totaling$42,700.00 has been negotiated and awarded to Halff Associates, Inc.

The workload for ROW Acqnisition activities has continued to increase at a steady pace as the PublicWorks Department completes the 1991 Bond Program and initiates ROW Activities under the MCIP.Halff Associates, Inc. has provided significant capability and has provided consistent high qualityROW Acquisition services.

Legal Impact:

The term of the current contract is from December 21, 2004 (the effective date) to December 21,2005. Article I, ::rmn. Section 1.2 of the IDIQ contract between Halff Associates, Inc. and DallasCounty specifies that "the County in it's sole discretion, shall have the right, but not the obligation torenew this contract for two one year terms from the termination date provided that the contractorshall agree in writing to continue such contract at the same prices and conditions as containedherein". Halff Associates, Inc. has provided written notification that it will agree to the additionalone-year option under the same terms and conditions of the original contract.

411 Elm Street, 4th Floor Dallas, Texas 75202 (214) 653-7151

63

Commissioners CourtDecember 6, 2005Page 2

Financial Impact:

The 1991 Thoroughfare Transportation Bond Program and the MCIP include funding for right ofway acquisition activities. All ROW services to be outsourced to Haiti Associates, Inc. shall benegotiated fee amounts, which shall be authorized via a formerly executed "Work Order" for eachprojeet(s).

Recommendation:

The Director of Public Works, in recognition of the valuable project delivery capability provided bythis contract recommends that the Commissioners Court authorize Amendment No. I to theIndefinite Delivery Indefinite Quantity Contract with Halff Associates, Inc. awarding the option one­year extension, effective December 21, 2005 through December 21, 2006 or until the completion ofall active, fully authorized work orders, which ever occurs last.

If the Commissioners Court concurs, a Court Order authorizing Amendment No. I to the HalffAssociates, Inc. IDIQ contract will be placed on the next formal agenda.

Approved By:

Donald R Holzwarth, P.E.Director ofPublic Works

CdlSHlSCCd/my doclhaljJ7briefextend I yr

Attachment: Amendment No. 1

64

AMENDMENT NO.1

To The Right of Way Acquisition Services ContractIndefinite Quantity

Between

COUNTY OF DALLAS, TEXAS

and

HALFF ASSOCIATES, INC.

WHEREAS, pursuant to Court Order No. 2004-2172 dated November 30, 2004, HalffAssociates, Inc., ("Halff') was awarded an Indefinite Delivery Indefinite Quantity Contract for

Right ofWay Acquisition Services for a one year term from December 21,2004 through December

21,2005; and

WHEREAS, said contract included a provision that Dallas County in its sole discretionshall have the right to renew this contract for two one year terms from the termination date; and

WHEREAS, Halff has agreed to perform additional Right of Way Acquisition Services atthe County's request for an additional one year, at the same term and conditions oforiginal contract.

NOW THEREFORE, by execution ofthis Amendment No.1 the contract is amended hereby withrespect to the items and features described below:

1. Amended Provisions: ARTICLE 1, TERM DRAFTt.t This amended term of the contract becomes effective when fully executed by both

parties (hereinafter, the Effective date) and will terminate, on ~

or upon completion of all fully authorized Work Orders, whichever occurs last,unless sooner terminated in accordance with the applicable provisions hereof, or

extended by mutual agreement approved by the Commissioners Court. TheContractor will not begin work or incur Costs until each Work Order isapproved by formal order of the Commissioners Court and authorized inwriting by the County to proceed with the work by written Notice to Proceed.

65

1.2 This section is AMENDED to read:

The County, in its sole secretion, shall have the right, but not the obligation, to renewthis Contract for a one year term from the termination date provided that theContractor shall agree in writing to continue such Contract at the same prices andconditions as contained herein.

Except as provided herein, all other terms and conditions of the contract remain unchanged and in

effect.

IN WITNESS WHEREOF, by the signatures below ofthe duly authorized agents of the County ofDallas, Texas and Halff Associates, Inc., the said County of Dallas and Halff Associates, Inc. dohereby agree to amend the term of the original contract between said parties, dated December 21,

2004, thus extending the total contract term for an additional one year effective the execution ofAmendment NO.1 from to _

COUNTY OF DALLAS, TEXAS

Margaret KeliherCOUNTY JUDGE

APPROVED AS TO FORM:

Bob SchellAssistant District Attorney

Cd/my doc!Ha!lfAssoc/Amend 1 Cantract

CONTRACTOR:

BY:

ATTEST:

(Corporate Seal)

HALFF ASSOCIATES, INC.

