Loading...
HomeMy WebLinkAboutMINUTES - 12151998 - C125-C129 Contra 1 Costa TO: BOARD OF SUPERVISORS �- `� -' County FROM: DENNIS M. BARRY, AICDC , COMMUNITY DEVELOPMENT DIRECTOR DATE: December 15 , 1998 SUBJECT: Contract for Environmental Impact Review Documents for the Tosco (Avon) Major Maintenance Project (Fila #LP982076) SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION RECOMMENDATIONS Authorize the Community Development Director or his designee to execute on behalf of the County a contract for environmental impact`` review analysis and documentation for the Tosco (Avon) Major Maintenance Project (Application File #982076) not to exceed` $40, 000. FISCAL TM A There is no fiscal impact to the County. The applicant has paid for the cost for these services related to the Tosco (Avon) Major Maintenance Project. BACKCROUNDIREASONS FOR RECOMMENDATIONS This contract would allow outside consultants to prepare the CEQA analysis documentation necessary for this permit application. CONTINUED ON ATTACHMENT: ` " SIGNATURE ` ✓ RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMI TEE APPROVE OTHER SIGNATURE(S) : ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A UNANIMOUS (ABSENT TRUE AND CORRECT COPY OF AN AYES: NOES: ACTION TAKEN AND ENTERED ON THE ABSENT: ABSTAIN: MINUTES OF THE BOARD OF SUPERVISOR N THE DATE SHOWN. Contact:DEBORAH SANDERSON - 335-1208 Orig: Community Development Department ATTESTED � cc: Tosco (Avon) PHIL BATCHELOR, CLERIC OF THE BOARD OF SUPERVISORS AND COU TY ADMINISTRATOR BY , DEPUTY 9 P..)_o45 BALLOFFETH :, A � 4 COS t4 & Associates, Inc. 98 � 12 A�ll• 3 November 6, 1998 Ms. Debra R. Sanderson, Project Director Contra Costa County Community Development Department 651 Pine Street, 2nd Floor, North Wing Martinez, CA 94553-0095 Subject: Environmental Analysis of Tosco Corporation Land Use Permit Application for a First Quarter 1999 Routine Maintenance Project at Tosco's Avon Facility Dear Ms. Sanderson. Balloffet and Associates, Inc. (B &A) welcomes the opportunity to assist Contra Costa County with the environmental analysis of the Tosco Corporation Avon Refinery Land Use Permit Application for the above project. As you have explained, the analysis is to be performed to determine if a Mitigated Negative Declaration is warranted. Based on a review of the Tosco Corporation application dated October 30 1998, the B&A team believes that we can complete the necessary data collection and analysis and, if applicable, develop an Administrative Draft Mitigated Negative Declaration and submit it for review by mid-December 1998, with the goal of publication of a Draft report in January 1999. This assumes that we would follow a process similar to those used in the preparation of the previous analyses for Tosco's Avon and Rodeo facilities. It also assumes that the Community Development Department would accept the Project Description and outline of the Mitigated Negative Declaration by November 30, 1998. Per our earlier conversation and review of the land use permit application, we would focus the analysis on potential impacts to air quality, water quality, and risk of upset. It is assumed that the County Health Services Department would complete a risk of upset analysis that the B&A team would use to identify potential impacts and develop mitigation measures. Given no impacts are expected to noise or transportation, we would incorporate by reference the conclusions contained in the recent analyses for the previous Avon major maintenance project. Our approach to the air and water quality studies will include quantitative analyses of potential criteria air and water pollutants. To the extent feasible, this may involve literature review, database searches, and evaluation of applicable computer models. We will work with you on further defining our scope and budget. 1425 Golden Gate Avenue/San Francisco,CA 54115 USA•Phone 415 922-4575-FAX 415 922-4535 E-mail:balloffet0woridnet.att.net Performing the analysts and developing the Mitigated Negative Declaration according to this schedule will require a considerable work effort as well as close coordination with the County staff. B&A has organized our team to ensure that the required data collection and analysis will be completed as scheduled and that effective communication is maintained throughout the development of the environmental document. This will be assured because of the management structure that has been established to guide the work effort. Joel Sabenorio will serve as the Project Manager. Barry Anderson will help with the project coordination and provide assistance to Joel. Armando Balloffet and Dale Tischmak would provide their expertise in air quality and odor analyses. Dale will also assist with the water quality analysis. Lynne LeRoy will provide support services for document design and production. This combination will ensure that all technical analyses are proceeding as scheduled and that the work products meet the standards of the County. It will also ensure that the B&A team responds in a timely manner to your request and needs. I will serve as Principal in Charge, and oversee all of the work. Also enclosed is a copy of the budget for the proposed work effort. Please note that, because the nature and extent of comments on the Mitigated Negative Declaration are unknown at this time, our budget for Task 5 assumes that 8 hours of Joel's time and 8 hours of Lynne LeRoy's time are allocated to that effort. If comments on the Mitigated Negative Declaration are more extensive than anticipated, I will work with you to develop a workable resolution. On behalf of the B&A team, I look forward to working with you on the environmental analysis of the Tosco Corporation Land Use Permit Application for the Avon Refinery. All the s , da Principal soci to nclosure. ro sed P ject Budget co 00000 'CP 0 CV- 0 �t 0 a 0 st RT CA 't 00 0 0 0 (0 Q) zt -4 N 0 0 C> U') C14 0)04 0 0 O 0000 co a 't " 0 scd UO) 9! 0 O O CV 0 (0 co CD a C) It 0 4 0 cq c'') 0 co co 0 0) to = . 