Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 01061976 - R 76B IN 1
i �I i I� i{ 1 c ,y s ' x,. s. xbds����� .4° '1 t,� ✓3a�'+tr yt ta 'b F5. a r _ �,•mak''� 'Yi '�,�r:tica,^� Erw. -°�' k 4�1�'. '�"� f� •k ""`v""nw�,' f�, k w � ,I(I L v �5j xXSfi ° 'i✓,qk f X .. jn�i R.Btry+t�.. t k74 ! v 4ua La try `Y.a +r x _ y � 4 r # � z d P' d y' THE BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2.402 IN REGULAR SESSION AT 10:00 A.M., TUESDAY, JANUARY 6, 1476 IN ROOM 107, COUNTY AEKINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman J. P. Kenny, presiding; Supervisors A. M. Dias, J. E. Moriarty, W. N. Boggess, E. A. Linscheid. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. The following are the calendars for Board consideration prepared by the Clerk, County Administrator and Public Works Director. JAMES P.KENNY,RICMMOHD CALENDAR FOR THE BOARD OF SUPERVISORS WARREN N. BOGGESS IST DISTRICT CHAIRMAN ALFRED M.ORAS,SAN PA�LO CONTRA COSTA COUNTY J Y CESCHAIRMAN KENNY :Na DISIS TRICT JAMES E. MORIARTY.LAFAYETTE JAMES R.OLSSON, COUNTY CLERK Sao DISTRICT AND FOR AMO EX OFFICIO CLERK Of TME BOARD WARREN N.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED BY THE BOARD MRS. GERALDINE RUSSELL 4TH DISTRICT CHIEF CLERK EDMUND A. LINSCHEID. PITT"UR6 BOARD CHAMBERS. ROOM 107.ADMINISTRATION BUILDING DIN DISTRICT i. P.O. BOX 911 . We Have q n r MtARTINIM CALIFORNIA 94553 r "w T?IeAhone TUESDAY Num,Jer 372-237 JANUARY 6, 1976 The Board will meet in all its capacities Pursuant to Ordinance Code Section 24-2.402. 10:00 A.M. Call to order and opening ceremonies. 10:00 A.M. Consider recommendations of the Public Storks Director. 10:00 A.M. Consider recommendations of the County Administrator. 10:15 A.M. Consider "Items Submitted to the Board." 10:15 A.M. Consider recommendations and requests of Board members. 10:15 A.M. Consider recommendations of Board Committees. 10:30 A.M. Reorganization of the Board of Supervisors. 10:30 A.M. Administration of Oath of Office to newly elected Chairman. ITE<tS SUB?ITTED TO THE ?CARD Items 1 - 6: CO�:SE2:^ 1. APPROVE minutes of proceedings for the month of December, 1975. 2. DECLARE certain ordinances duly published. 3. :JTHORIZE changes in the assessment roll; cancellation of certain delinquent o: addit:_nal penalties and tax liens; cancellation of uncollected penalty and interest on assessment reduced by assessment Appeals Board; and rescission of Resolution No. 75/x1028 :elating to transfer of tax liens to the unsecured roll. 4. ACCEPT as complete construction of private improvements in Minor Subdivision 51-73, -Ialnut Creek area, and exonerate bond in connection therewith. 5. DENY the claim of Calvin Johnson, $100,000; and the applica- tion (as amended) of Mildred J. Dryden for leave to present late claim, S100,000. 6. AUTHORIZE legal defense for persons who have so requested in connection. with Superior Court Actions Nos. 156006 and 142941, and United States District Court /central District of California, Case No. CV 75 4252-per('l.). Items 7 - 12: Dr'TE?`T'.ATION (Staff recommendation shown following the item. ) 7. CONSIDER appointment of two Contra Costa County Law Library Trustees for calendar year 1976. 8. LETTER from Secretary of Labor, U.S. Department of Labor, transmitting copy of "Comprehensive Employment and Training Act--Review and Oversight" and inviting comments thereon prior to January 15, 1976. REFER TO CCUI:TY ADMIP:ISTRATOR, DIRECTOR, HUMAN RESOURCES AGENCY, AND DIRECTOR OF PE;RSON`R'EL WOW �r„uvw .. . Board of Supervisors' Calendar, continued January 6, 1976 9. LETTER from Director/Consultant, Moraga Park and Recreation Authority, requesting that Park Dedication Trust Funds ($3,250) be allocated to the Authority for use in construc- tion of a classroom building. REFER TO PARK AND RECREATION FACILITIES ADVISORY COifi►iITTEE 10. LETTER from Chairperson, East County Area Council, protesting actions of the County Office of Economic Opportunity with respect to implementation of programs funded under provisions of the Community Service Administration (OEC). REQUEST R=PORT FROM ECONOMIC OPPORTUNITY PROGRAM. DIR3CTOR, ON BEHALF OF THE ECON01Y.IC OPPORTUNITY COUNCIL, CITING CIRCU114STANCES IN DISPUTE FOR REVIE1d BY APPROPRIATE BOXED C0101ITTEE 11. LETTER from Chairman., Citizens for Community Involvement, advocating that the county promptly pursue development of a new jail facility at a cost not to exceed S15 to 16 million, at a different location and based on a design meeting rational guidelines. ACYINO':ILEDGE R30171:m; DISCUSSION OF DETEI TION 'FACILITY CONSTRUCTION ALTE-MATIVES IS FIXED FOR JANUA.RY 20, 1976 12. M£iaCIRANDUX from County* Administrator (in response to Board referrals) reconsending that the county comply with recent State and Federal regulations requiring an increased Food Stamp Program outreach effort inasmuch as its present program will permit compliance with a minimal arount of effort and expense. ACY.NO;iLEDGE RECEIPT Items 13 - 16: INFORMATION (Copies of communications listed—as information items have been furnished to all interested parties. ) 13. COMEMUNICATION from State Department of Health advising that during a "State ofEmergency" or "Local Emergency" immunity from liability is provided for physicians, and that this provision could be helpful in case of large scale with- drawal of physician services. 14. CO?U-M=CATIO2: from Director, State Department of Health, citing State of California criteria for Health Systems Agency applications. 15. COMMUNICATION from Federal Representative, Manpower Administration, U.S. Department of Labor, advising that the final allocation of CBTA Title I funds for the 1975-1976 fiscal year for Contra Costa County is x2,480,736 and that S620,184 has been allocated for the transitional quarter from July 1, 1976 to September 30, 1976. 16. LETTER from Secretary, California Public Utilities Commission, transmitting copy of "Report on Investigation_ of iivorna Road West and Cervato Drive Grade Crossings rear Alamo, Contra Costa County over the 'Tact of the 'BO' Branch Line of Southern Pacific Transportation Company," and advising that a hearing on said matter will be held January 15, 1976. Persons addressing* the Board should comDlete the form provided on the rostrum and furnish the Clerk kith a written cony o: their Dresentation. DEADLINE FOR AGENDA ITEMS: W=E ZIESDAY, 5 P.M. 00m - OFFICE OF COUNTY. ADMINISTRATOR CONTRA COSTA COUNTY Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions January 6, 1976 From: Arthur G. Will, . County Administrator I. PERSONNEL ACTIONS 1. Additions and cancellations of positions. as follows: Cost Department Center Addition Cancellation 'Public 650 Tr-:ffic Sign -- Works Supervisor (Class only) �- 2. Authorize appointment of Geraldine Cardiff, Permanent Intermittent Home Health Aide I, at the fifth step hourly equivalent ($4.30 per hour) of Salary Range 151 ($584-710) , effective November 10, 1975, as recommended by the Civil Service Commission. II. TRAVEL AUTHORIZATIONS 3. Name and Destination Department and Date Meeting Esther Helfand Chicago, Illinois American Library County Library 1-17-76 to 1-22-76 Association Mid-Winter Conference K. Holmes Quantico, Virginia FBI Training Sheriff-Coroner 1-25-76 to 1-30-76 Course (Federal funds) III. APPROPRIATION ADJUSTMENTS 4. Planning Department. Add $15,348 for professional services to finance environmental impact reports required for new subdivisions; funds have been advanced by the developers to cover the cost of services. 00004 r ,K " M To: Board of Su From: Count pervisors County Administrator Re: Recommended Actions 1-6~76 Page: 2. TTT Conference Virginia FBI Training K. Robs Quantico, 30-76 Course Sheriff-Coroner 1-25-76 to 1 (Federal funds) III. AppggpRIATION ADJUSTMENTS professional De artinent- Add $15.348 for P orts 4, Plannin act rep subdivisions, funds have been services to finance environmental ds • required for new to cover the cost of advanced by services. 00004 • j To: Board of Supervisors From: County Administrator Re: Recommended Actions 1-6-76 Page: 2. III. APPROPRIATION ADJUSTMENTS 5. Public Works (Buchanan Field) . Increase appropri- ation for professional services by $10,000 to cover security guard and engineering and right of way services. ' 6_ Internal Adjustments. Changes not -affecting totals for the following budget units: District Attorney (Major Offenders) , Sheriff-Coroner (Coroner) , District Attorney, County Administrator (Plant Acquisition) . IV. LIENS AND COLLECTIONS 7. Authorize County Auditor-Controller to initiate legal action in Small Claims Court against Gary Dilley to recover $95.00 due Contra Costa County. V. BOARD AND CARE PLACE%1E_NT/RATES 8. Home and/or _ Effective Department Institution Rate Date Human Sister Mary Martha $400 1-7-76 Resources San Francisco, CA (Rate Adjustment) Human James & Joyce Faircloth $306 1-1-76 Resources Pittsburg, CA (Rate adjustment) Probation University Mound School $1036 1-6-76 San Francisco, CA VI. CONTRACTS AND GRANTS 9. Authorize Chairman, Board of Supervisors, to execute agreement with the State of California, Department of Food and Agriculture, for partial compensation ($3,300 per year) of the salary of the County Agricultural Commissioner for three fiscal years, T commencing July 1, 1975_ WVw k To: Board of Supervisors From: County Administrator . Re: Recommended Actions 1-6-76 Page: 3. VI. CONTRACTS AND GRANTS 10. Approve and authorize Director, Human Resources Agency, to execute the following. twenty-three (23) Mental Health Services.contracts for the period through June 30, 1976, in accordance with the County's Mental Health Services Plan and Short-Doyle . budget for fiscal year 1975-1976. Payment Contractor Limit We Care Society $166,920 Ronoh Preschool for Disturbed Children 103 ,150 C.C.C.A.M.R. (Lynn Day Treatment Center) - 92,450 Richmond Unif. Sch. Dist. (Knolls Center) 53,500 City of Antioch (REACH) 15,400 Re-Entry Services 127,740 Phoenix Programs (Centers) .99,706 Many Hands ' 86,000 C.C.C.A.M.R. (Geary House) 43,240 Mt. Diablo Rehabilitation Center 15,060 Phoenix Programs (House) .76,000 . . El Sobrante Activities Center 20,000 Los Medanos Community Hospital (Drug) 38,000 C.C.C. Superintendent of Schools (CHD) 101,254 Bi Bett (Green Street) 130,148 No. Richmond Neighborhood House (Recovery) 34,520 Sunrise House 65,000 National Council on Alcoholism 18,073 No. Richmond Neighborhood House (Detox) 152,000 Bi Bett (DVR) 134,640 Bi Sett (Ozanam) 35,284 Suicide Prevention 5,600 Los Medanos Community Hospital (Detox) 142,590 VII. LEGISLATION None. VIII.REAL ESTATE ACTIONS None. IX. OTHER ACTIONS 11. Refer to Human Resources Committee for review, recommendations by the Director, Human Resources Agency,. for implementation of SB 744 which mandates significant changes in the organization, financing and adminis- tration of the County Alcoholism Program. 00 To: Board of Supervisors From: County Administrator Re_' Recommended Actions 1-6-76 Page: 4. TY. nmPFR AcrrTnAjq VU 18U.J J, .,ucutu* c:ommunity Hospital (Detox) 142,,59900 VII. LEGISLATION None. VIII.REAL ESTATE ACTIONS None. IX. OTHER ACTIONS 11. Refer to Human Resources Committee for review, recommendations by the Director, Human Resources Agency,, for implementation of SB 744 which mandates significant changes in the organization, financing and adminis- tration of the County Alcoholism Program. 00006 ' To: Board of Supervisors From: County Administrator Re:• Recommended Actions 1-6-76 Page: 4. IX. OTHER ACTIONS 12. Authorize Acting County Building Inspector to destroy outdated building permit receipts (numbered 64601 through 72600-1970) and invoice copies (numbered 26608 through 32500-1971) , pursuant to Government Code Sections 26907.2 and 26202. 13. Authorize County Auditor-Controller to pay $3;938.27 - to C. J. Simms Co. , Inc. of the amount withheld from the total payment earned under the completed 1975 contract for weed abatement services performed for the Contra Costa County Fire Protection District, as recommended by Fire Chief A. V. Streuli. . NOTE Chairman to ask for any comments by interested citizens in attendance at the meeting subject to carrying forward any particular item to a later specified time if discussion by citizens becomes lengthy and interferes with consideration of other calendar items. DEADLINT FOR AGENDA ITEMS: WEDNESDAY, 5:00 PM 00007 i A J. i' 3• CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, Califorhia January 6, 1976 AGENDA REPORTS (No Reports) SUPERVISORIAL DISTRICT I i Item 1. ARLINGTON AVENUE - AUTHORIZE AGREEMENT - Kensington Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to execute a Consulting Services Agreement with Leptien-Cronin-Cooper, Inc. , of Martinez. The Agreement provides for the preparation of final plans and specifications for the proposed Arlington Avenue re- construction between the Berkeley and EZ Cerrito city limits. The proposed project is scheduled for construction during the summer of 1976. The Agreement has a payment limit of $7,500 which cannot be exceeded without prior approval of the Public Works Director. (RE: Project No. 1451-4525-72) (RD) SUPERVISORIAL DISTRICT II Item 2. HIGHWAY 4 MAINTENANCE AGREEMENT - Martinez Area Under the provisions of the Freeway Agreement between the State and the County of Contra Costa dated February 18, 1969, the County agreed to accept control and maintenance of the relocated or otherwise altered county roads and the frontage roads or other roads constructed by the State in conjunction with the freeway project, upon notice from the Department of Transportation that the work on such roads had been completed. By letter of December 8, 1975 the Department of Trans- portation notified the County of the completion of the freeway project and accordingly assigned responsibility for control and maintenance of frontage roads within the unincorporated area to the County of Contra Costa. The Department of Transportation has also prepared a Freeway Maintenance Agreement that provides for County maintenance of Morello Avenue under-crossing and Milano Way over-crossing at Freeway 4. It is recommended that the Board approve the Freeway Maintenance Agreement and authorize the Chairman to execute the Agreement on behalf of the County of Contra Costa. (Continued on next page) A G E N D A Public Works Department Page 3 of 5 January 6, 1976 OW8' G Item 2 Continued: (NOTE TO CLERK OF THE BOARD: The Freeway Maintenance Agreement includes a Resolution form concerning the execution of the Agreement.' Three copies are to be executed and forwarded to the Public Works Department for further processing.) (TP) Item 3. CUMMINGS SKYWAY - APPROVE AGREEMENT - Crockett Area It is recommended that the Board of Supervisors approve . and authorize the Public Works Director to execute a Consulting Services Agreement with Provenzano and Associates of Emeryville. The Agreement provides for landslide investigation on Cummings Skyway west of the Crockett Boulevard intersection. The Agreement has a payment limit of $5,300 which cannot be exceeded without prior approval of the Public Works Director. (RE: Project No. 1991-5838-76) (RD) Item 4. COUNTY SERVICE AREA M-17 - RECREATION CENTER - APPROVE AGREEr1ENT - Richmond Area it is recommended that the Board of Supervisors approve the Architectural Services Agreement with Barbachano and Associates, Inc. , E1 Cerrito, California, for the Bay View Park Recreation Center building and authorize the Public Works Director to execute the Agreement. This Agreement provides for paying the Architect a fee of 7% of the construction contract cost. The construction contract estimate is $90,000. (RE: Work Order 5220) (B & G) SUPERVISORIAL DISTRICT III Item 5. SANS CRAINTE DRIAIINAGE AREA - ACCEPT CONTRACT - Walnut Creek Area It is recommended that the Board of Supervisors accept a Supplemental Right of Way Contract dated December 29, 1975 from Roscoe O. Sellers and Barbara Sellers, and authorize the Public Works Director to sign the Contract on behalf of the County. It is further recommended that the County Auditor be authorized to draw a warrant in the amount of $60.00 payable to the above parties for loss of a tree in connection with County drainage project. (Deliver warrant to Real Property Division.) (RE: Work Order 8505) (RP) AG E N D A Public Works Department _ Page 2 of 5 January 6, 1976 ' OU�49 f SUPERVISORIAL DISTRICT IV Item 6. PINE CREEK - EROSION REPAIR - Concord Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, authorize the Public Works Director to arrange for the repair of bank erosion in Pine Creek under the Lodge Drive bridge. The work will be performed by a combination of County forces and hired equipment at an estimated cost of $3,000. This work is a Class I Categoriacl Exemption from Environmental Impact Report requirements. (RE: Work Order 8078, Flood Control Zone 3B) (M) SUPERVISORIAL DISTRICT V Item 7. ALCOSTA BOULEVARD - ACCEPT DEED - San Ramon Area It is recommended that the Board of Supervisors accept the Right of Way Contract and Deed, both dated December 1, 1975, from Frederick E. Anderson, Jr. , et ux. , and authorize the Public Works Director to sign the Contracts on behalf of the County. _ It is further recommended that the County Auditor be authorized to draw a warrant in the amount of $5,000 from Assessment District 1973-3 funds, payable to Title Insurance and Trust Company, Escrow No. CD-239421. Payment is for .114 acre of land and miscellaneous improvements required for the project. Environmental and planning considerations have been complied with. (RE: A.D. 1973-3 - Road No. 5302) (RP) Item 8. LINES E & E-1 - ACCEPT DEED - Brentwood Area it is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and slater Conservation District, accept the following listed Deeds and Right of Way Contracts, and authorize the Public Works Director to sign the Contracts on behalf of the District; and authorize the County Auditor to draw warrants in the respective amounts shown below: (Continued on next page) A G E N D A Public Works Department Page 3 of 5 January 61 1976 00010' Mn el Item 8 Continued: Payee and Instrument Grantor Date Escrow Number Amount l.Grant Deed & Antioch Build-12-30-75 Title Ins.h $1,205.00 Right of Way ing Materials Trust Co. Contract Company CD-236680 2.Grant Deed & Joseph M. and 12-30-75 Title Ins. & $1,900.00 Right of Way Maria G. Trust Co. Contract Novero CD-240912 (Deliver warrants to Real Property Division) (RE: Work Order 8514) (RP) GENERAL Item 9. STORAGE ADDITION TO EDGAR CHILDREN'S SW.LTER APPROVE CONTRACTS - Martinez Area It is recommended that the Board of Supervisors approve Contracts for Inspection Services, effective January 6, 1976, for the storage addition to the Edgar Children's Shelter, 100 Glacier Drive, Martinez, California, with Messrs. Robert G. Grady and J. M. Nelson, and authorize the Public Works Director to execute the Agreements. The Agreements provide for payment for those services in accordance with the standard rates as indicated in the Agreements. (RE: Work Order 5255) (B & G) Item 10. JOINT EXERCISE OF POWERS AGREEMENT - CITY OF MARTINEZ APPROVE AGREFAMENT - Martinez Area It is recommended that the Board of Supervisors approve the Joint Exercise of Powers Agreement - Maintenance and Repair of Signs, and authorize its Chairman to sign on its behalf. The Agreement provides for the erection, maintenance, and repair of street signs in the City of Martinez by County forces. (NOTE TO CLERK OF THE BOARD: Please return one signed copy of the Agreement to the Public lKorks Department for forwarding to the .City of Martinez.) (RE: Work Order 4655) (M) Item 11. CONTRA COSTA COUNTY WATER AGENCY The Delta Water Quality Report is submitted for the Board of Supervisors information and public distribution. No action required. (EC) 000110 J r Contracts, Agreements, or other documents approved by the Board this day are microfilmed with the order except in those instances where the clerk was not furnished with the documents prior to the time when the minutes were micro— filmed. In such cases, when the documents are received they will be placed in the appropriate file [to be microfilmed at a later time]. 000118 000 // q In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 76 In the Matter of Proceedings of the Board during the month of December, 1975. IT IS BY THE BOARD ORDERED that the reading of the minutes of proceedings of the Board for the month of December, 1975 is waived, and said minutes of proceedings are approved as written. Passed by the Board on January 6, 1976. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors -=1 affixed this 6th day of January 19 76 ZI J. R. OLSSON, Clerk BY //Cud'-�P� i Deputy Clerk Jean L. Killer H 24 8/75 10M 00012' e H 24 8/75 10M VvU-LAo 31 f 7 V In the Board of Supervisors of Contra Costa County, State of California • January E 14 6 In dw hu tter Of' . Affidavits of Publication of Ordinances. - • This Board having heretofore adopted Ordinances Not. and Affidavits of Publication of each of said ordinances having been filed with the Clerk; and it appearing from said affidavits that said ordinances were duly and regularly published for the time and in the manner required by law; NOW, THEREFORE, IT IS BY THE BOARD ORDERED that said ordinances are hereby declared duly published. The foregoing order was passed by unanimous vote of the members present. , 1 hereby Certify that the forepoin9 is a trw and correct copy of an order entered or. file'. minutes of said Board of Supervisors on the doh oforesoid. Vlrib�my hand and the Sed of tic Board of . "Suoer+risars as�a 2 this 17th of lnuar . 76 19 ' J. A. OLSSON,. dark '. By i•( Deputy-CUA.024IZ74 - 15-MtjnrraZ- = -Form #30 /1 4/7/75 L 013. Nab�yfJ.. a.t° . C -7--.11-1. ,.,., In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 76 to the Maher of Approving, Personnel Adjustments As recommended by the County Administrator, IT 13 BY THE HOARD ORDERED that the personnel adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Hoard on January 6, 1976. 3 I hereby certify that the foregoing Is a true and carred copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 6th day of ,Tn=ary 19 zk- J. R. OLSSON, Clerk By ata4.1 ,, Deputy Clerk H 24 12txe . rs-ta Dorothl MacDonald 00UA M n i UU01, 1: POS i T i ON ADJUSTMENT REQUEST No: Department Public Works Budget Unit 650 Date 12/31/75 Action Requested: Allocate class Traffice Sign Supervisor. Proposed effective date: ASAP Explain why adjustment is needed: To more adequately reflect work assignment. Estimated cost of adjustment: CC-74,C: Cos:o Cot nt: �,_= t, 7 . Salaries and wages:2. Fixed Assets: (tist .i..tems and coati Estimated tots Signature! par nt Mad Initial Determination of County Administrator Date: Count A imstrator Personnel Office and/or Civil Service Commission Date: December 37, 1975 Classification and Pay Recommendation Allocate the class of Traffic Sign Supervisor. On December 23, 1975, the Civil Service Commission created the class of Traffic Sign Supervisor and recommended Salary Level 343t (1156=1275). The above action can be accomplished by amending Resolution 75/592 by adding Traffic Sign Supervisor, Salary Level 343t (1156-1275). Can be effective day following Board action. This class is exempt from overtime. Assistant Per- i sonnel/Director Recommendation of County Administrator Date: 1-7-76 Add the class of Traffic Sign Supervisor, Salary Level 3431 ($1156-1275) to the Basic Salary Schedule. County Admir,:strator Action of the Board of Supervisorsr Adjustment APPROVED ( iMM) on JH�I ":7f0 J. R. OLSSOY, County Clerk �J G '�"' Date: JAt i: �� _ By: lztl A1 _ Croig ry Clerk APPROVAL o6 tTLW adjustr.ent eo)1st.ituteb an Appnop4ittcon Adjustment and PeA6onnet 00015 Re�sotuti.on Amen rent. 1 i In the Board of Supervisors of Contra Costa County, State of California January 6 14 76 In the Matter of Authorizing Appropriation Adjustments. IT IS BY THE BOARD ORDERED that the appropriation adjustments attached hereto and by reference incorporated herein, are APPROVED. PASSED by the Board on January 6, 1976• 1 hereby certify that the foregoing b a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 6th day of January 14 76 I J. R. OLSSON, Clerk By s_t !;ti�c 7� l Deputy Clerk H 24 12170 - 15-&A rO � y lac n • 00016� CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNITj/-�/�/ RESERVED FOR AUDITOR•CONTROLLEWS USE Cord Special Fund ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' . Decrease Increase Code Quantity) BudoetUnit Object Sub.Acct. (CR X IN 66) 1003 357 2310 Professional & Personal Services $15,348 QQ Reserve for Contingencies $15,348 Appropriable New Revenues (LUP 2040- 75) 9,948 Appropriable New Revenues (Sub 4738) 5,400 PROOFComp._ K_P_ VER. m _ 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL -- Funds to finance consultant prepared environmental impact ENTRY reports for (1) Land Use Permit 2040-75 (Funds were ad- Date Description vanced by the applicant to finance the study and were deposited with the Treasurer July 23, 1975, deposit per- mit #127877). (2) Subdivision 4738 (Funds were advance by the applicant to finance the study and were deposited with the Treasurer APPROVED: SIGNATUS DATE October 23, 1975, deposit permit #130226). AUDITORS CONTROLLER: 6 �2• ' 'i /� COUNTk�lfnY ADMINISTRATOR: / �j 4 �h�✓ke�'r�h BOARD YES- BOW.5% T In.:rh�.l(f n �+_.r+ O c, n7 t n J18N ( m J. R. OLSSON CLERK {1' Anth Dehaes fifector of ' an 12/23/75 De" Sign ur �tle D to prop.Adj. D i M 129 Rev. 2:66) Journal No. 1 rr ►nstrnclivns rnf Krrrrsr Side r CONTRA COSTA COUNTY r APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT Pub I is 'Works RESERVED FOR AUDITOR-CONTROLLER'S USE Cord Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM' Decrease Increase Code Quandt ) Fund BudaetUnit Obtect S,,i,.Acct. (CR X IN 66) BUCkU1NAN F 1 ELD ENTERPRISE FUND 01 1401 841-2310 Professional Services 10,000 Contra Casa County RECEIVED DEC --: 9 '1975 Office of County Administrator PROOF �o'np _ K_P_ VER._ 3. EXPLANATION OF REQUEST( If capital outlay, list items and cost of each) TOTAL ENTRY Increase professional services account to cover guard Date service through 6/30/76 as approved by the Board on 12-23-75 and estimated lease service requirements for the fiscal year. Sufficient revenues are available to cover the increased appropriation. APPROVED: SIGNATURES DATE AUDITOR— f+UEC 2 g"75 CONTROLLER: a 2/� COUNTY / Tc� ADMINISTRATOR: t BOARD OF SUPERVISORS ORDER: YES: Kenny, Diaa uotsei>t71 esn,i iaachAIA- «l� JAIN i.rr i.7 NO% on J. R. OLSSON CLERK t� Pub 1 is Works Director 12/26/75 tSignature Title Date DLt-_'t`� Cit:tic APpr�� O� M 129 Fev. 2 6S) r4. Instructions on Ret erse Side o-.tly:*stilti .k.. Pry..:, ,. ... ., n• .".?v+ ,i,;1�.,. ',_'" - :... M' CONTRA COSTA COUNTY 0 1t APPROPRIATION ADJUSTMENT I DEPARTMENT OR BUDGE f UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE DISTRICT ATTORNEY - MAJOR OFFENDERS Curd Special ACCOUNT ?. —FBJECT OF EXPENSE OR FIXED ASSET ITEMDecrease Increase Code Quandt ) fund BudaetUnit Ob ect Su6-Acct. CR X IN 66) 01 1003 246-2472 Criminal Investigation $ 1200 1003 246-2303 Other Travel q $ 974 1003 246-2360 Insurance - Other 226 Contra Costa County RECEIVED DEC 12 2 1975 Office of :aunty Adm-inistrctar PROOF _Cen+a._ _i!P_ VER. J. EXPLANATION OF REQUEST(if capital outlay, list Items and cost of each) TOTAL ENTRY Internal adjustment necessary to reflect charge °arc r"`t'p''°" approved by Contra Costa County Criminal Justice Agency in this grant. Charge is to allow lease • of undercover vehicle by detectives. APPROVED: SIGMARES DATE > AUDITO EC 21 �o a CONTROLLER: _ -Wi r� COUNTY ,t_ cs -- s m ADMINISTRATOR: n a Y. BOARD OF SUPERVISORS ORDER:�i YES: cty Kengy, Dias )Itcrls. a� �` L+t,ah..t,t Y Q JAN 6 ; tiC'tK. c� W---7r2�& J. R. OLSSON, Cmc b, hief Asst. Dist. Atty. 12-12-75 p�p�ty Michael erlan Title Date tCfiC App top.Adj. �`� (M 129 REV. 2/75) _Journal No. �.. fv:�frr,ttrnir� r,rt Rviertr Vide 00019 c7 i. (M 129 REV_ 2/75) ' Journal No. ' ♦.. /r.,Srgr;I-- utt Rvtcrnr lidt, Zr 9, CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT SHERIFF-CORONER RESERVED FOR AUDITOR-CONTROLLER'S USE Card Special ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Increase Fund Code Quontity) FuBudget Unit Ooiect Su;:_Acc*. Decrease (CR X IN 661 01 IC-03 359-7754 UO 7 Storage Racks (5) 421 C( ( 1003 359-7754 010 X-Ray Adapter Unit 421 PROOF _f—VER._ 's. EXPLANATION OF REQUEST(11 capital outlay, list items and cost of each) TOTAL ENTRY Date Desc„at,an Transfer of funds will provide for the purchase of an X-ray adapter unit which will be utilized as a rack for cadavers which are to be X-rayed. Presently cadavers must be lifted off storage racks for X-ray. APPROVED: SIGNATURES DATE AUDITOR— �j� DEC 3 0 75 CON TROLLE U �rLK L-jiJitlr_ C COUNTY AP ADMINISTRATOR. BOARD OF SUPERVISORS ORDER- nT�� _ 0 YES: a Benny, Dhm Moriarty, o n f17 Y j!'ir"7 r 1•C (V ma C IANK o ' 1376 NO% cn J. R. LIZ A Deputy Clerk +9noture Title Adj. Dare tap �5v9z ( M 129 Rev. 2 tC) r' Journal • 1 a"a' lushnCtt+trts On Ref rrtia� 51Je ll No. v r • CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1. DEPARTMENT OR BUDGET UNIT RESERVED FOR AUDITOR-CONTROLLER'S USE DISTRICT ATTORNEY Card Special Fund ACCOUNT 2. OBJECT OF EXPENSE OR FIXED ASSET ITEM• Decrease Increase Code Quontit ) BudoetUnit Obrect Sub.Acct. (CR X IN 66) </ 1003 242-2250 Rent of Equipment -i89g:88- //C3 1003 245-2250 Rent of Equipment -M99•:08 PROOF _Comp._ _ K_P_ _VER._ 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY This internal adjustment is necessary to reflect Date Descr peon actual operations and provide accurate budget reports for claiming. The IBM Copier I located at 435 Valley View Drive, E1 Sobrante is totally used by the Collections Division (budget unit 245). The appropriation and encumberance of $1099.08 along with three months expenditures of $91.59 per month should all be transferred from budget unit 242 to budget APPROVED SIGNATURES DATE unit 245. AUDITOR— DECi CONTROLLER: COUNTY �1 ADMINISTRATORS ? BOARD OF SUPERVISORS ORDER: YES: 'yrs Benny. Dias Woifa ty. est I�zsaCheld. ,Jnit NO:. on J. R. OLSSON CLERK W / . Chief Asst. Dist Atty. 10-29-75 Deputy -Michael O an Title Date Approp.Adj. I M 129 Rev. 2 6E) W A jj•�Jj1 ureal No. • ti rr Instructions opt Kee erse Side l( -^A;as•:f«.m�'ht.*7�•[',P':�;sF^,6.'v Warn°... r,a ..r;�ss.•4.:",.. * ;'. ....... ;—.p..,.a ..-._....__ �. CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT RESERVED FOR AUDITOR-CONTROLLER'S USE 1. DEPARTMENT OR BUDGET UNIT County Administrator ACCOUNT FIXED ASSET ITEM Card special plant UNT 2. OBJECT OF EXPENSE O Code Quontit ) Fund Acquisition] Increase BudQetUnrt Ob ect Sub.Acct. Decrease (CR XIN 661 �)� 1003 087-7710 %516 1. Security Impr. Rich. Bldg. $ 3 655 Collections Division (budget. w i t. - j). appropriation and encumberance of $1099.08 along with three months expenditures of $91.59 per month should all be transferred from budget unit 242 to budget APPROVED: SIGNATURES DATE unit 245. AUDI TOR- l3 CONTROLLER: — COUNTY ADMINISTRATOR: BOARD OF SUPERVISORS ORDER: �� ' YES: i:s Key' Lirisch Jri11i NO:. on J. R. OLSSON CLERKr � ,' {ae / .,-Chief Asst. Dist-Atty. 10-29-7_ 5____ e an Date Deputy erk App(op.Adj. Journal No. 1 M 129 Re.. 2 oS) ee frtst►uctions ort Ret erse Side 00021 - zx;as t„mrGat;.•,•,•r�m�ia�. .�— .., •S. _,; x.. c, * ... x ............ s* CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT 1, DEPARTMENT OR BUDGET UNIT County Administrator RESERVED FOR AUDITOR-CONTROLLER'S USE Plant Ac ulsition Card Special ACCOUNT 2. 06JECT OF EXPENSE OR FIXED ASSET ITEM• Increase Fund Code Quantity) FuBud etUn,t Object Sub,AtaDecrease. (CR X IN 66) 1003 087-7710 .ale? 1. Security Impr. Rich. Bldg. $ 31655 1003 086-7710 690 Tran. to 087-7710 $ 3,655 1003 108-7710 .5-_3,f 2. Fire Safety Impr. - Co. HOSE. $10,000 1003 086-7710 t 690 Tran. to 108-7710 $100000 PROOF K_P, VER.- 3. EXPLANATION OF REQUEST(If capital outlay, list items and cost of each) TOTAL ENTRY 1. To complete lock changes and minor modifications at Richmond Administration Dote Description Building to improve security at this location. • — 2. To install smoke detectors and door hold- open devices and to perform modifications to F&G Wards to conform to fire safety code requirements. APPROVED: SIGNATURES DATE AUDITOR- ^1 fiJatti J TCt CONTROLLER: Ww '1 (D-tip COUNTY = 1-2- ADMINISTRATOR: Z. BOARD OF SUPERVISORS ORDER: YES: &A)e>:vLwm Kenny. 1)13s• �1vrt:.rty, r r AAWIlet.t JAN NO:. on Assistant to County J. R. OLSSON CLERK ��. _ �( r Administrator 1-2-76 bJ.r. .,. fpu� KIK signature Title Date Journal No, � ht 12” Rev, 2 06) Journol No, T • er Instructions on Rererse Side A Ilnn VVV22 M 12^ Rev. 21,68) • %ee Instructions on Kererse Side UVOV + s. k IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) ' of the Assessment Roll ) RESOLUTION N0. 76/1 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected as stated below: In Tax Rate Area 02002, Parcel No. 115-242-035-0, has been erroneously assessed to Hardev Singh et al. , due to clerical error in misinterpreting recorded document. Therefore, this assessment should be corrected to reinstate the assessee as Bel Air Associates, c/o Richard J. Morrell, 3392 Clayton Road, Concord, California, who acquired title by document recorded on May 1, 1972, in Book 6642, Page 861 of the Official Records of Contra Costa County. For the fiscal years 1974-75 and 1975-76, in Tax Rate Area 53009, Parcel No. 037-040-007-9, has been erroneously assessed to Santa Fe Land Improvement Co. , due to computer error in not printing out correct information that was submitted for entry to the assess- ment roll. Therefore, this assessment should be corrected to show the assessee as E. 1 . Du Pont Nemours and Co. , Wilmington, Delaware, who acquired title by document recorded on August 2, 1973, in Book 7012, Page 1 of the Official Records of Contra Costa County. I hereby consent to the above changes and/or corrections: R. 0. SEATON JOHN B L E , County Counsel Assistant Assessor t12/22/75 By Depot Copies to: Assessor (Mrs. Kettle) Auditor Tax . Collect or doptad by tl•�Goarx 0;1. � Y� _ �r RESOLUTION No. 76/1 Page 1 of 1 OUa23 � �-. ...___�-�....�-,..mow-...-.-.�....�....-...._.... ....-.. � ...�--�.� - t 7= 1� t .1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) - RESOLUTION NO, 76/2 of Contra Costa County ) WHEREAS, the County .Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; . NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, in accordance with Section 4985 (a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee, heretofore or hereafter attached due to such error should be canceled if it is impossible to complete valid procedures initiated prior to delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date cor- rection is entered on the roll or abstract record; and, FURTHER, in accordance with Section 4986 (a) (2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or interest on that portion in error as if it has been levied errone- ously; and, if paid, a refund on that portion should be made pur- suant to Section 5096 of the Revenue and Taxation Code. In Tax Rate Area 58016, Parcel No. 018-070-004-9, assessed to Raphael $ Maria R. A. Martinez, has been erroneously assessed with incorrect Improvement value for the fiscal years 1972-73 through 1975-76, due to error in assessing a portion of the Improve- ments to an adjacent parcel instead of this parcel. Therefore, this assessment should be corrected as follows: R. 0. SEATON Assistant Assessor Copies to: Assessor (Mrs. Kettle) Auditor Tax Collector RESOWTION NO. 76/2 page 1 of 2 Assessed Value For the Year 1972-73 From ' To - Land75 75 (no change) Improvements . 625 1 '025 Total $2,500 §03 For the Year 1973-74 Land $1,875 $1,875 (no change) Improvements 62S Z 02S Total $2,500 For the Year 1974-75 Land - $1,875 $1,8.75 (no change) Improvements 62S 1 '025 Total 2,500 2,900 For the Year 1975-76 Land $2,060 $2,060 (no change) Improvements 685 1' 085 Total T2,745 Assessee has been notified. In Tax Rate Area 58016, Parcel No. 018-070-003-1, assessed to John A. $ Rose Continente, has been erroneously assessed with incorrect Improvement value for the fiscal years 1972-73 through 1975-76, due to error in assessing a building located on an adjacent parcel to this parcel. Therefore, this assessment should be corrected as follows: Assessed Value For the Year 1972-73 From To Land T-Y.