HomeMy WebLinkAboutMINUTES - 04052005 - C104-C108 _So
TO. BOARD OF SUPERVISORS *,. , Contra
� ,i
FROM: MAURICE M. SHIU,PUBLIC WORKS DIRECTOR
Costa
Aril 5 2005
DATE: p
_ County
C01-
SUBJECT: APPROVE and AUTHORIZE the Public Works Director,or designee,to execute a contract amendment
with David L.Oates&Associates,Countywide area.(All Districts)Project No.0651-61081 C,6LO82B&
various others
SPECIFIC REQUEST(S)OR RECOMMENDATIONS)&BACKGROUND AND JUSTIFICATION
RECOMMENDED ACTION:
APPROVE and AUTHORIZE the Public works Director or designee to execute a contract amendment with David
L. Gates&Associates, effective April 1,2005 to increase the payment limit by$75,000 to a new payment limit of
$425,000 and extend the term from April 1, 2005 to March 31, 2006 for the provision of landscape architectural
services, countywide area. (All Districts)
FISCAL IMPACT:
There is no impact to the County General Fund. Services are paid by developer fees and through various Special
Districts.
CONTINUED ON ATTACHMENT: El SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
oe
SIGNATURES -e�-'-Ioo-- "1004,
ACTION OF BO APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS: I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT
COPY OF AN ACTION TAKEN AND ENTERED ON
UNANIMOUS(ABSENT ) MINUTES OF THE BOARD OF SUPERVISORS ON THE
AYES: ES: DATE SHOWN.
ABSENT: ABSTAIN:
Orig.Div. Public Works Department(Special Districts)
Contact: Eileen Doten(313-2253)
MF:DE:sr ATTESTED
G-\GrpData\SpDist\Board Orders\2005-Board Orders\04-05-05 BO gates
Assoc.doc C%
cc: County Administrator JOFP SWEETEN,CLERK OF HE BOARD OF
Assessor SUE VISORS
Auditor-Controller
Community Development
County Counsel
By: ,DEPUTY
Contract Folder
M.Fong,Sp. Dist.
CONSULTING SERVICES AGREEMENT Number
AMENDMENT AGREEMENT Fund/Org#
Account#
1. Identification of Contract to be Amended. Other#0651-
Number: 6L081&6L082B
Consulting Services Agreement with David L. Gates & Associates
Effective Date: April l, 2002
Department: Public Works Department
Subject: Countywide Landscape Architectural Services
2. Parties. The County of Contra Costa, California(County), for its Department named above, and
the following named Consultant mutually agree and promise as follows:
Consultant Name: David L. Gates & Associates
Capacity: Corporation
Address: 2440 Tassajara Lane
Danville, CA 94626
3. Amendment Date. The effective date of this Contract Amend ment/Extension Agreement is
April 1., 2005.
4. Amendment SP cifications. The Contract identified above is hereby amended as follows:
I. Extension of Term
H. Amendment Payment Limit
5, Extension of Term. The term of the above-described Contract between the parties hereto is
hereby extended from April 1. 2005,to March 31, 2005 unless sooner terminated as provided in
said contract.
C. Amendment Payment Limit. Increase the payment limit by$75,000 from $360,000 to the new
total payment limit of$425, 00.
7, Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA,-CALIFORNIA CONSULTANT
Public Agency Consultant
By (1) B
Ma Shiu
A 0
'u rint na e)
Public rks Director or Designee
M7 A
{Sit, jia:tj3t
, r6 and business c achy}
RECOMMENDED FOR APPRO L (2) By�t-, OA
FOR APaPROV L
By, (print name)
7:
Eileen Doten
Special Districts Coordinator j/� ..
CSignature nd business capacity)
Note to Contractor:For corporations(profit or nonprofit),the contract must be signed by two officers. Sig ure A must be that of the president or vice
president and Signature B must be that of the secretary or assistant secretary(Civil Code Section 1190 a Corporations Code Section 313). All
signatures must be acknowledged as set forth on page two.
G:\GrpData\SpDist\Contracts\Gates&Associates\Amendment 1-05
Page 1 of 2
.t
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State OPTIONAL SECTION
County of
CAPACITY CLAIMED BY SIGNER
On Vj before me,(_1 �)rV1f3qnvy_,fc_L Though statute does not require the Notary to fill
DATE E,TITLE OF OFFI*R E. .,"JANE DOE, i4�TARYPUBLIC' in the data below,doing so may prove invaluable
personally appeared
�* to persons relying on the document.
_4r azvl
NWE(S)OF SIGNERS) ❑ INDIVIDUAL
0 personally known to me-OR- proved to me on the basis of satisfactory evidence to ❑ CORPORATE OFFICER(S)
be the person(s)whose name(s)i.%V0r'e_
TITLE(S)
subscribed to the within instrument1me
la _ML Am-Waboda acknowledged to me that he/shpAV6y) ❑ PARTNER(S) 11 LIMITED
executed the same in his/her/ I
CAROL DIANE STE GENERAL
PANOVICH authorized cap'd`city(ies�and ftr6ly
Commission#1348738 his/he it * natur (44 on the instrument n ATTORNEY-IN-FACT
< z t, - n TRUSTEE(S)
the p bn(-)or h entity upon behalf of
Z Notary Public—Califomia z prs.., S
Z Contra Costs County > dh he perso ed,executed the o GUARDIAN/CONSERVATOR
UPIWYCam.ExpirmApr 25,2006 s t. ment. n OTHER:
W _95W_ NESS and offici e SIGNER IS REPRESENTING:
(NAME OF PERSON(S)OR ENTITY(IES))
IGNATURE OF NO
OPTIONAL SECTION
THIS CERTIFICATE MUST BE ATTACHED Title or Type of Document
TO THE DOCUMENT AT RIGHT. Number of Pages
Though the data below is not required by law,it may prove valuable Date of Document
to persons relying on the document and could prevent fraudulent Signer(s)Other Than Named Above
re-attachment of this form
INSTRUCTIONS TO NOTARY
The following information is provided in an effort to expedite processing of the documents.