66

DALLAS COUNTYENGINEERING AND PROJECT MANAGEMENT

December 6, 2005

To:

From:

Through:

Subject:

Commissioners Court

Abbas A. Kaka P.E., Assistant Director )II- .Dan Savage, Assistant Administrator for Operations

New Inmate Call System/Intercom System at Lew Sterrett Jail Towers(Work order #21) - Amendment # A2

BACKGROUND:Per Court Order 2004-1817 dated October 5, 2004 Amendment Al was approved by theCommissioners Court. This was for the Security Consultant fees to complete design and forConstruction Administration for the New Inmate Call System.

Since the start of the Entech contractor's work at site, several additional requests were made forthe Architect/Engineer to provide consulting help that was not in the initial proposal.· Additional security Consulting meetings.· Additional Prototype device testing to meet Sheriffs requirements.· Increased scope of construction work to Entech per the Court Order 2005-1691 datedSeptember 6,2005.· Additional inspection of additional devices.

VAl has provided an acceptable proposal for added hours/fees dated November 23, 2005 (SeeAttachment).

IMPACT/OPERATIONS: These services will provide the additional consulting help necessaryfor completion of construction and re-inspection and certification of the jail by TCJS.

LEGAL:N/A

MIWBE INFORMATION: Vidaud & Associates is a minority firm.

FINANCIAL IMPACT: The proposed fee for the consulting services is a total of $ $9,300.00for additional services for construction administration services. Funds are available for thisproject in Major Projects, Jail Intercom, FY 2005 (196.0.08610.2005.0.94050).

George L. Allen Sr. Courts Building600 Commerce St., 9'h Floor, Suite 900 Dallas, Texas 75202-6633

E-mail: [email protected]

Tel: 214-653-6242Fax: 214-653-6729

67

RECOMMENDATION: Engineering & Project Management recommends that theCommissioners Court approve Work Order #21, Amendment A2 to be issued to Vidaud &Associates for the additional construction administration fees in the amount not to exceed$9,300.00 and the County Judge be authorized to execute the appropriate contract documents.

APproved~J\ADan Savage, Assistant Administ' tor for Operations

George L. Allen Sf. Courts Building600 Commerce St., 9th Floor, Suite 900 Dallas, Texas 75202-6633

E-mail: [email protected]

Tel: 214-653-6242Fax: 214-653-6729

68

A17"" ell /11,&v7

November 23, 2005

Mr. PJ:)bas KakaDallas County Engineering600 Commerce Street 9 tn FloorDaJlas, Texas 75202

RE: DALLAS COUNTY/LEW STERRETI JAIL· NEW INMATE COM MUNICATIONS SYSTEMREQUEST FOR ADDITIONAL SERVICES

INTRODUCTION & SCOPE OF WORK

The following proposal is being submitted, at the request of the Dallas County ProjectManager, Abbas Kaka, P.E., for additional services related to the ongoing InmateCommunications System project for the West Tower of the Lew Sterrett Justice Fadlity. Anincrease in the project scope of work has dictated the need for additional security conSUltingservices to assist Dallas County in managing and su pervising the construction phase of thisproject. We have induded two possible options for performing these services. The srope ofwork changes and additions that predpitated the oe ed for additional security consultingservices are as follows:

1. Additional project meetings requested by Dallas County and additional coordination andtesting of prototypes to improve volume of call sta tions to satisfy maintenance and Sheriffstaff.

2. During the initial construction phases of the pr oject, Dallas County dedded to expand thescope of work for the project to indude replacing dayroom intercoms, establishing networkconnectivity between the intercom systems on each housing floor, and installing newintercom master stations on the lower floors of the jail tower. This additional project scopeof work will require additional services for the co nsultant team to coordinate and preparechange order requirements and dorumentation, coordi nate the technical requirements ofthe dayroom intercom stations, review Contractor ch ange order proposals and performinspection and testing of additional intercom stati ons. This proposal does not indudeengineering services to develop construction docume nts for this additional scope of work.