0 — . Cq C5 r oi d TINP to 00 (D 0 0 0 0tti C� to c! w w a w 04 C5 C4 C4 4) m M d. cce), f2 0 0 00 'o 4) 0 Clq 0 d <t Z xa (0U) cj cm C'I NZ C4 C4 OL C-4 0 w 0iD C, 72 v Nt N CCS .9 (a - > 3: -5- CL a .1 E >4) tD %P Z qt 0 0 LO It . . . 0 O 'e (� 0- co co CLfl Q. CL �9 .2 > > > 4) 4) 4) < LO co (D LO C 2 -.0 C0 0 E tU m = m - o 0MUw -a - 72 -0 O0) CIO -j (a i5 4n 0 (d o> -U � cq t U) P >, of - FD = C: E ' o C>, o (tea cn (n -j ................ TO: BOARD OF SUPERVISORS Contra FROM: Costa Phil Batchelor, County Administrator DATE: November 24, 1998 .. County SUBJECT: Agreement for Contract Analyst Technical Support SPECIFIC REQUEST(S)OR RECOMMENDATION(S)3 BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: Approve and authorize the Chair of the Board of Supervisors to execute on behalf of the County a Contract Amendment Agreement with Butler Technology Solutions, Inc. to extend the expiration to June 30, 1999 and increase the payment limit to $130,004. II. FINANCIAL IMPACT: The action if approved will not result in any increased cost to Information Technology. III. REASON FOR RECOMMENDATION AND BACKGROUND: Information Technology recruitment efforts to fill vacant positions was not attracting enough qualified applicants with the necessary technical backgrounds because of low salaries. The Data Processing Classification and Salary study has been completed, the results have been implemented and we are starting to see qualified individuals applying for vacant positions. Until there are sufficient applicants on the eligibility lists to select from, we will continue to use contractors to meet our customer's needs. IV. CONSEO UENCES OF NEGATIVE ACTION: If the request is not approved Information Technology will not be able to provide timely support to our customers. CONTINUED ON ATTACHMENT: { W4 SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE _722 APPROVE OTHER SIGNATURE S. 4011 jyy ACTION OF BOARD ON APPROVED AS RECOMMENDED ,L1. OTHER 'VOTE OF SUPERVISORS 1 HEREBY CERTIFY THAT THIS IS A TRUE .t1.UNANIMOUS(ABSENT ) AND CORRECT COPY OF AN ACTION(TAKEN AYES: NOES: AND ENTERED ON THE MINUTES OR THE BOARD ASSENT: ABSTAIN: OF SUPERVISORS 9AFTHE DATE SHOWN, cc: Department of Information Technology-All' CopieaTESTED PHIL BATCHELOR,CLERK OF THE BOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR f, c M382 (10/88) BY DEPUTY Af/s Contra Costa County Number: 46439 Standard Form 1187 CONTRACT AMENDMENT AGREEMENT Fund: 1065 (Purchase of Services) Account: 2310 1. identification of Contract to be Amended. Number: 046439 Effective Date: July 14,1998 through September 30,1998 Department: CAO/Department of Information Technology Subject Consulting 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: Butter Technology Solutions,A Division of Butler Telecom,Inc. Capacity: Corporation Taxpayer ID#04-272-3416 Address: 39355 California St.#101 Fremont,Ca. 94538 3, Amendment Date. The effective date of this Contract Amendment Agreement is October 1, 1998. 4. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Signatures. These signatures attest the parties'agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA BOARD OF SUPERVISORS Attest:Phil Batchelor,Clerk of the Board servisors and County Administrator n . By: By: Cha&6an/Des4ee Deputy CONTRACTOR ich el T. M gh Peter J. Mohan Vice President,: nT.c Acct ; Secretary for (Designate official business capacity A.) (Designate official business capacity B.) Butler Telecom Inc. Note to Contractor: For corporations(profit or nonprofit),the Contract must be signed by two officers. Signatures A must be that of the president or vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Sec. 1190.1 and Corporations Code Sec.313). All signatures must be acknowledged as set forth on page two. Contra Costa County Standard Form(Rev. 1/95) Number APPROVALSIACKNOWLEDGEMENT APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: By:� — APPROVED: COUNTY ADMINISTRATOR By: esignee ACKNOWLEDGEMENT STATE OF&AL1=� ) �COUNTY OFRA )ss. On before me, 64 t. i-1 C , tXem?'I (insert name and title of the officer), personnally appeared thicJWerr l OX H- h •r�+a .7" s tah�p► personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/herltheir authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. WITNESS MY HAND AND OFFICIAL SEAL. (Seal) RONd MAI ICK Notary Public, State of New Jersey No. 21 74287 f]taiifled.n 0ergen County ComrvIss:on Exmres February 3,2040 ACKNOWLEDGEMENT(by Corporation,Partnership,or Individual) (Civil Code§1189) AM" Si' ICd R* Nw6w.C46439 In wnobtgw for Co*=Wft WSIWM tO due to prvade=wAng swwm Cw*W 1, E td*ems b Ju to 3%109 The Ccx W4 C&&Ul CWK#Wgb*.b Mand#re Cw*,- t whine eli other Mb of She Conte remain w0asged and in M forte and effect Can Counfy t�,ept. TOTAL A.fes' ................................................................................................................................................................................................... . .................................... ............................................................................................................................. Contra -'��.` Costa TO: BOARD OF SUPERVISORS FROM: Dennis M. Barry, AICD ty Community Development Director DATE: December 15, 1998 SUBJECT: Legal Services Contract Amendment for CDBG/HOME Programs SPECIFIC REQUEST(S) OR RECOMMENDATIONS(S) & BACKGROUND AND JUSTIFICATION RECOMMENDATIONS APPROVE and AUTHORIZE the Deputy Director, Redevelopment, or his designee to amend the current legal services contract with Goldfarb and Lipman to increase the payment limit from a maximum of $25,000 to a maximum of $40,000. Goldfarb .and Lipman provides legal services to the County in connection with affordable housing and economic development loans made with Community Development Block Grant (CDBG) and HOME Investment Partnership Act (HOME) funds . FISCAL IMPACT No General Fund impact. HOME and CDBG funds are provided to the County on a formula allocation basis through the U.S. Department of Housing and, Urban Development (HUD) . The additional funding of $15,000 will come from administrative funds currently allocated to each program ($7,500 from CDBG and $7,500 from HOME) . CONTINUED ON