Signatures required on documents must comply with the following to be acceptable to Contra Costa-County.
1. FOR ALL SIGNATURES -The name and interest of the signer should be typed or printed BENEATH the signature.
The name must be signed exactly as it is typed or printed.
11. SIGNATURES FOR INDIVIDUALS-The name must be signed exactly as it is printed or typed. The signer's interest in
e property must be stated.
Ill. SIGNATURES FOR PARTNERSHIPS-Signing party must be either a general partner or be authorized in writing to
have the authority to sign for an lnd the partnership.
IV. SIGNATURES FOR CORPORATIONS
ocuments should be signed by two o cers, one from each of the following two groups:
GROUP 1. a The Chair of the Board
b The President
c Any Vice-President
GROUP 2. aThe Secretary
b An Assistant'Secretary
c The Chief Financial Officer
Idl The Assistant Treasurer
If signatu s of officers from each of the above two groups do not appear on the instrument,a certified copy of a resolution of
.copy
the Board of Directors authorizing the person signing the instrument to execute instruments of the type in question is required.
A currently valid power of attorney, notarized, will suffice.
Notarization of only one corporate si, nature or signatures from only one roup, must contain the following phrase:
" and acknowledged to me that suc9 corporation executed the within instrument pursuant to its by-laws or a resolution of its
...and of Directors."
JC:MW
..........
081
Page 2 of 2
TO: BOARD OF SUPERVISORS '' . �'•,• o ntr
i a
� Costa
CARLOS BALTODANO, DIRECTOR N`'''"` �` '
MOM: � _�o
•�
BUILDING INSPECTION DEPARTMENT County" ,
DATE: March 29, 2005
SUBJECT: CONTRACT FOR REFRIGERATORS/MICROWAVES
FOR THE STATE OF CALIFORNIA WEATHERIZATION PROGRAM
SPECIFIC REQUEST(S) OR RECOrMENDATION(S) & BACKGROUND AND JUSTIFICATION
RECOMMNDATIONS:
APPROVE AND AUTHORIZE the Building Inspection Director, or designee to
execute a contract with Standards of Excellence in an amount not to exceed
$100, 000, for the period of April 15, 2005 through April 15, 2007, for the
purchase and installation of appliances, under the auspices of the
County' s Weatherization Program.
FISCAL IMPACT:
None. All costs will be reimbursed by the State of California
Weatherization Program.
BACKGROUND/REASONS FOR RECOMMENDATIONS:
The Department' s goal is to utilize all the grant funds that have been
made available to the County. Grant funds are provided by the State' s
Energy program. Maximizing the utilization of available funds would help
improve the quality of dwellings in Contra Costa County. These funds are
targeted to low-income residents, in order to help lower their energy
expenses. Specifically, the funds are used to install hot water heaters,
heaters, stoves, refrigerators, microwaves, florescent light bulbs,
weather-stripping, attic insulation, switch and plug gaskets, and water
heater blankets.
In order to increase the production level and maximize utilization of these
available funds, the Department decided to increase its use of outside
contractors. The Department solicited bids from 22 contractors, and
received bids from 2 firms. Standards of Excellence was the lowest
responsible bidder.
CONTINUED ON ATTACHMENT: / YES SIGNATURE:
RECOrMENDATION OF COUNTY ADMINISTRATOR
RECOb1MENDATION OF BOARD COMMITTEE
APP OT
SIGNATURE(S) :
ACTION OF BO N <11,10, 52!ela T
low- APPROVED AS RECOMMENDED OTHER
00
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS ABSENT AND CORRECT COPY OF AN ACTION TAKEN
AYE.4: NOES: AND ENTERED ON THE MINUTES OF THE
ABSENT: AB IN: BOARD OF SUPERVISORS ON THE DATE SHOWN.
ATTESTED
cc: Building Inspection Department
JOHN SWEETEN, CLERK OF
THE BOARD OF SUPERVISORS
AND COUNTY ADMINISTRATOR
J s h BY G
DEPUTY
Contra
To. Board of Supervisors
Costa
From: Glenn E Howell Director of Animal Services :
-�4County
STA-CpUIz'1"�
Date: March 22, 2005
Subject: Contract for Administrative Support Services
RECOMMENDATIONS:
APPROVE and AUTHORIZE the Animal Services Director, or designee, to
execute an amended contract with Susanne Beadle, to increase the payment
limit by $12,000 for a total payment limit of $122,000 and to extend the terms of
the contract from April 1, 2005 to April 30, 2005 to provide consulting services
during the preparation and move to the new facilities.
FINANCIAL IMPACT:
Budgeted
BACKGROUND:
The contractor is a retired County employee who has agreed to continue
providing consulting services in the area of information technology and other
areas in which she has expertise. This contract needs to be extended due to the
move into the new Shelter facilities and information technology management
associated with the Chameleon database.
r
CONTINUED ON ATTACHMENT X YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
i"<APPROVE OTHER
SIGNATURE(S):
ACTION OF THE OA FD ON C�0.r APPROVED AS RECOMMENDED OTHER
T :NANIMOUS
SUPERVISORS
{ABSENT I hereby certify that this is a true and correct copy of an action taken
and entered on the minutes of the Board of Supervisors on the date
AYES: NOES: shown.