3. Due to the limited availability of vacant tanks and supervisory Sheriffs Officers, and due tothe aggressive project schedule required to meet th e standards and requirements of thestate jail commission, a regUlar and expedited proc ess for inspecting and testing thecompleted intercom systems is required to keep the project schedule on track. Asopposed to performing a single final test and inspe ction, as is typical for most projects, theintercom systems must be inspected, when completed, to avoid delaying the contractorand negatively affecting the contractor's ability t a meet the project sdledule. Two options

vidaud + associates incorporated16000 north dallas parkway -suite 200 •dallas -t exas -75248-6609 -telephone (972) 934-8888

69

1. The Scope of Work has been defined per the requi rements of the TexasCommlssion onJail Standards letter of July 8, 2004 that states" Fully operable intercoms capable of two­way voice communication must be available in each c ell, if the inmates are not permitted

fun access to the intercom- panels located in the d ayroom area. n

2. This proposal does not inducte the preparation of construction documents for theadditional scope of work.

3. The County will provide a single point of contac t at the Sheriffs Department that is awareof, and familiar with, the project, and is able to make command dedsions regarding accessand availability of the facility.

4. The scope of work inducted in this proposal does not cover or inducts the additional workrequired to modify the existing construction docume nts, previously prepared by SCI, toproperly integrate the remaining detention and comm unication systems work planned.

Should you have any questions regarding this propos ai, please contact me.

Submitted by,

Timothy D. Strucely, RAAssociate Principal

cc: Russell Himes

vidaud +assodates incorporated 'architecture -e ngineering •interiors16000 north dallasparkway-suile 200 'dallas-t exas' 75248-6609 -telephone (972) 934-8888

70

are being proposed for this work. This proposal provides for one tank inspection per floorand requires that all of the other tanks be inspect ed, tested and signed for by jail

maintenance staff, as the contractors complete ead! tank.

PROPOSED FEES

The proposed basis of compensation for additional sea.;rity consulting & engineering serviceshas been calculated on a lump sum basis for this pr eject and has been based on an expectednumber of work hours, which are detailed below. We have been very careful in interpreting therequirements of the project and in determining the fees based on the level of effort requiredaccording to these requirements. Expenses have bee n translated into work hour equivalentsand distributed'within the Consultant hours column.

CONSTRUCTION PHASE (Additional Services)Project Manager Consultant Hours

Hours

Addnional Project Meetings and Prototype

1 Testingadditional 12 16Lead/attend project meetings and

perform additional tests of prototype equipment

Increased Scope ofWorklChange OrdersCoordinate and prepare change orderrequirements and documentation; prepare

2 technical requirements; review contractor 16 20mange order proposals; and performinspections and testing of additional intercomstations.

Tank Inspections & TestingInspect and test the inmate call systems for the

3 first tank on each floor, as it is completed. (One 0 124-hr visit/floor minus the 20 hours induded in ouroriginal proposal for testing)

Total Hours: 28 48HourlyRates: $135 $115

Sub-Total Fees: $3,780 $5,520

Total·Additional $9,300Services Fee:

SPECIAL PROVISIONS

Please note that our office has made the following assumptions with respect to this proposal:

vidaud + associates incorporated 'architecture 'e ngineering ·jnteriors16000 north dallas parkway 'suite 200 -dallas' t eXEls' 75248·6609 ·telephone (972) 934-8888

7 1

DALLAS COUNTYOFFICE OF BUDGET AND EVALUATION

November 28, 2005

TO:

THROUGH:

Commissioners Court

Ryan BroGudget Officer

FROM: "~Shawn Balusek, Senior Budget and Policy Analyst

SUBJECT: Project Access Contract Revision

BACKGROUNDOn September 20, 2005, the Office ofBudget and Evaluation briefed Commissioners Court onthe FY2006 annual contracts. One of the contracts that were briefed was between Dallas Countyand the Dallas Academy ofMedicine. Dallas County provides $250,000 to the Dallas Academyof Medicine to provide pharmaceutical products for the Project Access program.

Under the Insurance Section ofthe FY2005 and FY2006 contracts, the Dallas Academy ofMedicine is required to have a minimum of $500,000 of Bodily Injury coverage and $500,000 ofProducts and Completed Operations Aggregate coverage. At the current time, the DallasAcademy of Medicine has neither of the insurance coverage and has indicated that they will notobtain the coverage.

The Dallas County Auditor's Office is withholding FY2005 contractual payments until the statedcoverage is obtained by the Dallas Academy ofMedicine or deleted from the contract.

The purpose ofthis briefing is to request approval to revise the contract between Dallas Countyand the Dallas Academy ofMedicine.