ATTACHMENT: X YES SIGNATURE: RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMEND7 I OF B07COMMITT APPROVE OTHER SIGNATURE(S) : ILI ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A X UNANIMOUS (ABSENT TRUE AND CORRECT COPY OF AN AYES: NOES: ACTION TAKEN AND ENTERED ON THE ABSENT: ABSTAIN: MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE SHOWN. Contact: Kathleen K. Hamm 335-1257 ATTESTED cc: County Administrator PHIL BATCHELOR, CLERK OF County Counsel THE BOARD OF SUPERVISORS Auditor-Controller AND CO TY ADMINISTRATOR Community Development DEPUTY BACKGROUND REASONS FOR RECOMMENDATIONS Contra Costa County receives an annual allocation of approximately $4 million in federal CDBG and HOME funds for use in developing housing affordable to lower income households in the County. These funds are typically provided to affordable housing developers in the form of a loan with favorable loan terms. The County's funds are secured against the property by a deed of trust and specific affordability and use restrictions are incorporated into a loan and regulatory agreement between the County and project developer. In addition to housing, approximately $600,000 in CDBG funds are allocated on an annual basis to economic development projects designed to create jobs for low-income persons . These funds are also typically secured against the project property through a deed and loan agreement. The law firm of Goldfarb and Lipman has previously provided the County with legal assistance in negotiating loan terms and drafting the required legal documents for CDBG and HOME projects . During the current year, a significant number of housing projects have moved from predevelopment to construction, resulting in a higher than normal number of loan closings and need for legal assistance, exhausting the current contractbudget. The proposed amendment to increase the maximum payment limit by $15,000 will provide for additional legal services required' to meet the needs of the CDBG and HOME Programs through the remainder of the current fiscal year. kkhlc/gf2 TO: BOARD OF SUPERVISORS Contra ta FROM: PHIL BATCHELOR, County Administrator Cos n t DATE: December 1, 1998 SUBJECT: CONSULTING AND EVALUATION SERVICES FOR THE PROBATION DEPARTMENT CHALLENGE GRANT PROGRAM �� ,• NwMIMNwr.�Nrw.M+rMwM11wA1M4NAwNMIwwP�wiNNN'MSN NrYNMair N ewNN Nw.M�rYNM.urNNy��wMMINwrYN W F W fN�r W rN SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION: AUTHORIZE the County Probation Officer to execute a contract with Mark Morris and Associates in the amount of $66,100.00 for consulting and evaluation services for the Juvenile Challenge Grant Program from September 15, 1998 through June 30, 1999. BACKGROUND: In fiscal year 1997-98,the Probation department was awarded$1,461,861 in Juvenile Challenge Grant funds to be expended over a 30-month period for School Challenge Teams. The Teams were established as a joint and collaborative effort among the Probation Department, the Office of Education, local school districts and local police departments. Six Deputy Probation Officer, positions and one Probation Supervisor position were added in February 1998 to be assigned to the Teams. The Challenge Grant requires that an in-depth evaluation of the project be conducted. Part of the grant award is designated to pay for the evaluation costs. The Probation Department has selected Mark Morris and Associates to conduct the evaluation. CONTINUED ON ATTACHMENT: SIGNATURE. ..w_- �RiwCOMMENDAYION OF COUNTY ADMINIS W OR RECOMMEN}AT1C7N OF BOARD COMMITTEE C APPROVE C3THER ----AC3iON OF BOARD ON APPROVE AS RECOMMENDED _ OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY Cil AN ACTION TAKEN UNANIMOUS{ABSENT 1 AND ENTERED ON THE MINUTES OF THE ; AYES: NOES; BOARD OF SUPERVISORS ON THE DATE ABSENT: ABSTAIN: SHOWN. ATTESTED .,: CONTACT:TERRENCE STARR (925)313-4135 PHIL ATCHELOR, CLERK OF HE BOARD CC: COUNTY ADMINISTRATOR OF SUPERVISORS AND COUNTY AUDITOR-CONTROLLER ADMINISTRATOR PROBATION DEPARTMENT MARK MORRIS(VIA CACI) t ' BY UTY ......... ......... ......... ......... .........._.. ... _. ..... .. .......... ... ......... .._..... ......... ......... .. ...... ......... ......... ......... ......... .........................................................................................................................................................................._..._...._... . .............................................................................................................. ........................ 62,/W Contra Costa County Number_355_ 63- 49J St ndard ;�orm 1/87 STANDARD CONTRACT Fund/Org# 3047 (Purchase of Services) Account # 2310 1. Contract Identification. Other # _ Department: Probation Subject: Mark Morris Associates Consultant for Challenge Grant 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: Mark Morris Associates (Sole Proprietorship) Capacity: Consultant Taxpayer ID # Address: 482 Tahos Road Orinda, CA 94563 3. Term. The effective date of this Contract is Sepigmber 1_5, 14.98 it terminates June 30, 1999 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 66,100. 5. County's Obli ons. County shall make to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligatioos. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. n ralnod Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 8. eject. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: See Attached "Challenge Grant" 9. Lel Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code: Section 31000. 10. Sit . These signatures attest the parties' agreement hereto: COUNTv OF CONM COSTA, CAMFORMA BOARD OF SUPERVISORS ATTEST: Phil Batchelor, Clerk of the Board of Supervisors and County Administrator By.