ABSENT: ABSTAIN:
ATTESTED: � -
JohrfSwe n,Clerk of,6e Board of Supervisors
c4id County Admini trator
Y epu
SUBJECT: APPROVE and AUTHORIZE the Public Works Director, or designee, to execute a contract
amendment with David L. Gates&Associates, Countywide area. (All Districts)Project No. 0651-
61081 C, 6LO82B &various others
DATE: April 5, 2005
PAGE: 2 of 2
REASONS FOR RECOMMENDATIONS AND BACKGROUND:
Special Districts requires a professional landscape architectural firm to provide plan review, construction field
inspections, grounds and facilities inspections, design services,,and other consulting services related to landscape
architecture primarily for those areas(to be)annexed into the Countywide LL-2 Landscape District or part of County
Service Areas. Additionally., a firm is needed to provide playground safety inspections,maintenance inspections,,
design work,, and similar services. Services are paid by developer fees and through various Special Districts.
Special Districts originally sent Requests for Qualification(RFQs)to seventeen (17)landscape architectural firms,
posted the RFQ with several data/builders exchange sites,and held a pre-solicitation meeting for all interested firms.
After reviewing all of the submitted Statements of Qualifications(SOQs),it was determined that David L.Gates&
Associates was the most qualified.
The combination of more than anticipated developer related landscape reviews and inspections and several facilities
needing immediate repair/renovation/replacement, which is still in progress, requires that the contract limit be
increased and extended for an additional year.
CONSEQUENCES OF NEGATIVE ACTION-.
Negative action would result in projects not being completed that are currently underway and the inability of Special
Districts to provide these services with the required level of expertise needed to ensure that landscape areas it
manages are designed, constructed, and maintained in accordance with the Public Works Department Landscape
Design, Construction,, and Maintenance Standards & Guidelines. Negative action would also cause a lapse in
developer related landscape reviews and inspections and it would slow the implementation of both a Capital
Improvement and Replacement Program(CIRP)for various facilities and a Playground Safety Inspection Program
that ensures that these areas are hazard free and ADA compliant, limiting liability. Additionally, negative action
would halt capital improvement projects that are currently underway.
TO: s BOARD OF SUPERVISORS Contra
_ s
, _ t
FROM: JOHN SWEETEN •r �- = '. Costa
COUNTY ADMINISTRATOR
DATE: April 5, 2005 °sA`cciv 'rt`, County.
SUBJECT: ARBITRAGE REBATE CALCULATION AGENT CONTRACT
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS:
APPROVE and AUTHORIZE the County Administrator or his designee to enter into a contract with
BondLogistix LLC for arbitrage rebate calculation services from April 1, 2005 through March 31,
2007 in an amount not to exceed $50,000.
FISCAL IMPACT:
Fees associated with rebate liability analysis are charged out proportionately to various County
departments based on their share of the funds from a particular bond issue. Net County costs for
this contract are negligible.
BACKGROUND:
Arbitrage rebate calculation agent services are required to calculate rebate liability on various
County bond issues. Under federal tax law, this liability is determined foreach County tax-exempt
bond issue based on the amount of interest earnings that have accrued," on bond proceeds over
time. While the County is allowed to keep interest earnings up to the rate of return of the initial
bond offering, any earnings above this bond rate must be rebated to the federal government
every five years.
The Capital Facilities and Debt Management staff of the County Administrator's office monitor
interest earnings for various County bond issues and periodically orders reports from
BondLogistix so that the appropriate amount of interest earnings can be set aside to pay future
rebate costs. Given that the fee associated with a rebate liability ,analysis is charged out
proportionately to various County departments based on their share of to funds from a particular
bond issue, the net County cost for this contract is negligible.
CONTINUED ON ATTACHMENT: X YES SIGNATURE:
--------------------------w-------------------------------------------------------------------------------------- --------------------------
:___7��kOVE
C, VCOMMENDATION OF COUNTY ADMINISTRATOR RECOMMEN. ION OF BOARD C MITTEE
OTHER
SIGNATURESqe-r
-------------------- ''`�_- -- ---.-----------------------------------------______-_______-__- -___-_______------_-----__--___-_-_----__-__-_--_----------AC:'TION OF
80ARD ON APPROVE AS RECOMMENDED OTHER
V 'I t
1000,�
VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE
AND CORRECT COPY OF AN ACTION TAKEN
UNANIMOUS{ABSENT AND ENTERED ON TH1-'MINUTES OF THE
BOARD OF SUPERVISORS ON THE DATE
AYES: NOES: SHOWN.
ABSENT: ABSTAIN:
ATTESTED I qA
CONTACT: JOHN SWEE EN,CLERK OF THE B ARD OF SUPERVISORS
AND COUNTY ADMINISTRATOR
CC: County Administrator/Capital Facilities
Auditor-Controller
General Services,ATTN:Terry Mann
BY EPUTY
Contra Costa County STANDARD CONTRACT Number
Standard Form L-1 (Purchase of Services .Long Form)
Revised 2002
co 0
9. Legal Authority, This Contract is entered into under and subject to the following legal authorities:
Government Code Section 31000
10. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA.COSTA, CALIFORNIA
+ BOARD OF SUPERVISORS ATTEST: Clerk of the Board of Supervisors
C
ByBy
Aha /Designee eputy
CONTRACTOR
Name of business entity Name of business entity
By
(Signature of individual or officer) By .
.(OLgIldLULIC Ul 111ULVILLUdl Ut UMUCLI
(Print name and title A, if applicable)
(Print name and title B, if applicable)
Note to Contractor: For Corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be that of the
president or vice-president and Signature B must be that of the secretary or assistant secretary(Civil Code Section 1190 and Corporations
_ Code Section 313). All signatures must be acknowledged as set forth on Form L-2.