-M X16' (no change) Improvements 1,075 675 Total ,835 For the Year 1973-74 Land $ 9,160 $ 9,160 (no change) Improvements 1,075 675 Total TTS,�3� For the Year 1974-75 Land $ 9,160 $ 9,160 (no change) Improvements 1,075 675 Total T110,235 9,835 For the Year 1975-76 Land $10,625 $10,625 (no change) Improvements 1,075 675 Total -$11 ,300 f? I hereby consent to the above changes and/or corrections: R. 0. SEATON JOHN B CLA SEN, County Counsel Assistant Assessor tl2/22/75 By DepqV 3 � Adopted by+e Board on. Page 2 of 2 RESOLUTION NO. 76/2 00 i, i p s e . w, ti 0 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 76/3 of Contra Costa County ) WHEREAS, the County Assessor having filed with .this .Board requests for correction of erroneous assessments, said.requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, in accordance with Section 4986 (a) (2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or interest on that portion in error as if it has been levied erroneously; and, if paid, a refund on that portion should be made pursuant to Section 5096 of the Revenue and Taxation Code. For the fiscal years 1974-7S and 1975-76, in Tax Rate Area 05012, Parcel No. 1SS-1S3-013-0, has been erroneously assessed to James J. & Nanna Lea Busby, due to error in transferring title to the wrong parcel. Therefore, this assessment should be corrected to reinstate the assessee as Quintin E. & Dora B. Carter, 1613 Center Avenue, Martinez, California, who acquired title by document recorded on November 14, 1972, in Book 6797, Page 109, of the Official Records of Contra Costa County. Further, for the fiscal year 1975-76, it has been determined that Quintin E. $ Dora B. Carter were eligible for the Homeowner's Exemption and should therefore be granted such exemption in the amount of $1,750 assessed value. / lv R. 0. SEATON Assistant Assessor tl2/23/75 Copies to: Assessor (Airs. Kettle) Auditor Tax Collector Page 1 of 2 RESOLUTION NO. 76/3 t 00026 j r. ears 1974-7S and 1975-76, in Tax For the fiscal y has been erroneously assessed to 155-153-022-1, title to 05012, Parcel No• oration, due to error in transferring Security Owners Corp this assessment should be corrected the wrong parcel. Therefore, Nanna Lea Busby, 930 Estudillo who acquired title by document to show the assess Californias w Pae 268, of the Street, Martinez, 1974, in Book 7143, g recorded on January 28, Official Records of Contra Costa County. Ey 7G I hereby consent to the above A�ap'fea E tie�car�u�'�' `' / changes and/or corrections % EA N JOHN B. CLAUSEN 'County Counsel Assistant Assessor gy ep page 2 of RESONATION NO. 76/3 n BMW l . IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes of the Assessment Roll ) RESOLUTION NO. 76l4 of Contra Costa County ) WHEREAS, the County Assessor having filed with this Board requests for correction of- erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from papers in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Section 4831 of the Revenue and Taxation Code, the following defects in description and/or form and clerical errors of the assessor on the roll should be corrected; and, FURTHER, in accordance with Section 4986 (a) (2) the County Auditor should be directed to cancel all or any portion of any tax, penalty, or interest on that portion in error as if it has been levied erroneously; and, if paid, a refund on that portion should be made pursuant to Section 5096 of the Revenue and Taxation Code. In Tax Rate Area 58033, Parcel No. 054-260-904-5, assessed to Shell Oil Co. , has erroneously not been entered with Business Inventory Exemption, due to error in not posting the exemption to the property record for entry to -the assessment roll. Therefore, this assessment should be corrected as follows: Land $147,275 (no change) ; Improvements $8,600 (no change) ; Personal Property $125 (no change) ; Business Inventory Exemption $62; making a net taxable assessed value of $155,938. In Tax Rate Area 53024, Parcel No. 054-260-923-5, assessed to Shell Oil Co. , has erroneously not been entered with Business Inventory Exemption, due to error in not posting the exemption to the property record for entry to the assessment roll. Therefore, this assessment should be corrected as follows: Land $126,425 (no change) ; Improvements $5,390 (no change) ; Personal Property $50 (no change) ; Business Inventory Exemption $25; making a net taxable assessed value of $131 ,840. - - - I hereby consent to the above changes and/or corrections: R. 0. SEATON JOHN B. LAUSEN, County Counsel Assistant Assessor tl2/22/75 By ep Copies to: Assessor (Airs. Kettle) Auditor Tax Collector Page 1 of I RESOLUTION NO. 76/4 r,dopted by flee Board onAZA ..s �R 00028 c, r E IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) RESOLUTION NO. 76/5 of the Assessment Roll ) of Contra Costa County ) WHB.REAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOMI, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975 - 1976 It has been determined that property described below had been acquired by the University of California as a gift after the lien date of 1975-76 taxes but prior to the commencement of the fiscal year, said property thereby becoming exempt from taxation pursuant to the provisions of Article XIII, Section 3(e), of the California Constitution; therefore, in accordance with Section 4986 (b) of the Revenue and Taxation Code taxes on the property described below should be cancelled: Code 82014 - Assessment No. 05480 boat CF 5278 LB assessed to Seeley W. Mudd, assessed value $4,210. I hereby consent to the above changes and/or corrections. JOHN B. CLAUSEN County Counsel R. . Seaton DDeputy Assistant Assessor cc: Assessor (Giese) ZZ.. Tax Collector Ad cp.nd by the ward o � Auditor RESOLUTION NO. 76/5 Page 1 of 1 0-,09XV r, IN THE BOARD OF SUPERVISORS OF _ CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) RESOLUTION N0. 76/6 of the Assessment Roll ) of Contra Costa County ) WHEREAS, the County Assessor having filed with. this Board requests for correction of erroneous assessments, said requests having been consented to by the County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1975 - 1976 It has been ascertained from the assessment roll and from papers in the Assessor's office what was intended and shat should have been assessed; and, therefore, pursuant to Section 4831 of • the California Revenue and Taxation Code, the following defects in descriptions and/or form and clerical errors of the assessor on the roll should be corrected; and in accordance with Sections 4986 and 5096 of the Revenue and Taxation Code, the assesses may file a claim for cancellation or refund: Code 53009 - Assessment No. 9017, boat CF 2185 AJ is erron- eously assessed to Roni Potter, assessed value $560. Since this assessment is a duplicate with 53OG9-0166, it should be corrected to zero value. I hereby consent to the above changes and/or corrections. JOHN B. CLAUSEN County Counsel R. 0. Seaton Deputy Assistant Assessor cc: Assessor (Giese) Auditor Adopted by the Board on- Tax Collector RESOLUTION NO. 76/6 Page I of 1 OW00• I IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 76/7 ) WHEREAS, the County Assebsor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1975-76 It has been ascertained from the assessment roll and from naners in the Assessor's Office what was intended and what should have been assessed; and, therefore, pursuant to Revenue and Taxation Code 4831, the following defects in description and/or fora and clerical errors of the Assessor on the roll should be corrected as stated below. Further, in accordance with Section 4985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee, heretofore or hereafter attached due to such error, should be canceled as it was impossible to complete valid procedures initiated prior to the delinquency date, upon the showing that payment of the corrected or additional amount was made within 30 days from the date the correction is entered on the roll or abstract record. On Parcel Number 413-291-004-5, Tax Rate Area 11006, RICHMOND CONGRMATION JEHOVAH'S WITNESSES, INC., should be allowed an exemption &the amp t --$700. b the Boa:d o '�::�-�- ���»••• 7aopfi� Y I hereby consent to the above changes and/or corrections: R. 0. SEATON, Assistant Assessor JOHN B. CLAAUSEN, County Counsel t/12-23-75 Copy to: Assessor (Rodgers) By Auditor Deputy Tax Collector RESOLUTION NO. 76/7 Page 1 of 2 000 ` 3 h r� IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ; RESOLUTION N0.76/8 WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1975-76 It has been ascertained by the Assessor that there has been a clerical error of the assessee in information furnished the Assessor which caused the Assessor to enter the assessment at a higher valuation than he would have entered on the roll had such application been correctly filed. Pursuant to Section 4831.5 of the Revenue and Taxation Code, the following corrections should be entered on the roll. It has been determined that these properties would have qualified for an exemption pursuant to Article XIII, Section 3, of the Constitution; therefore, ninety percent (90%) of any tax or penalty or interest should be canceled pursuant to Section 270(a)(1) of the Revenue and Taxation Code, and, further, pursuant to Section 270(b) of the Revenue and Taxation Code, any tax or penalty or interest thereon exceeding two hundred and fifty dollars $250) in total amount shall be canceled or refunded. These corrections are to be entered on the unsecured tax roll. Tax Rate Area Bill Number Allow Assessee 98003 2004 198 ?NATIONAL COUNCIL ON ALCOHOLISM 98003 r-42019 441 CHURCH OF SCIENTOLOGY, MISSION 0. BERKELEY, INC. 13 r;j on I hereby consent to the above changes and/or corrections: R. 0. Sl—z4TON, Assistant Assessor JOHN B. CLAUSEN, County Counsel ' t/12-23-75 Copy to: Assessor (Rodgers) Auditor Tax Collector By W&4k2M— Deputy R;SOLUTION 76/8 Page l of 1 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. ?6/9 WHEREAS, the County Assessor having filed with this Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1975-76 It has been ascertained from papers in the Assessor's Office that pursuant to Revenue and Taxation Code Section 275(c), claimants for the homeowner's property tax exemption who filed a claim subsequent to April 15, 1975, and whom the Assessor has ascertained to be eligible should be allowed $1,1;00 or 809 of the assessed value, as 'stated below. Further, in accordance with Section 4985(a) of the Revenue and Taxation Code, any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached should be canceled as it was impossible to complete valid procedures initiated prior to the delinquency date upon the showing that payment of the corrected or additional amount was made within 30 days from the date the correction is entered on the roll or abstract record. Parcel Number Tax Rate Area Allow Assessee 105-172-022-302002 $1100 TERLAU, Ted & Kymm Adopted�vthe _ �_,__. _ / I hereby consent to the above )6m changes and/or corrections: R. 0. SEATON, Assistant Assessor JOHN B. CLAUSEN, County Counsel t/12-23-75 Copy to: Assessor (Rodgers) By Auditor Deputy Tax Collector Adopted by the Bcard o Page 1 of 1 RESOLUTION, NO. 76/9 VVVn �J C.� R` r IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation of ) RESOLUTION N0. 76/10 . Delinquent and Additional Penalties ) on 1975-76 Unsecured Assessment Roll. ) The County Tax Collector having filed with this Board, a request for cancellation of the 6% delinquent and/or additional penalties heretofore or hereafter attached on the following balls on the 1975-76 Unsecured Assessment Roll; and 53W9/9012 Cancel 6% delinquent penalty 820U/9021 n a a a 2002/3497 " additional penalty 8001/3235 n n u 11006/2015 n a u 82038/907 n a a VrO EAS, the County Tax Collector has established by satisfactory proof that remittances to coven payment of tames due on the above bills were deposited in the United States mall prior to delinquency date, but were not received until after the delinquency date, which resulted in delinquent penalties being charged thereto; and WHEREAS, pursuant to Sections 2512 and 4986 (1) (b) of the Revenue and Ta-.cation Code, the County Tax Collector now requests cancellation of the delinquent or additional penalties accrued after the remittances were mailed; NOW, THSREFDitE, BE IT BY THE BOARD RESOLVED that pursuant to the aforesaid Sections of the Revenue and Taxation Code, the penalties heretofore or hereafter attached are HEREBY ORDERED CANCMED. ED'ITARD W. LEAL I hereby consent to the above cancellations: COTiT Y TREASURER,JA% COLLECTOR JOHN B. CLAUSEN COUNTY CO 'SEL Deputy Tax Collector ✓ By Deputy Adopted by the Boord on RESOLUTION NO. 76/10 cc: Tax Collector Auditor 0 . u- " A, IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUKTY, STATE OF CALIFOR14IA In the Matter of Cancellation or 76 11 Tax Liens on Property Acquired ) RESOLUTION SIO. by ?ublic Agencies ) W EREAS, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) recommends cancellation of a portion o: the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. NOWT THEREFORr, .SO BE IT RLVED,that pursuant to the above authority, and recommendations, the County Auditor cancel these tax liens for years of 1975-76 &1974-75: FOR YEAR 1975-76 For YEAR 1974-75 iTY OF BRSNT' OOD CITY OF BRENI D 016-160-002-8 10001 Por 016-160-002-8 10001 For CITY OF CONCORD CITY OF CONCORD 128-190-031-4 2002 Por- 128-190-031-4 2002 Por?:- COtiTR.A COSTA COUNTY HATMt DISTRICT CONTRA COSTA COUNTY WATER DISTRICT 135-242-012-7 9058 All 135-06Y-002-8 9017 Por Adopted by the Board .H. DONALD FUNK, County Auditor Controller (Tax Cancel- Order) (:�T. S4986(b) ) County auditor l County Tax Collector 2' (Rademption) RESOZIITION N0. 76/1I (Secured) • 00035 ------------- LN THE BOtURD OF SUPERrLSOcRS OF COh''TrRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Cancellation or 76/12 Tax Liens on Property Acquired ) RESOLUTION ►40. by ?ublic Agencies ) NIHERE S, the County Auditor pursuant to Revenue and Taxation Code Section 4986(b) reco=ends cancellation of a portion of the following tax liens on properties acquired by public agencies; said acquisitions having been verified and taxes prorated accordingly. Nag, THEREFORE, BE IT R'.SOL7ED that pursuant to the above authority and recommendations, the County Auditor cancel these tax liens for year of 1975-76 CITY OF ANTIOCH CITY OF WALNUT CREEK 066-054-OM-8 1004 All 178-300-002-7 9000 All 066-162-009-6 1004 Por 178-300-Q03-5 9000 All 068-046-050-8 1004 Por PITTSBURG REDEVEMPHENT AGENCY O?h-130-016-4 1002 Por 085-130-001-2 7013 Por 074-130-043-8 1002 Por 085-130-003-8 7013 Por CITY OF CONCORD SAN PABIA REDEVELOPMENT AGENCY 126-143-005-0 2002 Por 411-350-020-3 11022 Por 126-143-006-8 2002 Por CONTRA COSTA COUNTY 126-202-070-2 2002 Por 053-040-036-5 53022 A11 126-250-050-5 2002 Por 125-077-005-8 79063 Por 131 -051-0211 2002 Por 148191-001-4 79082 Por CITY OF PITTSBURG 373-050-001-8 5001 All 085-071-026-0 7007 An 373-061-001-5 5001 A11 o85-071-037-7 T 7 All Acloptecl by the B�+r�on_ _----_-__.� 7 H. 1)3N-1 D FUt'K, Co' , ty kiditor-..ontroller !l (Tax Cancel Order) (F&T S14986(b) ) County Auditor 1 County Tax Collector 2 (Secured) RESOLUTION NO. 76/12 UUa3S UUU��► rt.. BOARD OF SUPERVISORS, CONTRA COSTA COUNTY, CALIFORNIA In the Natter of the Cancellation of ) Uncollected Penalty & Interest On ) RESOLUTION NO. 76 .Z3 Assessment Reduced by Assessment ) Appeals Board/Officer. ) (Rev. & Tax C. #J 2922.S, k9SS) Auditor's .3emo: Pursuant to Revenue $ Taxation Code Secs. 2922.S and 498S, I recomend cancellation from the following assessments on the unsecured roll, of penalties and iwerest which have attached erroneously because such assessments were reduced by the assessment Appeals Board or the Assessment Appeals Hearing Officer. I consent to this cancellation. H. DONALD FUNK, JOM' B. CLAUSES, County Counsel County Auditor-Controller By:a t-Deputy By: Deputy LU The Contra Costa County Boardoof Supervisors RESOLVES THAT: Pursuant to the above authority and recommendation, the County Auditor shall cancel penalties and interest on the following unsecured assessments: 2002 8064 8001 8074 12011 2078 66062 2002 77003 0086 8$072 2004 MoPOBy{heBoard 4j� PASSED AM ADOPTED on by unanimous vote of the Supervisors present County Auditor 1 County Tax Collector 2 (Cnsecured) (Redemption) RESOLLTIO: :46. 76/23 County Counsel 00037 " t JN THE BOARD OF SUPERVISORS OF ,CONTRA COSTA COUNTY, STATE OF CALIFORNIA RESOLUTION H0. 76/14 ,RE: Rescind Board's Resolution R`umber 75A028 Relating to } Parcel 068-046-050 '; in Code Area 1004 } 'Upon application of the County Auditor for rescission of Board's Resolution relating to transfer of tax lien to the unsecured roll, the Board. af Supervisors finds as follows: 1. The Poard's Resolution !Humber 75AO2$ where tax lien for 1975 76 on Parcel No. O68_M6_%0 was cancelled and transferred to the Unsecured roll Was improper because the first installment of taxes was paid before valid procedures could be completed by the Auditor's Office. 2. Since the first installment was paid, there are no outstanding taxes due for 197576 • NOW, THE'<R.EFORE it is by the Foard Ordered that the Board's Resolution 11lumber relating to transfer of tax lien to the 1975-76 unsecured roll on Parcel No. 068-046-050 in Code Area 1004 amounting to$5.96 be rescinded. I hereby request the above action: I hereby consent to the above amendment JOHN B. U� , GOLDT CO SEL q1fle- By Deputy C4 Y AU _TOR-C�Q`dTROLLER AdoPTea EV we R""nio 14 Adoje7by MBoard this day of , 19 qc: County Auditor County Tax Collector {2} County Administrator County Counsel RESOLUTION NO. 76/14 s ,IN THE BOARD OF SUPERVISORS OF I ,CONTRA COSTA COUNTY, STATE OF 4ALIFMNIA uounty RESOLUTION NO. 76/14 .IN THE BOARD OF SUPERVISORS OF .COVTRA'COSTA COUNTY, STATE OF CALIFORNIA RESOLUTION HO. 76/15 CRE: Rescind Board's Resolution Number 75/1028 Relating to ) Parcel 074-130-016 in Code Area 1002 ) lipon application of the.County Auditor for rescission of Board's .R'esolutioiii relating to transfer of tax lien to the unsecured roll, the Board of Supervisors finds as follows: 1. The Bcard's Resolution Number 75/1028 where tax lien for 1975-76 on Parcel No. 074-130-016 was cancelled and transferrgd to the Unsecured roll was improper because the first installment of taxes was paid . before valid procedures could be completed by the Auditor's Office. 2. Since the first installment was paid, there are no outstanding taxes due for 1975-76 - NOW, TFEREFORE it is by the Board Ordered that the Board's Resolution cumber relating to transfer of tax lien to the 1975-76 unsecured roll on Parcel No. 0711-130-016 in Code Area 1002 amounting to S 1.27 be rescinded. hereby request the above action: I hereby consent to the above amendment JOHN B. C .US , CO SEL By Deputy H. ONA COUNTY AUDITOR-CONTROLLS.R Monted by tk". „g e � 9 day or , 19 qc: County Auditor County 'Tax Collector (2) County Administrator County Counsel RESOLUTION NO. 76/15 0039 JN THE BOARD OF SUPERVISORS OF .CONTRA COSTA COUNTY, STATE OF CALIFORNIA RESOLUTION No.76/16 ARE: Rescind Board's Resolution Number 75AO28 Relating to ) Parcel 074-130-043 in Code Area 1002 ) 'Upon application of the County Auditor for rescission of Hoard'"s•Resolution relating to transfer of tax lien to the unsecured roll, the Board of Supervisors- finds as follows: 1. The Board's Resolution Number 75/1028 where tax lien for 1975-76 on Parcel No. 074-130-043 was cancelled and transferred ,to the Unsecured roll was improper because the first installment of taxes was paid before valid procedures could be completed by the Auditor's Office. 2. Since the first installment was paid, there are no outstanding taxes due for 3.975-76 . NO'S, TH'F~ MRE it is by the Board Ordered that the Board's Resolution Number relating to transfer of tax lien to the 3_975-76 unsecured roll on Parcel No. 074-130-M3 in Code Area 1002 amounting to $ 5.96 be rescinded x hereby request the above action: I hereby consent to the above amendment ,JOHN B. CLPUSFJI. COMITY COUNSEL 14 Aq/�! :a - By 28&kg�� Deputy . H. DMA NhLV COUNTY AUDITOR-CONTROLLv...R /l.3rr� r{�e �QYl. .Adonted y the and this day of 19 r,c: County Auditor County Tax ^.ollector (2) County Administrator County Counsel RESOLUTION NO. 76/16 00040 ...._-...--- �-z^---,-, ,IN THE BOARD 0,= SUPERVISORS OF .CONTRA COSTA COUNTY, STATE OF CALIMgIA RESOLUTION H0.76/17 ,RE: Rescind Board's Resolution Number 75AO28 Relating to ) Parcel 178-300 in Code Area 9000 ) 'Upon application of the County Auditor for rescission of Board's .Resolution relating to transfer of tax lien to the unsecured roll, the Board of Supervisors finds as follows: 1. The Poard's Resolution Wimber 75/1028 where tax lien for 1975-76 on Parcel No. 178-300-M was cancelled and transferred to the Unsecured roll was improper because the first installment of taxes was Paid before valid procedures could be completed by the Auditor's Office. 2. Since the first installment was paid, there are no outstanding taxes due for 1975-16 . NOW, TFW. F0RE it is by the Beard Ordered that the Board's Resolution Number relating to transfer of tax lien to the 1975-76 unsecured roll on Parcel No. 178-300-002 in Code Area 9000 amounting to $1,307.40be rescinded. hereby request the above action: I hereby consent to the above amendment 40 ► ,JOHN B. USER COUH COUNSEL By Deputy H. MHALD COUNTY AUDITOR-C0:74'ROLLER Adopted by the Booed on . - .Adopted by the Board this day of , 19 cc: Bounty Auditor County Tax ^.ol?ector (2) County Administrator County Counsel RESOWTION NO. 76/17 00041' 4 a .IN THE BOARD OF SUPERVISORS OF XONTRA VOSTA COUNTY, STATE OF CALIFORNU RESOLUTION N0.76/18' ,RE: Rescind Board's Resolution Number 75/1028 Relating to ) Parcel 178-300-00 in Code Area 9000 ) ) 'Upon application of the County Auditor for rescission of Board's Resolution relating to transfer of tax lien to the unsecured roll, the Board of Supervisors finds as follows: 1. she Board's Resolution Number 75/1028 where tax lien for 1975-76 on Parcel No. 178-300-003 was cancelled and transferred to the Unsecured roll was improper because the first installment of-taxes Was paid before valid procedures could be completed by the Auditor's Office. 2. Since the first installment was paid, there are no outstanding taxes due for M5-76 . NOW, T1'FFaRE it is by the 3ieard Ordered that the Board's Resolution *cumber relating to transfer of tax lien to the1975-76 unsecured roll on Parcel No. 178-300-003 in Code Area 9000 amounting to $ 831.98 be rescinded. hereby request the above action: I hereby consent to the above amendment JOHN B. US CO COUZCSEL By nenuty COUNTY AUDTTO - ROLLER Adopted by the Board on _ .� . Adopted the Bo this day of , 19 qc: County Auditor County Tax Collector (c) County Administrator County Counsel RESOLUTION NO. 76/18 00042" m s,_ • JN THE BOARD OF SUPERVISORS OF .CONTRA COSTA COUNTY, STATE OF CALIFORNIA RESOLUTIOn NO.76/19, JRE: Rescind Board's Resolution Vumber 75AO28 Relating to ) Parcel 373-050-WI in Code Area 5001 ) 'Upon application of the County Auditor for rescission of Board's Resolution relating to transfer of tax lien to the unsecured roll, the Board of Supervisors finds as follows: 1. The Board's Resolution Number 75AO28 where tax lien for 1975 76on Parcel P.O. 373-050-WI was cancelled and transferred to the Unsecured roll was improper because the first installment of tares was paid before valid procedures could be completed by the Auditor's Office. 2. Since the first installment was paid, there are no outstanding taxes due for 3.975-76 NOW, THEREFORE it is by the Poard Ordered that the Board's Resolution number relating to transfer of tax lien to the 1975-76 unsecured roll on Parcel No. 373-050-001 in Code Area 5001 amounting to $ 57.hi be rescinded. hereby request the above action: I hereby consent to the above amendment ,JOHN B. AUS % , COUM _ COUNSEL By _Deputy H. D 1J4 l�U1lh. COUNTY AUDITOR n�. LLER AdooW Eve Bnc�rd n tJ �t - 0 .Adoed and this day of , Iq - Dc: County Auditor County Tax ^ollector (2) County Administrator County Counsel RESOLUTION NO. 76/19 y _. . _ -_ _�._.__. _ _ _ .�,-.,_-_ 3� IN VS BOARD OF SUPERVISORS OF .COTITRA COSTA COUNTY, STATE OF CALIFORNIA RMLUTION M0. 76/20 ,RE: Rescind Board's Resolution cumber 75A1028 Relating to ) Parcel 373-061-001 ' in Code Area SOOT ) 'Upon application of the County Auditor for rescission of Board's Resolution relating to transfer of tax lien to the unsecured roll, the Board of Supervisors finds as follows: 1. The FoardIs Resolution Number 75J1028 vhere tax lien for 1975-76 on Parcel No. 373-061-001 was cancelled and transferred to the Unsecured roll was -improper because the first installment of taxes was paid before valid procedures could be completed by the Auditor's Office. 2. Since the first installment was paid, there are no outstanding taxes due for 1975-76 • NOV,, Th'MFORE it is by the Board Ordered that the Board's Resolution ;lumber relating to transfer of tax lien to the 1975-76 unsecured roll on Parcel No. 373-061-001 in Code Area 5001 amounting to $ 3924*40.be rescinded. hereby request the above action: I hereby consent to the above amendment i JOHN S. C US , 0 COUNSEL D ??A DUNK �,. AY Deputy COUNTY AUDITOR- OLLER Adopted by the Board or3.,- .Ado. ed by the Board Lhis day of 19 qc: County Auditor County Tax Collector (2) County Administrator County Counsel RESOLUTION NO. 76/20 �I ,IN THE HOARD OF SUPERVISORS OF .CONTRA COSTA COUNTY, STATE OF CALIFORNIA RESOLUTION 110. 76/21, ,RE: Rescind Board's Resolution Vumber 35/1028 Relating to ) .arc !tl]-350-020 ' in Code Area 11022 . ) 11non application of the County Auditor for rescission of Boardrs !resolution relating to transfer of tax lien to the unsecured roll, the Board of Supervisors- finds as follows: 1. The Poard's Resolution Number 75/1028 where tax'lien for 1975-76 or_ Parcel No. 411.-350420 was cancelled and transferred to the Unsecured roll was improper because the first installment of taxes was paid before valid procedures could be completed by the Auditor's Office. 2. Since the first installment was paid, there are no outstanding taxes due for 1975-76 NOW, TFE.EFORE it is by the Board Ordered that the Board's Resolution dumber relating to transfer of tax lien to the 1975-76 unsecured roll- on Parcel No. 411.-350-020 in Code Area 11022 amounting to $ 3.58 be rescinded. hereby rep est the above action: I hereby consent to the above amendment JOHN B. C US , 0 TY COUNSEL ` 9y Deputy H. , IALD COUNTY AUDTT�=COIJTt10LLER Arl—ted by the W rd on �-��f� opted y the B+o�aFd this day of , 19 qc: County Auditor County Tax Collector (2) County Administrator County Counsel RESOLUTION NO. 76/21 00045� r RESOLUTION NO. 76/22 RESOLUTION OF THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA APPROVING FREEWAY MAINTENANCE AGREEMENT. WHEREAS, the State of California, through its Department of Transportation, District 4, has presented an agreement entitled "Freeway Maintenance Agreement" which concerns State Highway Route 4, in the County of Contra Costa, from 1.0 mile west of AlhambraBoulevard to 0.1 mile west of Pacheco Boulevard, and WHEREAS, the Board of Supervisors has heard read said agreement in full and is familiar with the contents thereof; THEREFORE, be it resolved by the Board of Supervisors of the County of Contra Costa that said Freeway Maintenance Agree- ment be and the same is hereby approved and the Chairman and the Clerk of the Board of Supervisors are directed to execute the same on behalf of said County. ADOPTED THIS 6th DAY OF January Attest: I hereby certify that the foregoing resolution was duly and regularly passed by the Board of Supervisors of the County of Contra Costa at a regular meeting thereof held January 6 1976 . ATTEST: J. R OLSSON Clerk of the Board of Supervisors By N. In ham, Deputy Clerk s E 00046 R FREEWAY XUNTENANCE AGREB14EENT THIS AGREEMENT', made and entered into, in duplicate, this Attest: I hereby certify that the foregoing resolution was duly and regularly passed by the Board of Supervisors of the County of Contra Costa at a regular meeting thereof held January 6 19 76 - ATTEST: i J. R OLSSON Clerk of the Board o Supervisors By Anahfatm, Deputy Clerk 0 ®o©4s r FREEWAY HAINlENANCE AGREEMENT THIS AGREEMENT, made and entered into, in duplicate, this loth , day of January , 19 76 , by and between the State of California, acting by and through the Department of Transportation, District 4, hereinafter for convenience referred to as "the State," and the County of Contra Costa, hereinafter for convenience referred to as "the County," witnesseth: WHEREAS, on February 18, 1969, a Freeway Agreement was executed between the County and the State wherein the County agreed and consented to certain adjustments of the county road system required for the development of that portion of State High- way Route 4, within the limits of the County of Contra Costa, as a freeway, and WHEREAS, said freeway has now been completed or is nearing completion, and the parties hereto mutually desire to clarify the division of maintenance responsibility as to separation structures, and county roads or portions thereof, and landscaped areas, within the freeway limits, and WHEREAS, under Section 3 of the above Freeway Agreement, the County will resume control and maintenance over each of the relocated or reconstructed county roads except on those portions thereof adopted as a part of the freeway proper. NOW THEREFORE, IT IS AGREED: 1. ROADWAY SECTIONS The County will maintain, at County expense, all portions of county roads and appurtenant structures and bordering areas, Microfilmed with board order 00047- M A, -2- within the designated areas on the attached maps marked EXHIBIT "A" and made a part hereof by this reference. 2. VEHICULAR OVERCROSSINGS The State will maintain, at State expense, the entire i structure below the deck surface except as hereinafter provided. The County will maintain, at County expense, the deck and/or surfacing and shall perform such work as may be necessary to ensure an impervious and/or otherwise suitable surface. The County will also maintain all portions of the structure above the bridge deck, as above specified, including lighting installations, as well as all traffic service facilities that may be required for the benefit or control of county road traffic. 3. SCREENING ON OVERCROSSINGS At locations determined by the Department, screening will be placed and maintained on State freeway overcrossings on which pedestrians are allowed (as directed by Section 92.6 of the Streets and Highways Code). All screens under this program will be constructed and maintained by the State (at State expense). 4. VEHICULAR UNDERCROSSINGS The State will maintain the structure proper. The road— way section, including the traveled way, shoulders, curbs, side— walks, walls, drainage installations, lighting installations and traffic service facilities that may be required for the benefit or control of county road traffic will be maintained by the County. t 00048 x. E 5. RESpO*JSIBILm It 13 understood and agreed that neithe*- th,. 4. VEHICULAR UNDERCROSSI14GS The State will maintain the structure proper. The road- way section, including the traveled way, shoulders, curbs, side- walks, walls, drainage installations, lighting installations and traffic service facilities that may be required for the benefit or control of county road traffic will be maintained by the County. 00048 i = r u I 5. RESPONSIHZISTY It is understood and agreed that neither the State nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by the County under or in connection with any work, author- ity or Jurisdiction delegated to the County under the Freeway Agreement and this Freeway Maintenance Agreement. It is also understood and agreed that pursuant to Government Code Section 895.4, the County shall fully indemnify and hold the State harmless from any damage or liability occurring by reason of anything done or omitted to be done by the County under or in connection with any work, authority or Jurisdiction delegated to the County under the Agreement. It is understood and agreed that neither the County nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by the State under or in connection with any work, author- ity or jurisdiction not delegated to the County under the Freeway Agreement and this Freeway Maintenance Agreement. It is also understood and agreed that pursuant to the Government Code Section 895.4, the Department shall fully indemnify and hold the County harmless from any damage or liability occurring by reason of anything done or omitted to be done by the State under or in connection with any work, authority or jurisdiction not delegated to the County under the Freeway Agreement and this Freeway 14aintenance Agreement. f L L ✓,.k ..n a ". _ _ i..hi ♦ v . .a4:. ................... .a 6. EFFECTIVE DATE This Agreement shall be effective upon the date of its execution by the State; it being understood and agreed, however, that the execution of this Agreement shall not affect any pre— existing obligations of the County to maintain designated areas pursuant to prior written notice from the State that work in such areas, which the County has agreed to maintain pursuant to the terms of the Freeway Agreement, has been completed. STATE OF CALIFORNIA' DEPARTMENT OF TRANSPORTATION SIDNEY C. McCAUSLAND DIREC eputy Dist r ' Director COON OF CONTRA COSTA W. N. Boggess jAN 6 1976 Chairman, Board of S Fervisors ATTEST: Approval as to Form: I R OCSSON rOR1I APPRO rZD Clerk of the Board of Supervisors i By Attorney r • In ham, Deputy Clerk i 00050 EXH i 8 iT :A�� �aLOCAMON N0.2 MILANO WY O.C. See Sht No.3 LOCATION NO. I -- MORELLO AVE U.G. See Sht No-2 4 N'. ` � I t ] 7 ? 4 LR 1 ' 4w + \jU tiD"r CAU I" RET d0 2300 IttI et 2lC0 I i$ : LOCATION MAP Sha":t t Of 3 4 REEWAY MAINTENANCE AGREED-LENT WITH THE COUNTY OF CONTRA COSTA 4- C C- 4 RN't R 7.5!12.3 Dori Nov ?, 1975 MOM— 1 • 78+ C7 76* 4'9 POT 27, 05 f _!,+ 01 -L0 qy t Ir Rr Area Q, t 7 fi /8 ME`t/yE i v .c. ed MA 1&,7-EN,4,VCJ, OL--.n Y, Of CoJ')tra Costa 1 r 4 P&! VR E,S,EtVT yvITN LOCAT1ON O 75!12.3 CpUNTY O Sheej 2 1 .. ----- Uote :oy ?R� GCS7.q 1975 AM 00 Q wY 1 i t -P tz 0 ir 04 J ^ E �s c) I �► R/r/ LOCATION NO. I Area Maintained by County of Contra Costa Sheet 2 of 3 FREEWAY MAINTENANCE AGREEMENT WITH The COUNTY OF COINITRA COSTA t 00-�- C C -4 Phi R 7.5/12.3 Date Nov 71, 1975 � _ 00052 i f MILANO WY 1 Rl LW Jq1yy ' .rte� 8 •,�' V'/AY 0 -MILANO G , i - - HwY ARNOLD INDUSTRIAL Cd 4inrE RTE 4 y CS 1I7t49.90 POT= G 24+54.90POT Rlw j i 1 GLACIER OR ' LOCATION NO, 2 =Area Maintained by County of Contra Costa Sheet 3 of 3 FREEWAY MAINTENANCE AGREEMENT WITH THE COUNTY OF CONTRA COSTA 04- CC - 4 PM P, 7.5/12.3 Date Nov 731975 A 00053 -77 ._ SvaTC OF CAC.fORNIA--BUSINESS AND TRANSFCkTAT1ON AGENCY EDMUND 0. BROWN 1R., Gavwa4w DEPARTMENT OF TRANSPORTATION r.10. $OX 3366 RINCON ANNEX ! ��- S.aN FRANCISCO 94119 DEC 10 1975 v r 7ci � ;a1513S7•i3BD --- � i L PUBUC WORKS DEPARTMUff December 8, 1975 04-CC-4 1975 P.M. 87.5/12.3 � Contract No. =�•'' ''cT :. 04-120234 Mr. V. W. Sauer s Director of Public Works and Road Commissioner ' County of Contra Costa 651 Pine Street Martinez, CA 94553 NOTICE OF COMPLETION OF FREEWAY PROJECT OIL STATE HIGiRIAY ROUTE CC-4 IN THE COUNTY OF CONTRA COSTA BETWEEN 1.0 MILE WEST OF ALHAMBRA BOULEVARD AND 0.1 MILE t'EST OF PACHECO BOULEVARD. Dear Bir. Sauer: Under the provisions of the Freeway Agreement between the State and the County of Contra Costa, dated February 18, 19692 the County agreed to accept control and maintenance of the relocated or otherwise altered county roads and the frontage roads or other roads constructed by the State in conjunction with the freeway project, upon notice from this Department that the work on such roads has been corpleted. You are hereby notified that all work on this freeway project was completed December 2, 1975. Accordingly, responsibility for control and maintenance, ine�uding the processing and issuance of Encroachment Permits outside the limits of freeway right of stay, of the portions of such local roads and appurtenances within the area of the County of Contra Costa is hereby transferred to the County as of the date of this notice. Where subsequent title is to be transferred to the County, the transfer will be effected by a separate Resolution of Relinquishment. i Microfilmed with board ordor i - 00054' I X Z. mill, Mr. V. W. Sauer Page 2 December 8. 