HomeMy WebLinkAboutMINUTES - 07222003 - C.33-C.37 TO: BOARD OF SUPERVISORS
FROM: William Walker, M.D., .Health Services Director y �.
By: Ginger Marieiro, Contracts Administrator Contra rd
DATE: .fitly 10, 2003 Count.V.
L�.
SUBJECT: Approval of Standard Agreement (Amendment) #28-306-1 with the State Emergency Medical Services
Authority
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)$BACKGROUND AND JUSTIFICATION
RECMENDED ACTION:
Approve and authorize the Health Services Director, or his designee(Art Lathrop), to execute on behalf
of the County, Standard Agreement (Amendment) #28-306-1 (State #EMS-2051) with the State
Emergency Medical ,Services Authority, effective July 1, 2002, to extend the term of the Agreement
through September 30, 2003, for the Medication Education for Drug Safety (MEDS) Project.
FISCAL CT:
No change in the original payment to County of$21,012 from the State Emergency Medical Services
Authority.
BAC G&O D A ON FOR CO A IONS :
The Medication Education for Drug Safety (MEDS) Project will be a new addition to a comprehensive
countywide injury prevention effort offered through Contra Costa County Health Services Department's
Emergency Medical Services Division in conjunction with John Muir Medical Center. The project's
mission is to address the unique medication issues of older adults in an effort to reduce the number of
preventable injuries to this population in Contra Costa County. Recognizing the magnitude of the issue
of polypharmacy and injury in older adults, this program will provide a mechanism to educate older
adults about their medications, purpose, side effects and drug interactions.
On September 10, 2002, the Board of Supervisors approved Standard Agreement#28-306 with the State
Emergency Medical Services Authority for the period from July 1, 2002 through June 30, 2003.
Approval of Standard Agreement (Amendment) #28-306-1 will allow County to continue the MEDS
Project, through September 30, 2003.
Three sealed/certified copies of this .Board Order should be returned to the Contracts and Grants Unit
for submission to the State Emergency Medical Services Authority.
CONTINUEDN T R
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
-"?APPROVE OTHER
SIGNAURE S):
ACTION OF BOARD 0 APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
"�. UNANIMOUS ABSENT - I HEREBY CERTIFY THAT THIS i5 A TRUE
( "' ) AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE MATE SHOWN.
ATTESTED , ; °
.JOHN ETEN,4LERK OF THE BOARD OF
SUPERVI ORS A114D COUNTY ADMINISTRATOR
Contact I erson:Art Lathrop (696-9690) ,
CC: Std BT�wy Mbdical Services _�thority
1-halth Servi— DVt. (C t ts) 13Y
DEPUTY
TO: BOARD OF SUPERVISORS - + Contra
FROM: Anne Cain, County Librarian Costa
DATE: July 15, 2003 °°�'A ;; ` County
SUBJECT: Contract with Joan Frye Williams to Develop a Library Plan of Service
SPECIFIC REQUEST (S) OR RECOMMENDATION (S) & BACKGROUND AND JUSTIFICATION
RECOMMENDATION
AUTHORIZE the County Librarian to approve and enter into a professional services agreement with Library
Consultant, Joan Frye Williams in the amount of$25,000 for a Plan of Service for the Library's Countywide
Support, Administrative Services and Shared Resources.
FINANCIAL IMPACT
The total cost of$25,000 is budgeted in the approved 2003-04 Library Budget.
BACKGROUND
The City of Pleasant Hill and Contra Costa County jointly hired Anderson Brule Architects and Joan Frye
Williams, Library Consultant, to conduct the community and county library needs assessment and preliminary
site options for a new library is Pleasant Hill.
On June 12, 2003 the Board of Supervisors accepted a report on"Pleasant Hill and Contra Costa County
Library: Community and County Library Needs Assessment and Preliminary Analysis of Site Options."