__...._ By j CONTRACTOR By By Mark Morris -- Consultant (Designate business capacity A) (Designate business capacity B) N_a o-W f`Mud=For Corporations(profit or n mprotk),the contract mutt be g4ped by two otBCers. Signatnrc A nwwt be OM of the president or vko pred&at and Signature B must be that of the secretary or assistant secretary(Civil Cede Section 1190 and Corporadous Cotte Section 313). AIl signatures must be admawfedged as set forth on page two. k e. Meet regularly with Probation administration and grant managers, and with the Challenge Grant Probation Officers, regarding issues in, and progress in, the implementation of the grant. f. With the assistance of Probation and Challenge Grant staff, arrange for collection of data on school performance at the evaluation site schools and comparison schools. g, Develop any required informed consent/parental consent procedures for use with any interviews, focus groups, or other structured solicitation of information directly from juveniles. h. Provide progress reports, with summaries of the youth served, issues encountered, survey results, or outcome results, or other appropriate information, in January 1999 and June 1999. i. Be available for other presentations of evaluation findings (to the Courts, the Juvenile Systems Planning Advisory Committee, the Board of Supervisors, etc.) as requested by the Probation Department. Initials: ontractor County Dept. ,- ave Contra Costa County Standard Form 6\90 w F' ,SNI PROVISION (Cost Basis Contracts) Number_ 35563-A 1. Paymett Ba . Subject to the Payment Limit, payments to the Contractor for all services provided for County under this Contract shall only be for costs that are allowable costs that are actually incurred in the performance of Contractor's obligations under this Contract. 2. EaymentAmncrunts. SOject to 1=r ,stments in WW pay ntt�a' proyided bdQg and subject to the Payment Limit of this Contract, County will pay Contractor as full compensation for all services, work, expenses or costs provided or incurred by Contractor: [Check one alternative only] [ ] a, $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [X] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but a0ica the "Budget of Estimated Program Expenditures" included in the Service Plan. [ ] d. As set forth in Paragraph 1. of the Service Plan. 3. towable Cts. Contractor's allowable costs are only those which are determined in accordance with: [Check applicable alternative] [X] a. Department of Health and Human Services Administration of Grants Federal Regulations Title 45 Part 74 including any amendments thereto and the applicable Subpart listed hereunder; and other documents specified in the Service Plan regarding principles for determining and allocating the allowable costs of providing the services; and any'standards set forth in the Service Plan for determining the allowability of selected items of costs of providing the services. [X] Federal Management Circular A-87, including any amendments to the circular published in the Federal Register by OMB is to be used for determining allowable costs of activities conducted by state and local governmental agencies. [ ] OMB Circular A-122, including any amendments to the Circular published in the Federal Register by OMB is to be used for determining allowable costs of activities conducted by nonprofit organizations (other than government agencies, educational institutions, and hospitals). [] 41 CFR Subpart 1-15.2 shall be used for profit organizations ether than hospitals. [ ] OMB Circular No. A-21, including any amendments to the Circular published in the Federal Register by OMB shall be the principles to be used for determining allowable costs by educational institutions (other than for-profit institutions). [ ] Appendix E Subpart Q Section 74.173 shall be used for determining costs of research, development work, and other activities for determining allowable costs. Initials: Contractor County Dept. -1- ............. Contra Costa County Standard Form 6190 rAYMM rRMS1 (Cost Basis Contracts) Number 35563-A b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. c. Part IV Department of Labor, Employment and Training administration, 20 CFR Part 674, Section 674.402 and any amendments thereto; and California Department of Aging Title V Operations Handbook, 1987, Section 505.4 and any amendments thereto. 4, Rajz1ot Deman . Contractor shall submit written demands. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment no later than 30 days from the end of the month in which the contract services upon which such demand is based were actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made, or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. 5. psualty for L&k SWMIW n. When Contractor fails to submit to County a timely demand for payment as specified in Paragraph 4. (Payment Demands) above, and as a result of Contractor's late submission the County is unable to obtain reimbursement from the State of California or otherwise; to the extent the County's recovery of funding is prejudiced, County shall not pay Contractor for such services, even though such services were fully provided. 6. Right to Withh!DJd. County has the right to withhold payment to the Contractor when, in the opinion of the County expressed in writing to the Contractor, (a) the Contractor's performance, in whole or in part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its program, work or records, or (c) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 7. Cost Repoli wd S No later than fQM-five M das following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the allowable costs that have actually been incurred by Contractor under this Contract. If said cost report shows that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County, subject nevertheless to the payment limit of this Contract, County will remit any such excess amount to Contractor, provided that the payments made, together with any such excess amount, may not exceed the contract payment limit. If said cost report shows that the payments made by County exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. Initials: Contractor County Dept. -2- Contra Costa County Standard Form 6\90 PA`Ylu�'N1" p&OXISIN (Cost Basis Contracts) Number 35563-A 8. Audii . The records of the Contractor may be audited by the County', State, or United States government, in addition to any certified cost report or audit required by the Service Plan. Any certified cost report or audit required by the Service Plan shall be submitted to Countyby Contractor within such period of time as may be expressed by applicable State or Federal regulations, policies or contracts, but in no event later than. 18 m11 W from the termination date of this Contract. If such audit(s) show that the payments made by County exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement), then Contractor shall pay to County within 30 days of demand by County any such excess amount. If such audit(s) show that the allowable costs that have actually been incurred by Contractor under this Contract exceed the payments made by County, including any adjustments made pursuant to Paragraph 7. (Cost Report and Settlement), then County agrees to pay to Contractor any such excess amount, provided that the payments made, together with any such excess payment, may not exceed the contract payment limit. 