1975 Q • j . i 'In the event you may have any questions concerning the respon. sibil3.ties that are hereby transferred under this notice, please feel free to ask for whatever clarification you nay desire. Yours very truly, t T. R. LANMRS District Director -By f R= Schroll� J f Senior En ! gineer, Maintenance CERTIFIED MAIL s f - i i i 0005 S r {1 •�r a. � i 0005 s IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) 76f 23 Adjournment in Memory ) RESOLUTION NUMBER of Mr. J. M. McKay WHEREAS this Board has learned with sorrow of the passing of Mr. James M. McKay, former County employee; and WHEREAS Mr. McKa.v, a very stable and productive person;'was widely recognized as a fine District Maintenance Engineer, a fact which is reflected by his 36 years of service in the Public Works Department from the time of his em- ployment on April 22, 1926 until his retirement on August 3T, 1962; NOW, THEREFORE, BE IT BY THE BOARD OF SUPERVISORS OF THE COUNTY OF CONTRA COSTA, CALIFORNIA RESOLVED that it expresses deep regret of the passing of Mr. James M. McKay; extends to his wife and other members of his family its sincere sympathy; and adjourns its official meeting on this date in deep respect to his memory and in acknowledgement of his fine public service. . ADOPTED by the Board of Supervisors this 6th day of January, 1976. RESOLUTION NUMBER 76/23 00056 In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 76 In the Matter of Grant Application for a Summer Youth Recreation Program. The Board on June 10, 1975 authorized its Chairman to execute a Grant Application in the amount of $12,070 for sub- mission to the Community Services Administration for the conduct of a Summer Youth Recreation Program for the period beginning June 16, 1975 and ending September 30, 1975. The Clerk of the Board received memoranda dated July 11, July 29 and August 7, 1975 (copies of which are on file with the Clerk) from Ms. Nancy Van Huffel, Director, Manpower Prosect, Human Resources Agency, transmitting pages for the aforesaid application with the request that they be added to the original grant application, or substituted for the original corresponding pages in same; the request was cleared with the Office of the County Administrator, and the requested additions and substitutions made. THIS IS A MATTER FOR RECORD PURPOSES ONLY. a matter of record 1 hereby certify that the foregoing is a true and correct copy gtj*mrdwcentered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of ce: County Administrator Supervisors affixed this 6th day of January . 1976 J. R. OLSSON, Clerk By, �ZDeputy Clerk Ma Crai . H 24 6/75 10M 00057 �--uni n Resources Agency - CONTRA. COSTA COUNTY Date July 11, 1975 T4 Clerk, Board of Supervisors . From Nancy Van Huffel, Director manpower Project Sub1 Additions and substitution for "Summer Youth Recreation Program" - NYC Please substitute the attached SUMMRY OF GRANT APPLICATION for the one enclosed with the grant application you received. Please add the following immediately behind the SUK4ARY: 1) CHECKPOINT PROCEDURE FOR COORDINATION 2) JUSTIFICATION FOR PROGRAM ACCOUNT AMENDMENT (2 pg,$) Attach RECREATION AND TRANSPORTATION COSTS FOR SUMMARY 1975 and SU4MR YOUTH RECREATION PROGRAM to the end of the narrative. RECEIVED JUL 1 A 1975 so o< SUIECVISORS Tim r-iA CO. . .Ca ` U 00058 1. —VPE OF-APPLICATtOM Foos Approved SUMMARY OF GRANT APPLICATION �.tE+r []{tsNTtNNUTrON or OUS No. 116•RO199 Ko. Nra1tA Deewonstratian Peaseaws Under section 272. GRANT NO. FOR OEO USE ONLY Re st fCA and Phot peoseaws Under section 231 24d "renal ls:pact Pres+aws Under Section!Sl of tie 2. NAME OF OEO PROJECT MANAGER ORGANIZATION GATE RECEIVED Economic OppuetnniRr IIKt.j MO. SECTION 1. APPLICANT INFORMATION 1. NAME OF APPLICANT AGENCY a. ADDRESS IN*.and sweet,Kis,.state and ZJP CODE, Board of Supervisors 651 Pine Street 00058 1. _v PE OF-APPLICATION Form App,ovrd SUMMARY OF GRANT APPLICATION t '•tEa CONTINUATION Of OUS No. 116-ROI99 ;co, Nrahh Demanstratioa Programs rider Section 224 GRANT NO. FOR OED USE ONLY Arle..rch amid Pitot Programs under Seetaoa 73:, rad 2. NAME OF DEC PROJECT MANAGER ORGANIZATION DATE RECEIVED Spinal Impact Prostams under Seetran )SI of tAe Ecowomic Opportunity wet.) NO. SECTION 1. APPLICANT INFORMATION 3. NAME OF APPLICANT AGENCY 4. ADDRESS(No.and street,city,state and ZIP CODE, Board of Supervisors 651 Pine Street ' Contra Costa County r ineZ, California 94553 S. riPO'LIC^NT AGENCY PROGRAM MANAGER 6. TELEPHONE NO.OF PROGRAM MANAGER _Nick Gonzales - Director 937-4100 Ext. 391 7. POLITICAL JURISDICTIONS IN WHICH OED FUNDED ACTIVITIES WILL TAKE PLACE A. COUNTIES B. CITIES(Municipalities of 25.000 or wore) C. CONGRESSIONAL DISTRICTS Contra Costa County Excluding the City of Richmon a. TYPE OF AREA SERVED BY PROJECT Q PROJECT NOT PROVIDING SERVICES TO RESIDENTS IN A DEFINED AREA 0MULTISTATE OSTATE OMULTICOUNTY 000UNTY LESS THAN COUNTY-WIDE OCITY Q LESS THAN CITY-WIDE O TRUST TERRITORY Q RESERVATION OCT HER(Identify) S. TOTAL POPULATION IN AREA SERVED O CHECK HERE IF PROJECT DOES NOT PROVIDE SERVICES TO RESIDENTS OF A DEFINED AREA (Proceed to Item 10.) URBAN(MuaiciAalities of 10.000 or more) — 660,000 RURAL (ONLY NEW GRANT APPLICANTS COMPLETE ITEMS 10 Ihw 13.) 10, TYPE OF AGENCY(ChecA more skus one if applaca►!e) 0 LIMITED PURPOSE AGENCY(Applicant not reeog• O INDIAN OMIGRANT O COMMUNITY ACTION AGENCY nized as a Community Action Agency.) OSTATE ECONOMIC OPPORTUNITY OFFICE O TRUST TERRITORY I1. INTERNAL REVENUE SERVICES EMPLOYER IDENTIFICATION NO.(Assigned by IRS Form SS-4) 12. APPLICANT TYPE 13. APPLICANT FUNCTION (CAeck most applicable item(s)) []PRIVATE ►(PUBLIC QELEMENTARY/SECONDARY SCHOOL 000OPERATIVE O PROFIT Q CITY GOVERNMENT Q INSTITUTION OF HIGHER EDUCATION O COMMUNITY 0NONPROFIT ►COUNTY GOVERNMENT QHEALTN DEVELOPMENT AND WELFARE AGENCY CORPORATION QSTATE GOVERNMENT 0RELIGIOUS ORGANIZATION Q OTHER(Specify) Q TRIBAL COUNCIL LEGAL SOCIETY O REGIONAL BODY EMPLOYMENT/MANPOWER AGENCY OOTHER ONEIGHBORHOOD BASED ORGANIZATION SECTION IL PROJECT SUMMARY 14. WILL THE ADMINISTkAT10N OF ANY PART OF THE WORK PROGRAM BE DELEGATED TO ANOTHER AGENCYT Q YES U NO (If"Yes". CAP Foran ll.—Assrraace of Compliance with Civil Rights Act of 1964.11 must be filed f.w each delegate agency. If it has not been previously submitted,is should be submitted with this application.) 15. FUNDING PERIOD FOR WHICH 16. TOTAL REQUESTED BUDGET FUNDS ARE REQUESTED PER OEO FORM 32S BEGINNING DATE ENDING DATE DEC FEDERAL NON-FEDERAL 6-16-75 1 9-30-75 1 12,070 SECTION 111. FORMER OFFICE OF ECONOMIC OPPORTUNITY EMPLOYEES (Check•'Yes—below if the answer to any of these questions is positive.) I. Does any person who was employed by OEO within the last 12manths IwAtiket asaregular or part-time employee of cons ultant)setve as chief executive officer of.or serve an the governing baud of.at have Any iinancial interest in: (a)the applicant agency; (b)an agency to which the applicant will delegare the administration of any part of the ptogsanr, or(e)a prospective contractor or subcontractor who will have a contract for SZ%000 ar moor? 2. Does any such persoa serve is any executive capacity. in a position paying more than $16.000 per year, fat any of the above agencies? 3. Is any such person expected to work on the program which is to be supported by the grant? A. Has any such person participated.or will any such person participate.in the preparation of this application or in communica- tions with OEO concerning the requested grant% aYES ®NO Ill"Yes•',nn cl.a listing of the names of any OEO employees involved,their positions Wilk OEO. and the relatioashsplwish ske applicant.) OEO FORM 301 Nov TI 01059 q 4 3 77. SECTION IV. CERTIFICATION OF COMPENSATION COMPARABILITY The salaries and fringe benefits of all employees of this applicant which ate supported by OEO funds, or ate counted as contri- bution to the noo-Fedcral share under a grant made by OEO Fate been reviewed according to OEO instructions and comparability has been established_ norumentation of the methods by which the applicant established comparability is AT,iloble in applicant's files for review by persons authorized by OEO and personnel of the General Accounting Office. Any amendment in the future to the OEO approved salary schedule resulting in a general raise is salaries or any change or in- crease in fringe benefits for all employees shall be based on a current detetminatioo of compensation comparability. SECTION V. TITLE VI OF THE CIVIL RIGHTS ACT i. _ The applicant AGREES that it will comply with Title VI of the Civil Rights Act of 1964(P.L. 88-352)and the Regulations of the Office of Economic Opportunity issued pursuant to that title (45 C.F.R. Part 1010).to the end that no person in the United States shall.on the ground of race.color.or national etigin.be excluded from participation in,be denied the benefits of,or be otherwise { subjected to discrimination under any program or activity for which the Applicalt receives Federal financial assistance either directly or indirectly from the Office of Economic Opportunity; and HEREBY GIVES ASSURANCE THAT it will immediately, in all phases and levels of programs and activities, install An affirmative action program to achieve equal opportunities for partici- pation,with provisions for effective periodic sell-evaluation. In the case where the Federal financial assistance is to provide or improve or is in the form of personal property, or real property or interest therein of structures thereon,this assurance shall obligate the Applicant.or,in the case of a subsequent transfer,the transferee,for the.pctiod during which the property is used for a purpose for which the Federal financial assistance is extended or for another purpose involving the provision of similar services and benefits, or for as long as the Applicant retains ownership or possession of the property.whichever is longer. in all other cases. this assurance shall obligate the Applicant for the period during which the Federal financial assistance is extended to it. THIS ASSURANCE is given in consideration of and for the purpose of obtaining either directly of indirectly any and all Federal grants, loans, contracts.property.or discounts.the referral or assignment of VISTA volunteers.or other Federal financial assist- ance extended after the date bereof to the Applicant by the Office of Economic Opportunity, including installment payments after such date on account of applications for Federal financial assistance which were approved before such dare. The Applicant recognizes and agrees that such Federal financial assistance will be extended in reliance oo the representations and agreements made in this assurance.and that the United States shall have the right to seek judicial enforcement of this assurance. This assurance is binding on the Applicant. its successors.transferees. and assignees,and the person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Applicant. SECTION VI. MAINTENANCE OF EFFORT (Applic"le to groats node wader Section 222 of she Economic Opportunity Act of 196,.) Funds or other resources devoted to programs cc activities designed to meet the needs of the poor within the community will not be diatinished in order to provide non-Federal share coouibutions for the Grantee. j With respect to each program account in this ftmding request: (1) The amounts claimed as non-Federal shoe represent a net increase over expenditures from non-Federal sources made for similar activities during the twelve months prior to initial application to OEO for the program account. (2) Tie program account services will be in addition to.not in substitution foe,services previously provided without Economic Opportunity Act assistance. ! i SECTION VII. CERTIFICATION The applicant agency agrees that any funds received as a result of this application will be expended in accordance with the terms of the grant and in accordance with regulations of the Office of Economic Opportunity. The undersigned CERTIFIES that he is authorized to submit this application on behalf of the Applicant agency, and to make the ; commitments contained in it. NOTE: If the applicant agency is recognized by OEO as a Community Action Agency under Title 11 of the Economic Opportunity Act.this application must be signed by the chairman of its governing board or, if the Community Action Agency is a political jurisdiction,by the principal governing official of the jurisdiction. In other cases,the application should normally be signed by the chief executive officer of the agency. Of t signatures will be accepted only if evidence of their authority to commit the applicant is submitte co Off. TYPED NAME AND TITLE SIGNA DATE Warren Boggess / Chairperson, Board* of Supervisors 6-9-.75 HYPED NAME OF EXECUTIVE DIRECTORORCOMPARABLE OFFICIAL(1f different from anise rad title indicated ahowe.1 GSa aC•72.0624 00060' I Form Approved � OMS No. 116-ROIO2 CHECKPOINT PROCEDURE FOR COORDINATION ( (OED lastractioa 6710.1) THIS SPACE FOR OEO USE) FROM: (Appl�coat Agency) TO: (Respoadiat Agency) QCOMMUNITY ACTION AGENCY(CAA) OCAA OSTATE ECONOMIC OPPORTUNITY OFFICE ISEOO) OSEOO I Q APPLICANT OTHER THAN CAA OR SEGO 10 OTHER OFFICIAL,AGENCY OR IHSTtTUTIONReg CSA I O CLEARINGHOUSE: Q STATE CD METFIO Q RCCIONAL The applicant named below plans to apply to OEO for financial sssissanee under provisions of the Economic Opportunity Act of 1964• The activity that the applicant plans to undertake is described in Section I below and in accompanying documents. In order to assure that this activity is coordinated with other programs and anti-poverty activities,you ale requested to complete Sections H and III of this form. OEO allows the office. agency or institution to which this form is sent, a minimum of I5 days from receipt of the form to cooplere and return it. If you are unable to respond fully to the request within this period,you may either request additional time or if the schedule will not permit an extension.you may return the form with notation explaining why you were unable to complete it. (rAea skit form is used arirk otk a doca/.eau to usplea eat praredwes*like Federal Project Notification and Rewiew System.affeered Clsarins. Aoases are nuo...rd 30 days is"AicA to respond.) ,. This checkpoint procedure is not designed to requite concurrence in the proposed activities by the recipient of this form. How- ever, OEO does require that the applicant provide an opportunity for all appropriate officials,agencies and institutions to express their concerns with respect to the proposed activities. SECTION 1. APPLICANT AGENCY AND PROPOSED ACTIVITIES 1. NAME OF APPLICANT 2. DATE THIS FORM FORWARDED Contra Costa County Superintendent of Schools - NYC June 26, 1975 S. ADDRESS NO.AND STREET CITY COUNTY STATE ZIP CODE 75 Santa Barbara Rd Pleasant Hill Contra Costa Calif. 194523 A. NAME AND TITLE OF STAFF DIRECTOR S.-TELEPHONE NO.(Include Area I - Code) ' Nick Gonzales Director 937-4200 • 'Ex 6. TITLE AND BRIEF DESCRIPTION OF PROPOSED AMT&POVERTY PROJECTIS)/ACTIVITIES (lacludint faading sources) • l To provide a summer recreation program for approximately 2000 economically disadvantaged youth within the jurisdiction of Contra Costa County excluding the City of Richmond. 7. COMMUNITIES TO BE INCLUDED IN PROPOSED PROJECT[$) Cities of San Pablo, Rodeo, Martinez, Pleasant Hill, Concord, Pittsburg, Antioch, Brentwood and unincorporated areas within the county. - !!. BUDGET PERIOD (rroCaa year) FOR PROPOSED PROJECT(S) BEGINNING DATE ENDING DATE 6-16-75 4-30-75 S. TOTAL ESTIMATED COST OF PROPOSED ACTIVITY 10. OEO FEDERAL SHARE it. NON-FEDERAL SHARE (!nem J0+Jl) $12.070 $12,070 -0- OEO FORM 394 •UL-7' UUMI ... PAGE Or PAGES �FF1CF,7r Et OMOMIC OPPORTUNITY-A7rL1CJ►TfON F4R Car-S718/75 OGRAM d,eABw o�pa 116-R0151f JUSTIFICATION FOR PROGRAM ACCOUNT 1. A?PLaCANT AGEPaCY 2. DAT . PROGRAM YEAR J t- GaA»T NO. END DATE: 0315 Contra Costa County Board of Supervi ors 12-31-75 7 PROGRAM ACCOUNT c. BEG!»»I»G d. j?�3S-75 a. NUMBER b. NAME 1-1—]5 05 Coamunity Propratmtino 7. COrII.tUNIT1ES TO BE INCLUDED IN PROPOSED PROJECTIS) Cities of San Pablo, Rodeo, Martinez, Pleasant Hill, Concord, Pittsburg, Antioch, Brentwood and unincorporated areas within the county. - a' BUDGET PERIOD pro tem Peer) FOR BEGINNING DATE PROPOSED PROJECTIS) 6-16-75 ENDING DATE T-30-75 S. TOTAL ESTIMATED COST OF PROPOSED ACTIVITY (Item JO t JJ) 20- OEO FEDERAL SHARE ti. NOM_FEDERAL SHARE $12,070 $12,070 OEO FORM 394 JUL-Y% MINOR PAGE Of PAGES OiF11CF,7r ECOI.OMIC OPPORTUNITY-APrLICATION FOR COwwUNITY ACTION PROGRAM Fwn •tproved JUSTIFICATION FOR PROGRAM ACCOUNT AMENDMENT IVa- 116-RO159 1. APPLICANT AGENCY 2- DATE SU+aNITTEO S. PROGRAM YEAR 'I A. GRANT NO. Contra Costa County Board of SuperviJOrS 7/8/75 END DATE' 0375 12-31-75 S. PROGRAM ACCOUNT a. NUMBER b. NAME C. BEGINNING d. ENDING 05 Community Programming 1=1-75 12-31-75 6. SUBMITTED TO JUSTIFY(Cl.c&tia Ml—,inS—OPPooari-te) a. Q CHANGE Its EITNER FEDERAL OR NONPEDERAL SHARE b. 0 CHANGE. BEYOND FLEXIBILITY.IN SALAAIES ANO POSITIONS ANWOR OTHER BUDGET CHANGES WITH/p#PROGRAM ACCOUNT C. CIIANGQ IN WORK PROGRAM d. CHANGE,SFYONO FLEXIBILITY.IN AGy1NIsTERING AGENCY FUNDING LEVEL GRANTEE EXPLANATION f(/a"itiooal space is A.edW4.eo+tia-a a WSO';papaw.) it is requested that permission be given for the use of $5800.00 of federal grant funds to pay for tuition, board and room, and medical attention for the attendance of 16 young people to attend a six weeks Summer Program sponsored by the University of Durango, Durango, Mexico. This is a joint funded project -in which CSA special summer Transportation and Recreation- Grant funds will pay for the transportation X1400.00) and CETA funds will pay summer youth stipends to the individuals. The total project is under the supervision of the Contra Costa County Department of Education, NYC staff. The County Board of Supervisors and the FAC have reviewed and approved this request. 7. 1F 1TEM 6 a. ABOVE.IS NOT CHECKED.COMPLETE THE FOLLOWING IN LIEU OF CAP FORM t. a SUWAITTED BY (T>Peti..wa mal 9"of em"orised 011ieial) b. SI N TUNE George Johnson _ a. DEO ACTION . A. QAPPROWro b. 0OISAPPROVEO t c. TYPED NAME ANO TITLE OF O:D OFFICIAL d. SIGNATURE e- DATE I . 1 CAP FORM 25b AUG 6$ REPLACES CAP FORT*).DATED YAR i7,wNKN tS OBSOLETC. _ -WOs2 SECT tam-1i. OFFtC1A1.'OR AGENCY RESPONDING TO FORA1`: a 7« 178TLE OF OFi1G1#L Oil AGENCY RESwOM WNG ta. OATS OP,RL'SPONSE- -. Contra Go a ta. /►DORESS ; S MO.#M03TREET CITY couldri STATE ZtP'COOE _LIS 7 Thom son` 2iartinea• =Contia 'Costa- Calif:. 94553 % rl IS. TYPED N#ME IeMD':TMTLE OF.INC:HIDu RL SIGNATURE' t7.r fE1EPHON£.NO [lwtladea COMPLETING"'TlitS,FORM `` .,, ,„- 'Cad:J� x 228 3000X22282 George Johasoa, Diacector �J" t` p�= PC SECTION Itl. ,CON1k1EliT -ONPROOO&ED=AC7lV1T1C` ttl. arEREYOIt•Ott w81S'YOUR wGENCY,CONSULTED;IN-TMEPLAMII•NG<OF T11�PNOPOSCD'PROJEGT4S)OESCRiBEO INSEGTtO :- YES Q NO 77 111a, OF-YES—.[Jtew Zd.oiw J6 DESCRIBE IN WHAT iMMMER ANO AT WHAT POIItY ,T.YOU OR- OUR AGENCY T PARTtc;pAED lN,THE PL.#NNtNGOF TMEPROPOS<'o PgOlEGT: � _ The sponsor-met,z.uith.staff of .the CWs;Central Administration and delegate agencies=asp cell as .Ibe,various Area ,Councils, and i'rogram.Development�Comtottee o the�EOta they design and`developaieat of the proposal. 1t1. 140w ILL THE:PItOPOSEn PJROJECTM cou"LEMENT w116 8E GOO/ID/NATEO MITH YOUR CURRENT;AND PLANNt:O AGTtVtTt Y AFFECTING :TtiE-POiNtt r The proposed tgrojectzovide�se>:vices-tolow. incoloe youths recruited by;�annd�assignd e = (in ,part) to.ythe delegate ,ggeucies and area,. councils: of the-,'WP fi additiost a nutaber of projects :are jointly funded ;and/or,sponsored=by ttie.NYC and,CAA. f' .� C • t7f� [ . w .''�„��r., ...�..w,_Hw.�._ . +:'. ', - a.E^:r., ....wr«: a, nt.n_•.'. •...��M _r. �rF.'� ..�f,...,: t, W. WHAT IS XOuR al4NK>o.OF?ItE.PR6POSED,PROJ6CT1SyT STwTE wNY<OtM1T�R=FAGTORS.n►MlC1t Y01i BEttEVE SHOUc.D tMFLUE14CE OEO S DECISION,ON 1W 1E NEWTO FUNDIT pRweCrOL This ,praposal, bees reviesied ,and approved.:by-the A�cea Councils,h the Prograia°Devtnment .Committee:`ofthe EDC,, and'Hoard of Supe=viso�cs. In addition staff ofthss�office have _reviewed.and are in'-support.af the,activities` to be operated^bp, the l�YC3 staffs under& -this :grant " 'Z.8' .►t� rH t r r I,. 00 You.OR YOUR I►GENeY(otiai>ion.,Cts.:.tso�ssA.PLRw To,PleowOE suPPoleT'[i�n00c�E tic�.wus.o.a(.tev.ee:to asaef�eiase:. serAnkulassYsta"c a otAsrassisse+�eeJ-'TO TyE`i►R D�Q6>!Q PROJECtt°,[ 'Yes";dsstn7rs tie spetiftc J�ds;ojsoypo�t.) .s YES NO Delegate.Agencies assist:in=recruitwaut.and,,supezvisiow of.,the youth, and Me,£ands gill be'used oto' support a: pint .funded ,project to: sead .16 youth= to s saaet programs .t: in Durango, �Mexico,. 0006 t (I�a�iiitsiwl xpnsM js isgawsd coasFa as 6lowlr poper j C.ra:sta.0WI '" L/, - -ULL Ise operated. by the NYC staff under this grant. 1: 00 You. OR YOUR AGENCY(aticr t$on a c:Ceriasaausel PLAN TO PROVICS SUPPORT(tbomelk tie pravisi"of services to beneficiaries. technical assistance of otter assistance) To T44E PROPOSED PROJECTI (1(**res—.descriae tie speeifia binds of sapparx,) YES ONO - Delegate Agencies assist-in-recruitment and supervision of the youth, and-CAP funds will r be used to support a joint-funded project to send, 16 youth to a six weeks summer program ' f in Durango, Mexico. - t 00063 III eddisio kat spare is requited continue an blank paper.) cra ssast 1 • s ' - ATZON CASTS FOR S1l�R 1975 , .. RECREATION AND TRANSPORT . ' ,926.01 " TOTAL - - 3;000.00 TRANSPORTATION RECREATION (includes cultural and educational activity-2,926001 . {- - 1so.va - Little Leap a i00 x $3.•50 (fees) 3Q0 x $1.00 (meals, park fee) 300.00 Camping 350.00 ,eatre 100 x $3.50 (tickets) _ - ... ' 2.QQ (tickets) 3.00.Oa> • Football games 50 x $ - - i.50 (tickets) - 75'00 Baseball games 50 x $ 900.00 - IQ0.00 ~ Fi3xn p,�oject 9. week.s x $ - QO 100. ShakespeareanFestival 2 x $SO.Oa ks 200 x $2.54 (tickets) 400.00 Amusement Par Concerts etc Special Events 200 x -$2.50 (tickets) 504.00 and Crafts (,indoor activity) ,pO1 ets Sl,__,.. . 50 $2,92601' Total _ 9Z46-01- ------------- TOTAL._--___--_____ - 4t�064 ONO „ns SUI IER YOuni RECREATION PROGRAM (addition to original narrative) ' 1. Statement-of -Purpose: To provide a summer program for f economically isa vantage youth in the jurisdiction of s .! the County of Contra Costa excluding the City of Richmond. For youth ages 8-13. t • _ is A.) The following agencies -will participate: City of Pittsburg Mt.-Diablo -YMCA - Pittsburg, California Pleasant Hill, California t (downtown area) Spanish Speaking Organization Martipez Schools r Oakley, California ' Martinez, California e (citywide) (county housing, downtown) i Contra Costa Y14CA City of Concord Pittsburg, California Concord, California (West Pittsburg Area) - (city-wide) Neighborhood House Pacifica High School N. Richmond, California Pittsburg, California (North Richmond) (West Pittsburg) City of San Pablo Antioch High School iL San Pablo, California Antioch, California (city-wide) (city-wide) •r Concerted Services - Pittsburg Schools Pittsburg; California Pittsburg, California (Housing project, West Pittsburg) (city-wide) _ F • Rodeo Service Center U.C.S.S.O. , Rodeo, California Brentwood, California - ff (housing project, city-wide) (city-wide) - I II. Description of Recreation Activities: It will be the intent of the summer program to coor inate its efforts -with - existing agencies serving low income individuals to supplement ongoing recreational activities resulting in serving more disadvantaged youth at minimum cost. A.) Football uniforms, objective: 1. In the event that a-1ow income participant is unable to pay the cost of fees and equipment NYC will be able to assist these persons on an individual basis through the summer and beginning i in the fall. OJO&5 b 1- w-n-in Resources Agency CONTRA COSTA COUNTY Date July 29, 1975. TO CLERK, BOARD OF SUPERVISORS Nancy Van Huf fel, Director From Manpower Project Subj AMENDED BUDGET FOR RECREATION SUMMER `75 Attached is a copy of the Amended Budget for the Summer Youth Recreation Program, Grant No. 0375 from Community Services Administration. Please substitute these revisions for the original budget. The total amount of the budget remains the same. NVH:eh Attachment RECEIVED AUG 1 1975 CLERK SUPEWASM CONE A CO. 00066 i x SUPERINTENDENT OF SCHOOLS SUPERINTENDENT CONTRA COSTA COUNTY75 TELEPHONE BARBARA 13) D3 40100 AD ♦torp w�wcwu� ASSOCIATE SUPERINTENDENTS PLEASANT HILL. CALIFORNIA 94323 wICHARD IKccFc cm wouwT rlrlcw A AMENDED BUDGET FOR RECREATION SUMMER '75 n,-- $ ,TOTAL -------------------------------- 12 070 A COMMUNITY ACTION PROJECT 1 45 Passenger Bus rental 3 months $ 500.00 2 12 Passenger Van rentals 3 months 1,200.00 Misc. outdoor equipment 200.00 10 Backpacking gear @$20.00 200.00 2 Camping Stoves @ $25.00 -50.00 3 Cs Butane cyls. @ $30.00 90.00 5 Baseball gloves @ $7.00 35.00 4 Baseballs @ $3.00 12.00 3 Footballs @ $10.00 30.00 2 Baseball bats @ $3.00 6.00 Football- Entrance fees . 50.00 Other direct recreational, cultural, and educational expenses $9,317.00 GRAND TOTAL $120070.00 RATIONALE FOR AMENDMENTS 1. Instructor- We have on our staff, a credential teacher willing to volunteer her time for instruction. We also receive other In-Find volunteers. 2. Fringes - No longer necessary. 3. Equipment - Camp stoves, baseball gloves, baseballs, footballs, and bats cut to smaller figures to allow for more money to be allocated to youth. 4. Bicycles - Bicycles cut for lack of demand. 5. Football Uniforms - Uniforms were cut to allow for more money to be allocated to youth. (Replaced by football entrance fees:) 6. Program Administrator' s Travel Expenses - Cut to allow for more money to be allocated to youth. r 00067 • SUPERINTENDENT OF SCHOOLS79 "NTA ARBRA ROAD ` fUF'ERlNTENDENT CONTRA COSTA COUNTY TELEPHONE 0 1!)A 37•/100 /LOAD MpwplY� AffOCIATE SUrLRINTENDENTS PLZASANT HILL. CAI.IFORN)A 94323 RICHARD w[AI f wouwT rl►!cw `� SUPPIrui Rr TO BUDGET At•IE UMENT (Breakdovin of X19,317.00 for Recreational, Cultural and Educational Activities) . A COMMUNITY ACTION PROJECT City of Pittsburg 86 S 613.84 UCSSO Brentwood 57 407.07 Pittsburg Schools 111 792.09 Oakley Spanish Speaking Center 57 407.07 Pittsburg Spanish Speaking Center 57 407.07 1%"CA of Contra Costa County 40 286.99 Pittsburg Concerted Services 74 528.28 YiCA I•It. Diablo 109 777.83 I-:artinez Schools 85 606.71 County Housing, N4artinez 76 542.54 City of Concord 96 685.14 N. Richmond Ilei ghborhood House 102 727.92 City of San Pablo 39 635.23 Pacifica High School 62 442.72 Rodeo Service Center 91 649,49 Antioch High School 62 442.72 Out of School 51 364.29 GRAND TOTAL 317.00 I;oney was allocated to agencies according to the number of WYC slots. Agencies will use money for vorksl±ops, training sessions, arts and crafts activities, field trips to museums, plays, parks, zoos, movie. theatres, major league bvseball games, camping, picricing, fishing, horseback riding, hiking, si:iLming, concerts, tours, roller skating, ice s%. ting, pizza feeds, films, and refreshments for i.YC sponsored events, (ie. Saturday afternoon baseball games bet.:-nen agency teams, inter-agency picnics etc. ) 00068 1!Hun-ira.-, n Resources Agent CONTRA COSTA COUNTY Date August 7, 1975 To CLERIC BOARD OF SUPERVISORS RECEIVED Nancy- Van Hu#fel., Director ll AUG 111975 F'rOM Manpower Project 7� CLERK BOARD G SUPEAVHQA� SUbj Budget/Summer Youth Recreation Program, SCH #75072137 _ SOAR►0- SUPE°!SO .1a1 Attacked is the corrected copy of the Amended Budget for the Summer Youth Recreation Program. The following item was inQdvertently omitted on the Amended Budget sub- mitted July 29: 4 Camp Lanterns @ $28.00 --- $80.00. With the additional $80.00 the correct total is $12,070.00. WH:is Attachment 00069 Mimi • SUPi•RINTC.N 0 EUT OF SCHOOLS S:lPC AI►.TCK.".CTiT711 Z^KTA ova v..c«u. TELC11+Ot/C aCON A1COSTA COUNTY171 0>7♦107 ASSOCIATE SUPEAINILNOENTS PLEASANT HILL„ CALIFORNIA 94523 44ICH44%a Ives - VO?CAT nnvta j YO-10 TO: - FROM : Nick Gonzales, Director NYC ". DATE : August 5, 1975 SUBJECT: Recreation Budget breakdown, estimated expenditures A COMMUNITY ACTION PPOJECT TOTAL $12,070.00 1 45 Passenger Bus rental 3 months 800.00 2 12 Passenger Van rentals 3 months 1,200.Qg- ?•fisc. outdoor equipment -' 200.00 - 10 backpacking gear @ $20.00 200.00 • 2 Camping stoves @ $25.00 50.00 4 Camp Lanterns @ S20 00 80.00 3 Camp stove cyls . @ $30.00 .. 90.00 5 Baseball gloves @ S 7.00 -35-00 4 Baseballs @ S 3.00 L 12.00 3 Footballs @ S10.00 --30.00 2 Baseball bats @ 6 3.00 6.00) " Football entrance fees 50.00 - Transportation 0.00 - Tr ansportation (to- and from field trips 3,000.00 Admission tickets and fees (i.e. museums, 4,655.00 - movie theatres, plays, parks, zoos, major league baseball and football games, 'ng, horseback riding, swimming, concerts, roller skating, ice skating, circus, I-Trine World, Santa Cruz Beach & Boardwalk, Lawrence Radiation Laboratory, Chinese Exhibit, Golden Gate Park, Aquarium, Morrison Planetarium) - Camping 370.00.' Film Project 647.00• Arts and Crafts Supplies 220.00• Picnics 425.00 $12,070.00 000'70 In the Board of Supervisors of Contra Costa County, State of California January 64, , 19, 76 In the Matter of Report of the Administration and Finance Committee with Respect to Child Health and Disability Prevention Advisory Board. The Board having heretofore referred to its Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny) the request of the Child Health and Disability Prevention Advisory Board (CHOP) for certain expense reimbursement for "Lost wages" and babysitting on a retroactive basis ; and Said committee having reported that a June 17, 1975 letter had been received from the State department of Health advising that reimbursement to the County would be made for all allortable CHDP Advisory Board expenses incurred any time during the 1974-1975 fis- cal year, and having suggested therefor that no further Board action on this item is required; and Said committee having further reported that it is agree- able to reimbursement for actual and necessary child care expenses on the same basis as authorized for members of the Economic Oppor- tunity Council , but as a matter of policy recommends against the concept of payment for "lost wageso; and The Board naving considered said recommendations to be appropriate, IT IS ORDERED that the aforesaid report of its Adminis- tration and Finance Committee is APPROVED. PASSED by the Board on January 6 , 1976. hereby certify that the foregoing Is a true and corned copy of an order entered on the, minutes of said Board of Supervisors on the date aforesaid. c c: Committee members Wt m my hand and the Seal of the Board of Director, Human Resources S'pewbors Agency affixed this 6th day of January , 19 76 Advisory Board J. R. OLSSON, Clerk c/o human Resources A4eneNy I�./j; , ,f; A Deputy Clerk County Counsel Qoftie au errez County Auditor-Controller County Administrator H_; Bps 101A oa on the sane basis as authorized for members of Isle Lcv11v1u1L, upp r/ tunity Council , i,ut as a matter of policy recommends against the concept of payment for "lost wages" ; and The Board navinu considered said recommendations to be appropriate , IT IS ORDERED that the aforesaid report of its Adminis- tration and Finance Committee is APP"IVFg. PASSED by the Roard on January 6 1976. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. c c• Committee me rtl.ars Witness my hand and the Seal of the Board of Director, Human Resources Supervisors 4 v e n c v affixed this 6t' day of Ja n u ary 19 76 -.d v i s o r v Board J. R. OLSSON, Clerk c/o Human Pesources :'`genciy4 r,A AAL, r Deputy Clerk County Counsel 11,W.x)ie -,utierrez ; ) County Auditor-Controller County Adi!i ni strator H 24 ans IOU 00071 ♦ K. THE BOARD OF SUPERVISORS JAMES P. KENNY,RICHMOND WARREN N.BOGGESS 7Rr DISTRICT CHAIRMAN ,L,FREO'M,DIAS.SAN PAULO CONTRA COSTA COUNTY JAMES P. KENNY INN)DISTRICT PICC'CHAIRMAN JAMES E. MORIARTY.LArAYCTTC AQMINISTRATION BUILDING. ROOM 103 .JAMES R.OLSSON,COUNTY CLCRIG 3NO DISTRICT ANO CX OFFICIO CLCRK OF THE BOARD WA.iREN N. BOGGESS.CONCORo P.O. BOX 911 MRS. GERALDINE RUSSELL. A,"DISTRICT CALIFORNIA 94553. allu CLXRK EDMUND A. LINSCHEiQ. MTTf9uRG MARTINEZPHONC 229."00 STN DISTRICT �'%TCNCION 2111 January 5, 1976 RECEIVED JAN G "°%d REPORT C r 0.7 Or SU?CRS/(jO;y$, OF ly, .SRA co;T ADMINISTRATION AND FINANCE COMMITTEE BY_ , _......_........ .. _.. .De,�nY ON EXPENSE REIMBURSEMENT TO MEMBERS OF THE CHILD HEALTH AND DISABILITY PREVENTION ADVISORY BOARD On June 3, 1975 the Board referred to the Administration and Finance Committee a request from the Child Health and Disability Prevention Advisory Board on expense reimbursement for certain expenses on a retroactive basis for "lost wages" and for babysitting. With respect to the first issue, subsequent to the Committee's referral, a letter was received from the State advising that the State would reimburse the County for all allowable CHDP Advisory Board expenses incurred any time during the 1974-1975 fiscal year. No further Board action on this item appears to be required as a result of this communication. With respect to the other items, the Committee as a matter of policy recommends against the concept of payment for "lost wages" for this or other boards, commissions or committees. It is agreeable, however, to reimbursement for actual and necessary child care expenses on the same basis as authorized for members LAMES P. KENNY,RICHMOND THE BOARD OF SUPERVISORS WARREN N.BOGGESS IST OISTRICT CHAIRMAN ALFRED M,DIAS.SAN PAMM CONTRA COSSTA COUNTY JAMES P. KENNY "No 016rRlcr VICE CHAIRMAN JAMES E. MORIARTY.LAFAYETT! ADMINISTRATION BUILDINGROOM 103 JAMES R.OLSSON.COUNTY CLERK . 3140 DISTRICT AND EX OIPICIO CLERK OF THE BOARD WARREN N. BOGGESS.CONCORD P.O. BOX 911 MRS. GERALDINE RUSSELL 41" DISTRICT CHIV CLERK EDMUND A. LINSCHEID. rITTSOURc MARTINEZ CALIFORNIA 94553 PHONE 228-3000 ITN DISTRICT EXTENSION 2371 January 5, 1976 RECEIVED JAN G 1976 REPORT Cr BO OF SUPER` ISOZ$ OF O.IRA COST By.r.a__.._. ........ .. ..Deputy ADMINISTRATION AND FINANCE COMMITTEE ON EXPENSE REIMBURSEMENT TO MEMBERS OF THE CHILD HEALTH AND DISABILITY PREVENTION ADVISORY BOARD On June 3, 1975 the Board referred to the Administration and Finance Committee a request from the Child Health and Disability Prevention Advisory Board on expense reimbursement for certain expenses on a retroactive basis for "lost wages" and for babysitting. With respect to the first issue, subsequent to the Committee's referral, a letter was received from the State advising that the State would reimburse the County for all allowable CHDP Advisory Board expenses incurred any time during the 1974-1975 fiscal year. No further Board action on this item appears to be required as a result of this communication. With respect to the other items, the Committee as a matter of policy recommends against the concept of payment for "lost wages" for this or other boards, commissions or committees. it is agreeable, however, to reimbursement for actual and necessary child care expenses on the same basis as authorized for members of the Economic Opportunity Council. F14 E. A. LINSCHEID P. KENNY 1 Supervisor, District V Supervisor, i trict I 1 I f s 1 1 t 1XIaOtlimau with board order 000'72 ' Y 1 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of ) JAN 6 1976 Implementation of SB 744 ) With Regard To ) County Alcoholism Program ) A December 26, 1975 memorandum written by C. L. Van Marter, Director, Human Resources Agency, having been received from the County Administrator advising that implementation of SB 744 will mandate significant changes in the organization, financing and administration of the County Alcoholism Program and submitting recommendations with regard to these changes; IT IS BY THE BOARD ORDERED that said recommendations are REFERRED to the Human Resources Committee. PASSED by the Board on JAN 6 1976. CERTIFIED COPY I eerMy that this is a full. true & correct copy of the orWnai doen-sent which is on me in my office, and tbat it rras passed k adopted by the Board of Supervisors of Contra Costa County. Cammfornia. on the date shown. ATTEST: J. R. OLSSON, County Clerk A ex-officmo Clerk of said Board of Supervisom t c by Deputy Clerk. JAN 6 1976 Craig cc: Director, Human Resources Agency County Administrator Board Committee 000'73 l Human Resources Agency, CONTRA COSTA COUNTY Date December 26, 1975 RECEIVED To Arthur G. will, County Administrator C. L. Van Marter, Director From Alcohol Program Coordinatory J. R. 0=114 Ct:24 EOARD O: SU?ERVISOZS F COTTA C Subj IMPLEMENTATION OF SENATE BILL 744 g.