Further, the Board directed the County Librarian to return to the Board of Supervisors with information for the
Countywide Support and Administrative Services and Shared Resources components identified in the report, to
include:
• Identifying/confirming countywide library service needs
• Providing countywide services that respond those needs
• Locating services (geographically and organizationally) for most effective delivery
• Developing and deploying staff for most effective service delivery
• Transitioning from where the library is today to where it needs to be
• Positioning the library to handle future growth in use of library facilities, resources and services
The consultant will include recommendations for each area within the recommended Plan of Service. The
recommended Plan of Service will be submitted to the Board of Supervisors for review.
r
CONTINUED ON ATTACHMENT: [l YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON
APPROVED AS RECOMMENDE , [aQHER
VOTE OF SUPERVISORS: I HEREBY CERTIFY THAT THIS IS A TRUE AND
CORRECT COPY OF AN ACTION TAKEN AND
UNANIMOUS(ABSENT_ ) ENTERED ON THE MINUTES OF THE BOARD OF
AYES: NOES: SUPERVISORS ON THE DATE SHOWN.
ABSENT: ABSTAIN: ATTESTED \
Contact: Susan Caldwell JOHNETE. ,CLERK OF THE BOARD OF
927-3203 SUPER SORB ND COUNTY ADMINISTRATOR
cc: County Library
County Administrator By - E d /4,'Deputy
O:\B O S\TEMPLATE\R EGtJ LAR\pl anofservadtn in.DOC
Contra Costa County STANDARD CONTRACT Number
Standard Form S-i (Purchase of Services—Short Form) Fund/Org# 3702
Revised 2002 Account# 2390
Other#
1. CONTRACT IDENTIFICATION.
Department: County Library
Subject: Countywide Plan of Service
2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following
named Contractor mutually agree and promise as follows:
Contractor: Joan Frye Williams Taxpayer I.D.#
Capacity: Sole Proprietorship
Address: 2443 Fair Oaks Boulevard,#109,Sacramento,California 95825
3. Term. The effective date of this Contract is July 1, 2003 and it terminates June 30,2004 unless sooner terminated
as provided herein.
4. Termination. This Contract may be terminated by the County, at its sole discretion, upon five-day advance written
notice thereof to the Contractor,or canceled immediately by written mutual consent.
5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed$25,000.
b. County's Obligations. In consideration of contractor's provision of services as described below, and subject to the
payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for
payment in the manner and form prescribed by County(Demand Form D-15) and upon approval of such demand by
the head of the County Department for which this Contract is made or his designee,as follows:
(Check one alternative only) (X) hour, or
[X] a. FEE RATE: $200.00 per service Unit ( )session,as defined below;or
[ ] b. Payment in full after approval by the Department. ( )calendar (day, week or month)
NOT TO EXCEED a total of 125 service unit(s).
Session is defined as
]c. As set forth in the attached Payment Provisions paragraph of the attached Additional Provisions.
[X j d. As set forth in the payment provisions,attached.
7. Contractor's Oblzations. Contractor shall provide the following described services:
(X] a. See Attached Plan of Service
[ ] b. As set forth in Section A(Contractor's Obligations)of the attached Additional Provisions,which are
incorporated herein by reference.
S. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and
regulations applicable with respect to its performance under this Contract, including but not limited to, licensing,
employment and purchasing practices; and wages, hours and conditions of employment, including
nondiscrimination.
o:Uorms\oa trachirys wiiliams.doc 1 7/1/2003
Contra Costa County STANDARD CONTRACT Number
Standard Form S-1 (Purchase of Services--Short Farm)
Revised 2002
9. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Additional Provisions
may be amended by a written administrative amendment executed by the Contractor (or designee) and the County
Administrator (or designee), subject to any required state or federal approval, provided that such administrative
amendment may not materially change the Payment Provisions or the Additional Provisions.
10. Nondiscrim6inatory Services. Contractor agrees that all goods and services under this Contract shall be available to
all qualified persons regardless of age, sex, race, religion, color, national origin, ethnic background, disability, or
sexual orientation, and that non-shall be used, in whole or in part,for religious worship or instruction.
11. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended
to and shall not be construed to create the relationship between the parties of agent, servant, employee, partnership,
joint venture,or association.
12. Dis cu tes. Disagreements between the County and Contractor concerning the meaning, requirements, or
performance of this Contract shall be subject to final determination in writing by the head of the County Department
for which this Contract is made or his designee or in accordance with the applicable procedures (if any) required by
the State or Federal Government.