L-1 (Page 2 of 2)
Contra Costa County STANDARD CONTRACT Number
Standard Form L-1 (Purchase of Services-Long Form) Fund/Org# various
' Revised 2002 Account#
Other #
1. Contract Identification.
Department: CCC CAO, 651 Pine St, 6`h Flr, Martinez, CA 94553
Subject: Arbitrage Rebate Compliance Services
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: BondLogistix LLC (Taxpayer ID#51.0404
Capacity: Arbitrage Rebate Compliance Services
Address: 2711 North Haskell Avenue, Lockbox#35, Suite 2600 SW
Dallas, TX 75204
3. Term. The effective date of this Contract is April 1? 2005. It terminates on March 31, 2007 unless sooner
terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed
$509000.00.
5. County's Obliations. 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 Obligations. 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. General and Syecial Conditions. This Contract is subject to the General Conditions and Special Conditions
(if any) attached hereto,which are incorporated herein by reference.
S. Pro'ect. This Contract implements in whole or in part the following described Project, the application and
approval documents of which are incorporated herein by reference:
Not applicable
L-1 (Page 1 of 2)
Contra Costa County, APPROVALS/ACKNOWLEDGMENT Number
Standard Form L-2 (Purchase of Services -Long Form)
Re'vlsed 2002
APPROVALS
RECOMMENDED BY DEPARTMENT FORM APPROVED
COUNTY COUNSEL
By: By:
Designee Deputy-
APPROVED: COUNTY ADMINISTRATOR
By:
Designee
ACKNOW1XDGMENT
STATE OF CALIFORNIA )
ss.
COUNTY OF CONTRA COSTA )
On , before me,
insert mune and title of the officer), personally appeared
personally knoiim to me (or proired to me on the basis
of satisfactoq,e,%Idence) to be the person(s) «hose names) is/are subscribed to the Within instrument and
acknowledged to me that he/slle/they executed die same in his/her/their authorized capacit)T(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity-upon behalf of iv-hich the person(s) acted,
executed the instrument.
WITNESS MY HAND AND OFFICIAL SEAL.
(Seal)
Signature
ACKNOANTEDGMENT(by Corporation,Pw-mership,or Indi%idual)
(Civil Code S 1189)
L-2 ( Page 1 of 1)
Contra C ostfn C oto n tv SERVICE PLAN O.,, UTLM Number
Standard Form L-3 (Purchase of Services-Long Form)
Revised 2002
SERVICE PLAN
1. Services: See attached Service Plan.
2. Population to be served: Not applicable.
3. Criteria for receipt of services: As requested by director and/or staff of County Administrator's Office,Capital
Facilities and Debt Management.
4. Location and description of service facility: BondLogistix: 2711 North Haskell Avenue, Lockbox
#35, Suite 2600 SW, Dallas, TX 75204
5. Time service is to be provided: 8 a.m.-5 p.m. Monday-Friday
6. Performance standards and oals: See attached Service Plan.
7. Service units: See attached Service Plan and Exhibits.
8. State or federal statute or regulation: See attached Service Plan.
Initials:
Contractor County Dept.
L-3 (Page 1 of 1)
Number
Arbitrage Rebate Compliance Services
Service Plan
Bond Logistix LLC ("BLX") will be engaged by the County of Contra Costa (the "Obligor") for the
purpose of performing calculations relating to the arbitrage and rebate requirements contained in the
Internal Revenue Code (the "Code"). The calculations are to be performed with respect to the bond
issue(s)listed on Exhibit A hereto(the"Bonds")applying applicable federal tax rules.
BLX will calculate the amount of rebate liability with respect to the Bonds once per year as of the end of
each bond year (unless specifically directed in writing otherwise by the Obligor) and as of the final
maturity of redemption of the Bonds (each such date on which a rebate calculation is performed is
referred to herein as a "Rebate Calculation Date") applying regulations of the United States Department
of the Treasury("Treasury") in effect on such Rebate Calculation Date. In addition, if a "pe-.alty in lieu
of rebate"election under Code Section 148(f)(4)(C)(vii)has been made by the Obligor with respect to the
Bonds, BLX will calculate, every six months, the amount of such "penalty" as of the end of each six-
month period beginning on the date of issue of the Bonds (each such date on which a penalty calculation
is performed is referred to herein as a"Penalty Calculation Date"). (The tenn "Calculation Date"as used
herein shall refer to a Rebate Calculation Date or a Penalty Calculation Date,as appropriate.) In addition,
if required or requested by the Obligor, BLX will include in each report delivered to the Obligor an
analysis of compliance with applicable arbitrage yield restrictions. with respect to each Calculation Date,
BLX will prepare or cause to be prepared schedules reflecting the relevant calculations and the
assumptions involved and will deliver a rebate or penalty liability report addressed to the Obligor as to the
amount of the rebate or penalty liability as of such Calculation Date.
At the Obligor's election, which election is made by the Obligor's signature of this engagement letter,
each such rebate or penalty liability report will include a legal opinion provided by the law firm, Orrick,
Herrington& Sutcliffe LLP ("Orrick"). BLX will engage Orrick to provide legal oversight and review as
it deems necessary to render its opinion that the computations shown in the report are mathematically
accurate and were perfonned in accordance with applicable federal law and regulations. Because BLX is
an Orrick subsidiary, you may choose to consult counsel other than Orrick about the terns of this
engagement. The Obligor undertakes to provide or cause to be provided to BLX all such relevant data, as
specified by BLX from time to time, and shall cooperate with all reasonable requests of BLX in
connection therewith. The Obligor also agrees to inform BLX of any actual or planned early redemption
of the Bonds at its earliest opportunity.