OPERTIONALIMPACTNone

FINANCIAL IMPACTNone

LEGAL IMPACTThe Dallas County Civil District Attorney and the Dallas County Risk Manager have reviewedthe contract and have agreed that if Commissioners Court approves the deletion of the BodilyInjury coverage and the Products and Completed Operations Aggregate coverage, the County cancontinue to contract with the Dallas Academy ofMedicine to provide funding for the ProjectAccess program.

411 Elm Street - 3rd Floor, Dallas Texas 75202-3340(214) 653-6655 • Fax (214) 653-6517 • [email protected]

72

RECOMMENDATIONThe Office of Budget and Evaluation recommends that Commissioners Court approves thedeletion of the Bodily Injury coverage and the Products and Completed Operations Aggregatecoverage from the contract between Dallas County and the Dallas Academy of Medicine.

73

DALLAS COUNTYOFFICE OF BUDGET AND EVALUAnON

November 30, 2005

TO:

THROUGH:

FROM:

SUBJECT:

Commissioners Court

Ryan BrO~Udget Officer

Carlo P. Pac~udget and Policy Analyst

FY2006 Capital Improvement Plan

BACKGROUNDDuring the FY2006 budget process the FY2006 Capital Improvement Plan (CIP) was discussed tofacilitate the planning of large capital expenditures such as transportation, parks and open space,building projects and technology improvements. The plan contains all planned capital expendituresother than the remaining projects associated with the 1991 bond program and includes a $60,000,000Tax Note issue to fund the new South Tower and part of the new Forensics Science building. TheFY2006 Capital Improvement Plan contains the latest revenue projections.

The purpose ofthis briefing is to prcsent the FY2006 CIP (see insert) and make recommendation toadopt the plan.

OPERATIONAL IMPACTMajor Capital Development Fund PolicyThe Major Capital Development Fund (MCDF) utilizes revenue from a dedicated portion of theCOlUlty tax rate, a portion of license plate fees and interest earned. In addition, the fund receivesrevenue from other sources such as transfers from other County funds, sale of property and adedicated Civil Court Filing Fee. Currently, there is not a dedicated percentage of revenue that isutilized for the different categories of the MCDF: Buildings, Park and Open Space andTransportation. Historically, the planning ofall funds have been reviewed and recommended by theMajor Capital Development Fund committee and then approved by Commissioners Court. Eachfiscal year, only the current year funding is approved and future years are included to develop a longrange "Capital Plan."

In FY2005 the Commissioners Court approved the plan offunding each category ofthe fund basedon a percentage formula. Both Transportation and Major Buildings categories would receive 48%and Park and Open Space would receive 4% ofthe property tax revenues received and interest eamedby the fund each year. The Transportation category would receive 100% of the license fee revenueeach year as this is collected for road projects. In addition the building category would receive 100%ofthe dedicated Civil Courts Filing Fee and any revenue from the sale ofbuildings or property. Thiswould allow each category to receive a specific percentage each year that corresponds to the amountofrevenue the fund actually receives. However, funding for each category would not be revised until

4 I I Elm Street - 3rd Floor, Dallas Texas 75202-3340(214) 653-6448. Fax (214) 653-6517. [email protected]

74

the amount of funding computed under the previous method of funds allocation is less than theamount computed under the newly approved percentages. The FY2006 CIP did not allocate fundsbased on the approved percentages because it would reduce the Transportation allocation.

The advantage to providing a set percentage ofproperty tax revenue received is that each category isassured of equitable funding based on the availability of funds. This would allowCommissioners Court the ability to increase transportation expenditures in future years to minimizethe effect of inflation and to program additional projects. Additionally, allocations that are budgetedfor one ofthe three categories and are not needed could be reprogrammed by Commissioners Courtto fund more projects in another category. The new policy would provide a consistent fundingformula while continuing to allow Commissioners Court flexibility in allocating funds for projects.

ElevatorsThe County currently has 105 elevators, 12 escalators and 3 lifts that need to be continuouslyimproved on a scheduled interval. Funding for elevator maintenance in FY2006 is budgeted in thePermanent Improvement Fund for $500,000 versus MCDF in the past. By funding elevator andescalator improvements from the Permanent Improvement Fund, scheduled improvements can beachieved on a routine basis from the same dedicated funding source as all other maintenanceimprovements.