13. Access to Books and records of Contractor Subcontractor. Pursuant to Section 1$61(v)(1) of the Social
Security Act, and any regulations promulgated thereunder, Contractor shall, upon written request and until the
expiration of four years after the furnishing of services pursuant to this Contract, make available to the Secretary of
Health and Human Services, the Comptroller General, the County, or any of their duly authorized representatives,
this Contract and books, documents, and records of Contractor that are necessary to certify the nature and extent of
all costs and charges hereunder. Further, if Contractor carries out any of the duties of this Contract through a
subcontract, with a value or cost of$10,000 or more over a twelve-month period, such subcontract shall contain a
clause to the effect that upon written request and until the expiration of four years after the furnishing of services
pursuant to such subcontract, the subcontractor shall make available, to the Secretary, the Comptroller General, the
County, or any of their duly authorized representatives, the subcontract and books, documents, and records of the
subcontractor that are necessary to verify the nature and extent of all costs and charges hereunder. This special
condition is in addition to any and all other terms regarding the maintenance or retention of records under this
Contract and is binding on the heirs,successors, assigns and representatives of Contractor.
14. IZeportin, Requirements. Pursuant to Government Code Section 7550, Contractor shall include in all documents
or written reports completed and submitted to County in accordance with the Contract, a separate section listing the
numbers and dollar amounts of all contracts and subcontracts relating to the preparation of each such document or
written report. This section shall apply only if the payment limit under this Contract exceeds$5,000.
15. Indemnification. The Contractor shall defend, indemnify, save, and hold harmless the County and its officers and
employees from any and all claims, costs and liability for any damages, sickness, death, or injury to person(s) or
property, including without limitation all consequential damages, from any cause whatsoever arising directly or
indirectly from or connect with the operations or services of the Contractor or its agents, servants, employees or
subcontractors hereunder, save and except claims or litigation arising through the sole negligence or sole willful
misconduct of the County or its officers or employees. Contractor will reimburse the County for any expenditures,
including reasonable attorneys' fees, the County may make by reason of the matters that are the subject of this
indemnification, and if requested by the County will defend any claims or litigation to which this indemnification
provision applies at the sole cost and expense of the Contractor.
o:Vormslcontrsctlfrye williams.doc 2 71112003
Contra Costa County STANDARD CONTRACT Number
Standard Form S-1 (Purchase of Services—Short Form)
Revised 2002
16. Nonrenewal. Contractor understand and agrees that there is no representation, implication, or understanding that the
services provided by Contractor under this Contract will be purchased by County under a new contract following
expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure
to continue purchasing all or any such services from Contractor.
Legal Authority. This Contract is entered into under and subject to the following legal authorities:
Government Code Section 31000
18. Signatures. These signatures attest the parties'agreement hereto:
Approved: BOARD OF SUPERVISORS Approved: County Administrator
i
By: By:
Purchasing Agent, Designee CAO,designee
CONTRACTOR Recommended by Department
By: By:
Department,Designee E
(Print name and title)
(Name of business entity, ifapplicable) Print name
o:Vormslcontracitlrye wiifiams.doc 3 7/1/2003
Contra Costa County STANDARD CONTRACT Number
Standard Form S_i (Purchase of Services--Short Farm)
Revised 2002
%an'a,
m's }w :.>.t fi>..,..x.....d�F...a. ,,:..a..,a�..M.,��,..,�; .' ...�.�. .3.:..{..rr'".5�,.,.s�r .�1�`si, w�#.,.,�°Y.,a�. ,3 A.a�.r��. xt....., �1�..-.e�r.,�,�w�.z e,..3.x', f::awsfir�:�"'�.s,.�Y.=::i4 n.,,.•.