BLX is not being engaged hereunder,and BLX is not hereby obligated,to undertake any of the following:
(1)independently determine whether securities allocable to proceeds of the bonds were purchased at fair
market value within the meaning of the Treasury Regulations; (2)perform an audit or review of the
investments acquired with gross proceeds or the payment of debt service on the Bonds; (3)perform
calculations or other research as to the desirability of elections or selections that may be available under
applicable federal tax law; (4) review the tax-exempt status of interest on the Bonds or any other aspect
of the Bond program except for rebate and penalty liability to the extent set forth in this engagement
letter; (5)consider any information obtained by BLX pursuant to this engagement for any purpose other
than determining such rebate and penalty liability; and(6)update any report delivered hereunder because
of events occurring, changes in regulations, or data or information received, subsequent to the date of
delivery of such report. Should the Obligor desire BLX to undertake any of the foregoing, such work will
be the subject of a separate engagement and a separate fee, if any. In addition, BLX will be entitled to
rely entirely on information provided by the Obligor and the Trustee and/or their agents and assigns
Initials:
Contractor County Dept.
Number
without independent verification. The fee with respect to the Bonds will be determined pursuant to
Exhibit B hereto. Engagement Fees are due upon each engagement and Report Fees are due upon
delivery of each report by BLX. This engagement is terminable by either party by written notice to the
other, such termination to be effective immediately; provided that, if BLX tenninates this engagement
prior to delivering any calculations, the engagement fee(if previously paid) shall be refunded. BLX shall
be entitled to assign its rights and obligations under this engagement in whole or in part upon prior
written notice to the Obligor; provided that no such notice is required so long as Orrick retains the
obligation to deliver legal opinions hereunder. No additional fees will be charged by Orrick for providing
the legal services described herein. BLX will separately compensate Orrick for such services.
BLX and/or Orrick may have client relationships with other parties involved in some manner with the
Bonds or the Obligor (for example, underwriters, trustees, rating agencies, insurers, credit providers,
lenders, contractors, developers, advisors, investment advisors/providers/brokers, public entities and
others) whether with respect to the Bonds or some unrelated matter(s). However, to the extent that a
conflict-of-interest is created by this engagement,the Obligor hereby waives any such conflict.
Initials:
Contractor County Rept.
Number
Exhibit A
BondLogistix LLC will perform all Arbitrage Rebate Calculations pertaining to all current Contra
Costa County Public Facilities Corporation and Public Financing Authority bonds, as well as any
and all bonds that maybe issued by these entities through March 31,2007.
Reimbursement for such services shall be paid according to the attached fee schedule (Exhibit B).
Initials•
Contractor County Dept.
March 7, 2005
• '
BOND: Page 6
INSIGHT.INNOVATION.INTEGRATION.
EXHIBIT B
ARBITRAGE REBATE COMPLIANCE SERVICES FEE SCHEDULE
BASE FEE
Service Fee
Engagement Fee(one-tune fee,per new issue) $500
Report Fee(per report) $2,000
ADDITIONAL FEES'
Per report, as appropriate
Service Fee
Variable Rate Issue +$500-$15000
Transferred Proceeds Analysis +$500- $13,000
Commingled Funds Analysis +$500- $19000
Yield Restriction Analysis +$500- $19000
Cash Flow Recreation/Incomplete Records +$500
Final or 5t'Year Report +$500
Computation Periods in Excess of 12 Months +$500
(per additional year or fraction thereof)
OPTIONAL SERVICES
Evaluating various elections and applications To be negotiated separately
Fees not to exceed$50,000 over a two-year period.
Initials:
Contractor County Dept.
Contra Costa County PAYMENT PROVISIONS Number
Standard Form P-1 (Fee Basis Contracts-Long and Short Form)
Revised 2002
1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment
Pro,%isions, County NN ill pay Contractor the folloi-ving fee as full compensation for all ser6ces,work,expenses
or costs provided or incurred b}-Contractor:
[Check one alternative onlv.]
F-1 a. $ monthly, or
❑ b. $ per unit, as defined in the Seii ice Plan, or
❑ c. $ after completion of all obligations and conditions herein.
® d. Other: Fees paid for services performed as outlined in Exhibit B.
2. Payment Demands. Contractor shall submit«T itten demands for paA-ment on Count-N7 Demand Form D-15 in
the manner and form prescribed by County. Contractor shall sublllit 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 payment demands by the head of the County Department for w1 ich this
Contract is made, or his designee, County iN ill make payments as specified in Paragraph 1. (Payment
Ainounts) above.
3. Penalty for Late Submission, If County is unable to obtain reimbursement from the State of California as a
result.of Contractor's failure to submit to Count-a timely demand for payment as specified in Paragraph 2.
(Pavinent Demands) above,County,shall not pay Contractor for such serN ices to the extent County's recovery
of funding is prejudiced by the delay-even though such services were fully provided.
4. Right to Withhold. County has the right to iiithhold payment to Contractor when,in the Opinion of County
expressed in iwiting to Contractor, (a) Contractor's performance, in whole or in part, either has not been
carried out or is insufficiently documented, (b) Contractor has neglected, failed or refused to furnish
information or to cooperate «-ith any inspection, reAriew or audit of its prograun, Nvork or records, or (c)
Contractor has failed to sufficientIN, itemize or document its demands) forp _ayment.
5. Audit Exceptions. Contractor agrees to accept responsibility for receiving,repli ing to,and/or conlpIN ing iNzdi
anNT audit exceptions by appropriate countyT, state or federal audit agencies resulting from itsp erformance of
this Contract. AlVithin 30 days of demand,Contractor shall pay County the full amount of County's obligation,
if any, to the state and/or federal government resulting from anv audit exceptions, to the extent such are
attributable to Contractor's failure to perforin properly any of its obligations under this Contract.