9. %Ftp o . In addition to its obligations under Paragraph 8. (Audits)above, Contractor agrees to accept responsibility for receiving, replying to, and/or complying with any audit exceptions by appropriate County, State or Federal audit agencies occurring as a result of its performance of this Contract. Contractor also agrees to pay to the County within 30 days of demand by County the full amount of the County's obligation, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attributable to the Contractor's failure to perform properly any of its obligations under this Contract. Initials: r Contractor County Dept. -3- Contract # 35563-A j ESTIMATED BUDGET CHALLENGE GRANT EVALUATION (September 15, 1998 through June 30, 1999) Principal Senior Research Investigator Consultants Associates TASK C7u $90/hr. x$45/hr. (u7301hr. Expenses 1: Project Administration 50 hours 50 hours 175 hours $4,500 $2,250 $5,250 $1,000 Total cost for task: $13,000 Tasks include: 1.1 Attendance at weekly team meetings 1.2 Attendance and reports at quarterly and other Board of Corrections meetings 1.3 Miscellaneous other tasks/meetings 2: Outcome Data 80 hours 300 hours 210 hours $7,200 $13,500 $6,300 $2,000 Total cost for tasks: $29,000 Tasks include: 2.1 Define data elements 2.2 Develop data collection instruments,procedures,and agreements with Probation and Schools 2.3 On-going data collection(including data checking,correction,etc) 2.4 Collection of follow-up information(recidivism,school performance) 2.5 Data analysis 2.6 Periodic reports(at June and January intervals) 2.7 Final Report 3. Process evaluation 40 hours 300 hours 200 hours $3,600 $13,500 $6,000 $1,000 Total cost for tasks: $24,100 Tasks include: 3.1 Start-up and orientation 3.2 On-site observation at schools 3.3 Interviews with Challenge Team and juvenile justice officials 3.4 Interviews with school staff and survey of program participants 3.5 Final report TOTAL COST: $6+6,100 Notes Personnel rates may vary slightly,depending on particular staff used and COLAs or other salary adjustments. Expenses include transportation,per diem,mileage @ 31,clerical assistance,copying,etc. A special condition for this contract is that Mark Morris will not invoice the County for more than 40 hours per geek total from all contracts,including both Safefttures work and the Challenge Grant evaluation. Initia1sr ontr ctor County Dept. Contract # 35563- /-;e SCOPE OF SERVICES CONTRA COSTA COUNTY CHALLENGE GRANT EVALUATION 1. The overall purpose of the evaluation is to analyze the Challenge GrantTeams success in reducing recidivism, improving school attendance and performance, and encouraging successful completion of Probation among youth served, and encouraging safe schools at the sites served by the team. The evaluation will also assess prpgram implementation,to identify strong practices and/or obstacles to success. 2. The evaluation will include an"experimental design"to study youth randomly assigned to"control"and"experimental"groups, at four of the Challenge Grant site. The evaluation will also track youth at four"comparison" schools, to be identified in discussions with project staff. At each evaluated Challenge Grant site,the evaluation will include youth who are on supervision caseloads (adjudicated) and preadjudication youth who have been referred for minor or initial offenses. At each evaluated site,the evaluation will track at least 100 "experimental"and 100 "control" cases. The evaluation will also track up to 50 youth on supervision caseloads at each of the four"comparison" school sites. 3. The Contractor's specific services will include the tasks listed in the attached schedule and budget, which include, among other tasks,the following: a. Assist in preparation of evaluation data collection format and instruments, consistent with Board of Corrections reporting requirements and Probation Department needs for case information. b. Prepare final evaluation design and schedule for approval by the Board'of Corrections. c. Attend Quarterly Challenge Grant meetings required by the Board of Corrections. d. Assist the Probation Department in implementation of data collection procedures and arrangements for forwarding required information to the Board of Corrections. e. Meet regularly with Probation administration and grant managers, and with the Challenge Grant Probation Officers, regarding issues in, and progress in, the implementation of the grant. f. With the assistance of Probation and Challenge Grant staff, arrange for collection of data on school performance at the evaluation site schools and comparison schools. g. Develop any required informed consent/parental consent procedures for use with any interviews, focus groups,or other structured solicitation of information directly from juveniles. h. Provide progress reports,with summaries of the youth served, issues encountered, survey results, or outcome results, or other appropriate information, in January 1999 and June 1999. (In subsequent contract years, evaluators will prepare a progress report in January 2000 and provide a final written report by June 2000, or earlier if required by the Board of Corrections. A review draft of the report will be given to Probation at least one