Proposed Scope of Work
Countywide Plan of Service
Consultant Joan Frye Williams will facilitate, prepare and present a countywide plan of service, including
recommendations for:
• Identifying/confirming countywide library service needs
• Providing countywide services that respond to those needs
• Locating services(geographically and organizationally)for most effective delivery
• Developing and deploying staff for most effective service delivery
• Developing and deploying resources for most effective service delivery
• Transitioning from where the library is today to where it needs to be
• Positioning the library for future change and growth
Task Hours $200
Review available needs assessments and related documents from Contra Costa County 8
communities
Identify countywide service trends,opportunities and needs 8
Review trends,opportunities and needs with Library management team and agree on details of a 2
process for staff participation
Present trends,opportunities and needs to library staff,along with a task team process for 10
participating in the development of the plan of service
includes meetings scheduled for 7/16
Working with Library staff,develop recommended service responses 10
(includes meetings scheduled for 8/13)
Review/revise recommended service responses with Library management team 8
Review/revise recommended service responses with Library Commission 6
Prepare working draft of additional Plan of Service components,including resource allocation 12
and next step s
Review/revise draft Plan of Service with Library management team 6
Review/revise draft Plan of Service with Library staff 10
(includes meetings scheduled for 9/10)
Prepare final draft Coun wide Plan of Service 12
Present final draft Countywide Plan of Service 8
(meeting date or dates TBD)
Presentations(Public Managers Assoc.presentation,Board of Supervisors,Commission,etc. 10
Revise based on input from Board of Supervisors.etc. 5
Meet with Library Management Teach on final document as needed 10
Total hours las
Total cost $25,000.00
oAforms%contract%frye williams.doc 4 71112003
Contra Costa County STANDARD CONTRACT Number
Standard Form S-1 (Purchase of Services—Short Form)
Revised 2002
Consultant Joan Frye Williams
PAYMENT PROVISIONS
Invoices to be submitted monthly to Susan Caldwell,
Administrative Services Officer, who will approve for payment.
akformslcortract5frye williams.doc 5 7/1/2003
TO: BOARD OF SUPERVISORS .""'..
FROM: Silvano B. Marchesi, County CounselCosta
- <
DATE: July 22, 2003 .,
SUBJECT: Approval of Contract for Specialized Professional Services County
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION:
APPROVE and AUTHORIZE the County Counsel, or designee, to execute, on behalf of Contra
Costa County, a contract for specialized professional services with Gordon, DeFraga, Watrous & Pezzaglia.
FISCAL IMPACT:
Costs of litigation of this matter will be paid out of the Public Works Land Development Fund.
BACKGROUND/REASONS FOR RECOMMENDATION:
The County has filed a lawsuit against Dame Construction Company, Inc., and Travelers Casualty
and Surety Company of America, over the failure to complete grading and road improvements at Fleetwood
Road in the Bettencourt Ranch Subdivision. The lawsuit, captioned Contra Costa County V. Dame
Construction Company, Inc., et al., Contra Costa County Superior Court Case No. CO2-00067, alleges that
Dame Construction Company breached the terms of a Road Improvement Agreement and seeks to enforce
improvement security and grading permit bonds, of which the County is the beneficiary. The law firm of
Gordon DeFraga has specialized expertise in the area of construction law. The County Counsel believes the
services of Gordon DeFraga will be of assistance to the County Counsel's Office in prosecuting the County's
action and recommends the firm be retained.
CONTINUED ON ATTACHMENT: S SIGNATURE:
4
_,COMMENDATION OF COUNTY'ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
PROVE OTHER
SIGNATURE(S):
---------------------- --. _—------ -------------- ----------- ------------- ----------------------------------ACTION OF
BOARD ON `' e `;I APPROVE AS RECOMMENDED OTHER
Ily 1A
a.
VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPYOF AN ACTION TAKEN
UNANIMOUS(ABSENT } AND ENTERED ON THE MINUTES OF THE
BOARD OF SUPERVISORS ON THE DATE
AYES: NOES: SHOWN.