Transportation AccountingAs approved by the Commissioners Court in FY2005, the three transportation categories, TEA-21,Major Impact and Thoroughfare projects, are combined into one transportation funding category inFY2006 to significantly simplify projects accounting. In FY05 and FY04, transportation funding wasseparated into different project accounts and created complicated accounting and planning processes.The Public Works Department does not separate the different types oftransportation projects in theirproject management planning.

Major Technology Fund ExpendituresOne ofthe approved projects for FY2006 is the Data Center Upgrade for $1 ,000,000. This project isunique because the actual costs included "Permanent Improvement Project" type work such asmoving or adding walls and reconfiguring space for efficiency and security even though the approvedbudget was only for computer hardware.

FINANCIAL IMPACTThe FY2006 Capital Improvement Plan is a planning document rather than a legal appropriation offunds. The appropriation of funds for FY2006 projects were included in the budget adopted onSeptember 27,2005.

The plan included a $60,000,000 Tax Note, however there will be a briefing December 13, to requestCommissioners Court Approval to increase the amount to $65,000,000 and issue it as a Certificateof Obligation, thus increasing the note payments starting in FY2007.

RECOMMENDATIONThe Office of Budget and Evaluation recommends that Commissioners Court adopt the proposedFY2006 Capital Improvement Plan.

75

DALLAS COUNTYCOMMISSIONERS COURT ADMINISTRATIONDan Savage, Assistant Administrator fQr Operations

:]"1

December 6, 2005

To:

From:

Subject:

Commissioners Court{\

Dan Savag~Y~sistant Administratorfor Operations

2355 Stemmons Request

BACKGROUNDThe State of Texas is leasing the County building at 2355 Stemmons throughDecember 31, 2005. I was recently notified that all of the staff will be moved outof the building by that deadline. However, staff from the State BuildingCommission has asked if they could wait until the end of January to remove all oftheir equipment and furnishings. This could be done without disrupting theproject schedule on the Institute of Forensic Sciences project. I have asked if allof the equipment and furnishings could be removed by January 16, 2006.

IMPACT ON OPERATIONSBefore the 2355 Stemmons bUilding can be demolished, several utilityconnections will have to be relocated to serve the 2377 Stemmons property andany asbestos abatement will have to be done.

FINANCIAL IMPACTThe current lease is $119,755 per month. The County will turn off utilities andstop any other operating and maintenance costs. It will cost the County virtuallynothing to allow the furniture and equipment to remain in the building for a shortperiod of time.

LEGAL IMPACTThe current lease expires on December 31,2005.

Dallas County Administration Building411 Elm Street, 3rd Floor Oallas Texas 75202-3317

e-mail: [email protected]

Telephone 12141653-7650Fax (2141 653-6517

76

RECOMMENDATIONStaff recommends that the request from the State Building and ProcurementCommission to store furniture and equipment in the building up to January 31,2006 be approved with the understanding that the State will make all reasonableefforts to remove its property by January 16, 2006.

Recommended by:.,

(f ~~"'A. ' .A.-"""

Dan Savage:p&;SiStant Administratorfor Operations

77

December 6, 2005

MISCELLANEOUS

1) DISTRICT COURT ADMINISTRATION - requests approval for reduced parkingauthorized at the juror rate of $3 per day in the George 1. Allen, Sr. Courts BuildingUnderground Parking Garage for law student Houda Jarrah who will be working probono as a law clerk intern from November 28,2005 through January 31, 2006 in thel62nd District Court.

2) HEALTH & HUMAN SERVICES - requestsapproval for the County Treasurer torelease payroll for the Texas Department of State Health Services Document No.7560009056 06-04 (HIV Surveillance) for the months of January, February, andMarch, 2006.

3) FACILITIES MANAGEMENT - requests approval to proceed with requestedmodifications to the Law Library at the Frank Crowley Courts Building. Themodifications will create an Attorney's Lounge on the East side of the Library.Estimated cost associated with these modifications is $7,364. All equipment andfurniture will be provided by the Criminal Bar. Funds are available in Fund 00126(Permanent Improvements), 08130 (Building Improvements and Land), 2006(FY2006), 70038 (Project-Misc. Building Alterations).

4) PURCHASING - requests approval for an exception to the County policy limit of$15,000 for competitive procurement for Kapak Corporation. The Sheriffs Officeand Juvenile Department utilize pouches from this vendor to securely store inmate'spersonal effects. Previous annual expenditures have not exceeded the policy limit, butthe increase in the jail population has resulted in a need fro a higher volume ofpouches. The Purchasing Department has incorporated this item into an annualcontract for FY2006.