month before the final Board of Corrections submission date,to Contract # 35563-A ell allow for appropriate local review. The report will summarize all outcome and process evaluation collected during the course of the evaluation period.) i. Be available for other presentations of evaluation findings(to the Courts,the Juvenile Systems Planning Advisory Committee,the Board of Supervisors, etc.) as requested by the Probation Department. Initials: Cont actor Co my Dept. QLISMNNARE FOR D T xNM INDMEND NT CONTRACTOR PAYMM MUM) Number 355 All new or renewal independent contractor agreements that do not meet IRS criteria for independent contract status must be paid through the payroll system so that withholding taxes and Social Security can be deducted (note: this does not apply in the case of contracts with corporations, temporary help agencies, partnerships or established businesses with Taxpayer Identification number). For completion by Department Personnel YES JL4 a. Do I, as the employer, have the right to control not only the result of the work, but also the way in which it is done? [X] b. Am I setting the independent contractor's hours? I l [Xj c. Is the independent contractor restricted from taking jobs from other businesses at the same time they are working for me? [ ] [Xl d. Do I or other departments have employee(s) with similar duties as the independent contractor? [ ] [X] e. Does the County supply assistants to the contractor? [ ] [XI f. Is the duration of employment for a specific period of time rather than a specific job? [ [X] g. Does the County furnish training, tools, or equipment to the contractor? [ I [X] A "yes" answer to any of the above questions will constitute justification for (paying the contractor through the payroll system. CONTRACTOR CERTIFICATION PREPARED BY: I certify that the answers to the above questions accurately , Q1 A reflect the anticipated working JOANN BUENGER relationship. REVIEWED AND APP OVED BY: X A4D X MARK MORRIS ICONSULTANT Department Head/Authorized Designee cc: Auditor-Controller TE NCE STARK Date .tom Contra Costa County Standard Form ?e M GENERAL C IONS (Purchase of Services) 1. CQMpLance 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. 2. Inspect Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3. R=o . Contractor shall keep and make available for inspection and copying by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records and such additional records pertaining to this Contract as may be required by the County. a. RCIMIWU of.R=rds. The Contractor shall retain all documents''pertaining to this Contract for five years from the date of submission of Contractor's final payment demand or final Cost Report; for any further period that is required by law; and until all Federal/State audits are complete and exceptions resolved for this contract's funding period. Upon request, Contractor shall make these records available to authorized representatives of the County, the State of California, and the United States Government. b. Agm to Books and Records of Cont_ gtar,_Sybbcontrartor_. Pursuant to Section 1861(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 Hinman Services or to the Comptroller General, 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 County, to the Secretary or to the Comptroller General, 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 thereunder. 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. 4. RgpQrdng RQAIrmellb. Pursuant to Government Code Section 7550, Contractor shall include in all documents or written reports completed and submitted to County in accordance with this 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. Contract#: 35563-A Contra Costa County Standard FormCA8! 7f GE N ,RAL. Ct}NTf1TIC3N (Purchase of Services) 5. Terrninatit�n. a. 'mitten N tk. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, and may be canceled immediately by written mutual consent. b. Fail= to perform. The County, upon written notice to Contractor, may immediately terminate this Contract should the Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, the County may proceed with the work in any reasonable manner it chooses. The cost to the County of completing Contractor's performance shall be deducted from any sum due the Contractor under this Contract, without prejudice to the County's rights otherwise to recover its damages. C. mon of ding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. b. En. e Agri . This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understanding, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. F rib r Spedficadom for Qp ff Emedares. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, evaluating, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement between the Contractor and the County. Such Informal Agreements shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. MQ fta i©r�s rand Amendments. a. General Ams efts. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its designee, subject to any required State or Federal approval. b. Admin dative Amend ants. Subject to the Payment Limit, the Payment Provisions:and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 9. 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. _2_ Contract#: 35563-A Contra Costa County Standard Form l a GENUAL CONDMON (Purchase of Services) 10. hoiced Law and,tonalJurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County, State of California. 11. Confounme with Flftml md State , icyw and Laws. Should Federal or State regulations or laws touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be deemed amended to assure conformance with such Federal or State requirements. 12. Ko Wailer by County. Subject to Paragraph 9. (Disputes)of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicating the Contractor's performance or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's obligation to fulfill this Contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions of this Contract. 13. Subcojitmetmd Ass'oment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. hmIcVmd=t Contract" . 