Initials:
Contractor County Dept.
Fonn P-1 (Page 1 of 1)
Contra Costa Count),, GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services -Long Form)
ReVrised 2003
L Compliance with Law. Contractor shall be subject to and comply iN ith all applicable federal,state and local laws and
regulations -v%lith 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. Inspection. 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 SGate of California,and the United
States Government.
3. Records. 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 Count3r.
a. Retention of Records. Contractor-shall retain all documents pertaining to this Contract for fire 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. Access to Books and Records of Contractor. Subcontractor. Pursuant to Section 1861(y)(1) of the Social
Security Act, and am. regulations promulgated thereunder, Contractor shall, upon ANTitten request and until the
expiration of four years after the furnishing of sen ices pursuant to this Contract, make available to the County, the
Secretar v of Health and Human Services,or the Comptroller General,or any of their duly authorized representatives,
this Contract and books,documents,and records of Contractor necessar v 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 Ni ith a value or cost of
$10,000 or more over a t velve-month period, such subcontract shall contain a clause to the effect that upon VATitten
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, the Secretary, the Comptroller General, or any of their duly,
authorized representatives,the subcontract and books,documents,and records of the subcontractor necessary to yerifi_
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 oil the heirs, successors, assigns and representatives of Contractor.
4. Reporting Requirements. Pursuant to Government Code Section 7550,Contractor-shall include in all documents or
NITitten reports completed and submitted to County in accordance«-ith 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«Titten report.
This section shall apple only if the payment limit under this Contract exceeds $5,000.
5. Termination and Cancellation.
a. Written Notice. This Contract may be terminated by either part-,in its sole discretion,upon thirty*-day advance
11'ritten notice thereof to the other, and nnaAr be cancelled immediately by 1ATitten mutual consent.
L-5 (Page 1 of 6)
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services-Long Form)
- Rex,ised 2003
b. Failure to Perform. County,Upon iviitten notice to Contractor,may immediately terminate this Contract should
Contractor fail to perform properly any of its obligations hereunder. In the event of such termination, County may
proceed ii-ith the «.,ork in any reasonable manner it chooses. The cost to County of completing Contractor's
performance shall be deducted from any sum due Contractor under-this Contract,Ai ithout prejudice to County's rights
to recover damages.
c. Cessation of Funding. Not«ithstanding Paragraph 5.a.above,in the event that federal,state,or other non-County
funding for this Contract ceases, this Contract is terminated A,% thout notice.
6. Entire Agreement~ This Contract contains all the terms and conditions agreed upon by the parties. Except as
expressly provided herein,no other understanding,oral or otheniase,regarding the suhiect matter of this Contract shall be
deemed to exist or tQ bind any of the parties hereto.
7. Further Specifications for Operatim Procedures. 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 liTitten Informal Agreement between Contractor and Count-. 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. Informal Agreements may not enlarge in any manner the scope of this Contract,
including any sums of money to be paid Contractor as provided herein. Informal Agreements may be approved and signed
by the head of the countNT departi-hent for which this Contract is made or its designee.
8. Modifications and Amendments.
a. General Amendments. This Contract may be modified or amended by a «Titten document executed by
Contractor and the Contra Costa County Board of Supervisors or,after-Board approval,by its designee,subject to puny
required state or federal approval.
b. Administrative Amendments. Subject to the Payment Limit,the Payment Pro«sions and the Service Plan may be
amended by a«Titten administrative amendment executed by Contractor and the County Administrator(or designee),
subject to any required state or federal approval, prodded that such administrative amendment nnav not materially
change the Pavment Provisions or the SerN ice Plan.
9. Disputes. Disagreements between County and Contractor concerning the meaning,requirements,or performance of
this Contract shall be subject to final«Titten determination by the head of the county department for which this Contract is
made,or his designee,or in accordance with the applicable procedures (if w-iN)required by the state or federal government.
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in accordance m ith 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 Count-,State
of California.
L-5 (Page 2 of 6)
Initials:
Contractor County Dept.
Contra Costa Count- GENERAL CONDITIONS
Standard Form L,5 (Purchase of Services-Long Form)
`Revised 2003
11. Conformance with Federal and State Regulations 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 Ni id1 such federal or state requirements.
12. No Waiver by County.. Subject.to Paragraph 9. (Disputes) of these General Conditions,it-Ispections or approvals,or
stateinents by any officer, agent or employee of County,indicating Contractor's performance or any part thereof complies
Ni ith 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 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 anti'failure t0 comply with
any of the terms and conditions of this Contract.
13. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor.
Prior «Titten consent of the County Administrator or his designee, subject to any required state or federal approval, is
required before the Contractor maNT enter into subcontracts for any«-ork contemplated under this Contract,or before the
Contractor may assign this Contract or monies due or to become due, by operation of law or otheni ise.
14. Independent Contractor Status. This Contract is by and between"NI-0 independent contractors and is not intended to
and shall not be construed to create the relationship between the parties of agent, servant, employee, pai-tnership,joint
venture or association.
15. Conflicts of Interest. Contractor,its officers,partners,associates,agents,and employees,shall not make,participate in
making,or in any way attempt to use the position afforded them by this Contract to Influence any governmental decision in
«-hien they knoAv or have reason to know they have a finwicial interest under California Government Code Sections 87100,
et seq., or other%vise.