TRAVEL REQUESTS

5) DATA SERVICES - requests approval for Robert Clines, Mauri Elizondo, AimeeKramer, David Daniels, Quinton Brown, Jane Whitaker, and Beverly Dingess to visitwith DPS on electronic reporting to increase percentage ofcorrect filing informationin Austin, Texas on December 7, 2005: $1,626.30 is available in General Fund,Commissioners Conrt Department, Business Travel Account, FY Budget 2006,(00120.1020.4010.2006).

78

6) HEALTH & HUMAN SERVICES - requests approval for:

a) LaShonda Worthey to co-train a one-day Prevention for Positives Course inAustin, Texas on December 13-14,2005: $445.90 is available in Grant Fund,STD Prevention Training Ctr. Department, Conference Training Account, FYBudget 2005, (00466.08709.02460.2005).

b) Thomas 1. Davis to conduct an STD Workshop in Edinburg, Texas on January29-31,2006: $813 is available in Grant Fund, STD Training/CDC Department,Conference Training Account, FY Budget 2004, (00466.08900.02460.2004).

EXCEPTION TO TRAVEL REOUESTSUNLESS SPECIFICALLY OBJECTED TO, ALL ITEMS PRESENTED

AS EXCEPTIONS ARE CONSIDERED TO BE APPROVED

7) SHERIFF'S - requests approval for Detective Thomas Reilly to attend theConfessions Training Course in Georgetown, Texas on December 2, 2005, use of aCounty vehicle with gas credit cards and no other expense to Dallas County.

MISCELLANEOUS EOUIPMENT

(1)

(2)

DEPARTMENT: 4420ITEMS:ESTIMATED COST:FUNDING SOURCE:EXPENDITURE SOURCE:

PROPOSED ACTION:

DEPARTMENT: 3240ITEMS

ESTIMATED COST:FUNDING SOURCE:

203rd Criminal District CourtI-Low-Volume Fax Machine$554Reserves and Contingency120.4420.2090.2006 (General Fund. 203 'd CriminalDistrict Court. Property less than $5,000, FY2006)The 203rd Criminal District Court is requestingauthorization to purchase a fax machine to replace onethat can not be repaired. Recommended by theRecords Management Department.

Constable Precinct #43 - File Cabincts ($555)I - Desk ($375)I - Office Chair ($200)$1,130Within Budget

(3)

(4)

(5)

EXPENDITURE SOURCE:

PROPOSED ACTION:

DEPARTMENT: 3240ITEMSESTIMATED COST:FUNDING SOURCE:EXPENDITURE SOURCE:

PROPOSED ACTION:

DEPARTMENT: 5110ITEMS:ESTIMATED COST:FUNDING SOURCE:EXPENDITURE SOURCE:

PROPOSED ACTION:

DEPARTMENT: 1022ITEMS:ESTIMATED COST:FUNDING SOURCE:EXPENDITURE SOURCE:

PROPOSED ACTION:

79

120.3240.2090.2006 (General Fund, ConstablePrecinct #4 Property less than $5,000, FY2006)Constable Precinct #4 was authorized four desks andfour chairs at a total cost of $2,300 in the FY2006budget. The Precinct has indicated that four deputiescould share three filing cabinets, one chair and onedesk rather than purchasing the originally authorizedfour desks and four chairs. This initiative will resultin a cost savings of $1,170. Recommended by theOffice of Budget and Evaluation.

Constable Precinct #4I - Personal Computer ($1,650)$1,650Major Technology Fund195.0.2093.2002.0.92018 (Major Technology Fund,Computer Hardware less than $5,000, FY2002,Computer Replacement)Constable Precinct #4 requests authorization topurchase a computer for use by a new clerk that wasauthorized in the FY2006 budget. Recommended bythe Office of Budget and Evaluation.

Juvenile DepartmentI - Replacement Chair$350Reserves and Contingency120.5110.02090.2006 (General Fund, Juvenile,Property Less than $5,000, FY2006)The Juvenile Department requests approval topurchase one desk chair in the Assessment Unit thatis broken and facilities has deemed irreparable.Recommended by the Office of Budget andEvaluation.

Facilities DepartmentI - Secretary/Task Chair$230Within Budget00120.1022.02090.2006 (General Fund, FacilitiesDepartment. Equipment Less than $5,000, FY2006)The Facilities Department requests authorization topurchase a replacement secretary/task chair for theirdispatch position. The current chair is broken and isnot cost effective to repair. Recommended by theOffice of Budget and Evaluation.