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. 15. Co_nt7kU of yres . Contractor, its officers, partners, associates, agents, and employees, shall not make, participate in making, or in any way attempt to use the position affordedthem by this Contract to influence any governmental decision in which he or she knows or has reason to know that he or she has a financial interest under California Government Code Sections 87100, et seq., or otherwise. 16. �``o,=fld dWity. Contractor agrees to comply and to require its officers, partners, associates, agents and employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of persons served under this Contract,'their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. -3- Contract#: 35563-A Contra Costa County Standard Form 1187 GFMRAL CONDIIION (Purchase of Services) b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. NLna a = S . 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, or ethnic background, or handicap, and that none shall be used, in whole or in part, for religious worship or instruction. 18. Ind.eMica 'on. 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 connected 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. 19. in €+lt . During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Jbymranee. The Contractor shall provide comprehensive liability insurance, including coverage for owned and non-owned automobiles, with a minimum combined single limit coverage of $500,000 for all damages, including consequential damages, due to bodily injury, sickness or disease, or death to any person or damage to or destruction of property, including the loss of use thereof, arising from each occurrence. Such insurance shall be endorsed to include the County and its officers and employees as additional insured as to all services performed by Contractor under this agreement. Said policies shall constitute primary insurance as to the County, the State and Federal Governments, and their officers, agents, and employees, so that other insurance policies held by them or their self-insurance program(s) shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. b. W?Vk ' Cmumsatic n. The Contractor shall provide workers' compensation insurance coverage for its employees. C. Cgtdflmte of Jourance. The Contractor shall provide the County with (a) certificate(s) of insurance evidencing liability and worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew the insurance policy(ies)or acquire either a new insurance policy(ies) or amend the coverage afforded through an endorsement to the policy at any time during the term of this Contract, then Contractor shall provide (a) current certificate(s) of insurance. -4- Contract#: 35563-A Contra Costa County Standard Form 1/87 (Purchase of Services) d. Additional Insurance.Provisions. The insurance policies provided by the Contractor shall include a prevision for thirty (30) days written notice to County before cancellation',or material changes of the above specified coverage. 20. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made. Notices to the Contractor ';shall be addressed to the Contractor's address designated herein. The effective date of notice shall be the date of deposit in the mails or of other delivery, except that the effective date of notice to the County shall be the date of receipt by the head of the County Department for which this Contract is made. 21. Ectal y of Gauaul CmWWons. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the General Conditions. 22. Nourenewal. Contractor understands 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 of termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 23. Fs a ,y Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code Section 107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue&Taxation Code Section 107.6, and waives all rights to further notice or to damages under that or any comparable statute. 24. Na Third-arty Beneficiaries. Notwithstanding mutual recognitionthat services under this Contract may provide some aid or assistance to members of the County's population, it is not the intention of either the County or Contractor that such individuals occupy the position of intended third-party beneficiaries of the obligations assumed by either party to this Contract. 25. Copyrights antiRigl&in DAM. Contractor shall not publish or transfer any materials produced or resulting from activities supported by this agreement without the express written consent of the County Administrator. If any material is subject to copyright, the County reserves the right to copyright such and the Contractor agrees not to copyright such material. If the material is copyrighted, the County reserves a royalty- free, nonexclusive, and irrevocable license to reproduce, publish, and use such materials, in whole or in part, and to authorize others to do so. Contract#: 35563-A Contra Costa County Standard Form 1/87 GENERAL, COND T�Iel (Purchase of Services) 26. Endorsements. Contractor shall not in its capacity as a contractor with Contra Costa County publicly endorse or oppose the use of any particular brand name or commercial',product without the prior approval of the Board of Supervisors. In its County contractor capacity, Contractor shall not publicly attribute qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-established and widely-accepted scientific basis for such claims or without the prior approval of the Board of Supervisors. In its County contractor capacity, Contractor shall not participate or appear in any commercially-produced advertisements designed to promote a particular brand name or commercial product, even if Contractor is not publicly endorsing a product, as long as the Contractor's presence in the advertisement can reasonably be interpreted as an endorsement of the product by or on behalf of Contra Costa County. Notwithstanding the foregoing, Contractor may express its views on products to other contractors, the Board of Supervisors, County officers, or others who may be authorized by the Board of Supervisors or by law to receive such views. 