16. Confidentiality. 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 confidentiality,including but not limited to,the
identity of persons served under this Contract, their records, or servicesrovided them.,and assures that:
p
a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency
In connection iiith the administration of or relating to Sei�T1CeS provided under this Contract«-i11 be confidential,and
will not be open to examiIlation for any purpose not directly connected ii kh the administration of such service.
b. No person«•ill 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 kno«Zngly and intentionally_ disclosing such
information other than as authorized bAT la«-may be guilt-of a misdemeanor.
17. Nondiscriminatory Services. Contractor agrees that all goods and sen ices 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 none shall be used, in whole Or in part, for religious worship Or instruction.
18. Indemnification. Contractor shall defend,indemnify,save,and hold harmless County and Its Officers and enlplovees
from anv and all claims, costs and liability for any damages, sickness, death, Or injury to person(s) Orr0 erty, including
p p _ g
«lthout limitation all consequential damages,from any cause whatsoever arising directiv or indirectly from or connected«itll
L-5 (Page 3 of G)
Initials:
Contractor County Dept.
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services-Long Form)
-Re%,ised 2003
the operations or services of Contractor or its agents, servants, employees or subcontractors hereunder, save and except
claims or litigation arising through the sole negligence or sole vrillful misconduct of County or its officers or employees.
Contractor vN ill reimburse CountN'for any expenditures,including reasonable attorneys'fees,County may make by reason of
the matters that are the subject of this indemnification,and,if requested by County,--'iii defend any claims or litigation to
Which this indemnification provision applies at the sole cost and expense of Contractor.
19. Insurance. During the entire term of this Contract and any extension or modification thereof,Contractor shall keep in
effect insurance policies meeting the folloii ing insurance requirements unless othenN ise expressed in the Special Conditions:
a. Liability Insurance. For all contracts Where the total payment limit of the contract is$500,000 or less,Contractor
shall provide comprehensive liability insurance, including coverage for o--pined and non-owned automobiles, i,With a
Innilnimum 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, includiIng the loss of use
thereof, arising from each occurrence. Such insurance shall be endorsed to include County and its officers aind
employees as additional insureds as to all serNrices performed by Contractor under this agreement. Said policies shall
constitute primar-•insurance as to Count%71,the state and federal governments,and thea 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 Contractor's insurance policy or policies. For all contracts where the total payment limit is
above $500,000, the aforementioned insurance coverage to be provided by Conti-actor shall have a minimum
combined single limit coverage of$1,000,000,and Contractor shall be required to ro--ide County--'ith a copy of tine
g P . P�
endorsement snaking the County an additional insured on all general liability, worker's compensations, mid, if
applicable,all professional liability insurance policies as required herein no later than tine effecti-re date of this Contract.
b. Workers'Compensation. Contractor shall provide--porkers'compensation insurance coverage for its esnnployees.
C. Certificate of Insurance. The Contractor shall provide the County«pith (a)certificate(s)of insurance evidencing
liability,and-'corker's compensation insurance as required herein no later than the effective date of this Contract. If the
Contractor should renew the insurance policy(les)or acquire either a new insurance policy(les)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.
d. Additional Insurance Provisions. The insurance policies provided by Contractor shall include a provision for
thirty (30) days«Tittesn notice to County before cancellation or material change of the above specified coverage.
20. Notices. 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 County shall be addressed to the head of the county dep artlnlelnt for Which this
Contract is made. Notices to 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 Count-_
shall be the date of receipt by the head of the county department fon-which this Contract is made.
21. Primacy of General Conditions. Except for Special Conditions xvhich expressly supersede General Conditions, the
Special Conditions (if any) and Service Plan do not limit any terns of the General Conditions.
L-5 (Page 4 of ti)
Initials:
Contractor County Dept.
Contra Costa County GENERAL CONDITIONS
Standard Form L-5 (Purchase of Services -Long Form)
,Re\.,ised 2003
22. Nonrenewal. Contractor understands and agrees that there is no representation,implication,or understanding that the
services provided by Contractor under this Contract«Till be purchased by County Under a new contract folloNNing expiration
or termination of this Contract, and waives all rights or claims to notice or hearing respecting wry failure to continue
purchasing all or any such services from Contractor.
23. Possessory Interest. If this Contract results in Contractor having possession of,claim 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 pa}lnent of
property taxes leN ied on such interest. Contractor agrees that this provision complies «pith the notice re uirennelnts Of
q
Revenue&Taxation Code Section 107.6,and Avaives all rights to further notice or to damages under that or any comparable
statute.
24. No Third-Party Beneficiaries. NOt"ithsta.inding mutual recognition that services under this Contract may provide some
aid or assistance to members of the County's population, it is not the intention of either County or Contractor that such
individuals occupy the position of intended third-part- beneficiaries of the obligations assunned by either- p art\- to this
Contract.
25. Copyrights and Rights in Data. Contractor shall not publish or transfer any materials produced or resultingfrom
activities supported by this agreement ii ithout the express«Titters consent of the County Administrator. If any material is
subject to copyright, County reserves the right to copyright, and Contractor-agrees not to copyright, such material. If the
material is cop�Trighted,County reser\-es 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.
26. Endorsements. Contractor shall not in its capacity as a contractor NN ith Contra Costa Count\- publicly endorse or
oppose the use of any particular brand name or commercial product«-ithout the prior-approval of the Board of Supervisors.
In its County contractor capacity, Contractor shall not publicly attribute qualities or lack of qualities to ap articular brand
name of commercial product in the absence of a«well-established and i%idely accepted scientific basis for such clainns or
xi ithout the prior approval of the Board of Supervisors. In its County Contractor capacity,Contractor shall not participate Or
appear in any commer clallA'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. Not withstanding the
foregoing,Contractor may express its vie«-s on products to other contractors,the Board of Su en-isors County officers oI-
others who may be authorized by the Board of Supervisors or by lax•to receive such vie«vs.