___. ... SB 744 is effective January 1, 1975. It makes significant changes in the_ organization, financing, and administration of alcoholism programs at the County level. The major changes are: 1. Alcoholism programs need no longer be tied as closely to the Short/Doyle budget planning process as has been true in the past. 2. The state-required Alcoholism Plan need no longer be a part of the County's Mental Health Plan. 3. The designation of a "County Alcohol Program Coordinator" is abolished. 4. A single "Alcoholism Administrator" must be designated and this person must have overall responsibility for alcoholism programs. 5. The Alcoholism Advisory Board may no longer be placed under the jurisdiction of the Mental Health Advisory Board. Specific teras of office are mandated. While there are many other detailed changes in the law which will affect our planning process and the manner in which we handle alcoholism funds, these five factors are the most significant areas with which the Board of Supervisors should deal. To deal with these issues, I recommend the following: 1. That the Board of Supervisors abolish the existing Alcoholism Advisory Board effective January 13, 1976. 2. That the Board of Supervisors establish an Alcoholism Advisory Board as required by Sectiin 19925 (a) of the Welfare and Institutions Code effective January 14, 1976. 3. That the Board of Supervisors appoint to the newly formed Alcoholism Advisory Board the persons listed on Attachment I, for the terms indicated, leaving one vacancy to be filled at a later date following receipt of recommendations from the new alcoholism Advisory Board. 4. That the Board of Supervisors direct the new Alcoholism Advisory Board to meet on January 20, 1976 to elect officers and to organize themselves in accordance with Sections 19925 (a), 19926, 19927, 19929, and 19930 of the Welfare and Institutions Code. Further, that the Board of Supervisors i 000'74 Microfilm with board order I a y t Arthur G. Will December 26, 1975 Page 2 charge the Alcoholism Advisory Board to assume the responsibilities outlined in Section 19931 of the Welfare and Institutions Code, to comply with Section 19932 of the tfelfare and Institutions Code, and to comply with the intent of Section 19936 of the Welfare and Institutions Code by cooperating fully with the Mental Health Advisory Board, Drug Abuse Board, and other boards and staff concerned with alcoholism problems in the community. S. That the Board of Supervisors designate the Human Resources Agency as that health-related County agency referred to in Section 19923 (a) of the Welfare and Institutions Code which will administer the County Alcoholism Program in Contra Costa County. 6. That the Board of Supervisors order the Director, Human Resources Agency to take the steps necessary to establish a position of "County Alcoholism Administrator," such position to meet the requirements of Section 19923 (b) of the Welfare and Institutions Code and to carry out the responsibilities outlined in Section 19924 of the Welfare and Institutions Code. 7. That the Board of Supervisors designate the following administrative channels through which the County Alcoholism Administrator shall be responsible to the Director, Human Resources Agency, as prorided for in Section 19923 (a) of the Welfare and Institutions Code: The County Alcoholism Administrator shall be directly responsible to the Mental Health Program. Chief, who in turn reports to the M4dical Director/.`•!ental Health Director and thence to the Director, Human Resources Agency. I request that this matter be presented to the Board of Supervisors on January 6, 1976 with referral to Committee for one week and final action by the Board of Supervisors on January 13, 1976. I also attach for your information correspondence from Dr. Pollack (10-27-75), Dr. Wood (11-14-75), the Alcoholism Advisory Board (11-20-75), and the Mental Health Advisory Board (12-5-75) relating to this subject. CLNtiI:gp Attachments cc: Clerk of the Board of Supervisors Arthur La Plant, Chairman, Alcoholism Advisory Board Palmer Watson, Chairman, Dental Health Advisory Board Dr. George Degnan, Medical Director/Mental Health Director Dr. Charles Pollack, Mental Health Programs Chief Bill Stevenson, Executive Assistant, Alcoholism Advisory Board Pat Filice, Executive Assistant, Mental Health Advisory Board a Dr. Orlyn Hood, County Health Officer Robert E. Jornlin, County Welfare Director Laurel Knapp, Executive Assistant, Hunan Resources Agency 000'7 co r- CO c+ Q% � Q1 i r !� On AGI C% Cn e•- r. a + d e ! 7, �'f a r ►� r r CS - '� ` �► �' 4 X .1, U .t.t-%L4L LUJL wLUL lillUL-,-- lUtl t.U1LW-•:a�.Jllu�.:ilt�e iAum Ur. Pollack LIU-Z7-/SJ, Dr. Wood (11-14-75), the Alcoholism Advisory Board (11-20-75), and the Mental Health Advisory Board (12-5-75) relating to this subject_ CLV,%I:gp Attachments �.� cc: Clerk of the Board of Supervisors Arthur La Plant, Chairman, Alcoholism Advisory Board Palmer Watson, Chairman, !'ental Health Advisory Board Dr. George Degnan, Medical Director/Mental Health Director Dr. Charles Pollack, Mental Health Program Chief Bill Stevenson, Executive Assistant, Alcoholism Advisory Board Pat Filice, Executive Assistant, Mental Health Advisory Board Dr. Orlyn Wood, County Health Officer Robert E. Jornlin, County Welfare Director Laurel Knapp, Executive Assistant, Hunan Resources Agency 000'7 , • co CO i 01 C:1 C:1 Go cot` Co [� n C+1 t G1 O Cf► CA Cn G, Cn 01 Cil � �'{ .- ••"1 : t i► i) 7 >. >' T T 1J ;+ 4J 4J O U U 4J U t { U O rt . t+ 0 O O U U d .-1 o U ` n w 3 u 3 U w v d C) U U O O -C E O A p- 4 O t v CJ -t':S C) v -rt 4i O = Ur 0U 4Jx GO > mac? o O i~ ca E• ` sn. p -ot .a tis o N o K r O U E cod a V >% o z U 54 o 0 ~� :311 -Cf U CCS -4 .moi � 0 gi. 9A •0 Lei Ta"� t) J b 4) m r. CS o C. <aems, ¢ wU i �o A� � Z E -<.i xX O V 4-C W p L(`4 O q+ V4 -A ri , CS U y E C C. '3t9 ooo � rt � o wA o rJ + UE• t . ze M .-t co to rn O C3 to C4 ri co =r '� c.: co O t` O r- zr Co © to -1 n S O M r M cv CD an 00clip CIO C144 O 04 r- 00CV zr th M t t to s t j j © 1 G� CST 't M M I 1 O X. I N N to CV tU CO .A Cr.) " t*) � O C LQ t- p co t0 N p C'4 � co a cs A ta7. 04 O O 04 O r♦ _ M 4 i s > �.� to C to to --; Q to >to o� Q , "t V en > Gt � > O to U coco - ,_.t A � t+ � -.1rn t. p 4J 4M � G7 � O CUO >ti O sto .�Gl G -C� In � �'. c') U p ' U O U � p U 'd O fa U � < > zr < p U �Q >+C) �U J i t3 U Ca O 93 O < iJ U < Cn � U CLI ,• 1 to X41 1 0 .0 GI 0.0 a U sA o 1 o W -�c 1 E c�'i d r4 . cc 'v E. $4 U O to W to U O 4 O O E V .0 t+ CJ:J O Y U "J O 4 t7 S4 O V rt-ri r~-+'t >' Ln v Gn u i° to :J en tr o 4J o o rt �f o -� Co rt r, e: H G. Lo Ln .-1 s~ Cn 0 o-,{ p O to n:'. n ¢ trn �. rt G: e� O �. .O7 o U c U -� ''{ A. rt U O P. O C .r - U red C-)14O U L. ki ! ti v 4A tJ U -atJ .. :3VJ u t&a Q O► — r- v e- -e- ' ^ Y. Z to W U � x ►-t U Ca t j 1 O Cn to A A En C4 En Cn C4 Ca 03 La W L~+ vW 5 41e CONTRA COSTA COUNTY MEDICAL SERVICES 2500 Alhambra Avenue Martinez, CoUfornia To. C.L. Van Marter, D i rector Date: October 27, 1975 Human Resources Agency ATT: William Cristy Charles H_ Pollack, M.D. �� subject: Some Thoughts on 58744 F`8"'' Program Chief Mental Health Services With the present mandate to remove alcoholism programming from the Short-Doyle process, I would like to make the follaoing recd mendations: 1) lie should -maintain the present administrative structure locally. There are clear programmatic and financial advantages in continuing alcoholism services as part of Medical Services/Mental Health Services. This would re- sult in minimal cost increases, e.g., the creation of a full-time Alcoholism Administrator, without requiring additional administrative staff. 2) Appropriate costs should be transferred to the alcoholism budget with the understanding that we cannot accept reductions in present alcoholism programs. These costs include: a) administrative support - at least S100,000 of present Mental Health Administration costs are appropriately applied to alcoholism programs_ b) inpatient services - if we are treating an average of six alcoholics on J Ward, the yearly gross cost cost is approximately 5275,000 (365 X 6 X 5125). Our experience on M Ward indicated a revenue rate of over 60', leaving 31 !0,000 of net cost. (The 74-75 cost *ppyt shows a revenue rate of over 80%, but I doubt this will be repeated.)- With regard to revenue, you will recall that the Federal/non-Federal MediCal ratio was about 45/55, requiring a greater percentage of Stats general fund dollars than our overall "buy-out" figure (57.5%). 1 am particularly concerned that we receive sufficient state general funds to cover either net or revenua-matching costs. 1 am also con- cerned that MediCal continue to be claimed through a .process identical to Short Doyle. We cannot afford the losses attendant to the "1%IE2°'r (regular MediCal) claiming process. c) other costs - it is nearly impossible to clearly identify alcoholics receiving services from our general outpatient and day care pro- grams. I suggest we continue these costs in the Short-Doyle budget. 3) A Tee structure is required in the bitt. Determination of fees should be on at least as liberal a basis as U4)AP. 4} It appears that our present Alcoholism Advisory Board meets all of the new requirements, and should not require significant revision. oip:cn pa: Rill C'r1ST r !o-AP 0007"1 A-50 5,4 11/77 4110 ,� 1' HEALTH DEPARTMENT Contra Costa County i To: C. L. Van Harter, Date: November 14, 1975 Human Resources Director From: O. H. good, M-D. , 4411 �/ '`� Subject: Recommendations of the j County Health OfficerAlcoholism Advisory Board I wish to express my concern to you over the recommendations made by the Alcoholism Advisory Board as to the placement of an alcoholism program within the county. I think the following points should be considered: ' The primary emphasis in alcoholism programs at this time is away from the medical model. In a medical treatment setting emphasis on prevention, education, family counseling and coordination of community interests is likely to become secondary to treatment. - Many organizations, both within the state and the county, have seen a need for a closer relationship between drug abuse and alcoholism programs, especially as they impact on youth. Mental Health Services in Contra Costa County is extensively involved in various community programs. This department has provided an excellent funding and umbrella agency for county alcoholism programs and has the respect and cooperation of all providers. I strongly recommend that the county alcoholism program remain under Mental Health Services and suggest the following administrative lines: cc: Pat Filice or. Charles Pollack Bill Stevenson Pic?j NOY 17 197 i .-n i3: t:'<.A Figs AGS�lCY a '78 C. L. Van Maz'ter 2. November 14, .2975 ' RnarA n,f i� A1COholism f. . :J- program remain under Mental Ho--aLLax following administrative lines: cc: Pat Filice or. Charles Pollack Bill Stevenson L Z7 19,E �:t�AhAN CL S AGS'!CY -, x FIA 000'78 C. L. Van Harter 2. November 14, 1975 Board of Alcoholism Supervisors Advisory Board Human Resource Director • t [edical rector of 1 Service I i rogram Chief, Mental Health — - — -- — — — — - 1 Administrator Administrator Drug Abuse Alcoholism Program t i Organization Boards and Departments Contracting Agencies It is my understanding that under "county option" regardless of where the program is placed, individuals receiving treatment would no longer be subject to UMDAP regulations, would not necessarily be given a Mental Health number and, if receiving services outside the Mental Health system, would not be identified with Mental Health programs. I think that the identification with Alental Health has been of concern to individuals with an alcoholism problem as well as staff in programs not directly responsible to Mental Health_ This concern can be alleviated under present state guidelines without changes in the administrative structure at the county level. OHW:bgg cc.A. LaPlant, Chairman, Alcoholism Advisory Board Dr. Charles Pollack 00079 Jan Black Bill Stevenson CONTRA CVS TA COUNTY Ir�1l�ti RESOURCES AGENCY ALCOHOLISM ADVISORY ,BOARD i DATE Moveiber 20, 1975 10 C. L. lean Harter FROM Art La?i?n t s SJBJ ALCOHOLISM ADVISORY BOARD RECO:VENDATIONS PROPOSED ADMInISTRATIY:E STRUCTUK OF ALCOHOLISM PRO'003UAIS WWEEER SEEIATE BILL 744. REL_ATEED . LC ;TiEU t :!S REGAROUNGH t ION OF EXECUTIVE ASSISTAUT. At its fbvember 18, 1975 meeting the Advisory Board agreed ona reco:imendation 4 and alternative reco=zendation regarding the administrative structure to be proposed for implernertation of Senate Bill 744 in Contra Costa County. The recosanded structure (see attached chart) has the Alcoholism Administrator a reporting to the Human Resources Agency, and the Executive Assistant to the. Alcoholism Advisory Board reporting to the Alcoholism Administrator. This recommendation was Option 2 as recorimended by the study session- .(See Option charts)_ The alternative recorrended structure (see chart) has the Alcoholism Administrator reporting to the t;edical Services Department and the Executive Assistant to the Alcoholism Advisory Board reporting to the Alcoholism Administrator: As you nay recall this was a =dification of Option 5 and was also reco=ended by the study session. The Advisory Board acted to suggest a few minor changes in the proposed specifi- cations for the position of Executive Assistant to the Alcoholism Advisory Board_ The paragraph headed DISTINGUISHUIG CHARACTERISTICS was changed at the very end to read ......is supervised by the Alcohol Adninis`rator_" The paragraph headed TYPICAL TASKS was changed at the end to read ".....aware of current trends andproblems in alcoholism and related fields_" It uas suggested that an expectation be noted the` the person filling the position would. have to be able to cork evenings and weekends. Perhaps this could be added inthe section on TYPICAL TASKS, but it was felt that personnel staff could better 'make that judgment. Ung--r 111:11c,Ui•! QUALIFIC�TIO?!S there was a suggested addition to experience. While exact ding is not ss,gested, the notion should be added to the effect that it is czsirable to have a minimum of two years of Paid or volunteer experience in tha area of alcoholism. In accordance with the recon►endation of Len Ve-man, wherever in the final para- graph the expression "social prograr," or "social prable-is" appears, it was recoal- c=•��ed that serious taou;ht be given to using the expression "human services pro;:-am" and "human problems" instead. In addition it is suggested that general i 00080 I •i:overb,r 20, 1975 _' -* Page 2 kno:iledge of and experience in delivery of services in Kwan resources agencies be incorporated in that last paragraph. AL :dd At* achments cc: Arthur G_ Will - Alcoholism Advisory Board Bill Steverson k= Charles Pollack M.D. George Degran M.D_ Orlyn :Mood H.D. Robert Jornlin Howard Reynolds Ueb Beadle Rev.. Palmer Hatson i Jack-Newton Pat Filice Jane ?lc Coy s a - 00081 . s •• fit- /� ! C) c' C") 1 n t!i A -- n H .. .. .. -. ..� ►, y Op H CA O -C " t < r t.'' r-! > s O 3 tl C)4n > ! s cn0-4 to H K d < > t tz K z ra •�> n M to r F. o y Cl t 4b 0 er > ! O ! n C) i n .3 > t V-3 t is o K t r < r :P. r w r� Pd var-sz o o < O ca ti w O � > vo ca h= crk► ~ nm sn•3H hCCl C s- o o as !-�:r_ c cn a _ o - cn ;. tj M ca a ci r-s o >6-1 tl 04 .+ c7 z n COs Ln:0- ►� o p P c. a ca ~. to +-� :P- rd rt Cl . -- W a O � - o r rt C/3> zz Y c: t; C3 �s } tom' re cn M t'] C1H t-] ;;2 > [" > < s� t+ ai "' inn r-. cn ► co .- > cn .-0-a re W u t rz r+ d rs Lnt: > nVIA :3 v 00082 vr+ VVVV. t. ! m o t n x z t � n C- -1 a of t M .- ! < .. t f1 Q } ! rt• n v9i� - > > o in cn �+ H CM cn 75 f o r- A to t- z�C3 f rt Irt C) r � K ao o f r- t-r O r • a o a in 7 � O � tu Q C t 7 K H to _3 � z p y ca 3 Q H f H En Cl > 0 Fy to ; H o v t x cZI� C to p -4 0 r-n =2 c ! z, r.3 cn O [�' _ N Q c � "C O O � w [a H> Cl C7 G I..-W ^�� 7 ` oo r > �-3 O to L 0 C g A � en � 't7 O � co H A " cn o to z " c co co ►t > 0 -3 •7 > n -3 Ca.0 ;aO ern -4 > M C'l ;o -a `cam r A c cn O :�. r Ea ='«moi00 a a' � C)crn rcn to� �• W O ca n ca o -4 p o -�t cn � p o -Z H -'03 O v C) M O Y7 > H . H ; cn ' r:l a z •a ..� o c to n o cci � r En ME C2 r < > C-1 • fn c! C3 •-to Q-� 00083 r A / r 1 ' [a 1 n it Co en z cn 1 A a W ' icn i ca H O cm En `KC ct 1 O 1 C3 • N CA N H -cn � C:1 H c, v W z cl C1 t" cnEn C3 a p 'Oz1 _ n ►�+ C CA M � _ C? O C C N `.Y N :0 ITI cn M. n : -n z o :0c" ., to � rA- ZI o ' o o r H 7 !� (n C) TA ' N O G') 4 X O n O'OS � Y Ta N O O , n O z , . ►-- e r -0 9 ' O Ei j cl ' M t r > z. _ r > , c ri r ala Krt -ra „� a10 n1 1 0 0 1 K � � ' 00084 7% FRI A r QO O C) O C 1 ►r-i r - i c 1 A S` > to b M > Y 1 z CCn H to H Cn Cn O W b in H p H iA W H CA 1 �? 00 O X O n tt ► e. A W O 3 r M N i on �" t O a P. Cl to C ozr t 7 A r ( ? � r cam-• � O - to c'p C-t z: -cia ato C+ t o a t K � � 00084 ........ .... 1 t-• i � n ytn tr. t rs o tot O cn c > En ca 1 O H• t7 N " i p `Kus G � K H CA.3 i K . w o 02 ; A O ; Cl Cl. w o - . • o C+ a En- A H (n O Z r i b o " a ret a N r z _ C. •�-• tom-• tJ t tis >73 O 0 is �b l cc] tT3 C13 0 • Cn 0 13 C en _ a ►3 Cf) to t" O en tts t.t - C C) na to cl ti C a cri H C) H tni't CCA US C) a � . r n cn _ •b ci >?rt o AK CA O l� A R .•'f r! O n 1-:• O A Y• O - < to to > En *� AO"AS C7 4- Vw > a CA n r r C t•-w =S Y. � -1 N N rt O to C+ K O " C ?<O p' O O < C2 '3 et > O N �+ VP W i to N n O q =3 C31 n `t 00085 r A r� - x o r+ c" r-; t N d 9-4 i p6 Z •' s N }+• N.A. { ,''` PA � � • mss " p p � ' G r► � cs CO O 1-4 N C O4 Q O N VQ SA a Oy - - - O +fl ' cr O K ti ✓ O .n V t3 *%) O O O p fl Ct 0Ct 1 Gu r0 fl ✓ tT% , ? na as nim � � v v � v � � fl O - rs .� TUU 15 ................ ....... ........ =�i'p::i _'1 COSH CO::-:,EY IIiP_•t3>1 RESOURCES ACc::CZ DMI, E-29-75 EX-ECUrITI E ASSISTANT TO THE ALCOHOLISiff j ADVISORY BOARD DE-C1 NIT10-1 . i Und-r Le _ral direction, provides research and ad=d_rtirtL ti7—fe t - assistance to One Alcoholism Advisory Board in foal€filling its obli.gatiocs - under the California 3:rlfa."e and Institution Code; and' dors gelated work: as required. • '- D'_-S•E +GUTS=s::. CEARACTsRZS1•ICS: This slng3e pos_tioa class provides staff assist<nce to the Atco*eoUsm Advisory Board_ he Board is cozposed of representatives of public and pri:vale agencies concera- ed crita pre_rection of alcoholisa and treatmedt df alci oholir`.s:c - is respons:ble for thi revie:r tad evaluatioc of the Countl ss A-1coholisi Yrogrr. This revie:r erscoapasses the prog_an needs and sem ccs in the Cou.-3.," the cart•_=l alceholis_ prog=c:: plan end oagoirgg administration of the program and =ay Co_eciud= with the sun=Ission of a report to the Board of Su2ervisors: The Execut iv-z Assistant rece.:.va`� w rl: Zirectioa from the chairperson of the Alcoholism P.c�i3.sor;- Board and is su;arn,.zsed by the Menta? Health Program Cb-ef._ - T YMCM. SA$-KS: - - Assists t�-ta Advisbry Board in developing the annual 21cdho2isu p:LaU; I - ad`_s as a lia.isoz :,it`a related advisory boards and interested individuals; rC: e::a, resaa=c es and 2aalyzes proposed states alcoholls= pzog-rams and sub^ZtS re:C.'ye.`datiO:s to the :Ucoitoltism Advisory Board; researches and presents data i in oreer to assess aau define local co.ti_unity alcoaolis^ pro-ra-a needs, resources and facilities; i-aterp_ests the Advisory Board's palicies and prograas to ir-terc:,ted co._=a,itj grovels and individuals; gathers, condenses and presents dat rcla_ted to matters coning before the Advisory yoar3; Pte aces age.do and P? !F!F!F"77�i tV L_LlerS CO=l:t" before the Advisory iOarj; j)rCp ZCCS .:Fe:aa 8C�!l�sl(C{)) 00 J ' folio:;-.:J on jo3^- ;'.nods an :eaps the Advisory Board caw-: era of curzeat tL'Cnaz and oro3le— in the alto:3Olzso Fie1d_ . ' :•i:i:I'•�.3:' ice%'-=+=�=C�:'1C::�: - . L?Czase Decu=red: Valid C�orniz-potor Vehicle Opera�o=is ;.;cense: F—iuce-_ion: Possession of a bacca awrieate deg ea in public :.iristrat3oa,: bus-z-..--ss admiaist--=t_oz, social abT_`k, public haa_lth, psychlogy or closely related field =rom as accredited cap?ge or university- - y.azrienc_: Four years of experie-nce in a social, health, r!edical or raneell health sa_^rce azen,:y, at least eighteen maths of ::hic h must have been in" - a.a ad=*nis—_ative or plena- 3r iu a p_%ate Which ra,eiz-ed poiic;y direation as a ca=•_nit based citizen board I:nawleZoe of the �dez-n t3st'aods aci'- techniques of sociz=piv zee-D?a inv; ge.e�z 'rte:•:'_=•',a s of the wlnciules of organization aid pt1511c a ualuist*—atioa; . ger�ral x-+0:.3 alga o= research tom- iques usein studying social problz _a ? . p?t7a2ina geaerall knto:ledges of com.-ranity res�J'ur-res-"'a2��.P LO the C�ZV�OpW2'slt�` OTi��VG c5 i9r tt'_e 2l1eJ32t10:I 0= SOC2a1 problems; abi tzy to work of eCtZvely - WE der the 2i-�aio: o_ and i:ith Co: 2nity based citize:_ boards; abili-L- to estab-I cnd J:: 2t_tc?T� coape-_aLi+"= r��'�2�Ja.5!'.i�►S with fellow a ploy els �Zild sZe '��e�S of �Cte CO:CTM-:,2t,- ail:-%j.ty to ealist the support of divers- group:. of people; ability Lo .,`•�,�e clear and cow rzae.sive stud-:--s--s and reports- abilit • to s ate_ - p� e_z a: > � p effectively bc�orc ?c r g_ou.'s- a 00088 ' CONTRA COSTA COUNTY MEDICAL SERVICES COMMUNITY MENTAL HEALTH SERVICES r ADVISORY BOARD i � 2300 AL.HAMSItA AVENUE MARTINEZ CAUFORN1A 94553 CHAIRMAN: RtV.PALMER WATSON MEMBERS: ENGEL 8RANSTAD.B.A.,C.L.C. EARNEST ELLIS MARTIN FINK.Ph.D. MARIE GOODMAN HUGH MAIOCCO.M.O. JOSEPH DORTHYYMILLER December S, 1975 ` PAUL MORE'JTZ.M.O. JAMES E.MORIARTY MARGARET OUTMAN.R.N. _ LARRY STEWART.M.D. YOSHIYE TOGASAKI.M.D. MILLIE WILLIAMSON.P.H.N. EXECUTIVE ASSISTANCE: . PAT FILICE.M.S.W. Claude L. Van Marter, Director fkma Resources Agency 6S1 Pine Street Martinez, California 94SS3 Deis Mr. Van Harter: The Mental Health Advisor} Board has reviewed the various proposals for structure of the Alcohol Program under SB 744. I`e wish to make the following recaw:endations:. 1. 11.e endorse Dr. Orlyn h'ood's recommendation, dated November 14, 1975, that the county alcoholism program remain wider Mental Health Services, as we also feel that Mental Health Services has provided an excellent funding and umbrella agency for county alcoholism programs and has the respect and cooperation of all providers. 2. lie also endorse the reporting responsibilities diagram on page two of Dr. 1:ood's memo which shows the Alcoho- lism Program Admiristrator reporting to the Mental N.ealth Program Chief. One correction should be trade, to indicate the Alcohol Advisory Board as advisory to the Alcoholism Program Administrator as specified in SB 744. The Executive Assistant would also report to the Alcohol Program Administrator. A modified diagram is attached. f T): -P, 00089 Page 2 Claude L. VanImarter December 1 - �- - ,.: also endorse the reporting responsibilities diagram on page two of Dr. f'ood's memo which shows the Alcoho- lism Program Administrator reporting to the Mertal Health Program Chief. One correction should be Made, to indicate the Alcohol Advisory Board as advisory to the Alcoholism Program Administrator as specified in SB 744. The F-cecutive Assistant would also report to the Alcohol Program Administrator_ A modified diagram is attached. 1 r,t` 00089 'a r Page 2 " Claude L. Van Master . December 3, Ie also recomend that the Alcohol Advisory Board continue to participate in the planning process authorized by the Board of SupennIsors on November 12, 1974. This process does include tje Alcohol advisory Board and their programs do inter-relate xi-th all other aspects of the I-katal Health system," as cell as the rest of the Human Services System. he need their continued cooperation and assistance. Sincerely, Reverend Palmer Watson, Chairman i cental Hml&. Advisory Board PW:atc 1 encl cc: G. Degaaa, ?I.D. C. Pollack, MI.D. A. LaPlant B. Stevenson H. Black- P. PLlce 5 Y 00090" e. ` ,77V9,T7r. _ �.. Van 2. vove ber 14, 1975 of i •,�-•R: eso cas Ad=inistrati,:c Lint: t - ----Advisory Line ed1c.-j Servz ��.7�,�a•il C.^.=erg - ':��mal wealth • - -I=- '_n3si.�Ltor AlcOfToliSI-1. Alcoholism -- - -..- Advisory .. Program Board - %:�C£,^s i ASS'sS ittx:T Contrac�3:+ Ager-cles - *As ar:esnded - - t�:snta# Neat 11 Adv i sory Board D_ - 2, 1975. i 00091 - Co_^_t=a Cost o CO'-W--LY . Da to: November IL r 1975 - - *As amended tfenta[ Hea[iti Advisory Board Dscenher 2, 1975. = 00091 - - 1 1, HEALTH T r E"P .. Contra Costa County : C. L_ ajar ;'.==ter, Date: November 14, 1975 - ur,an Resources Director J - ,. 1.7.0 o A- ':_D_ , to Il.-' '�` ' Subject: Recommendations of the County zeal h- Officer Alcoholism Advisory Board I wish t o _express twy concern to you over the recom endations adz by �-_e hlco'r_olism Advisory Board as to the placemen` of an. - a+coholis:a progr. m within to county_ I think the follo:�iing mo_*nts s.+ould be considered: The p=>swan v emphasis in alcoholism. programs- at this time 2.s away from the medical model. In a medical treatment setting emphasis on prevent-ion, education, family counseling and - coordination of co=-._nity interests- is likely to become secondary to treatment_ _.any organizations, bot- c:it'r_in the state and the county, have seen a reed for a closer relationship between drug abuse and alcoholism programs, espec_a?ly as they inpact on youth_ Rsalth Services in Contra Costa County is extensively ol�re3 �.n variocs community programs. This department has :._ovided an excellent funding and umbrella agency for county alcoholism p_ogra:as and has the respect and cooperation of all provide=s. I strongly recoonend that the county alcoholism program~ remain under Mental— Health Services and suggest the ,o1lo:ying administrative lines: a - cc: Pat F71Tce -- Dr. Charles Pollack B-111 S_-2venson 00092 uta,:• =-� �K. Tar Matter 2+ Novew-ber 14 1973 . • L. / i 3oa_3 of Alcoholisaa supervisors Advisory Board $L»?n Resource •• ; t Director 1 � ~i_ector of ' �edical Services - ' 'Droyran Chief, - a-:3_'+_tal Health — - — — — — — — - _•----st_ator Ai nistrator D_^.2y Alcoholism Program i organization t Boards and- Departments ndDepartments Cor ract1'._zg Agencies It is my understanding that under "county option" regardless o %,:here the program is placed, individuals receiving treatme-zit would no longer be subject to U 2DAP regulations, would not i r_acessaYily be given a Mlen`_l health number and, if. receiving services outside the Mental Health system, would not be identified •:i th M-ental Health programs. I thing that the identification 1•_e ital Health Y-as beer. of concern to individuals with an i alcohol s:-ie problem as well as sta`=" in programs not directly A -`sensible to mental 'tpalth. his concern can be alleviated under present state guidelines without changes in the administrative s`trrZca`-ure at the county level. i 1 L . :bgg y r,?.Pl nt, Chairma:i, Alco`_:olis-r Advisory Board -�- Charles Pollack 0©093 J. • •' n �.\- .n. [Sa..:-xr,¢nT^I.T;:=LI+:T'}i1Ni&Il.LS +^-• •••... ..:•-.mw:"rw .... ..... u In the Board of Supervisors of Contra Costa County, State of California It is my understanding that under "county option" regardless of wihera the program is placed, individuals receiving treatmet-zt would no longer be subject to UYDAP regulations, would not ! necessarily be given a mental 'stealth number and, if. receiving services outside the Mental Health system, would not be identified i-h Meatal Health prog_ams. I think, that the identification th i_eatal health has been of concern to individuals with an aicoho? i s—at problem- as well as star_ in programs not directly =esz�onsible to marital Health. This concern can be alleviated t'n::..Y n-esent state guidelines without changes in the ac:-inistra-ive structure at the county level. i cc._:__ LaPlant, Chairman, Alcoholis.. ;=4visory Board Pollack .00093In the Board of Supervisors of Contra Costa County, State of California JAN , 197766 In the Matter of Authorize Partial Payment of Amount Withheld from C. J. Simms Co. , Inc. C. J. Simms Co. , Inc. having satisfactorily completed 1975' weed abatement contract services for the Contra Costa County Fire Protection District and Acceptance and Notice of Completion having been approved by this Board on December 29, 1975; Upon recommendation of Fire Chief A. V. Streuli, the County Auditor-Controller is hereby authorized to pay to C. J. Simms Co. , Inc. $3,938.27 of the amount withheld for work completed under the contract. Passed by the Board on ,SAN 6 1976 1 hereby certify that the foregoing is o true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Orig: County Administrator Witness my hand and the Seal of the Board of cc: C. J. Simms Co. , Inc. Supervisors JAN County Auditor-Controller affixed this day of . 1976 Contra Costa County Fire J. R. OLSSON, Clerk Protection DistrictBy Deputy Clerk !Pry Ga H 24 BPS IOM 00094 IN THE BOARD OF SUPERVISORS OF COATRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Authorizing Contracts for ) the Provision of Mental Health Services ) JAN 6 1976 from July 1, 1975, through June 30, 1976 ) In accordance with the Contra Costa County dental Health Services (Short-Doyle) Annual Plan 1975-76, IT IS BY THE BOARD ORDERED that: I. Contract Term. The mental health services contracts expiring June 30, 1975 which were extended by Contract Amendment Agreements for the period July 1 , 1975 to November 30, 1975 with the following corporations and public agencies be replaced for the aforesaid period beginning July 1, 1975 and renewed by new contracts for the 12- month term from July 1, 1975, to June 30, 1976; II. Payment Limit. The new contracts shall be subject to the payment limits set forth in Paragraph V. below for the 12-month contract term beginning July 1 , 1975; III. Advance Payments. The new contracts shall contain provisions to allow for payments to be made to the contractors monthly in advance; IV. Budgets The new contracts shall contain program budgets showing the below specified payment limits and estimates of the applicable outside revenues to be collected and the gross allowable program costs to be incurred by the contractors during the 12- month contract term; V. Execution. The Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the Board, such new contracts with the below-named contractors upon approval as to form by the County Counsel, recommendation by the County Mental Health Director or his designee, and review and approval by the Office of the County Administrator, as follows: CONTRACTORS PAYMENT LIMITS CONTRACT (JULY 1 , 1975 - JUNE 30, 1976} NUMBERS We Care Society $166,920 24-705- Ronoh Preschool for Disturbed Children 103,150 24-706 C.C.C.A.M.R. (Lynn Day Treatment Center) 92,450 24-707-, - Richmond Unif. Sch. Dist. (Knolls Cntr) 53,500 24-708 City of Antioch (REACH) 15,400 24-710 Re-Entry Services 127,740 24-725- Phoenix Programs (Centers) 99,706 24-726-' Many Hands 86,000 24-727 C.C.C.A.M.R. (Geary House) 43,240 24-730 � Mt. Diablo Rehabilitation Center 15,060 24-734 Phoenix Programs (House) 76,000 24-7M E1 Sobrante Activities Center 20,000 24-745- Los Medanos Comfrunity Hospital ;Drug) 38,000 24-746 - C.C.C. Superintendent of Schools (CHD) 101,254 24-749 Bi Sett (Green Street) 130,148 24-722 No. Richmond Neighborhood House (Recovery) 34,520 24-723 -- Sunrise House 65,000 24-736 National Council on Alcoholism 18,073 24-739 No. Richmond Neighborhood House (Detox) 152,000 24-740- Bi Bett (DVR) 134,640 24-741- Bi Bett (Ozanam) 35,284 24-742- Suicide 4-742-Suicide Prevention 5,600 24-700'' Los Medanos Community Hospital (Detox) 142,590 24-750 PASSED by the Board on -JAN G 1976 Orig: Human Resources Agency Attn: Contracts Unit CERTIFIED COPY CC: Contractors i ��' that this is a fall, trae & correct eopv of the orWmal down^!-nt r-mch f{ on ff'e fn my nff!cn County Auditor-Controller and that it uas nax•:r,l t'- �.Snn!,,(l bv ths- rinnrd of County Administrator 5uperrLors r•f t• •• :•, t ...;� cn�mvr- c• 1fnrnfa. on the date rho•-n. <�?'f'F• 'r: .I. it. rr.f*so`. County t;edi cal Services/Mental Health Clerk&ex-offit-lo Cltrk of said Board of supervisors, by Deputy Clerk. 67 on JAN 6 1976 00, 095 . .iu ;-Y -•. �'L' .,. . .fit .. ..r .... ... Human Resources Agency Date January 13, 1976 CONTRA COSTA COUNTY TO ---�Pp Geraldine Russell, Clerk of the Board aspLoe From June M. Lar Contracts Administrator Subj JANUARY 6, 1976 BOARD ORDER AUTHORIZING CONTRACTS FOR THE PROVISION OF MENTAL HEALTH SERVICES FROM JULY 1, 1975 THROUGH JUNE 30, 1976 This is to confirm our telephone discussion yesterday regarding the procedure we agreed upon to obtain the review and approval of each contract by the County Administrator's Office as required by the above-referenced Board Order. When the draft of a contract is submitted to the County Counsel for review and signature, we will simultaneously submit a copy to the County Administrator's Office with a WRITE IT! - DON'T SAY IT! attached. When that form is returned indicating approval, and the signed contract is received from County Counsel indicating their approval, the contract will be signed by the contractor and Hr. Van Harter. As we agreed, the signed approval by the County Administrator's office will be filed in each Human Resources Agency Master Contract Folder. The above process has been discussed and approved by Gary Brown and Bob Alaniz of the County Administrator's Office. JML:dcg RECEIVED Copies: C. L. Van Harter Gary Brown Bob Alaniz ,SAN 13 1976 Lew Pascalli Bob Proctor J. R OLCGON Elizabeth Hutchins CLERIC BOAV a rA co�� Darlyn Gerber 00096 I c c z EolAUNo G. a20W:i JR., Gorarnoi STATE OF CA OZ.�11A—HEAliil AiJO W_LFw3. AGENCY DEPARTMENT OF HEALTH zot*xxxxx 744 P Street, Room 942 S,1LiL1.N=Ni0, CA:li02N1A 93812 (916) 445-8535 January 19, 1976 RECEIVED ' Mr. Robert J. Proctor Contracts and Grants Specialist JA4.>z ,0 Human Resources Agency 1 Contra Costa County 651 Pine Street CL= WAM a•,K;rvr_Cr, Martinez, California 94553 DUN 41 Dear Mr. Proctor: The following contracts have been reviewed and approved by the State Department of Health, Local Programs Services Section. 24-705-4 We Care Society, Inc. 24-725-4 Re-Entry Services, Inc. 24-727-4 Many Hands, Inc. Sincerely, '11-eland B. Tom Community Program Analyst Local Programs Services Section JE 11-Mff9 1 AGZNCY ` 00097 a 00091 SPATE OF CAUfORr11A-11EAlTH Al:D WEYFwitE AGF:JCY EDMUND G. BROWN JR., co..'rar DEPARTMENT OF HEALTH xs 744 P Street, Rm. 942 ei SACRAMENTO. CAi1FOiRNIA 95314 (916) 445-8535 December 2, 1975 RECEIVED Mr. Robert J. Proctor, Contracts Admin_ Specialist Human Resources Agency Contra Costa County JAFv.,2,2 1976 651 Pine Street Martinez, California 94553 J. R. OL.Orm CLERIC BOARD OF SUPER JlSO;i A CO. Dear Mr. Proctor: De This letter verifies review and approval by the State Department of Health for the following contract amendments: 24-700-1 Contra Costa Suicide Prevention Hot Line 24-705-3 We Care Society, Inc. 24+-707-1 CCAMR - (Danville) 24-707-2 CCAMR - (Danville) 24-725-3 Re-Entry Services, Inc. 24-72.7-3 Many Hands, Inc. 24-728-4 Community of Concern, Inc. 24-730-1 CCAMR - (Geary House) 24-730-2 CCAMR - (Geary House) 24-734-2 Mt. Diablo Rehabilitation Center An approved copy was submitted to the Board of Supervisors on contract #24-700-1, Contra Costa Suicide Prevention, as requested by Miss Larson in her letter of October 31, 1975. Sincerely, t Leland B. Tom Community Program Analyst Local Programs Services Section cc: June M. Larson Contracts Administrator Contra Costa f .l DEC ; d 0 00m HUNWIRESCURC=SAO:�!; . �u�(jQ LH..UtbiMRESCURCSSAC_N;, ; lJ llalV � , Contra Costa County Standar Fd orm STANDARD CONTRACT ! (Purchase of Services) 24 - 710 - 3 1. Contract Identification. Number Department: Medical Services - Mental Health Subject: REACH - City of Antioch Drug abuse project 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: CITY OF ANTIOCH Capacity: Nonprofit City government Address: 212 H Street, Antioch, California 94509 _ (Mail: P.O. Box 273, Antioch, California 94509) 3. Term. The effective date of this Contract is July 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Pa went Limit. County's total payments to Contractor under this Contract shall not exceed 15.400 5. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved) , and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 4 and 5 and specifically Division 4, Chapter 3, Section 4330.5) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR ;' •/` > ey � By 6t�a}rinaa;-Bearef-SapePvisers- ' , Director, Human Resources Agency Thomas H. Ogl sby City Manager Attest: J. R. Olsson, County Clerk Designate official capacity:-in•,business and affix corporation seal)`,_ By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor 1 known to me in those individual and �to� � Srrr� business capacities, personally appeared By D' before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution of its board of directors. ed. By 2/9/76 B � t Ci/�'I�iAt,.�L y _ AV ; ,� CAUFOFJM w � tay. ce�MdV.L csnIM a- Poo A CONM case CWKff L2�l.t My Commission Exires&W.g 1911 Public/�D�A (A-4617 RFV 5/75.1 •,_ i p j a Contra Costa County Standard Form PAYMM PROVISIONS Cost Basis Contracts) 24 - 710 - 3 4 _ 7 1 n � 11 i Number 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [X] d. $ 1L283 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the -Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [4 ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B. such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. ) Initials: � 0 zb'--- ntractor County Dept. (A-4618 - REV 6/75) -1- 000100-J91 E g: Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 24 - 710 - 3 5. Right to Withhold. 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. 6. Cost Report and Settlement. No later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: mf g, Con-tractor County Dept. (A-4618 REV 6/75) -2- o a 0381 e. Y Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Humber 24 - '710 � I. Compliance with Lass. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as nay be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. S. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. . Initials: Contractor County Dept. (A-4616 REV 5/75) -1- dv o 9 RD `Y ti Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 24 - 710 - 3 Number 9. Disputes. 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of .California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. Initials: Contractor County Dept. (A-4616 REV 5/75) -2- /n 0 p Y$ E Contra Costa County Standard Form GENERAL CONDITIONS � (Purchase of Services) 4 - 710 —_ 71O _ Number -2 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire tern of this Contract and any extension or modification` thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, 'the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. Initials: Contractor County Dept. (A-4616 REV 5/75) -3- Ov09�F `i o.r I, SPECIAL CONDITIONS Number 2 710 — 3 T 1. Novation. The parties, having entered into two prior contract amendment agreements, leo. 24-710-1 , effective July 1, 1975 , and No. 24-710-2 , effective October 1, 1975 , hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2, Cost Report and Settlement. Paragraph 6_ (Cost Report and Settlement), of the Payment Provisions, is hereby modified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initials: - ntractor County Dept. a Y- , i �� , Y • SERVICE PLAN Number 24 - 7103 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment Provisions, the allowability of Contractor's costs that have actually been incurred under this Contract shall be determined in accordance with applicable State regulations, including, but not limited to, the Community Services Systems Manual, Chapter 9. (Accounting Guidelines), Section 9.S (Allowable Costs), as issued by the State Department of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as otherwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Fental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated -Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. The Contractor shall provide the following program of services: a. Individual Counseling to be available at the REACH office and on location at four local secondary schools for persons with drug-related and/or personal problems. b. Group Counseling. (1) "In School" groups for high school and continuation school students. (2) Adult problem-solving groups for individuals with a variety of problems ranging from family conflict to drug addiction. c. Crisis Line. Twenty-four (24) hour per day telephone service for the provision of crisis intervention, non-crisis requests for aid and information, information on drugs and availability of drug problem services. d. Cooperative Services. (1) Referral Service. Provision of information to the general community and other agencies on the availability of services in the areas of drug and alcohol abuse and ather mental health services. (2) Agency Coordination. Maintenance of communication with related agencies through personal contact or committee membership. (3) Interagency Program Work. Program support or counseling services through other community agencies; such as, California Youth Authority, Antioch Police Department, Contra Costa County Probation Department, Antioch Unified School District, etc. Initials: -'e-Icy— &1ZL ontractor County Dept. �a SERVICE PLAN Number 2 4 + 7 1 0 10. Service Unit. A unit of service, for reporting purposes, shall be defined as a community service hour; that is, the paid hours or portions thereof spent by Contractor's program personnel in providing direct service as described above to any of its clients. Time spent by supportive staff; i.e., secretarial or bookkeeping staff shall not be included. 11. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 5400 service units. Initials: / ntractor County Dept. , F Y e Y Y t, 4 _2 _ Sk Y j r' e BUDGET OF ESTM47ED PROGRX%4 EX.oEgDITURES i Number 24 - '710 - 3 COST CXTEGORIES 12-MONTH AMOUNT Staff Salaries and Benefits $ 68,340 Operating Expenses 4,261 Administration _0_ Other -0- Cross Allowable Program Cost 72,601 Applicable Outside Revenues* ( 57,201 ) NET ALLOWABLE PROD-MM COST (Contract Payment Limit) $ 157400 *non-Short-Doyle monies to be , collected by Contractor during the 12-month program period Adjustments in County's- total payments to Contractor pursuant to the Payment - Provisions shall not be limited by the specific line item Cost Category .. amounts set forth above. Initials: Contractor County Dept. ^ _.„.-,_a._. _.....�._....- .. -. Contra Costa County Standard Form S a A:JDAc?D CONTRACT (Purchase of Services) 2.4 751 - 4 1. Contract Identification. Number sem; V. .t...,,.... - Contra :_osta County Standard Form STANDARD CONTRACT (purchase of Services) ttr�yy 1. Contract Identification. Number 51 - 4 Department: Medical Services - Mental Health Subject: Mental health residential rehabilitation 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: PHOENIX PROGRAMS, INC. Capacity: California nonprofit corporation Address: 3830 Clayton Road, Concord, California 94521 (flail: 2243 Ht. Diablo Street, Concord, California 94520) 3. Term. The effective date of this Contract is July 1, 1975 and it terminates ,i„n„ 30 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed 76,000 5. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) , and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR all” F By By Director, Human Resources Agency Cara Attest: J. R. Olsson, County Clerk Designate official, capacit-17 in business and affix corporationreal) By State of California Deputy County of Contra costa )•, ACKNOWLEDGEMENT, (CC '1I9U:11 Recorxmnded by Department The person signing above'for'Cantractor known to me in-those individual and business capacities, By Hca' beforemeoaday andacknowledgedally athatrhe/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Fora Approved: Cour y Counsel o a resolution o_ " directors. ELI"^_-• �_iH P. HUiC:;hm By \ ~ Contra Ca,ta County, Cc:i;ornia Deputy �Vf (1(� e u C unty Clerks i A-4617 R:V 5/75) ljtiJa7 acro i r�ec 'v t�i board orde Ccnzra tanda_rd Form PAYME!iT PROVISIONS (Cozz 3azis Contracts) Number 24 — 75 1 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable casts (see Paragraph 3. below) and are actually incurred in the perfor:aarce of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to .Later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Cheak one alternative only.] L ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or L ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures"' included in the Service Plan. EX] d. $ 6,333 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance With: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Pian, or L X1 b. Such State regulations and documents as are set forth in the Service Plan regarding accounting guidelines, including standards for determining allowable or non-allawable costs. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and fora prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: Contractor County Dept. 00][00 (A-4618 R--'V 6/75) -1- I r" Contra Costa County Standard Form. (Lost .basis Contracts) Humber ``�} 4 — 75 1 " 5. Right to Withhold. 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. 6. Cost Report and Settlement. No later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursauant to Paragraph 2. (Pa)anent Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: zl� Contractor County Dept. J (A-4618 REV 6/75) -2- 00101 Contra CC.'sta CDun'V Standard Form (;£'+LF:L CONDI T IONSO (?urc:ase o: Services) .24 - 751 - 4� � Q Number 1. Compliance with La::. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employcent and purchasing practices; and wages, ' ours and conditions of employment. ?. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and cake available for inspection by authorized representatives of the County, the State of California, and the United States Government, tae Contractor's regular^ business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered may not enlarge in any manner the scope o: this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Service Pian 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 (United States) approv-zl, provided that such administrative amendments nay not materially change the Payment Provisions or the Service Plan. Initials: Gr e� "Contractor �� County Dept. (A-46'r PF V -/7',1 _�_ QV1� e Contra C iu.nt j F or n aLr`;ase of Services) 2 4 - 751 - 4 Fiu.*aber 9. Disputes. 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 heat: 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 Govern.-u_-nt. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance Ath the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the terra hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspection.; 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or Conies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. b. Ho 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 tate 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. Initials: Contractor County Dept. (A-4515 REV 5/75) 00103 -2- f s' Contr 3 'bst-- i ounzy Standard Form Gw.::NERAL ''OND1 i 10NIS (Purc::ose of Services Number 24 - 751 - 4 19, Nondiscriminato,v Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance require=ents unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $2503,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by then shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the ueneral Conditions. Initials: ontractor County Dept. (A-4616oln :REV 5/75) 00104 -3- 'AYd 9;�.i�y1Ai4Fri.,.t�>s.CJ'^.S%,1"T&`.•;,•••fiiw.. •-H mi`*„� YlvY .::cc y. .:.,. SPECIAL CONDITIONS Number 1. ::avation. The parties, having entered into two prior contract amendment agreements., {o. 24-751-2 effective July 1. 1975 , and NO. 24-751-3 effecti e October 1. 1975 , hereby substitute this Contract for said contract anendmaen agreements. Ef fecti.ve July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cast Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Pkyn-e:; Provisioas, is hereby modified to read as follows: "tio later than sixty, (60) days following the termination of this Contract, Contractcr shall submit to County a cost report in the fora required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs u1nich have actually been incurred by Contractor during the Contract term exceed the pay--eTits made by County for the Contract terve pursuant to Paragraph 2. (Payment Amounts) above, County, will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract terra pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs :for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract terse, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." - Initials: Contractor County Dept. 00105 SERVICE PLr*O. !'lumber 24 - 75 -1 -- 4 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment Provisions. the allowability of Contractor's costs that have actually been incurred ::Aider this Contract shall be ti-c-ternined in accordance with applicable State regulations, including, but not limited to, the Community Services Systems !Manual, Chapter 9. (recounting C--,id--lin--s) , Section 9.5 (Allowable Costs), as issued by the State Dopa rtrent of Health. Allowable costs shall not include remodeling and/or equip=tat purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as other:iise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. a. Phoenix House. The Contractor shall maintain a residential facility known as Phoenix House for the purpose of providing social rehabilitation services. Social rehabilitation is defined as including program activities and therapeutic services, both on an individual and on a group basis, that will provide each client with the living skills, social maturity, and independence necessary for reintegration into the normal social and vocational communities. The expected length of stay of each resident client in Phoenix House shall be from one month to one year. Services shall include: (1) Program activities: i. 24 hour per day staff coverage of the residential facility. ii. Training and supervision in living skills such as: Meal preparation, housekeeping, gardening, residential maintenance, and personal hygiene. iii. Supervision in the development of social skills such as taking part in group discussions, group planning, community activities and learning to respect the rights of others and take initiative for one's own plans and interests. Initials: -1- 00106 00106 Contractor County Dept. SERVICE PLkN' 4 ::umber iv. Supervision in the development of a day program, outside the facility, between the hours of 10:00 a.m. and 3:00 p.m. Each client's program will be individually planned to meet his needs and skills and will include educational pursuits, work evaluation, work training, and day treatment. v. Continual liaison will be maintained with the County ►Mental Health Services, the Phoenix Skills and Activity Center, Many Hands, Re-Entry, Mt. Diablo Clinic, Concord Social Activities Center, Department of Vocational Rehabilitation and other related agencies. vi. Tutoring in academic subjects directly related to living and social skills, :uch as budgeting, will be provided, whenever possible. vii. Counseling in vocational and pre-vocational skills such as the use of the telephone, public transportation, community resources. (2) Therapeutic Services: I. Crisis counseling as needed and available twenty-four (24) hours per day. ii. Group sessions three (3) times per week. iii. Separate men's and women's group meeting weekly to focus on sexual roles and social identity. iv. Once a week meeting of the staff and residents to discuss program policies, problems occurring between persons in the residential community and general house business. v. Each resident will have a Counselor from among the staff who will counsel the resident once or twice weekly in individual sessions. b. Satellite Housing Program. (To be started October 1, 1975) The Contractor shall attempt to place Phoenix House graduates and other mental patients deemed to be capable of living independently, in stabilized housing accommodations in the general community. The Contractor shall employ a staff person whose major responsibilities will be: (1) To locate appropriate and available public and private housing. (2) Arrange for a rental agreement or lease for a specific client, as needed. (3) Provide ongoing consultation to client, landlord, and/or community during the course of such lease or rental agreement. (4) Respond to the needs of the client on an outreach basis. The Contractor may provide Phoenix House program activities for clients receiving F satellite housing services. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one residential day; i.e. , any portion of a single 24-hour period ending at 12:00 midnight during which a client receives care and/or treatment within a residential setting provided by Contractor. 11. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 8030 service units. Initials: le < Contractor County Dept. -2- 0010'7 BUDGET OF ESTIuXTED PROGR %J EXPENDITURES Number 24 - 751 - 4 COST 01TEGORIES 12-IMONTH AMOWNT Staff Salaries and Benefits $ 94,360 Operating Expenses 65,320 Administration 1,320 Other -0- Gross Allowable Program Cost $ 161,000 Applicable Outside Revenues* ( 85,000 ) NET ALLOWABLE PROGR.y COST (Contract Payment Limit) $ 76.000 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the Payment - Provisions shall not be limited by the specific line item Cost Category` amounts set forth above. Initials: c c 1 Contractor County Dept. 00108 Contra Ccsta County Standard Form S i At1DARD CONTRACT (Purchase of Services) 1. Contract Identification. ?lumber � — 7 4 uepartzaert: Medical Services - Mental Health _ Subject: Drug Abuse: Community 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: LOS M£DAXOS CO.'MUNITY HOSPITAL DISTRICT Capacity: Nonprofit government hospital district Address: 318 Railroad Avenue, Pittsburg, California 94565 3. Term. The effective date of this Contract is July 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total -payments to Contractor under this Contract shall not exceed $ 38.000 S. , County's Obligations. 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. General and Saecial Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. B.• Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal AuthoriS�r. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 4 and 5 and specifically Division 4, Chapter 3, Section 4330.5) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act.) 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CON CTOR BY By Caa4a:r-3aa --ofi- _ Director, Human Resources Agency Attest: J. R. Olsson,-County Cleric Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEHENT (CC 1190.1) Recomaaended by Department The person signing above for Contractor known to me in those individual and business capacities, persopally appeared By _ Q AKo`` '�• before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named aboie"executEd the within instrument pursuant".t? its bylaws Form Approve;: County Counsel or a resolution of its board of,directors. By if Deputy. _ li._ -FNL% 00/0 114 s /f ,,,41otacy-public/Deputy County Clerk a . II . ..r Contra �^asta County . Standard Form PAYP.EIJT PROVISIONS (Cost Basis Contracts) +'� Number 2 4 6 11 6 -' 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [�] d. $ 3,15E monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Hanagement Circular F14C 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject-to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the month in which, said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: Contractor County Dept. f. (A-46'18 REV 6/75) -1- QO t Q 8,, { J Contra Costa County Standard For PAYMENT PROVISIONS (Cost Bazis Contrlict. } Number u 6 - 4 S. Fight to Withhold. 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. 6. Cost Report and Settlement. No later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) 'above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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. i Initials: C ntra for County Dept. (A-4618 REV 6/75) -2- 00 ! Ak /Contra Costa County Standard Foran Gs2tEFLAL CONDITIONS (Purchase of Serviced t to -nA r-itnr111• ••ith '•77 F -� r^1 (A-4618 REv 6/75) -2- 0 Old a e- ,Contra Costa County Standard Form GENERAL CONDITIONS - (Purchase of Services) 24 - 746C4 Eiurah�T• 1. CoE21iance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including, but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding. period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. S. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases; this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otheraise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required'here- under. Further, any Infor--al Agreement entered 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 for and executed on behalf of-the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. Nn b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases; this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract 'except to the extent that they further detail or clarify that which is already required'here- under. Further, any Infor--al Agreement entered may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided - C. herein. Informal Agreements may be approved for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments- This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Paymen-z Provisions or the Service Plan. Initials: Contractor County Dep0t. / Coatra -os~a Countly Standard Form GENERAL CONDITIONS (Purchase of Services) 24 - 74, 6 9. Disuutes. 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, Cl> this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 ftom bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written.consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely �iridate said bylaws or the list of its governing body as changes in such governance . 1-t -t- fb-t th- 9. Disputes. 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 Stag or Federal Govern.:.ent. 10. Law Govera_n; Contract. This Contract is rude in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 filom bringing any action for damages or enforcement arising from any failure to comply with any of the terms and conditions hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written .consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, erp?oyee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. b. do 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. Initials: C t or County Dept. (A-4616 RSV 5/75) -2- (A-4616 REV 5/75) -2- Q ti ontra Cosa County Standard Form j GENERAL CONDITIONS (Purchase of Services) 24 - 746 )lumber 18. ?ondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. _indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: _ a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $1002000 far all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified'coverage. Said policies shall constitute primary insurance as. to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under. the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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_ •t 22. Primacy of General Conditions. 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. Initials: Contr ctor County Dept. (A-4616' REV 5/75) -3- MMMM SPECIAL CONWITIOYS xu.-seLer 24 - 746 - 4 1. `:oyazioa. the parties, having entered into two prior contract =—n(:neat agreements, 10_ 21.-746-2 , effective July 1. 1975 , and No. 24-746-3 , effective October 1. 1975 hereby substitute this Contract for said contract amendment sgreements. Effective July 1, 1975, all contract rights and obligations of the parries will be governed by this Contract. 2. Cost Report rnd Settlement. Paragraph 6. (Cost Report and Settlement), of the Payment Provisions, is hereby modified to read as follows: ",\o later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, shoeing the gross allowable program costs Which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs w1hic1h have actually been incurred by Contractor during the Contract tern exceed the payments made by County for the Contract tern pursuant to Paragraph 2. (Payment Amounts) above, County ::ill remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any. such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, Whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." _ Initials: Contractor County Dept. i4 jr SERVICE PUN 4 - 746 -- 4 Number 1. State Cost Regulations. Pursuant to Paragraph S. (Allowable Costs) of tae Payment Provisions, the allowability of Contractor's costs that have actually been incurred uider this Coitract shall be determined in accordance with applicable State -regulations, including, but not limited to, the Community Services Systems Manual, Chapter 9. (.Accounting G• ;delines), Section 9.S (Allowable Costs), as issued by the State Denartnent of Health. Allowable costs shall not include remodeling and/or equip=ent purchases as to any item which has a useful life in excess of two years and a value in excess of SSO.00 (or as otherwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. :Lznual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment -Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency_ 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health_ S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6: Program Standards. In accordance with applicable State statutes, regulations and guidelinesgoverning the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County dental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9- Service_ Contractor's program shall include: a. Crisis Intervention Counseling and Referral (1) Scheduled weekly counseling hours will be conducted within outreach locations such as schools, housing projects, parks, clubs, and more extensively at the Drop-In Center operated by the Contractor. Consultation with authority figures as well as direct services to the clientele will be available. (2) The Drop-In Center service will include crisis intervention, family counseling, and various group experiences for parents and adolescents_ Emphasis will be placed on the underlying factors leading to excess dependence on drugs diminishing a person's healthy productivity. (3) Continual training will be provided to young adult volunteers involving all facets of the Drop-In Center operation. (4) Young adult volunteers will be recruited and trained as peer counselors for individual and group work. Initials: --�:--�-- -1- 00/OV/� Contractor County Dept. „ P v,. �k w SERVICE PLAN Z4 - 746 - 4 Number b. Community Drug Education (1) An ongoing community education plan to reach population served by the Los Medanos Hospital District will be continued. (2) Community education activities will include class presentations, workshops, organized discussion groups at the Drop-In Center. (3) The program staff will participate in regular meetings with the Pittsburg Unified School District to establish an ongoing drug awareness program in the szhools. (4) A public media awareness campaign about drug abuse, which has been initiated, shall continue to be implemented. c. Planning and Coordination of Youth-Related Agencies. (1) The program staff, in conjunction with the Community Drug Abuse Council composed of youth and youth-related agencies, shall identify, recommend, and implement action which shall correct situations contributing to drug abuse in the community. (2) The Drug Abuse Council and program representatives shall hold at least one regular meeting per month during the contract period. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as a community service hour; that is, the paid hours or portions thereof spent by Contractor's program personnel in providing direct service as described above to any of its clients. Time spent by supportive staff; i.e., secretarial or bookkeeping staff shall not be included. 11. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 1800 service units. Initials: ntra for Co my Dept. -2- DD/ods ' — BUDGET OF ESTIMITED PROGRAM EXPEIDITURES Number 24 - 746 - 4 COST CATEGORIES 12-MONTH IUMOUNT Staff Salaries and Benefits $ 33,440 operating Expenses 4,560 Administration -0- other -Q-- Gross Allowable Program Cost 38,000 Applicable Outside Revenues ( -0- NET 0 NET ALL01,9ABLE PROGRAM COST (Contract Payment Limit) $ 38,000 '*'non-Short-Doyle monies to be collected by Contractor during the 12-month program period . Adjustments in County's total payments to Contractor pursuant to the Payment Provisions shall not be limited by the specific line i Cost Category mounts set forth above. Initials: Contra for County Dept. a, y s s - A,- i %„Contra Costa Cour- tY Standard Form i' STANDARD CONTRACT i j (Purchase of Services) � G� ry 1. Contract Identification. Number 2 4 _ ` 00 - Department: Medical Services - Mental Health Subject: Contra Costa Suicide Prevention Hot Line i 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: CO.%7RA COSTA SUICIDE PREVENTION Capacity: Nonprofit corporation Address: 2717 North Main Street, Suite 5, Walnut Creek, California 94596 ' 3. Term. The effective date of this Contract is July 1, 1975 and it terminates ane 30. 1976 unless sooner terminated as provided herein. i 4. Pa ment Limit. County's total payments to Contractor under this Contract shall not exceed 5,600 d 5. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFOPIII4.. CONTRACTOR ai aaa%-Board- Supar risarr Director, Human Resources Agency Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix 6orporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By +��`' `A• `. E'-c� before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution or its board of directors. By Date Fel3ruary 12 1216 ,y @`"�`�-'i• SY!VIA L. JUC- Cal C;N:ZA COSTA Conor Notary/Pi:blie/De uty ounty Clerk Tat cmn. a ':rs APR 23. 1913 ', QVTp r T TFMSF?T l F. ` Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) 0 Number 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check. one alternative only.] ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [X] d. $ 466 , monthly, in advance, plus or minus the difference between the, net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Ex enditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or L X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: , Contractor County Dept. (A-4618 REV 6/75) -1- 06to (A-4618 REV 6/75) -�- po/o yL Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) » U ®. s Plumber 5. Right to Withhold. 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 demands) for payment. 6. Cost Report and Settlement. No later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report dnd Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: t` 15 Contractor County Dept. (A-4618 REV 6/75) -2- 00/08,/Il Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) tt t:un.ber 24 - 700 - 3 1. Compliance with Law. Contractor, shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered may not enlarge in any manner the scope of this Contract, including any suets of money to be paid the Contractor as provided herein. Informal. Agreements stay be approved for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, -.._ subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. Initials: �� S Contractor County Dept. (A-4516 REV 5/75 -1- 0 0i a S/N 1 f . Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Z � ... •� (� U !Number 9. Disputes. 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. NNo Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity.of recipients, 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. 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. Initials: Contractor County Dept. (A-4616 REV 5/75) I (A-4616 REV 5/75) -2- -Contra Costa County Standard Form i GENERAL CONDITIONS (Purchase of Services) _ Number 241 - 700 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification` thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. Initials: Contractor County Dept. Lua' all um Riv_J a.LJLlig uut. VL uea W, L.-.aLly LAJJU&j , .rLt-nl..-j, u'i u1.-c.a..v LL VW ally Vllc accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. Initials: fid i a 14— Contractor County Dept. (A-4616 REV 5/75) v p EL -3- 00/00 SPECIAL CMIDITIGNS 24 - 700 - 3 f Number 3 1 1. Novation. The parties, having entered into two prior contract amendment agreements, No. 24-700-1 effective July 1 1975 , and No- 24-700-2 effective October 1, 1975 , hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Payrent Provisions, is hereby modified to read as follows: (A-4616 REV 5/75) -3- SPECIAL CONDITIMS t 0, 4 - 700 - 3 Dumber 1 ' 1. Novation. The parties, having entered into two prior contract amendment agreements, No. 24-700-1 effective July 1. 1975 and No- 24-700-2 effective October 1, 1975 hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Payrent Provisions, is hereby modified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2- (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." a Initials: V Contractor County Dept. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Payment Provisions, is hereby modified to read as follows: 'Wo later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract tern in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2. (Payment Amounts). above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initials: !J' Contractor County Dept. ,4. SERVICE PLAN Number-2.4" t 01L=.3 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment PrL:isions, the allowability of Contractor's costs that have actually been incurred u::der this Contract shall be determined in accordance with applicable State regulations, including, but not limited to, the Community Services Systems Manual, Chapter 9. (:accounting Guidelines), Section 9.5 (Allowable Costs), as issued by the State Depar ment of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as otherwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be cr no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County r'Lental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, . attached hereto and incorporated herein by reference. 9. Service. The Contractor shall provide: a. Continuously available telephone "hot line" service focusing on crisis intervention suicide prevention for persons who telephone the Contractor. This service will include: 1) The use of a toll free (Enterprise) telephone number which may be called throughout all of Contra Costa County by persons requesting service. 2) The use of a central county direct telephone number which may be called in the Central County geographical area by persons requesting'service. 3. The use of volunteers, continuously available on a rotation basis, • trained by Contractor who will answer telephone calls and provide services by phone to prevent suicide and/or offer other service as appropriate or available. 4) Persons calling Contractor will be referred to other community r-:sources where appropriate. 5) An ongoing information campaign to acquaint all interested County citizens with rhe availability of Contractor's service. Initials: v� Cont c� �T D Q j D�R County Dept.,� :. ---- ---- ---- SERVICE PLATT Number r? 0 b. Grief Counseling Program 1) Referrals will be accepted from any source. 