27. Federally Required . If Contractor is funded by $25,000 or more in federal grant funds in any fiscal year from any source, Contractor shall provide to County at Contractor's expense an audit conforming to the requirements set forth in the most current version of Office of Management and Budget Circular A-133. If Contractor is funded by $25,000 to $100,000 in federal grant funds in any fiscal year from any source, Contractor shall arrange for conduct of the federally-required audit biennially and shall submit the audit to County in the time, form, and manner required by the most current version of Office of Management and Budget Circular A-133 and by County. If Contractor is funded by $100,000 or more in federal grant funds in any fiscal year from any source, Contractor shall arrange for the federally-required audit annually and shall submit the audit to the County in the time, form, and manner required by the most current version of Office of Management and Budget Circular A-133 and by 'County. Contractor is solely responsible for arranging for the conduct of the audit, and for its cost, and County may withhold the estimated cost of the audit or 10 percent of the contract amount, whichever is larger, or the final payment, from Contractor until County receives the audit from Contractor. -6- Contract #: 35563-A TO: BOARD OF SUPERVISORS , Contra • � l✓ FROM: Phil Batchelor, County Administrator Costa DATE: November 30, 1998 County ,rrq�`x SUBJECT: Agreement for Contract Analyst Technical Support SPECIFIC R€OUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION I. RECOMMENDED ACTION: Approve and authorize the Chair of the Board of Supervisors to execute on behalf of the County a Contract Amendment Agreement with Complete Business Solutions, Inc. to extend the expiration to June 30, 1999 and increase the payment limit from $794,000 to $1,089,000. II. FINANCIAL IMPACT: The action if approved will not result in any increased cost to Information Technology. III. REASON FOR RECOMMENDATION AND BACKGROUND: Information Technology recruitment efforts to fill vacant positions was not attracting enough qualified applicants with the necessary technical backgrounds because of low salaries. The Data Processing Classification and Salary study has been completed, the results have been implemented and we are starting to see qualified individuals applying for vacant positions. Until there are sufficient applicants on the eligibility lists to select from, we will continue to use contractors to meet our customer's needs'. IV. CONSEQUENCES OF NEGATIVE ACTION: If the request is not approved Information Technology will not be able to provide timely support to our customers. CONTINUED ON ATTACHMENT: ?ft SIGNATURE: cl& S RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURES: ACTION OF BOARD ON APPROVED AS RECOMMENDED_)!L OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE UNANIMOUS(ASSENT ti AND CORRECT COPY OF AN ACTION TAKEN AYES' __ NOES: AND ENTERED ON THE MINUTES OF THE BOARD ABSENT. ABSTAIN: OF SUPERVISORS HE DATE SHOWN. CO. Department of Information Technology-All Copies ATTESTED PHIL BATCHELOR,CLERK OF THE BOARD OF UPERVISORS AND COUNTY ADMINISTRATOR �r M382 (10/88) ,DEPUTY AV-rs' A Contra Costa County Number: C45911 Standard Form 1187 CONTRACT AMENDMENT AGREEMENT Fund: 1465 (Purchase of Services) Account: 2310 1. identification of Contract to be Amended. Number: 045911 Effective Hate: September 16, 1996 to december 31, 1997 Department: CAO/Department of information Technology Subject: Consulting Agreement 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: Complete Business Solutions, Inc Address: 32605 West 12-Mile Roar!Suite 250 Taxpayer I€?#38-2606945 Farmington Hills, Michigan 48334 3. AmendmentDate. The effective date of this Contract Amendment Agreement is 1211198. 4. Amendment Specifications. The Contract identified above is hereby amended as forth in the "Amendment Specifications"attached hereto which are incorporated herein by reference. 5. Signatures. These signatures attest the parties'agreement hereto: COUNTY OF CONTRA COSTA,CALWORMA BOARD OF SUPERVISORS Attest:Phil Batchelor, Clerk of the Board Supervisors and County Administrator n Ji By: By: Chairm `Deputy 77- CONTRACTOR r� M (Designate official business capacity A.) (Designate offici#business capacity B.) Note to Contractor For corporations(profit or nonprofit),the Contract must be signed by two officers. Signatures A must be that of the president or vice-president and Signature B must be that of the secretary or assistant secretary (Civil Code Sec. 1190.1 and Corporations Code Sec. 313). All signatures must be acknowledged as set forth on page two. Contra Cosh County Standard Form(Rev. 1195) Number: 045911 APPROVALSIACKNOWLEDGEMENT APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED COUNTY COUNSEL By: cl& 5 cy,Z::: APPROVED: COUNTY ADMINISTRATOR By: esignee ACKNOWLEDGEMENT STATE OF GAtF )fes ) (, aka' V4 )ss. COUNTY OF C ) On L 'f / before me, P0401e�r-5 (insert name and title of the officer), personnall appeared _t'J - vi-ce t ide .< personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s) whose name(s)is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument WITNESS MY HAND AND OFFICIAL SEAL. x . `i (Seal) . ACKNOWLEDGEMENT(by Corporation, Partnership, or Individual) (Civil Cade$1189) AMENDMENT SPECIFICATION Number: 045911 In consideration for Contractor's willingness to continue to provide programming support, County agrees to increase payment limit of Contract and extend the expiration date. County and Contractor agree, therefore, to amend the Contract identified herein as set forth below while all others parts of the Contract remain unchanged and in full force and effect. 1. Increase payment limit from$794,000 to$1,089,000. This reflects an increase of$295,000. 2. Extend expiration date from December 31, 1998 to June 30, 1999. 3. Increase rates to$58.00 and$75.00 per hour effective January 1, 1999. 4. The County reserves the right to terminate this contract prior to June 30, 1999 if the contractor's services are no longer required. Initials: Contractor County Dept.