ABSENT: ABSTAIN:
ATTESTED 143 , t
CONTACT: Linda Wilcox,(925)335-9844 JOHSWEE`[ N,CLERK OF THE BOARD OF
SUPERVISORS AND COUNTYADMINISTRATOR
CC: County Counsel
Gordan DeFraga(via County Counsel)
Public Works
Building Inspection
County Administrator o
BY </ S✓t j I ; ' ,# tI/V,DEPUTY
HAL1vpd-\CCC v.Dame\MsmoslBdOfd�.ro.GoMonDc reae.T22.b3.wpd
036
GENERAL SERVICES DEPARTMENT
Capital Projects Management Division
1220 Morello Avenue, Suite 100
Martinez,California 94553-4711
(925) 313-7200 FAX (925)313-7299
File: 225-0304/B.4.4
Authorization No. WH231B
TO: Board of Supervisors
FROM: Barton J. Gilbert, Director of General Services
DATE: July 22, 2003
SUBJECT: CONTRACT AWARD RECOMMENDATION
Bids for HEADSTART FACILITY AT 1157 MEADOW LANE, CONCORD FOR THE
COMMUNITY SERVICES DEPARTMENT were received and opened at the County Capital
Projects Management Division Office on July 10, 2003.
It is recommended that the Board of Supervisors award the construction contract to the low
bidder, Biland Construction Company of Rio Vista, in the amount of$337,200.
The Muller& Caulfield estimate was $300,000.
Other bids received:
Base Bid
Bruce Carone Grading &Paving, Inc. $373,753
Concord, CA
RK:th
cc w/attach.: County Administrator's Office
County Counsel
Clerk of the Board(w/bids)
CERTIFIED COPY
T certify that this is a fait,true and correct copy of the onginai document which
is on file in my office ATTEST JOHN SWEETEN Clerk of the board of
511and coptyAdxisinistra{ h Aepu clerk.
j f ':3
f ft t
H:\2003\2250304\03G004037m.doc
File: 225-0304/B.4.4
THE BOARD OF SUPERVISORS
CONTRA COSTA COUNTY,CALIFORNIA
Adopted this Order of July 22, 2003, by the following vote:
AYES: SUPERVISORS GIOIA, UILKEMA, GREENBERG, & GLOVER
NOES: NONE
ABSENT: SUPERVISOR DeSAULNIER
ABSTAIN: NONE
SUBJECT: Award of Contract for the
Headstart Facility at 1187 Meadow Lane, Concord
for the Community Services Department
Budget Line Item No. 4421-4231
Authorization No. 0928-WH231B
Bidder Total Amount Bond Amounts
Biland Construction Company $337,200 Payment: $337,200
P. 0. Box 1095 Performance: $337,200
Rio Vista, CA 94571
Bruce Carone Grading &Paving, Inc.
Concord
The above-captioned project and the plans and specifications therefore having been
previously approved, Addendum No. 1 having been issued and approved, and bids having been duly
invited and received by the Director of General Services on July 10, 2003; and
The bidder listed first above, Biland Construction Company ("Biland"), having submitted
the lowest responsive and responsible bid,which is $36,553 less than the next lowest bid; and
The project is exempt from the requirements of the County's Outreach Program; and
The Director of General Services recommending that the bid submitted by Biland is the
lowest responsive and responsible bid, and this Board concurring and so finding;
NOW,THEREFORE,the Board finds, determines and orders as follows:
The Board, therefore, ORDERS that the contract for the furnishing of labor and materials
for said work is awarded to Biland at the listed amount and at the prices submitted in said bid, and that
said contractor shall present sufficient payment and performance surety bonds as indicated above, and
that the Director of General Services, or designee, shall prepare the contract therefor; and
The Board FURTHER ORDERS that after the contractor has signed the contract and
returned it, together with the bonds as noted above and any required certificates of insurance or other
required documents, and the Director of General Services, or designee, has reviewed and found them to
be sufficient, the Director of General Services, or designee, is authorized to sign the contract for this
Board; and
The Board FURTHER ORDERS that in accordance with the project specifications and/or
upon signature of the contract by the Director of General Services, or designee, any bid bonds posted by
the bidders are to be exonerated and any checks or cash submitted for security shall be returned; and
The Board FURTHER ORDERS that the Director of General Services, or designee, is
authorized to sign any escrow agreements prepared for this project to permit the direct payment of
retention into escrow or the substitution of securities for moneys withheld by the County to ensure
performance under the contract, pursuant to Section 22300 of the Public Contract Code; and pursuant to
Public Contract Code Section 4114, the Board DELEGATES its functions under Public Contract Code
Sections 4107 and 4110 to the Director of General Services, or designee; and
H A2003\2250304\03G004038r.doe
I of 2
Award of Contract for the 225-0304/B.4.4
HEADSTART FACILITY AT 1187 MEADOW LANE, July 22, 2003
CONCORD FOR THE COMM-UNITY SERVICES DEPT.