27. Required Audit. (A) If Contractor is funded by$500,000 or more in federal grant funds in any fiscal year ending
after-December 31, 2003 from any source, Contractor shall provide to County at Contractor's expense airs audit
conforming to the requirements set forth in the most current version of Office of Alana
agement and Bud et Circular A-
g g
133. (B) If Contractor is funded bAT less than $500,000 in federal grant funds in any fiscal year ending after December
31, 2003 from any source, but such grant imposes specific audit requirements; Contractor shall provide to Count)-an
audit conforming to those requirements. (C) If Contractor is funded by less than $500,000 in federal grant funds in any
fiscal year ending after December 31, 2003 from any source, Contractor is exempt from federal audit requirei-nents for
p
that year,however, Contractor's records must be available for and an audit may be required by, appropriate officials of
the federal a«•arding agency, the General Accounting Office (GAO), theass-throe h entity and/or the Count\-. If
p g � any
L-5 (Page 5 of 6)
Initials:
Contractor County Dept.
Contra Costa Countv GENERAL CONDITIONS
Standard Forni L-5 (Purchase of Services -Long Form)
-Revised 2003
such audit is required, Contractor shall provide Count-"ith such audit. With respect to the audits specified in (A), (B)
and (C) above, Contractor-is solely responsible for arranging for the conduct of the audit, and for its cost. Count•may
ii ithhold die estimated cost of the audit or 10 percent of the contract amount,whichever is larger, or the final paynient,
from Contractor until County receives the audit from Contractor.
28. Authorization. Contractor, or die representative(s) signing this Contract on behalf of Contractor, represents and
warrants that it has full power and authority-to enter-into this Contract and perforin the obligations herein.
L.-5 (Page 6 of 6)
Initials:
Contractor County Dept,
Contra Costa County Number
Standard. Form L-4
Revised 2002 SPECIAL CONDITIONS
(Purchase of Services sp Long Form)
0
1. Modified Insurance Remurements. Paragraph 19 (Insurance) of the General Conditions is
modified by the addition of a subparagraph e. to read as follows:
"e. Professional LiabLdi
q Insurance. The Contractor shall provide professional
liability insurance with a minimum coverage limit of$500,000 for all damages or
losses because of errors, omissions, or malpractice arising from the provision of
professional services under this Contract."
2. Insurance. Paragraph 19 (Insurance) of the Gener-al Conditions is hereby deleted in its
entirety and replaced with the following paragraph.-
19. Insurance.
1 Automobile Insurance. During the entire term of this Contract and any extension
or modification thereof, Contractor shall keep in effect a policy or policies of motor
vehicle liability insurance, naming the County and its officers and employees as
additional insureds, for any use Contractor makes of a private automobile in the
performance of this Contract, as required by State law, in amounts not less than:
(1) $100,000 for personal injury to, or death of one person-,
(2) $300,000 for injury to, or death of, two or more persons, per occurrence-,
and
(3) $500,000 for property damage.
2. Insurance Certificate. Not later than the effective date of this Contract,
Contractor shall provide County with a certificate(s) of insurance evidencing the
above liability insurance. The policies shall include a provision for thirty(30) days
written notice to County before cancellation or material change of the above-
specified coverage."
3. Insurance. Paragraph 19 W ("Certificate of Insurance") of the General Conditions is hereby
deleted in its entirety and replaced with the following paragraph:
(c). Proof of Insurance. Contractor shall provide County with (a) copy(ies) of
the endorsement(s) making the County an additional named insured on all general liability,
worker's compensation, and, if applicable, all professional liability insurance policies as required
herein no later than the effective date of this Contract. If 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(ies) at any time during the term of this Contract, then Contractor
shall provide County with(a) current copy(ics) of the endorsement(s).
Form L-4 (Page I of 1) Initials:
Contractor County Dept
e140 ff
TO: BOARD OF SUPERVISORS Contra
FROM: John Sweeten, County Administrator
DATE: March 29, 2005 . ..... Costa
SUBJECT: Contract for General Services Director County
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATION:
APPROVE and AUTHORIZE the County Administrator, or designee, to execute a contract
with Barton J. Gilbert in an amount not to exceed $62,500 to continue to act in the capacity of
the General Services Director pending recruitment of a new Director, for the period April 1
through August 31, 2005.
FISCAL IMPACT:
Contract costs will be substantially offset by savings in permanent salaries expense due to Mr.
Gilbert's retirement. Any excess costs can be absorbed within the department's operating
expenses.
BACKGROUND:
The proposed contractor is the department director who has provided services to the
department for the past twenty-one years and is planning to retire on March 31, 2005. The
contract is at a rate comparable to the hourly rate of the department director position. The
contract is needed due to the need to recruit and hire a new director, which is estimated to
take at least four months, and the need for the department to have continuing direction,
leadership, and decision-making in the intervening period. ..................
CONTINUED ON ATTACHMENT: YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
,./APPRO OTHER
SIGNATURE(
ACTION OF 131P ON �APPROVE AS RECOMMENDED OTHER
VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT AND CORRECT COPY OF AN ACTION TAKEN
_fir` AND ENTERED ON THE MINUTES OF THE
BOARD OF SUPERVISORS ON THE DATE
AYES: NOES: SHOWN.
ABSENT: ABSTAIN:
ATTESTED: APRIL 5,2005
CONTACT: Lara Delaney (925)335-1097 JOHN SWEETEN,CLERK OF THE
BOARD OF SUPERVISORS AND
CC: General Services COUNTY ADMINISTRATOR
CAO
Purchasing BY. 1�_,DEPUTY