(6) DEPARTMENT: 4020ITEMS:ESTIMATED COST:FUNDING SOURCE:

EXPENDITURE SOURCE:

PROPOSED ACTION:

80

District ClerkI - HP 7210 Inkjet All-in-One Printer and Cable$290Major Technology Fund - Technology EquipmentPrior Year Unspent Balance00195.0.02093.0.2005.0.92014 (Major TechnologyFund, Computer Equipment Less than $5,000,FY2005, Technology Equipment)Data Services requests Commissioners Court approvalto purchase an HP 7210 Inkjet All-in-Onc Printer andprinter cable to replace a broken printer in the DistrictClerk's office. Attempts to repair the existing printerhave been unsuccessful. Recommended by DataServices.

TELECOMMUNICAnONS REQUESTS

Juvenile Youth Village M-0610081 requests to assign a long distance access code for anewCaseworker Manager. Equipment: $0,00; Installation; $0,00, labor covered by contract; norecurring cost. Recommended.

District Attorney - requests:M-0610082 to install three single-line phones on the 6th floor of the FCCB room CDC-6.Equipment: $127.38; Installation; $0.00, labor covered by contract; no recurring cost.Recommended.

M-0610083 to install a new single-line on the 6th floor of the FCCB in the work room.Equipment: $42.46; Installation ; $41.50, labor covered by contract; no recurring eost.Recommended.

Sheriff Kays Jail M-0610085 requests to reset the voice-mail password for an existinglocation to allow access. Equipment: $0.00; Installation; $0.00. labor covered by contract;no recurring cost. Recommended.

CDC #7 M-0610086 requests to install a single-line phone in Defense workroom A forPublic Defender. Equipment: $42.46; Installation; $41.50, labor eovered by contract; norecurring cost. Recommended.

8 1

Juvenile Aftercare M-0610087 requests to relocate extensions 4464 & 4948 to roomA229Bdue to changes in the department. Equipment: $0.00; Installation; $0.00, labor covered bycontract; no recurring cost. Recommended.

OSEM M-0610088 requests to install a single-line on the 3'd floor of the Records buildingto be used with a paging alpha-mate modem. Installation: $41.50; no recurring cost.Recommended.

Child Support M-0610090, M-0610091 & M-0610092 requests to install a single-line phoneon the 1" floor of the GACB room 128 and assign a long distance access code & voice-mailfor new employee. Equipment: $42.46; Installation; $41.50, labor covered by contract; norecurring cost. Recommended.

County Clerk M-0610101 requests to install a multi-line phone with the conference callfeature on the 2nd floor ofthe Records building. Equipment: $69.00; Installation; $0.00, laborcovered by contract; no recurring cost. Recommended.

Juvenile - requests:M-0610093 to reactivate voice-mail for extensions 4986, 4233, 4263, 4252, 4270, 4288 &4281 on the 2nd floor. Equipment: $0.00; Installation; $0.00, labor covered by contract; norecurring cost. Recommended.

M-0610094, M-0610095 & D-0610041 to install two new single-line phones and one newdata-line for new employees on the 2nd floor room A242. Equipment: $84.92; Installation;$58.75, labor covered by contract; no recurring cost. Recommended.

M-0610095 to install a single-line phone on the 2nd floor room A239 for a new employee.Equipment: $42.46; Installation ; $41.50, labor covered by contract; no recurring cost.Recommended.

M-0610097 & D-0610042 to install two new phones & lines and a new data-line on the 2nd

floor room AZ22. Equipment: $84.92; Installation; $58.75, labor covered by contract; norecurring cost. Recommended.

CSCD - requests:M-0610098 to install a phone line with phone and voice-mail on the 9th floor ofthe FCCB foradditional staff. Equipment: $42.46; Installation; $41.50, labor covered by contract; norecurring cost. Recommended.

82

M-0610099 to install a new phone with voice-mail and line on the 9th floor ofthe FCCB roomA4-2. Equipment: $42.46; Installation; $41.50, labor covered by contract; no recurring cost.Recommended.

M-0610100 to install a new phone with voice-mail and line on the 9th floor of the FCCB.Equipment: $42.46; Installation; $41.50, labor covered by contract; no recurring cost.Recommended.

Funding for the above request is available from countywide Department 800, line item 432,Telephone Contingency.