The Board DECLARES that, should the award of the contract to Biland be invalidated for
any reason, the Board would not in any event have awarded the contract to any other bidder, but instead
would have exercised its discretion to reject all of the bids received. Nothing herein shall prevent the
Board from reawarding the contract to another bidder in cases where the successful bidder establishes a
mistake, refuses to sign the contract or fails to furnish required bonds or insurance in accordance with
Public Contract Code Sections 5100-5107.
Orig. Dept. General Services Dept. - Capital Projects Management Division
cc: General Services Department
Capital Projects Management Division
Accounting
CPM File: 225-0304/A.5
County Administrator's Office
County Counsel
Auditor-Controller
Community Services Department(via CPM)
Biland Construction Company(via CPM)
Surety(via CPM)
Muller&Caulfield(via CPM)
RK:tb
I certify that this Is a full Copy
11 d cesrect COPY of the crillinal docum
Is on flit in my 0in C11 ATTEST JOHN SWEETEN C
ent
S l9rk Of the boardWhich of
A M nistratOf by Deputy Clerk
on t c,;d-C,
_
TO: BOARD OF SUPERVISORS oClta
M w �� Costa
FROM: John Cullen, Director �U�ty
Employment and Human Services Department r------
37 DATE: July 1, 2003 0.
SUBJECT: APPROVE and AUTHORIZE the Employment and Human Services Director, or designee,
to EXECUTE a contract (#40-184-1) with Jewish Family and Children's Services of the East
Bay to implement an Ethnic Diversity Multicultural Caregiver Training Program, with a
payment limit of$40,000 for the period July 1, 2003 through June 30, 2004.
SPECIFIC REQUEST{S}OR RECOMMENDATION(S),&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTIC)Nv
APPROVE and AUTHORIZE the Employment and Human Services Director, or designee, to EXECUTE a
contract (#40-184-1) with Jewish Family and Children's Services of the East Bay to implement an Ethnic
Diversity Multicultural Caregiver Training Program, with a payment limit of$40,000 for the period July 1,
2003 through June 30, 2004.
INANCIA-1 IMPACT!
$40,000: 100% Older American's Act Title III-E. No county cost.
BACKGROUND!
In April 2003, Jewish Family and Children's Services of the East Bay (JFCS), a non-profit agency that
serves people of all backgrounds and ethnicities, was selected to conduct a caregiver needs assessment in the
Laotian, Russian, Afghan, African-American and Vietnamese communities, under the Title III-E Caregiver
Provider Ethnic Diversity Program. The goals of the caregiver needs assessment are to identify appropriate
training topics to caregivers, to assess culturally-bound ideas about caring for aging family members that will
impact the effectiveness of the caregiver training, and to determine the best methods for delivering education
to caregivers from these target communities. The needs assessment phase has been concluded and this Board
Order will authorize the Employment and Human Services Department to build upon the results of the needs
assessment. Contractor will develop a culturally competent curriculum and implement a training program
directed towards family caregivers in these target communities, Contractor's services will include
development of appropriate instructional materials and translated client handouts.
r
CONTINUED ON ATTACHMENT: Y S SIGNATURE: � .
s--'RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
ACTION OF BQA SON ` t s `: � � .3 APPROVED AS RECOMMENDED a OTHER
N
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
:i::_UNANIMOUS{ABSENT V- I AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES' AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
r�
ATTESTEL7-.
JOHN SWEETEN, LRKOF THE BOARD OF
SUPERVISORS AND COUNTY ADMINISTRATOR
Contact: BOB SESSLER 3-1645
EHSD(CONTRACTS UNIT)-VM ( £
COUNTY ADMINISTRATOR BY L ` 4I ," ` � ,DEPUTY
AUDITOR-CONTROLLER
CONTRACTOR