2) An outreach program will be conducted by obtaining referrals from the County Coroner's Office on completed suicides, so that counseling can be offered to the deceased person's family or other closely-related persons. 3) Contractor will train volunteer counselors to provide the grief counseling services described above and assist the client with obtaining other services through public and private agencies as needed. 4) The counseling provided in this part of Contractor's program will be through personal contact as differentiated from the telephone crisis intervention suicide prevention services. c. Community Education Services: Crisis Intervention; Suicide Prevention; Grief Counseling. Contractor will provide the following: 1) Guest teaching at intermediate, high schools and community colleges in the County. 2) Training for other public or private agencies. 3) Trained volunteer counselor speakers for public and/or private community organizations. 4) Work with other community agencies to coordinate Contractor's services with similar or related services available in the community. Initials: r3 Contractor County; Dept. -2- ;r, � �O10 cTs 1 BUDGET OF ESTUMTED PROGRAM EXPE`iDITUM:S _y Number COST CATEGORIES 12-MONTH aMOu�cT Staff Salaries and Benefits $ -0- Operating Expenses 5,600 Administration -0- Other -0- Gross Allowable Program Cost $ 5,600 Applicable Outside Revenues* ( -0- ) NET ALLOWABLE PROGMM COST (Contract Payment Limit) $ 5,600 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the Payment -- Provisions shall not be limited by the specific line item Cost Category - amounts set forth above. Initials: 1 ' Contractor County Dept. N y Contra Costa County Standard Foran STANDARD CGNTRACT (Purchase of Services) 1. Contract Identification. !lumber 2 4— 7 4 0 + 3 Department: Medical Services - Mental Health Subject: Aon-medical detoxification alcohol services 2. Parties. The County of Contra Costa California (County), for its Department named- above, amedabove, and the following named Contractor mutually agree and promise as follows: Contractor: NEIGHBORHOOD HOUSE OF NORTH RICHMOND, INC. Capacity: Iron-profit California corporation Address: 1527 - 13th Street, San Pablo, California 94806 (321 Alamo Avenue, Richmond, California 94801 - mail) 3. Term. The effective date of this Contract is Julv Y, 1975 and it terminates June 30. 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed S 152.000 S. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by - reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code Division 5, Part 1 and specifically Section 5170 et seq. (Lanterman Petris Short Act) and Part 2, Section 5600 et seq. (Short-Doyle) and California Administrative Code (Title 9, subchapter 3, Community Mental 10. Signatures. These signatures attest the parties' agreement hereto: Health Services under the Short-Doyle Act). COUNTY OF QONTRA COSTA, CALI ORIIIA CONTRALTO j 07 By BY �C.GGt� Director, Human Resources agency Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACICIOWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and r business capacities, personally appeared By G. ` before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution of its board of directors. A.. '4' Dated: lrt 9f a 7. 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 teras and conditions contained or incorporated herein. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by - reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code Division 5, Part 1 and specifically Section 5170 et seq. (Lanterman Petris Short Act) and Part 2, Section 5600 et seq. (Short-Doyle) and California Administrative Code (Title 9, subchapter 3, Community Mental 10. Signatures. These signatures attest the parties' agreement hereto: Health Services under the Short-Doyle Act). COUNTY OF QONTRA COSTA, CALI ORNIA CONTRALTO j 07 By BY ,C.GGc� Director, Human Resources agency Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and r business capacities, personally appeared By G. ` before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: Comity Counsel or a resolution of its board of directors. of Dated: '(25 `r /9 tel By 00109 eputy. ' '.t,(t7eguty.Gouny Clerk (A-4617 REV 5 75 tCroritllm JJ w�thh I Co nt:_ i::.>ta zoun_y Standard Form i PAYMENT PROVISIONS (Cost Basis Contracts) Plumber 2 4 " 4 0 1. Pa)ment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit o; this Contract. Subject to the Pa)ment Limit, it is the intent of the parties hereto that the total payment to Contractor for ail services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Parent ?mounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and �j Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution of its board of directors. of Dated: /9 By Deputy 0 0 109 ' ' r(t7eE, Gouny Clerk (A-4617 REV 5 75 tCrorrtlm J wrfh bo�:c o:G_r Cants-a C--,za County Standard Form I I _ PAYE!ZOT PROViSjOaS (Cost Basis Contracts) !lumber 2 4 - 7 0�,�� 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess off the total amount specified in the Payment Limit o; this Contract. Subject to the Pa)ment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the perfor-mance of Contractor's obligations under this Contract. 2. Payment ?.mounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. EX] d. $ 12.666 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or LV Lv.1L4.3ti.Lv1 A.M. I A I --- .14.x..8 JJ aJ.1Ai—.l 14Ja LUll.lLy LLWl L L U— L%,.iLva;.L L_ only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. EX] d. $ 12.666 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [ X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: Contractor County Dept. 00, 110 (A-4518 REV 6/75) -1- Contra Costa Couatf Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 2 0 � 5. Right to Withhold. 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. 6. Cost ReRort and Settlement. No later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under.this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) -above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: h Contractor County Dept. f y (A-4618 RFV 6/75) -2- 00111 t (A-4618 REV 6/75) -2- 00111 r l 4 Y Contra Costa County Standard For:n GENERAL CONDT*rTO`iS (Purchase of Services) Number 24 - 740 - 3 1'. Compliance with Las:. Contractor shall be subject to and comply with all Federal, State and local laws and regulations anplicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. e. Modifications and Amendments. a. Geneera! Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. Initials: 44f Contractor County Dept. (A-46!6 PEV 00112 a ,_ X Contra Cosa _ounty Standard Form GENERAL CO'tDMONS l (?t chase of Services) -- 74 _ � Plumber 9. Disputes. 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 accardance with the applicable procedures (if any) required by the State or Federal Government. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the lasts of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. b. Pio 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. Initials: Contractor County Dept. (A-4616 REV 5,75) -2- 00113 a Contra Costa County Standard Fors GENERAL CO3DTTIONS (Purchase of Services) Kms".ben 2 4 7 4 0 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modifications thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the Cc•unty shall be add_^essed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacv of General Conditions. 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. Initials: 112L f�' Contractor County Dept. (A-4615 REV 5/75) -3- 00114 (A-4616 ?LV 5,75) -3- UU114 SPECIAL CONDITIONS Number 24- 740 - 3 1. Novation. The parties, having entered into two prior contract amendment agreements, No. 24-740-1 effective July 1, 1975 and No. 24-740-2 , effective October 1, 1975 hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Payment Provisions, is hereby modified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract tern in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program' costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County :ill remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract tern pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Prog,-am Expenditures included in the Service Plan or the gross allowable programa costs whic%i have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." T Initials: - - Contractor County Dept. 00115 XJ U JL_&%J FM M!, t I SERIVICE PLk.% Number 2 4" 740 — 1. State Cost Regulations. Pursuant to Paragraph 3. ('allowable Costs) of the Payment Provisions, the allowability of Contractor's costs that have actually been incurred «.*oder this Contract shall be determined in accordance with applicable State regulations, including, but not linited to, the Community Services Systems Manual, Chapter 9. (Accounting G•.iidelines), Section 9.5 (Allowable Costs), as issued by the State Department of Health. Allowable costs shall not include remodeling and/or equipment p::rchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as otherwise may be authorized by prior State approval), except that part of such costs :which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. Tris Contract, any extension thereof, and any change thereto, shall be of no effect tialess and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems !Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. - - 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Rental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. Under the provisions of Welfare and Institutions Code Section 5170, the. Jessie Willis Hollomon Detoxification Center (operated by Neighborhood House of North Richmond, Inc.) 1527 - 13th Street, San Pablo, California, is designated by the Board of Supervisors as a facility for 72 hour treatment and evaluation of inebriates. Persons to be served are those described in Welfare and Institutions Code Sections 5170 and 5172.1. The Contractor will maintain this facility for the purposes specified in Welfare and Institutions Code Section 5170 and will maintain a capacity for twenty (20) beds. This facility will operate under licensing by the State Department of Health and lawful regulations imposed by the City of San Pablo or any other public agency having jurisdiction in connection with the operation of the facility. Any person placed in this facility will be detained for evaluation and detoxification treatment and ultimately released according to the provisions of the Welfare and Institutions Code Sections 5170.5, 5170.7, 5171, 5172 and 5173. Application for admission will be according to the terms of Welfare and Institutions Code Sections 5170.3 and 5172.1. This facility will be available at all times for use by County as specified herein. Persons who would otherwise be eligible for placement in this facility will be referred by Contractor to a like facility if all beds are taken. Such referral will be directly to the individual seeking voluntary admission or to the County designated or other person seeking involuntary placement of an inebriated individual. Initials: /�7 0014 -1 Contract0 • r County Dept. i Contractor Count De t. _.. SERVICE PLAY Number 2 4— 7 4 0 + 3 Services to be provided at Contractor's facility are non-medical detoxification alcohol services and include the following: Services will be available seven (7) days a week, twenty-four (24) hours a day in a residential setting. The average stay at the Contractor's facility will be approximately three (3) days, but a longer stay may be arranged if the staff and client feel that this would be beneficial, subject to the teras of Welfare and Institutions Code Section 5171. The primary objective of the program is to meet the basic needs of an intoxicated but ambulatory client as he arrives and during his stay at the facility. Additionally, the client will have the opportunity to reach a state of sobriety in a supportive, non-medical, non-institutional setting with the help of other clients and the staff, comprised in part of sober alcoholics. The facility Will be equipped and staffed to provide meals, snacks, beds, laundry and toilet facilities, secured storage for the client's personal belongings, counseling and infor^.ation and referral service about other community resources and programs. These services will be provided as needed, in a timely fashion taking into considera- tion the individual needs of the client. If any client demonstrates symptoms of illness other than simple intoxication, Contractor will send that client to a licensed medical facility for immediate evaluation of and care for that problem. Costs for such medical evaluation or care are not covered under terms of this Contract. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of service as described above for one eligible client in one residential day; i.e., any portion of a single 24-hour period ending at 12:00 midnight during which a client receives care and/or treatment within a residential setting provided by Contractor. y11. The provisions of the foregoing Service Plan do not limit the application of any General Condition. Initials: /! Cont a for County Dept. —2- 00117 BUDGET OF ESTIMMED PROGRV-4 E.Y E DI URNS Kuaber P ,d .. 7 4 COST CATEGORIES 1241ON'FK M-10 SST Staff Salaries and Benefits $124,103 Operating Expenses 39,510 Administration 3,300 Other 1,000 Gross ALioNable Program Cost $267,918 Applicable Outside Revenues* C 15,918 NET ALLWABLE PROGUM COST (Contract Payment Limit) $152,000 *non-Short-Doyle monies to be collected by Contractor during the 12-monta program period Adjustments in County's total payments to Contractor pursuant, ta the Payment Provisions shall not be limited by the specific line item Cost Category amounts set forth above_ Initials: - �L Contractor County Dept. 00118 2 �C [ r s i A BARD CONT?IICT 'ase o%. Ser ices) dear; icM'_va. itu xc ;r al Services Mental Health '..�tj-.�`Ci.: I^.{5hol .`'.!'.^»RJ.fST.-j Home-SerKt2C8S S::uYz_�ol le/Heigkes 3. '•e^��t^s. The County of Contra Costa California (Cou. . foc."its" FT�par��stt nac,ed: abo•e-, a.-d the fo'=owi::g -named Contractor Outual.ly agree and promise, as<foli2-I:A Contractor: Nen: `I. orhood.House of 'North Richmond, Inc. Capacity: :io^p^cfit Califor:tia Corporation Address: "1523 - :?st Street, Richmond, Califor•iia 94801 (321, ni a.-+a Avenge, Ri;choord California 94801 maill,: 3. Term. The effective date of this Contract is sulV -1, 2975- " an&it ter,-!; .ates June 30. 1975 unless sooner terminated as provided;:herein_ 4. Payment Limit. County's total payments t4 Contractor under this Contract, sha?L`rot exceed S" 34,x20 S. County's,Obliga:4 ns. County shall make to the Contractor those payments described in tue Payment Provisions attached hereto which are incorporated herein by reference, subject to all;the terms and conditions contained or incorporated herein_ 6. General. and Special Conditions.' This Contract: is subject to the GeneraL,Conditions• and,Spacial Coalitions '(if any) attached hereto, which,are incorporated herein by reference. , 7. 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 re erence, st bject to all the terms and conditions containedor-incorporated herein. 8_ Project. chis Contract implements in Whole or in part the following described. Project, the application and approval documents of which are incorporated" herein,by reference: Contra Costa County Rental Health Services (Short-Doyle:) Annual Plan ` 1975-76 (State approved), and any modifications or revisions thereof_ 9. I�egal Authority_ - This Contract is entered into under and subject ,to the fol3sr-ring, legal'authorities: Welfare and Institutions Code (Division 5 Part 2, the,Short-Dogle Act) and California Administrative Code (Title.9, Subchapter 3,,Comamnity Meatal Health Services under the Short-Doyle'Acct) .10. Signatures_ These signatures attest the parties* agreement-hereto:" CGI NTY OF COMM COSTA, CALIMRNIA - COMMAMOR BY Byirman .l _L✓'' � G fsE�s. j ♦ _ Y Dxector, Bea-rd human Resources Agency r Attest: J,. R Olsson;-County Clerk (Desi.girsate official capacity, in;business;: and affix. corporation.seal)" 8y State, of California. ) ss. Deputy- Cotxsty of Contra Costa: ) _ 6CIQJ0'dt,EEJGE::E2tT (CC213Q.1) ; . Reco.wended by Depart--at' The- person sin ing above for Contractor,'> knos4:r to,ate in those individual.and. business capacities, perscnaUy- appeared` by cs `o �"�,'""°� f,t,j', _ before me today and acknowledged that he, Design 7-e they signed it and that the, corporation or partnership named above executed Vhe within instructeettt pt—.-stsant to its byJ Ws For . opra:ed �CO%zn • Cos=.�sel o^:a resolutia:s of its i:oard of director- Dated: i3aputy � �' 00 �c/aegst Cota cJ Clerk F� .£ 6 .�._ .._:._.-....._....-�_.,. ..sae.. ....-._..!•..r....,—.�..r.__..n._. Contra �1a_ CO=:nt;t Scandard form PAYM7-2a PROVIS_ioaS _ (Cast Basis,_Contracts) L C� Number.` .I. Palo.^_: Basis. County shall, in.,no event pay,to the Contractor, a sum in excess o= .ire .total° amount specified in tae Payment Limit of this Contract. Subject to the Pa,=eat Limit, it is the intent of the parties hereto,-that thetotal,payment to Con—tractor for all services provided; for County.under this Contract shall be. aaly for`costs that are allowable costs (see Paragraph 3., below) and-are actual.2y: incurred 4- the perfor---ance of Contractor's obligations under thi , Contract::_ 2. =aunt Amounts. Subject to later, adjustments in..total,payments iit accordance wi-th .the be?os: provisions'for Cost Report and Settlement,, Auditsand Audit .Exceptions and subject to the'ra yment-Limit of this Contract;, County,w.�.L pay Contractor: [check one alternative only.] L , a. $ monthly, or L h. $ per unit, asdefined in the Service Plan,, or incurred each month but subject to the "Budget of.Estimat [ c. An amount equal. to Contractors allowable costs that are actually-, � � " g ed�Program . Expenditures" included in the Service Plan. XJ d. $ 4.622 monthly, in`advance,., plus orminusthe difference between, the net allowable program costs incurred and the total monthly payments made:by, County for the program period, to the end of the third calendar month prior to the currentrmonth_ Net allowable program costs will be computed in accordance with theBudgetof`Estimated. Program Expenditures included in the Service Plana 3. Allowable Costs_ Contractor's allowable costs are only. those.which.Fare— determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal:Management Circular FMC- Attachment A (Principles For Determining Costs.`Applicable-To Grants ;"; and Contracts With State and Local. Governments);'and Attachment-B. . (Standards For Selected Items of Cost), and, subject to ,said Attachments: A and B, such other documents (if any) specified in the Service-Plan:: , .regarding: (1) Principles for ,determining and allocating the allowable.costs of providing those services set forth in the Service- Plan and:.., (2) Standards for determining the allowability, of selected items.of costs of providing those services set forth in the Service. Plan,,;, or CX] b. Such Stare regulations and documents as are set forth in the Service Plan regarding accounting guidelines,, including standards for-deterasining, allowable or non-allowable costs. 4. Payment Demands_ Contractor shall submit Written demands monthly for pay mament in accordance with Paragraph 2. (Payment Amounts) above_ Said.demands<..`shall be�: de on County Demand Fora D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for, payment for services 'rendered.no later than go-days''from the encs of the month in which, said services are 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 monthly payments as specified in Paragraph 2. (Payment Amotnts) above. Initials: Contractor CounWiTept. (A-4618 3EV 6/75) IL M 0",nt'i S-aRuard Form (,� s.t Basis Contracts) 3 Cy c� c3 Kuzber 2 4 r�i 2 4 S. Right to With.-old. County has the right to withhold payment to the Contractor :her., 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 insu=ficiently 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) :or palment. o. Cost Report and Settlement. No later than sixty (60) days following the terminatio: of this Contract, Contractor shall submit to County a cost report in the form re_uired. 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 Pian. Any certified cost report or audit required by the Service Plan shall be submitted to County by 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 38 months :from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, thea County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 clays of demand by County the full amount of the County's liability, 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. perforin prope.,wly any of its obligations under this Contract. Initials: Conirfictor county Dept. f 00 11 PC, DO 11 ?C J"M.y Standard Farm Coni.TSN3 (?*Zrc::3s'e or :servic^_'s) 1. Co=pli3nce with Contraccar shall ale su:iject to and comply with all Federal, Ste?te a;.d lo;;al laws an-4re ,ulations ap.:)l_cable with res3-:?ct to its performance hereunder, incl:::_:.; 1:L't not li: LJ. l.0 lli1 Ll (A O0/! SSD • ,r C.)- _ _ 'oc.^..y Standard Fors (�',1=.tiw3�r, Lia Snr ltC''J) x, _ 72 ; .- Y rhm,ber Ji::a;_ee:n?ntr. JGtween the County and Contractor concerning the :c'.^y::lzer-ent:, ar t�`_'^fnZ' anCe Of this COnCCdCt ;x:311 be SEtbj�?Ct t0 final daten--_.^.a.ian in wri:i: by the head of the County Department for which this Contract is rale le or his designee or in accordance with the applicable procedures (if any) regared by the State or Federal Government. 10. La:. Governint, Contract. This Contract is made in Contra Costa County and shall be gore_ne.i and construe ' in accordance with the laver. or the State of California. 11. Conformance with Federal and State Repulations. Should Federal or State regulation3 touching upon this Contract be adopted or revised during the term hereof, this. Cont_nact is subject to amendment to assure conformance with such Federal or State recui.e:7e 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the Couzitg indicatin? 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, Without the prior written consent of the County. r 15. Independent Contractor Status. This Contract is by and bet•.reen two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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 adainistration 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. b. No parson ::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 ad-tinis=ration of such service. Contractor agrees to inform all employees, agents and pa.:ners of the above provisions, and that any person knowingly and intentionally disclosing such inforr..ation other than as authorized by lass may be guilty of a isdemeanor. a �r Initials: % Contractor County Dept. to-moo?a ' 5/75 _•,_ 00// O Stand (�'�_c::as� o Serricea ti 2 ' 723 ~ � ^. ".ilseriminamo 7 Services. Contractor ac-rees that all good; and services under _ontract shah b available to all qualified persons regardless of age, sex, r r�l.igion, color, national or igin, or ethnic background, and that none shall he _s_s, in :hole o. in Part, for religious worship or instruction. 1--. -:ce.:.aification. The Contractor shall defer.', sale harmless and indemnify the Count_, its office_,, itgents and employees from all 2iabi?itie5 and claims for damages for dea=r, s.icRness on i-Jury to persons or propery , including Without limitation, all co^se_ :c:_ia' da-mages, fr= any cause whatsoever arising from or connected with the operaticns or .e services of the Contractor hereunder, whether or not resulting from the _ _i'e^;.e of the Co;tractor, its agents or employees. 23. :;su^ance. During the entire term of this Contract and any extension or nodi; cacao;; thereof, zhe Contractor shall keep in effect liability insurance policies meeting :he following irsu_^ance requirements unless otherwise expressed in the Special Condi t ices: a. Liability Ins,_ance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for wwned and non-owned automobiles, with the following minim= baits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of properzf _or each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall, provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and rederal governments, their officers, agents and employees, so that any other i.^.s•;^ance policies held by them shall not contribute to any loss covered under the Cont-actor's insurance policies. 21. 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. PTotices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, ninth Floor, 652 Pine Street, Martine=, California 94553. 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 nails or of other delivery. 22. primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any terra of the General Conditions. V Initials: /1 Contractor County Dept- _r'i 5/75) -3- '_00119 24 - 72 Nu:abe r. -� -_ inn tArttr9rfi ��^.'n*-+sj,► supersede .4enerat w.tu3-"u ,..., u limit any term of the General Conditions. Initials. Contractor County Dept. (A-4616 -:'LV 5/75) -3- 0 U 119 F S€EC-EAL C-ONOMONS •- N �.+ `� v LL bar 1. Novation. The pa::ies, having entered into two prior contract ameadmert No. 24-723-? effective Jury I, 1975 and No. 24-723-3 effective October 1,1:1:'5` , Itereby suhatitute this Contract for said contract amerdne-t l:if,-C+ve July 1, 1975, all contract rights and obligations o: the parties will be �.L':�rt:ed by this Contract. ?. Cost Report and S ttle=ent. Paragraph 6. (Cost Report and Settlement) , of the Pz y�:.,nt Provisions, is hereby modified to read as follows: "Ao later than sixth- (MJ) days following the termination of this Contract, Contractor shall submit to County a cost report in the force required by County, showing the grr-,s allowable pro;ran costs uhich have actually been incurred and the total applicable outside (i.e., non-Short-IDayle) revenues which have actually been collected during the Contract tern in accordance with the Budget of Estimated Program EV. enditures included in the Service Flan. If said cost report shows that -the net allowable program costs uhicr have actually been incurred by Contractor during the Contract terse exceed the payn;ents made by Cot=ty for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, Cou.-ety will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allcrable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable .program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." - Initials: . . �. - Contiliftor. County Dept. 0011.d �_ ... . ......... ....... As.vur.e __�...--•�..mete...u.....r ... a. .a'v4 • SERIUCE PLAN Suter 24 - 723 - 4 1. S:ar.e Cost Regula ions. Pursuant to Paragraph 3. (Allowable Costs) of the Paymunt Provisions, the asla::ability of Contractor's costs that have actually been incurred : .der this Conzrazt shall be determined in accordance with applicable State regulations, including. but not limited to, the Cocem.-pity Services Systems Manual, Chapter 9. (Accouating Guidelines), Section 9.5 (Allowable Costs), as issued by the State Department of Health. Allowable costs shall not include remodeling and/or equipcert purchases as to a.-ny item which has a useful life in excess of two years and a valise in excess of SSO.00 (or as otherwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of-' no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractors admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of - - services pursuant to State regulations. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. The Contractor will provide Recovery Home Services at his residential facility seven ) days a week, twenty-four (24) hours a day. Contractor shall provide room and board and supervise program activities which shall include but not be limited to: a. Training is meal preparation and household maintenance. b. Teaching responsibility for household and cooking chores. c. Helping develop social skills. d. Training for self care. e. Assisting with visits to doctors, dentists, other programs, other community resources. f. Providing recreation. g. Organizing group or community meetings. h. Providing individual counseling. During the term of this Contract, Contractor shall undertake to increase its capacity for service as provided herein by relocation of its Alcohol Recovery Center. In order to partially cover the costs of capital equipment purchases and remodeling, $15,000 of the - total Pa%meat Limit will be Hughes Funds from the 1975/76 Contra Costa County allocation. In the event that other funding is obtained for this purpose, the Hughes Funds shall be used as part of program support costs. :J. Service Unit. A unit of so•rvice, for reporting purposes, shall be defined as the l.rovision of service as described above for one eligible client in one residential day; i.e. . any portion of a single 24-hour period ending at 12:00 midnight, during which a client receives care and/or treatment within a residential setting provided by Con:rartar. 11. :umber of Service Units. r-ibjeet to sufficient referrals by County, Contractor shall provide• for County not less rh-tn 1500 service t pUt . lnitials: /I iX,,./ 0 0/,$,# Cont=sctor County Dept. 2 Aii`UNT Staf= Salaries and neiteffts $ 32,315 C�)aratling Expenses 17,640 .AI. -;!%is ration 1,300 Other 2,500 Grass Allowable Program Cost $"54,255 Applicable Outside Revenues* ( 19 735 ALL01,yA$LE PROGIAM COSTS (Contract Payment Limit $ 34;520 *eon-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustwents in County's total payments to Contractor pursuant to the Payment P-o:-isions shall not be limited by the specific line item Cost Category _ -ar�unts set forth above_ - -- Initials: Cont for County Dept. A, Stancrard Form Contra Costa County STANDARD CONMCr (Purchase of Services) 24 - 750 - 3 1. Contract Identification- Number Ob r Yz -= d� Contra Costa County Stan rd Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 24 - 750 - 3 Department: Medical Services - Mental Health Subject: Non-medical detoxification alcohol 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: LOS MEDANOS COMMUNITY HOSPITAL DISTRICT Capacity: Non-profit government hospital district Address: 318 Railroad Avenue, Pittsburg, California 94565 3. Term. The effective date of this Contract is JuIX 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed142,590 S. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9, Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code Division 5, Part 1 and specifically Section 5170 et seq. (Lanterman Petris Short Act) and Part 2, Section 5600 et seq. (Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community 10. Signatures, These signatures attest the parties' agreement hereto: Mental Health Services under the Short-Doyle COUNTY OF CONTRA COSTA, CALIFORNIA CON ORAct. Wt By By �� -h a - i-rmair,--Boated- _ ,) Director, Hunan Resources Agency 9e_s;,r)Pn4- Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) l By. State of California'.. ) ss: Deputy County of Contra Costa' ) ACKNOWLEDGEMM (CC 1190 P. Recommended by Department The person signing above for� ContracJ:or known to me in those individual and; business capacities, personally appeax;sd By before me today and ack^_bw&dged that be/ V 44 Designee they signed it and that thel.cdrporation : or partnership named above exg5utecl the within instrument pursuant to tjj ,��i flaks Form Approved: County Counsel _ or a resolution of its board of directors. u., SDazAd Deputy -;A, ciuxiv _ -, --L eA:zas SEP 1z 1973 . Notary Public/Deputy County Clerk (A-4617 RFV 5/7S 1 < 1 �! I r Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number � 4 - 750 . 3 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] L ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each mouth, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. EX] d. $ 11,882 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] , [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or It [X] b. Such State regulations and documents as are set forth in the Service 4 Plan regarding accounting guidelines, including standards for determining allowable or non-allowable costs. 4. Payment Demands._ Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 ,days from the end of the month in which.said services are 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 monthly payments as specified in Paragraph' 2. (Payment Amounts) above. Initials: Con tor- County Dept. • 4. (A-4618 REV 6/7S) Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) 24 — 75 7 pc A is 3 Number a U 5. Right to Withhold. 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. 6, Cost Report and Settlement. No later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7, (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 liability, 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: Cbntradtor County Dept2 ; i^ (A-4618 REV 6/75) -2- {°a J U X .:. .. Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number 24_- 75 O '� 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. S. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7, Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set .�� ' , forth in a written Informal Agreement entered between the Contractor and the County: , Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here under. Further, any Informal Agreement entered 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 for and executed on behalf of the head'of: the County Department for which this Contract is made or his designee. 1 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or ''ederal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. Initials: Pa/ J, C tra tar County Dept. �, Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 24 — 750 - 3 75O _ Number 9. Disputes. 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his "employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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.'gr 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. 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. Initials: Antracor County Dept. (A-4616 REV 5/75) -2- MIA;- OD 1 �Aol ' Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) Number 24 - 75 "(� 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. • 20. Insurance. During the entire term of this Contract and any extension or modificationT thereof, the Contractor shall keep in effect liability insurance policies tweeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, , Martinez, California 94553. Notices to the Contractor shall be addressed to the.. 11, Contractor's address designated herein. The effective date of notice shall be the, '% %, date of deposit in the mails or of other delivery. 22. Primacy of General Conditions. 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. ;• . Initials: ontr ctor County Dept. (A-4616 REV 5/75) v r !' ..... '�� ,.. . ''�'•., = `k z�:/.. s .ya•e. �,.:-?L_'moi., I SPECIAL CONDITIGNS 4 - `750 - 3 • Number 1. \ovation. The parties, having entered into two prior contract amendment agreements, No. 24-750-1 , effective Juiv 1, 1975 , and No. 24-750-2 , effective October 1. 1975 , hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Pay=ent Provisions, is hereby modified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program. Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initials: Contra for County Dept. . # yr-�.y�y',�.'t �7ta ✓N� �;r - - •,y 4•�./.lr. - sem' :�� • ; 4�y r . SERVICE PLAN `t50 - 3 Number 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment Provisions, the allowability of Contractor's costs that have actually been incurred under this Contract shall be determined in accordance with applicable State regulations, including, but not linited to, the Community Services Systems Manual, Chapter 9. (Accounting Guidelines), Section 9.5 (Allowable Costs), as issued by the State Department of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as otherwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3_ State Approval. This Contract, any extension thereof, and any change thereto., shall be of no effect unless and until reviewed and approved by the appropriate State agency. d. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6:' Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. Under the provisions of Welfare and Institutions Code Section 5170, the East County Community Detoxification Center operated by Los Medanos Community Hospital District located at 318 Railroad Avenue, Pittsburg, California 94565, is designated by the Board of Supervisors as a facility for 72 hour treatment and evaluation of �inebriates. Persons to be served are those described in Welfare and Institutions Code Sections 5170 , and 5172.1. The Contractor will maintain this facility for the purpose specified in Welfare and Institutions Code Section 5170 and will maintain a capacity for sixteen (16) beds. This facility will operate under licensing by the State Department of Health ands lawful regulations imposed by the City of Pittsburg or any other public agency having jurisdiction in connection with the operation of the facility. Any person placed in this facility will be detained for evaluation and detoxification treatment and ultimately released according to the provisions of the Welfare and- Institutions Code Sections 5170.5, 5170.7, 5171, 5172 and 5173. Application for admission will be according to the terms of Welfare and Institutions Code Sections 5173.3 and 5172.1. This facility will be available at all times for use by County as specified herein. Persons who would otherwise be eligible for placement in this facility will be referred by Contractor to a like facility if all beds are taken. Such referral will be made directly to the individual seeking voluntary admission or to the County-designated or other person seeking involuntary placement of an inebriated individual. Initials: ` y=�O`�` . contractor - - ty Dept. c,ontrac..or w4.11%.r U, ys •'r"": � SESVZCE PLAY t ` .` o O _ Number Services to be provided at Contractor's facility are non-medical detoxification alcohol services and include the following: Services will be available seven (7) days a week, twenty-four (24) hours a day in a residential setting. The average stay at the Contractor's facility will be approximately three (3) days, but a longer stay may be arranged if the staff and client feel that this would be beneficial, subject to the terms of Welfare and Institutions Code Section 5171. The primary objective of the program is to meet the basic needs of an intoxicated but ambulatory client as he arrives and during his stay at the facility. Additionally, the client will have the opportunity to reach a state of sobriety in a supportive, non-medical, non-institutional setting with the help of other clients and the staff, comprised in part of sober alcoholics. The facility will be equipped and staffed to provide meals, snacks, beds, laundry and toilet facilities, secured storage for the client's personal belongings, counseling and information and referral service about other community resources and programs. These services will be provided as needed, in a timely fashion taking into consideration the individual needs of the client. If any client demonstrates symptoms of illness other than simple intoxication, Contractor will send that client to a licensed medical facility for immediate evaluation of and care for that problem. Costs for such medical evaluation or care are not covered under terms of this Contract. 10. Service Unit. A unit of service for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one residential day; i.e., any portion of a single 24-hour period ending at 12:00 midnight during which a client receives care and/or treatment within a residential setting provided by Contractor. 11. The provisions of the foregoing Service Plan do not limit the application of any General Conditions. Initials: WontrMtor County Dept. IJ f r •1 i �t -2- :�Yy ' q jfq'iJ •.. /////^/`s. e r 11 . •. i. C til. ?"�..b'Y`��S'��.x. BUDGET OF ESTINXTED PROGRAM EXPEN'DI'TURES ti 24 - 750 - 3 Number COST CATEGORIES I241ONTH AMOUNT Staff Salaries and Benefits $ 108,273 Operating Expenses 34,317 Administration -0- Other 5.000 Gross Allowable Program Cost $•147.590 Applicable Outside Revenues* ( 5,000 ) NET ALLOW-NBLE PROGRAM COST (Contract Payment Limit) $ 14.2,590 '"'non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the Payment Provisions shall not be limited by the specific line item Cost Category .' -- amounts set forth above. Initials: ont ctor County Dept. o ti c, ' �1�`. - - ,. • •- ._� -: ?1f,}.T.'4� A.1_'M ��h1N14 N .s- •"'=moi�� - t, � b.- - ti`P'F T�- •' :Tt� wQ� :��,�'•f� r����,•,i���+.ice . :•••.... ._ _. J� -. . .+ ..vim• ±1- '.`. 3 .... '{H k Contra Ccs_t.' County p Standard Farm ST-'IDaRD Chill R.AC^ (Parc^ase of Services) 1. Contract Identitica:_o::_ Kucaber 2 4 — d 2 Department: Medical Services - Mental Health Subject: Non-redcap detoxification alcohol 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: BiBett Corporation Capacity: Non-profit California corporation Address: 525 Green Street, Martinez, California 94553 3. Term. The effective date of this Contract is July 1. 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed 130.145 5. County's Oblizations. 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. General and Special Conditions. -his Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 7. 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 teras and conditions contained or incorporated herein. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof_ 9. Legal Authority. This Contract is entered into under and subject to the following legal autaorities: Welfare and Institutions Code Division 5, Part 1 and specifically Section 5170 et seq. (Lanterman Petris Short Act) and Part 2, Section 5600 et seq. (Short-Doyle) and California Administrative Code (Title 9, subchapter 3, Community Mental 10. Signatures. These signatures attest the parties' agreement hereto: Health Services under the Sho -Doyle Act). COUNTY OF CONTRA COSTA. CALIFORNIA Coit CTOR Byaft6 chairman.,—B, a . 0._IS, n_�r••;.-mann / /• Director, Human Resources Agency (J n./ Attest: J. R. Olsson, County Clerk Designate official capacity in bus Hess and affix corporation seal) By State of California ) ss_ Deputy County of Contra Costa ) ACIUlOWLEDGEHENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By ,,,ham before me today and acknos+ledged that he/ U Designee they signed it and that the corporation re 'p rand above executed the n to its bylaws Forza Approved: County Coun_el 0rCt!`r41i'o z` 6--lip bo of directors. By Deput; V�� .7 �epu untf Jerk �. _ 11 ' '1Gticr`dfiimecCw �i sour o�c�r Conz_.i CoL.=_y Standa d Form (.-0a:: Basis Contracts) 1. Payment Basis. Counts shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the perfo=a.ce of Contractor's obligations under this Contract. 2. Payment Amou-its. Subject to later adjustments in 'total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Lieut of this Contract, County will pay Contractor: [Check one alternative only.] L ] a. $ monthly, or [ ] b. $ per unit, as defined in 'the Service Plan, or [ ] c. An a munt equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [a] d. $ 10,845 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan_ 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standars For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plait, or [R] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Fora D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which.said services are actually rendered. Upon approval of said payment demands by the head Qf the County Department for which this Contract is trade or his designee, County will make monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initial _actor County Dept. 00120 (A-4618 6/75) _1_ (Cost Basis Contracts) Cc�� iiumbe_^ 2 4— 7 2 2 — 5. Right to WiL'ahold. County has the right to withhold payment to the Contractor when., ?a -he oainion or the County expressed in writing to the Contractor, (a) the Co^irac-or's perform-ince, in whole or in part, either has not been carried out or is insuificieaLly documented, (b) the Contractor has neglected, failed or refused to flue isi: -'afor-mat_on. or to cooperate with any inspection, review or audit of its p=`ogram, * ark or records, or (c) Contractor has failed to sufficiently itemize or doca :nt its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the termly:ion of this Contract, Contractor shall submit to CotLnty a cost report in the form required by County, showing the allaiable costs that have actually been incurred by Corit;acLor under this Contract. If said cost report shot::. that the allowable costs that have actuary been incurred by Contractor under this Contract exceed the payments rade 'ay Couaty pursuant to Paragraph 2. (Payment Amounts) aFove, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. Is' said cost report shows that the payments made by County pursuant to Paragraph 2. (Payzeat C=ounts) move exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. The records of the Contractor may be audited by the County, State, or United Sates 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 County by 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 i8 months from the termination date of this Contract. If such audit(s) show that the paymnents Dade by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allot-able costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) -above, thea Contractor agrees to pay to County within 30 days of demand by County any- such excess amount. If such audits) show that the allowable costs 'that have actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to ?a_ragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit: Exceptions. In addition to its obligations under Paragraph 7. (Audits) above, Contractor agrees to accept responsibility for receiving, replying to, and/or complyi_^.e, 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 1:0 pay to the County within 30 days of demand by County the full amount of the County's liability, 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 perfom properly any of its obligations under this Contract. Initials: — t° actor County Dept. (A-4.613 PrV 6/75) -2- 00121 -7_ V 1-1.1 N.L . -.EV 6/75) " - -- POW 00- r c: at-tnt_t Standard Form (?urc-ase o. Servic?5) Number4 - 7 9 9 ' 5 1. Co:::pliance :with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, includir but not li-ited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 2. inspection. Contractor's performance, place of business and records pertaining to this Contract are su:;Je ct to monitoring, inspection, review and audit by authorized represen atives of the County, the State of California, and the United States Government. 3. Records. Contractor shallreep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents partaini g to this Ccntract for three fears from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federa'/Szate audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. :'ermination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b_ Failure to Perform. The County, upon written notice to Contractor, may terminate this Contract should the Contractor fail to perform properly any of its obligatio.s 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, o: other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agree.:.ent. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Snecificatioas for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set ' forth in a written Informal Agreement entered between the Contractor and the County. Such In-or-lal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Ar-end.-tents. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments_ Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments nay not materially change the Payment Provisions or the Service Plan. Initia?.s � k6rffMI22 Couny Dept. �a } Contra: County S.andard Fo^-n (Pu chase of Sem faces) 2 -AX ~ 7 lFumer 9. Disnutes. 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 desiQ ae or in accordance with the applicable procedures (if any) required by the State or federal Government. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be ;overned and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Repulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. do Waiver by Cc• .y Subject to Paragraph 3. (Disputes) of these General Conditions, inspections or approvals, or statements by any officer, agent or employee of the County indicatirt, the Contractor's performance or any part thereof complies with the requirecents 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 teras and conditions hereof. 13. Original Contract. The original copy of this Contract and of any Modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment_ The Contractor shall not enter into subcontracts for any of the woek contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor_ The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. — 15. Indeaendent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, em3loyee, partnership, joint venture or association. ..S. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy o! the :-ost recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest_ 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, ir_cludi.o but not limited to, the identity of recipients, 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. 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. Iriti31� c, _actor County Dept. (A-4616 ?tv 5/75) 00123 (A-4616 :' ;I 5175) 00123 s Ca:itr,j _ County Standard F or nr C - , CO!JDTT7C`JS (?L:nendse of Services) � _ ' 7 � �- 5 Humber "'A 18. Nondiscri=inatory Services. Contractor agrees that all goods and services under this Contract shall be avai'ule to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 14. Ind ,anxfication. ire Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consegu,ential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-craned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Comoensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the wove liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Edministration Unit, Ninth Floor, 651 Pine Street, Martinez, California 54553. 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. 22. Primacy of General Conditions. 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. Initials: _ o or County Dept. (A-4616 REV EV 001.24 5/75) -3- A S?.:.C=tL CO`iDi'TFG S Kumber 2 4' d 2 s " 5 1- Novation_ The parties, having entered into two prior contract amendment agreaca:tts, NO 24-722-3 effective July 1. 1975 and X'o_ 24-727,-1, effective ( ctober 1, 1975 , hereby substitute this Contract for said contract a_nend=art agreements_ Effective July-1, 1975, all contract rights and obligations of the aa.ties will be governed by this Contract, 2- Cost Report and Settlement_ Paragraph 6- (Cost Report and Settlement)', of the Pad _nt Provisions, is hereby zolic"ied to read as follows: "No later than sixty (60) days fallowing the termination of this Contract, Contractor shall submit to County a cost report in the fora required by County, showing' the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Dayle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures inc}.udad in the Service Plan. If said cost report shows that the net allocable program costs :which have actua111 been incurred by Contractor during the Contract term exceed the pay--ants made by County for the Contract terry pursuant to Paragraph. 2. (Payment Amounts) above, County will recut any such excess amount to Contractor, but not to exceed Lite Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract terra pursuant to Paragraph 2_ (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract tem, Contractor shall remit any such excess amount to County_ The net allowable program costs for cost report• and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable ' prooQr...:-t costs which have actually been incurred during the Contract term, whichever is less, min's the total applicable outside revenues which have actually been collected during the Contract tem." Inti s- C t for County Dept. 0012 ri S ?:ICE P!AN Number 2 4 — 7 2 2 — c r� 1. State Cost Reis:latiors. Pursuant to Paragraph 3. (Allowable Costs) of the Payrztrt Provisions, the allow-ability of Contractor's costs that have actually been incurred t:.-:der this Contract shall be deterzined in accordance with applicable State regulations, including. but not limited to, the Co.--munity Services Systems Manual, Chapter 9. (Accounting. Cudelines), Section 9.5 (Allowable Costs), as issued by the State Departr._nt of Health. Allowable costs shall not include remodeling and/or cqulp=ent purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as otherwise may be authorized by prior State approval), except That part of such costs which can reasonably be charged to depreciation. 2. A-inual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract s::all be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for deter=ir_ing the persons to be served. - 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Rental Health Ser%►ices as being eligible therefor w who are otherwise deterained to be eligible for receipt of services pursuant to State regulations. 8.- Budget of Esticated Progr= Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service_ Under the provisions of Welfare and Institutions Code Section 5170, Green. Street Reception and Referral Center, operatee by BiBett Corporation, 525 Green Street, Martinez, California 94553, is designated by the Board of Supervisors as a facility for 72hour treatment and evaluation of inebriates. Persons to be served are those described in Welfare and Institutions Code Sections 5170 and 5172.1. The Contractor will maintain this facility for the purposes specified in Welfare and Institutions Code Section 5170 and will maintain a capacity for twelve (12) beds. This facility will operate under licensing by the State Department of Health and lawful regulations imposed by the City of Martinez or any other public agency having jurisdiction in connection with the operation of the facility. Any person placed in this facility will be detained for evaluation and detoxifi- cation treatment and ultimately released according to the provisions of the Welfare and Institutions Code Sections 5170.5, 5170.7, 5171, 5172 and 5173. Application for admission will be according to the terms of Welfare and Institutions Code Sections 5170.3 and 5172.1_ This facility will be available at all times for use by County as specified herein. Persons who would otherwise be eligible for placement in this facility will be referred by Contractor to a like facility if all beds are taken. Such referral will be directly to the individual seeking voluntary admission or to the County designated or other person seeking involuntary placement of an inebriated individual. Ini *als 1- -000 b� . _actor County Dent. :F SERVICE PUM Number �— `a'2 3 Services to be provided at Contractor's facility are non-medical detoxification alcohol services and include the following: Services will be available seven (7) days a week, twenty-four (24) hours a day in a residential setting. The average stay at the Contractor's facility will be approximately three (3) days, but a longer stay may be arranged if the staff and client feel that this would be beneficial, subject to the terms of Uelfare and Institutions Code Section 5171. The primary objective of the program is to meet the basic needs of an intoxicated but ambulatory client as he arrives and during this stay at the facility. Additionally, the client will have the opportunity to reach a state of sobriety in a supportive, non-medical, non-institutional setting with the help of other clients and the staff, comprised in part of sober alcoholics. The facility will be equipped and staffed to provide meals, snazks, beds, laundry and toilet facilities, secured storage for the client's personal belongings, counseling and information and referral service about other community resources and programs. These services will be provided as needed, in a timely fashion taking into consideration . the individual needs of the client. If any client demonstrates symptoms of illness other than simple intoxication, Contractor will send that client to a licensed medical facility for immediate evaluation of and care for that problem. Costs for such medical evaluation or care are not covered under terms of this Contract. 10. Service Unit. 4 unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one residential day; i.e., any portion of a single 24-hour period ending at 12:00 midnight during which a client receives care and/or treatment within a residential setting provided by Contractor. 11. The provisions of the foregoing Service Plan do not limit the application of any General Condition. Initials: ctor County Dept. -2- 00127 -1- UU14 i BUDGET OF ESTIAMMED PROGR.a.4 E TE DITURLPS 'umber 2 4'"` 7 COSTI CATEGORIES 12-'tONTH X400T Staff Sala_-ies and Benefits $ 90,549 Operating E.;:.enses 44,599 i�d'.aI nis t anon -�- Other -0- Gross Allowable Program Cost $ 135,148 Applicable Outside Revenues" 5,000 ) NET ALLOWAME PROGIRM COST (Contract Payment Limit) $ 130,148 *non-Short--Doyle monies to be collected by Contractor during the 12-r-*nth program period Adjustments in County's total payments to Contractor pursuant to the Pay=ent Provisions shall not be limited by the specific line item Cost Category amounts set forth above. -Inti 00T County Dept_ R: S Con:_ �;.jndard Form ST 1NDARD CONT'PAC:' (Purchase of Services) 1. Contract identification. dumber 2 4 — 7 'eDa:•t-ent: Medial Services - ?dental Health ,:abject: Partial Day Treatrent/Developmentally Disabled (Short-Doyle) 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: CONTRA COSTA COUNTY ASSOCIATION FOR THE ME:tTALLY RETARDED, INC. Capacity: Nonprofit California corporation d3^ess: 2717 North Plain Street, Walnut Creek, California 94596 3. Term. The effective date of this Contract is July 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed 92,450 5. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 7. Contractor's Obligations. Contractor shall protide 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Divison 5, Part 2, The Short-Doyle Act) and California administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). • 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CO.W'fRA COSTA, CALIFORNIA CONTRACTOR. By By Director, Hunan Resources Agency fIMANCUt��� Attest: J. R. Olsson, County Clerk Designate official capacity in busineas and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recor.mended by Department The person signing above for Contractor (� known to the in those individual and 'd W «may L� A business capacities, personally appeared By G1 ` before me today and acknowledged that he/ Designee they sigrid it and that the corporation or partnr^ship named above executed the within ii strur..ent pursuant to its bylaws Forr. An-roves: County Counsel or a resolution of its board /of directcrs. 17 Dated: B_V\ I/ 1A, Deputy L puty County Cl rkk Microfilmed �•rit 00/a /7 40 _ .stir�1T candard Form z ROVISIOus (Cost 3:sis Co%t^acts) Number 24 "� 3 1. Fay^aent Basis. County s^.all in no event pay to the Contractor a sum in excess, of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided :or County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accor2a:i4e with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount eaual to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [XJ d. $ 7,705 , monthly, in advance, plus or minus the difference between the net Allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Hanagement Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [,X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment P.mounts) above. Said demands shall be made on County Demand Fors D-15 and in the manner and form prescribed by County. Contractor shall submit said deman.!s for payment for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: retractor Cornty Dept. .A-+lose ovia� (-'cat Basis COntr:. ..s) Number 2 4 a r' () `7 n ght to With -)! County has the right to withhold payment to the Contractor when., in tne opinion of the County expressed in writing to the Contractor, (a) the Co=rac_or's performance, in whole or in kart, either has not been carried out or is insu=:_c_rz3y docuwentev, (b) the Contractor has neglected, failed or refused to iLrnis:; _-:formation or to cooperate: with any inspection, review or audit of its prograz, hark or rece_-s, or (c) Contractor has failed to sufficiently itemize or doc=:ec= its demand(s) .for payment. .. Lost Report and Settlement. IIo later than sixty (60) days following the termiaat:oa of this Contract, Contractor shall submit to County a cost report in the fora required by County, showing the allowable costs that have actually been incurred by Con-,rac.or under this Contract. If said cost report shows that the allowable costs that :,ave actually been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess aroun? to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Pa;=menz :.mounts) above exceed the allowable costs that have actually been incurred by Con.^actor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 to months from the termination date of this Contract. If such audit(s) show that the Dayments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 '.-cu-^red by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 5. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: ntractor County Dept. F-EV 6/75) -2- bo I eke- .x. S Standdra Form (:'L rchase Of Services) r� Nu_^mber 2 4 1. ConDl_ance w th iia«. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, includ.i:ig but not licited to, licensing, employment and purchasing practices; and .rages, hours and conditions oz emplwment. 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 State or California, and the United States Government. 3, Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention o: Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7, Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered may not enlarge in any manner the scope of this Contract, including any sums of coney to be paid the Contractor as provided herein. Informal Agreements may be approved for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. ?codifications and Amendments. a. General Amend-ents. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative A-nendmen-s. Subject to the Payment Limit, only the Payment Provisions and the Service Plan may .,e amended by a written administrative amendment executed by the Contractor and the ( )unty Administrator or his designee, subject to any required State or Federal (United States) approval, provided that such administrative amendments nay not r3aterially change the Payment Provisions or the Service Pian. Initials: ontrac-or Counff �y pt. zov 5;75) -1- DO W D. r n'. 7 :'gin:r.t ._•s S`srcard Fo^n of serv:.Ces) iiunboLr .% 9. Disputes. isa-greements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determinati:.n in writing vv the head of the County Department for which this Contract is made or his designee cr in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the lairs of the State of California. 11. Conformance wits, Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the Work contemplated under this Contract without first obtaining written approval ffrom the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, Without the prior written consent of the County. 15. Indenendent Contractor Status. This Contract is by and between two independent contractors and is nor intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid cony of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. b. No person will publish or disclose or permit or cause to be published or disclosed, any list o= 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. Initials: retractor Cour:y Dept. (A-13516 LE: 5/7 J' -an,_Oard Form rMIE A L COU-M-1 IONS (Purchase of Services) .uTber 24 - 70 ' _ � 0 eJ l-Vll L&w_4.VZ V. ally PULPIbl- VL11L.�_i Va Ill %_U&t 1e4L2L., wZLil Lile ClUAlIillJtLaLlUli VL UV relating to sex-vices 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. b. !:o person will publish or disclose or permit or cause to be published or disclosed, any list o: 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. Initials: retractor Coun-y Dept. (A-4616 !':- 5/75) _ L �r Contr a _ . :: roun,:v S-.an, and Torn GENE.AL Cf NDITIONS (Purchase of Services) 0 4 - 7071 ':u.Tber ' 18. :tai:Liscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin., or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, sane harmless and indemnify the County and its officers, agents and e^ployees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, fr= any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire terse of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the Cenral Conditions. Initials: retractor County Dept. (A--45i6 R£4' 5/75) -3- DU/;?kic SPECLAL CQNi',I FCNS 2A .- 07 - 3 1. N'0"ation, rhe parties, having entered into two prior contract amendment agree"-ents, :o. 2»-707-- effective July 1, 1975 , and No. 24-707-2 effect :•e October 1. 1975 , hereby substitute this Contract for said contract aend entagreements. Effective July 1, 197S, all contract rights and obligations Of the parries will be poverned by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Pa)=enz Provisions, is hereby modified to read as follows: 't\!o later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures includel in the Service Plan. If said cost report shows that the net allowable program costs whica have actually been incurred by Contractor during the Contract term exceed the payrarts rade by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit_ If said cost report shoes that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County_ The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract tern." Initials: actor County Dept 00 /019 C-7- . _ ,. .. ;r. a SK,RV I%-_=_ Pl.IN Nu-ber lJ 2) 1. Szate Cost f.c Iu!ations. Pursua.-:t to Paragraph 3. (Allowable Costs) of the Payment rzvisions, the allowability or Contractor's costs that have actually been ircurre:i =d:r this Contract shall be detemired in accordance with applicable State regulations, including. but not limited to, the Co=muanity Services Systems Manual, Chapter 9. (Accounti.^.Z Cuidelines) . Section 9.5 (Allowable Costs), as issued by the State 111—partr_ent of fie=ld:. Allowable costs shall not include remodeling and/or equiprieat purchases as to any item which has a useful life in excess of two years and a valise in excess of S30.00 (or as other.:ise may be authorized by prior State approval) , except that Dart of such casts which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying th-- cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. ZLState Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Elealth Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. The service to be provided by Contractor is a program of partial day treatment services for properly referred children, age 6 or under, who are developmentally disabled. Contractor's service program shall include, but not be limited to, the provision of the following activities for such clients: a. Recreation, b. Developmental training, c. Gross motor activities, d. Training in feeding and self-help skills, e. Pre-educational instruction, and f. Socialization. The provision of services shall be based on a schedule of treatment and activity individualized for each client. Transportation services for clients may be provided either by Contractor directly or by Contractor's subcontract. Contractor's services hereunder shall be available at least 5 days per week, Monday through Friday, excluding regularly scheduled holidays and vacations. Contractor shall operate said service program at its facility (known as Lynn Day Treatment Center) located at 201 Front Street, Danville. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above -or one eligible client in one partial day; i.e. , any portion, less than 18 hours, of a c .lendar day during which a client receives 'he above services under s planned progran of care and/or treatment within a day-activity ettin- provided by Contractor. 1.1. umber of Serticic Units. Sub ect to sufficient referrals by County, Contractor call provide for County not less than 4.500 service units. Initials: tractor County Dept. OO/RF E:.rL i OF ESTIMITED PROGR.V EVE`:DTTURES A=ber 70V COST CATEGORIES 12-MONTH AMOINT Staf_ Salaries and Benefits $ 58,834 Operating Expinses 27,87 Administration tration 9,645 Other Gross Allowable Program Cost $ 96,450 aQlicable Outside Revenues* ( 4,000 NET ALLOWABLE PROMM CCST (Contract Payment Limit) $ 92,450 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to contra--tar pursuant to the Payment Provisions shall not be limited by the specific line item Cost Category amounts set fort�-i above_ Initials: C ctor County Dept_ I UT a- Con?ra _c.s:a County Standard Forn STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 4 .. V3 0 Department: Medical Services - Mental Health Subject: Residential Respite Care Services/Developmentally Disabled (Short-Doyle) 2. Parties. The Countf of Contra Costa California (County), for its Department named above, and the following, named Contractor mutually agree and promise as follaws: Contractor: CONTRA COSTA COUNTY ASSOCIATION' FOR THE MENTALLY RETARDED, INC. Capacity: Nonprofit California corporation Address: 2717 North Main Street, Walnut Creek, California 94596 3. Term. The effective date of this Contract is July 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed 5. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof S. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short- Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By Director, Human Resources Agency fttIMCW.MAMARER Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and 4W business capacities, personally appeared By d before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrua.ent pursuant to its byla•,rs Fora Approved: Ccs.-:ty Counsel or a resolution of its board of directors. Dated: I—, I?7lo By Deputy q�-�pepu ounty Clerk 0 0121JMicrofilmed I&II, u.:-.0 4. (Co:i: 5:1:1: Ctintr'acts) • Cf 4ar Y',f -" ; t ' nP n^•• to th enntr^rtw. .a C�;Im in By State of California 1 ss. Deputy County of Contra Costa ) ACY11OWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to ase in those individual and W•Jb business capacities, personally appeared By before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instruir.ent pursuant to its bylaws Form Approved: Cc.=ty Counsel or a resolution of its board of directors. Dated: " 60 /l76P By lt�AZIWZ16�dftp,1-11� Deputy q�yj A-Mpepu ounty Clerk o o 121TM,«ofi1nned ,�,�:t: c,,;,..a '4 i �. ravment 33a':s. C:•unty small, in no event pay to the Contractor a sum in excess or the total aw;kant :specified i:Y the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Cc:ter_nc-:or for all services provided for County under this Contract shall be oral.,- for costs that are allowable costs (see Paragraph 3. below) and are actually the perforv3race of Contractor's obligations under this Contract. i 2. Payment Amounts. Su:,;ect to later adjustments in total payments in accoru:a:ce -,ith the below provisions for Cost Report and Settlement, Audits, and Audit Exze a.ions, and s•,zbject to the Payment Limit of this Contract, County will pay Contractor: C Check one alternative only.] L J a- $ monthly, or r I b. $ per unit, as defined in the Service Plan, or C ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [ X] d. $ 3,604 monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. s Net allowable program costs will be computed in accordance with the Budget of Estimated Program E+.-penditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: i [Check one alternative only.] ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B a (Standards For Selected Items of Cost), and, subject to said Attachments t A and B, such other documents (if any) specified in the Service Pian regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [XJ 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above_ Said demands shall be made on Cou_rty Demand Form D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Pa,-men t Amounts) above. Initials: ✓►', ,90htractor County Eapt. D MJ "..a dard .oren !lumber �� "' as �. •Y r...J .+ 6. Right to l;-=hold. 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 in whole or in part, either has not been carried out or is insufficiently dc�cu e ted, (b) the Contractor has neglected, failed or refused to furnish inform--oz 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 de-ma.^.d'(s) for payment. 6. Cost R pot-t and Settlement. No later than sixty (60) days following the termination of this Co^tract, Contractor shall submit to County a cost report in the form required by Count;;, 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 pursuant to Paragraph 2. (Payment Amounts) zbove, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor un-der this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 Pian. Any certified cost report or audit required by the Service Plan shall be submitted to County by 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 28 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, it 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: Ofttractor County Dept. REV -2- Q 1291— a MM , vo : _'D+_Inty Standard Form (Purchase of Serf:ces) �! .. �. 6-)N'tir-ber " t) 1. Co-oliance with Law. Contractor shall be subject to and comply with all Federal, Stag can,, local laws and regulations applicable with respect to Its performance hereunder, inc_u�41^ tut not limited to, licensing, employment and purchasing practices; and wages, routs an,d conditions o: employment. _. _rsaection_ Contractor's performance, place of business and records pertaining to tars -ontract are subj•_ct to monitoring, inspection, review and audit by authorized representatives of the Ccusty, the State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost-Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives or the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all. the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Service Plan may be amenf'ed by a written administrative amendment execu,ed a)v the Contractor and the County Arministrator or his designee, subject to any reeu?red Sate or Federal (U:ited States) a--gro mal, provided that such administrative amendments -ay not materially change the Payment Provisions or the Service Plan. Initials: tractor Counky Dept. (A-46:6 REV 5/75) 1- 00 �agM � 1 F . 77 r :zt^a - 3 'o ant• Standard Form CONDMO`iS (^urease of Service:,) 24 ~ or-Ther L L 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determ,ination 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. 10. La:: Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 12. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. 2:o Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy .filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. lnde-aendent Contractor Status. This Contract is by and between two independent contractors .laid is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. initials: tractor County Dept. 5/75) -2- G /(� 4. A Contra _ . , _2 wLr.-v !7aidard Form CONDITIONS (Purchase Of Services) ` x3110 L.J 15. Nandiscriminatorr Services. Contractor agrees that all goods and services under this Contract shall be available to all Qualified persons regardless of age, sex, race, religion, color, rational origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. inde:xiification. The Contractor shall defend, save harmless and indemnify-the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liabilitv Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Comoensation. The Contractor shall provide the County with: a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. ?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 the County shall be addressed to the head of the County Department for which this Contract is spade, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. Initials: ntractor County Dept. -3- d 0 l:Z q: a SPECM CONDITIONS 1 lumbar 24 — 4 3 0 3 1. Nava-ion. Tae p;sties, having entered into two prior contract amendment, agree»erts, 10. 24-730-1 effective July t j975 and NO. 24-73Q-2 effective October 1. 1973 hereby substitute Contract for said contract a-mead-mert agreements. Effective July 1, 1975, all contract rights and obligations Of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of he Pa, eat Provisions, is hereby modified to read as follows: "\o later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the fora required by County, showing the gross allowable program costs which have actually been incurred and the total a.plicab outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs tienich have actually been incurred by Contractor during the Contract term exceed ' the payments made by County for the Contract term pursuant to Paragraph 2. (Payment amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made ' by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor 1, under this Contract during the Contract tem, Contractor shall remit any such excess ' amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initials: tractor Co Dept. i i i ` 780 - 1. Mate Cost Regulations. Pursuatnt to Para;,:apit S. (:allowable Costs) of the Pay^e^r 112-ovisions, the allcwability of Contractor's costs that have actually been inci:rr:!d ,w=d::r this Contract shall be determined in accordance with applicable State re,gulat:tir:s, including, but not limited to, the Cor.nunity Services Systems ?Manual, Chapter 9. (Accounting Guidelines) . Section 9.5 (Allowable Costs), as :issued by the State Denartment of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a values in excess of $50.00 (or as otherwise may be autRarized by prior State approval), except t --t part of such costs which can reasonably be charged to depreciation. 1). *nual Audit. Contractor shall provide County with an annual audit by a Certified ?ublic Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and ap?roved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems rManual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services corder this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. The service to be provided by Contractor is a respite care program of linited-term residential care services for properly referred adults and children who are developmentally disabled, to improve and/or maintain the home environment and social family adjustment of such clients by allowing their regular caretakers to have a limited- term respite from the duties of ongoing care. Contractor shall establish and operate this respite care program for developmentally disabled clients as follows: a. Geary House Respite Care. Contractor shall provide residential care services, including full-time supervision, for up to 6 ambulatory adults at a time, age 18 or over, at its residential care facility (known as Geary House) located at 1646Geary Road, Walnut Creek. Residential care services shall normally be available at said facility seven (7) days per week, and shall be limited for each client to a short-term period, not to exceed three (3) weeks-, except as may otherwise be established by mutual agreement between County's and Contractor's program representatives. Clients admitted for respite care at Geary House under this Contract may continue their customary participation in any outside recreational, social, medical, or educational activities that then may be engaged in or may participate in such activities as shall be provided by Contractor under its regular facility program. Initials: _i- O vi2 8 Q C tractor County Dept. fr SERVICE P"I 24 - 730 - 0- Number - � � b. Outside Respite Care. Contractor shall procure available residential care services for ambulatory and non-ambulatory adults and children from other qualified, licensed providers in the community by subcontract, letter of understanding, purchase agree^ent, fee payment, or other such procurement method, including, but not limited to the use of skilled nursing and intermediate care facilities. All clients receiving such residential care services under this Contract shall be registered with Contractor's respite care program prior to receiving services and shall be referred to said outside service providers by Contractor. Such residential care services shall be limited for each client to a short-teres period, not to exceed three (3) weeks, except as may other- wise be established by mutual agreement between County's and Contractor's program representatives. Contractor shall attempt to ensure that clients admitted for outside respite care are able to continue their customary participation in any outside recreational, social, medical, or educational activities that they may be engaged in or Contractor shall attempt to arrange such activities if none are otherwise available. c. Coordination of Referrals for Golden Gate Regional Center. Contractor shall negotiate a written agreement with Golden Gate Regional Center to cover Contractor's coordination of respite care referrals from the Regional Center or its delegate agencies, including the placement of clients in outside respite care and in Geary House. Contractor shall bill Golden Gate Regional Center for the cost of direct respite care provided at Geary House for Regional Center clients who are not residents of Contra Costa County; and outside respite care providers shall bill Golden Gate Regional Center directly for all Regional Center clients placed by Contractor under this Contract. d. Program Administration. Contractor's respite care program shall be administered as follows: (1) Admission applications and the determination of client qualification for services hereunder shall be conducted by Contractor. (2) Scheduling and admission to the respite care program shall, be determined by Contractor's Respite Program Coordinator. (3) Contractor shall give preference to applicants referred directly by County Medical Services for priority use of available respite care beds under this Contract. Contractor's regular admission policies shall apply to clients who are otherwise referred. (4) The cost of medications, when not provided or met by the client's responsible parent or caretaker, shall be met by Medi-Cal or paid by County Medical Services in accordance with State Medi-Cal or Short-Doyle regulations. (5) Any disagreement over admission criteria, the admission of a client, or the length of residential stay will be resolved between appropriate County Medical Services program staff and Contractor's Respite Program Coordinator. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one residential day; i.e., any portion of a single 24-hour period, ending at 12:00 midnight, during which a client receives care and/or treatment within a residential setting provided or otherwise procured by Contractor. 11. Number of Service units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 900 service units. Initials: g�L AO C tractor Count Dept. -2- ov /aEN B,tDGET 0f ES-.1v_TEfl PROGR. 4 EX.Qci•DtURES Number 24 - 73 0 " S 12-1-10-STH COST CATEGORIES - A-fOUMT $ 23,220 Staff Salaries and Benefits 9,95E Operating Expenses 6,388 Administration 13,680 Other $ 53,240 Gross Allowable Program Cost Applicable Outside Revenues* C-1-0.0-0 0 ) NET ALLO'�ABLE PROGRX.W COST (Contract Payment Limit)t) 43.240 - *non-Short-Doyle monies to be collected by Contractor during the 12-month program period s ` Adjustments in County s total payments to Contractor pursuant to the payment Provisions shall not be limited by the specific line item Cost Category amounts set forth above. L— Initials: s CoActor County Dept. Contra Costa Count-1 Standard Form STIRIMARD CONTRACT t i (Purchase of Services) i 1. Contract Identification. number 2 4 7 2 o 4 t - vc�12�5 6M Contra Costa Coun Standard Form STAi7DARD CONTRACT (Purchase of Services) 1. Contract Identification. dumber 24 - 727 - 4 4 Department: Medical Services - Mental Health i Subject: Partial Day Treatment/Mentally Disabled (Short-Doyle) 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: MANY HANDS, INC. Capacity: hon-profit California corporation Address: P.O. Box 1487, Pittsburg, California 94565 (Handgards Building, Old Antioch-Pittsburg Highway, Contra Costa County) 3. Term. The effective date of this Contract is July 1, 1975, and it terminates June 30, 1976, unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed S 86,000 5. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual..Plan 1975-76 (State approved), and any modifications o, revisions thereof S Eq 9. Legal Authority. This Contract is entered into under and subjec tat legal authorities: Welfare and Institutions Code (Division 5, Par 2, Short-1 oyle Act) and California Administrative Code (Title 9, Subchapter 3, Co uni y itC1 Health Services under the Short-Doyle Act). ; 10. Signatures. These signatures attest the parties' agreement he to: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR S'Q,N }, By By. Director, Human Resources Agency Attest: J. R. Olsson, County Clerk signate official c4oacity n business and affix corporation seal) By State of California } ss. Deputy County of Contra Costa } AC101OWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By t before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution of its board of directors. Dated: AA to AA P. loZ /274 By /,dt" y V- Deputy un Clerk 00129WdlT "ffl11uDeoA ;y eowithto-u529 RrV Sh,1 t'� PAVENT PROVISIO'iS (Cost Iasis Contract-s) ?lumber 2 4 i 2 7 _ 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be oniv for costs that are allowable costs (see Paragraph 3. below) and are actually in,---rred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Au:;:. Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Cheek one alternative only.] ] a. $ monthly, or L b. $ per unit, as defined in the Service Plan, or L ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. %] d. $ 7,167 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] . L ] a. General Services Administration Federal Management Circular FMC 74-4, - Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or LO 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shad submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: Contractor Co y Dept. (A-14618 -:0-1 6/75) -1- 00130 Standard Form u�,re�. s? PRO"!ZS t0liS (Cost Basis Contracts) Number- 24 - 727 — !umber24 _ 727 — S. Right to Withhold.. 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 (e) Contractor has failed to sufficiently itemize or document its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor,. but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, incl,sding any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: Contractor County Dept. (A-4618 REV 6/-75) -2- 00131 M Contra _'csta County Standard Form (Purchase oS Services) r flumber 2 4 7 2 •+ 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and crake available for inspection by authorized representatives of the County, the State or California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments_ This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially charge the Payment P-ovisions or the Service Plan. Initials: Contractor County Dept_ (A-4616 REV 5/75) -1- 00132 (A-46.5 REV 5/75) -_- 00132 4 Contra Costa County Standard Form Gs.I:ERULL CONDI i TOMS (Purchase of Services) Number 24 - 727 - 4 9. Disputes. 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Hoard of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. Initials: Contractor County Dept. (A-4616 REV 5,75) 00133 ltA '4u.Lo rCLv 5 ' <J V J.V-77 .. r , i' Contra Costa County Standard Form GENERAL CMIDITIOINS (Purchase of Se:vices) /� dumber 2 4 s S�q o Q� 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the united States trail, postage prepaid. Notices to the Co•inty shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. initials: • (' Contractor County Dept. (Y-4616 RZ-V 5/75) -3- 001341 SPECIAL CONDITIONS Number 24 - 727 - 4 1. Novation. The parties, having entered into two prior contract amendment agreements, No. 24-727-2 effective July 1, 1975 and No. 24-727-3 , effective October 1, 1975 hereby substitute this Contract for said contract azienduzient agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Payment Provisions, is hereby nodified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract tern in accordance with the Budget of Estimated Program Expenditures included in the Ser-vice Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by Coumty for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. TI:e net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initials: T- Contractor County Dept. 0013 y } SERIVICE PLVI Number 24 — *727 - 4 1, State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment Provisions, the allowability of Contractor's costs that have actually been incurred t:rd.er this Contract shall be deternined in accordance with applicable State regulations, including, but not limited to, the Community Services Systems Manual, Chapter 9. (Accountin- Guidelines) , Sectio; 9.5 (Allowable Costs), as issued by the State Department of Health. Allowable costs shall not include remodeling and/or equipr_ert purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as otherwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines_ Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6_ Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. -- _ 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. The service to be provided by Contractor is a program of partial day treatnEmt services for properly referred clients with problems of drug abuse, alcoholism, mental illness, and/or developmental disability. Contractor's service program shall include, but not be limited to the provision of the following activities for clients: a. Learning of discipline and good work habits, b. Communication and socialization activities, c. Social skill development, d. Pre-vocational activities, and e. Recreation. The provision of services shall be based on a schedule of treatment and activity individualized for each client. Transportation services for clients may be provided either by Contractor directly or by Contractor's subcontract. Contractor's services hereunder shall be available at least S days per week, Monday through Friday, excluding ' regularly scheduled holidays and vacations. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one partial day; i.e. , any portion, less than 18 hours, of a calendar day during which a client receives the above services under a planned program of care and/or treatment within a day-activity setting provided by Contractor_ Initials- ��3sContractor County Dept. 4 SERVICE PLAN- Number 2,4 ! 7 2 7 - 4 11. Dumber of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than-3,000 service units. Initials: Contractor County Dept. xs' Vol V AMOCO VON ,f e S { Y 1 x" t L t C. { { 3 3 x4 i t t � 4 j yf 4 ..i 4 o3 e h 1 00137 BUDGET OF ESiM:ED PROGRX4 EXPENDITURES -- J 27 - 4 Number 4 COST CATEGORIES 12-MONTH AltOt,'�l'F Staff Salaries and Benefits $ 95,975 Operating Expenses 23,841 Administration 5,395 Other Gross Allowable Program Cost $ 125,211 Applicable Outside Revenues* 39,211 NET ALL(MABLE PROGXAM COST (Contract Payment Limit) $ 862000 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the Payment -_ Provisions shall not be limited by the specific line item Cost Category amounts set forth above. Initials: " Contractor County Dept. Con.ra _z.s.a 'ount- Srandard Porn STANDARD CONTFACT (Purchase of Services) 1. Contract Identification. 'er 2 4 ` 7 3 4 — 3 Department: Medical Services - Mental Health Subject: Vocational Services/Mentally Disabled (Short-Doyle) 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: MIT. DIABL.O RFAIABILITATION CENTER Capacity: Nonprofit Caliiornia corporation Address: 490 Golf Club Road, Pleasant Hill, California 94523 3. Tern:. The effective date of this Contract is July 1, 1975, and it terminates June 30, 1976, unless sooner terminated as provided herein. 4. Payment Limit. County's total paments to Contractor under this Contract shall not exceed 15,060 S. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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 terns and conditions contained or incorporated herein. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California .administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR BY By ' - 44-Supe Director, ! uman Resources Agency f/ t- Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ss. Deputy County of Contra Costa ) AC1Q1OWLEDM4ENT (CC 1190.1) Reco=,ended by Department The person signing above for Contractor known to me in those individual and 4Wl,yt business capacities, personally appeared By before me today and acknowledged that he/ Designee they signed it and that the carporation or partnership named above e-ecuted the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution of its board of directors. y Dated: cal—.e By xx xyac ..xcxytr•�,w. 0013 R' 'itr.rr1 ?iotary eput9or(r0UC P QAgrlk (A-4-17 °FL' J/7a) My Commuaon bpirta Au,: 21, :718 • Nlic:c;.; r.�_.f �.;•:?�� c;_�`3.+d mrd � xaxaxx�.�c�xta l Contra S.3 Co=py Standard Form P VIEN^ PROVISIONS (Cost Basis Contracts) Humber 2 4 — d 3 4 1. Payment Basis. County shall. in no event pay to the Contractor a s= in excess of the total muni specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that ars: allowable costs (see Paragraph 3. below) and are actually incurred in the perfor-mance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] L ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [X] d. $ 1,255 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments i A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and fora prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: Contractor Coun Dept. (A-4618 PIN 6175) -1- o o 13 8 13 C*on*'r:: County 5_andard Form PAz:°NT PROVISIONS ( ) (Cost P�:s�s Contracts) tt�� Number 2 4 " .. 5. Right to 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 documet:t its demand(S) for payment. a. Cost Report and Settlement. No later than sixty (60) days following the terminazion of this CoL_ract, Contractor shall submit to County a cost report in the form :squired by County, snowing 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall recut any such excess account to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: Contractor County Dept. i (A-45: REV 6/75) -2- 00 -... a +�:.. ...:. .,r.,. Contra Standard Form GENERAL CONDITIONS (Purchase of Services) 7 d 1. ::=D liance with La:;. Contractor shall be subject to and comply with all Federal, State a-:L local laws and regulations applicable with respect to its performance hereunder, includi.n Lt not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of erploy»:ent. 2. irsnection. Contractor's performance, place of business and records pertaining to this Centract are subject to monitoring, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. 3, :_cords.` Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall crake available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative ^endments. Subject to the Payment Limit, only the Payment Provisions and the Service Plan may be mended by a written administrative amendment executed by the Contractor and the Coun'y Administrator or his designee, subject to any required State or Federal (United State :) approval, provided that such administrative amendments may not materially change thy- Payment Provisions or the Se-vice Plan. Initials: 161 _ Contracto/rr County Dept. 'Z 5/75) 7 Cont:z Standarq Form v ais?AL '�:�DIT:�aS (Purchase o^ _7er:ices) I umber 2 3 9. r:_rputes. D_sagreerents between the County and Contractor concerning the mea^i:t, requirements, or per for..ance of this Contract shall be subject to final determination in writing by the head of the Count*y 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. 10. b_u Governing Contract. This Contract is :Wade in Contra Costa County and shall be governed and construed In accordance with the laws of the State of California. 11. C.on ormance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. ::o waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. Contractor County Dept. (A-4616 x/76) -2- D O 1381_ .., . - Conrra _ _ -_oun:v Standard -Form i (Purchase of Services) V s. 2 /yr7 � r :i t:.T-J�r 18. "._-:discriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, naLioral origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its ,gents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a, Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees.. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States Rail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. Initials: Contractor County Dept. (A-4616 Y.iV 5175) 00/3V" -3- �5 SPECIAL COSDETIOLS cu ter24 7 *J 4 e9 1. Novation. The..gartie, having entered.into two prior contract amendcsn= agree=zts, No. --24-735-1 , effective. July 1 1975 and go. 24-734-2 , effective October 1;- 1975 hereby substitute tis ntract for satz contract amendment agreements. Effective July 1, 1975, all contract rights and-obligations of the parties will be governed by this- Contract. 2. Cast Re ort and Settlement. Paragraph 6. (Cost Report and Settlement), of the Psyr.eiat Provisions, is here y modified to read as folloh:s: "\o later than sixty (60) days foilowing the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred.and the total applicable outside (i.e:, non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service•Plan. If said cost report shows that the net allowable program costs which have actually been incurred by. Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract tern, Contractor shall remit any such excess amount to County. Zhe net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, ninus the total applicable outside revenues which have actually been collected during the Contract term.'• Initials: ' Contractor r County• Dept. . Y�.ice,,•- . .' . o 0 139 G- 1 .v t y T. Cost kett:?s:i::rs. Purs��::n: to Pai:ai�»�hp:; 3. (.sl to:.atbl. Casts} of the Payee::. ? _ :i-;ions, th • allowability of Contractor's casts that have actually beer incur_:.'. this Ctar.t:. t shall be de;emined !a accordance with applicable State includ_n.';, lout not lir ited to, the Co=t_,'l:ity Services Systems Nlarluai, Chapter ?. (Accountinc, Guidelines) , Section 9.5 (Allo-wable Costs), as issued by tate State Pep rtz,:nt of Health. Allowable costs shall not include remodeling and/or equip=ent pa chases as to liv item which has a useful life in excess of two years and a valh:z:� in ::::cess of 55.0.00 (or as ot::erwise may be authorized by prior State approval), except tl,= vairt of such costs which car reasonably be charged to depreciation. 2. An,iva3 :wait. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State ,approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate ^State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health_ S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County I-ental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. The service to be provided by Contractor is a vocational rehabilitation program for eligible persons suffering from diagnosed mental, emotional, or behavioral disorder, mental retardation, or alcoholism, in order to restore, establish, and maintain optimum levels of social, vocational, and physical functioning and to minimize residual disability. Contractor's program shall consist of the following rehabilitative services: a_ Job Orientation Training. In providing this service, Contractor will: (1) Develop a transitional work opportunity or entry level job within the community for each client. (2) Provide the supervision and supportive vocational counseling necessary to enable clients to develop and use the skills required on the job. (3) Provide primarily group counseling for clients and provide individual counseling, as needed. (4) Use its best efforts to provide this service, lasting up to 6 months, for approximately 20 eligible clients and to prepare these clients for receipt of the job placement service, described below. Initials:��,e Contractor County Dept. 00 139 4 r SERVICE PLA3 r. � r1 A, Number � 4 7 =J -- o b Job Placement Service. In providing this service, Contractor will: (1) Develop a job placement plan for each client that will culminate in employment in the community. (2) Apply the techniques of role playing, video taping, group counseling, and individual counseling to clients in order to place them in jobs or to help them otherwise obtain employment. (3) Use its best efforts to provide this service, lasting one month, for each eligible client who has completed Job Orientation Training. c. Follow-Up Service. Contractor will follow-up closely on the progress of each client and his employer after the placement of a client on a job, in order to ensure successful, long term placement. Contractor's follow-up service, lasting a minimum of three months, will consist of periodic and regular monitoring and assessment of the client's vocational adjustment, depending on the needs of the client and employer, appropriate guidance and counseling individually and jointly with the client and employer, and consultation to the employer. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one partial day; i.e., any portion, less than 18 hours, of a calendar day during which a client receives the above services under a planned program of care and/or treatment within a day-activity setting provided by Contractor. 11. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 2,000 service units. Initials:L r Contractor County Dept. I -2- 0013 �1 i b BUCo..r i OF -;:3T1!-Lk:-ED PROrMIA E END's1UPES ;. 4 A OOt3Fl1 Al BUM_'-=T OF ESTI--TED PROGILM EXPENDITURES ITURES Cumber 2 COST G.a' EGORIEs 12-MONTH MOL NIT Staff Salaries and Benefits $ 42,984 0perating Expenses I0749 Administration 3,267 Other -0- Gross Allowable Program Cost 57;000 Applicable Outside Revenues* ( 41.940 ) NET ALLOWABLE PROGRXM COST (Contract Payment Limit) $ 15.060 *non-Short-Doyle :monies to be collected by Contractor during the 12-mDnth program period Adjustments in Couaty's total payments to Contractor pursuant-to the Payment Provisions shall not be limited by the specific line item Cost Categox)r amounts set forth above. Initials:C,21 Contractor County Dept. Acininistration 3,267 Other _p, Cross Allowable Program Cost $' 57,000 applicable Outside Revenues* ( 41.940 NET ALLOWABLE PROGRX%l COST (Contract Payment Limit) $ 15.060 'kaon-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant•to the Payment Provisions shall not be limited by the specific line item Cost Category - amounts set forth above. Initials: Contractor County Dept. I Ii1 THE BOARD OF SUPERVISORS OF CO?i-3 COST: COUNTY, STATE Or CALIFOPNIA In the Matter of Authorizing Contracts for ) - the Provision or trental Health Services ) Art 1976 from July 1, 1975, through June 30, 1976 ) ' In accordance with the Contra Costa County trental Health Services (Short-Coyle) Annual Plan 1975-76, IT IS BY THE BOARD ORDERED that: I. Contract Tern_ The mental health services contracts expiring June 30, 1975 which I•;:ra ov atlf h�! �'nrtir-rt • L I.1 THE BOARD Or SU?EQtlISORS Of CC=s;?.:; COST: COUNTY, STATE Or CALUM-11A In the Natter or Authorizing Contracts for ) the Provision or Mantal Health Services ) �A�� 1976 from July 1, 1975, through June 30, 1976 ) In accordance tiiith the Contra Costa County Mental Health Services (Short-Coyle) Annual Plan 1975-76, IT IS BY THE BOARD ORDERED that: I. Contract Tern. The rental health services contracts expiring June 30, 1975 which ::et-e extended by Contract Amane-hent Agreements for the period July 1, 1975 to Hover,:'er 30, 1975 with the following corporations and public agencies be replaced for *.a afo,esaid period beginning July 1, 1975 and renewed by new contracts for the 12- month term f roam July 1, 1975, to June 30, 1976; _.. II. Payment Limit. The new contracts shall be subject to the payment limas set forth in Paragraph V bel mw for the 12-month contract tern beginning July 1, 1975; III. Advance Payments. The new contracts shall contain provisions to allow for. pa ��.ents to be mace to the contractors monthly in advance; IV. Eudcets. The new contracts shall contain program budgets shoring the below specified pay:,3nt linits and estimates of the applicable outside revenues to be collected and the gross alla-.Qble program costs to be incurred by the contractors during the •12- month contract tern!; . Y. Execution. The Director, Human Resources Agency, is AUTHORIZED to execute, on -behalf of the Board, such new contracts with the below-named contractors upon approval as to form by the County Counsel, recommendation by the County Mental Health Director or his designee, and review and approval by the Office of the County Administrator, as follow CO"ITRAt i ORS PAYMENT LIMITS CONTRACT- (JULY ONTRACT-(JULY 1, 1975 - JUNE 30, 1976) NIB"ISERS We Care Society $166,920 24-705 Ronsh Preschool for Disturbed Children 103,150 24-706 C.C.C.A.t•1_R. (Lynn Day Treatment Center) 92,450 24-707 Richmond Unif. Sch. Dist_ (Knolls Cntr) 53,500 24-708 City of Antioch (REACH) 15,400 24-710 Re-Entry Services 127,740 24-725 Phoenix Programs (Centers) 99,706 24-726 •-•� Flanv Hands 86,000 24-727 C.C.G.A.i-1_ . earyHouse) 43,240 24-730 ML. Diablo Rehabilitation Center 15,060 24-734 Phoenix Programs (House) 76,000 - 24-751 El Sobrante Activities Center 20,000 24-745 Los Nedanos Cc amenity Hospital ;Drug) 38,000 24-746 C.C.C. Superintendent of Schools (CHD) 101,254 24-749 Bi Sett (Green Street) 130,148 24-722 M. Richmond Neichborhood House (Recovery) 34,520 24-723 Sunrise House 65,000 24-736 Rational Council on Alcoholism 18,073 24-739 No. Richmond Neighborhood House (Detox) 152,000 24-740 Si Bait (Dv.q) _ 134,640 24-741 Si Batt (Ozanar..) 35,284 24-742 Suicide Prevention 5,600 24-700 Los M.edanos Community Hospital (Detox) 142,590 24-750 PASSED by the Board on JAN 6 1976 Orig: Human Resources Aeprry I' Contra Cos:a County Standard Form STANDARD CONTPACF i (Pure::ase of Services) I ' 24 - 25 - 4 1. Contract Identification. Humber Department: Medical Services - Mental Health Subject: Residential and Day Activity Services/Mentally Handicapped (Short-Doyle) 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: RE-ENTRY SERVICES, INC. Capacity: :ion-profit California corporation Address: 614 Estudillo Street, Martinez, California 94553 3. Term. The effective date of this Contract is Julv 1, 1975, and it terminates June 30. 1976, unless sooner terminated as provided herein. 4. Pa .ent Limit. County's total-payments to Contractor under this Contract shall not exceed' $ 127,740 S. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8, Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof 9. Legal Authority. This Contract is entered into under and subject to t ing legal authorities: SERI g i�elfare and Institutions Code (Division 5, Part 2, � hq". Act) and California Administrative Code (Title 9, Subchapter 3, Commun' riental H' tin', Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement heret :C : SEAL "s n 66169 COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR •'- 4/FOR�`P §1%4 -J. . - 8y /�& .j ,� � -i.1ii3.iwT -ii. Director, Human Resources agency %YfA_tf-4 '001/- Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By);.__ !v �' s.�nti-Fj�- before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution of its board of directors. 4 Dated: BX l�/. Deputy Y J���, ) /Deputy C ty Clerk iA-46, "1-J 5X7;1 i)t��40 Microfilmed with board o,ciar 0 M1tiui11wuu Witri boa.,d o,-Car. r. r Contra Ccsta Coi: ty Standard Form PA ME.11:' P.RUVISI011S (Cost Basis Contracts) C,3 !lumber 2 4 — � 2 5 — 4" 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [X] d. $ 10,665 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal !Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: tractor County Dept. (A-4618 REV 6/75) -1- 00141. �F Contra Cosa Co.r_ty S._n dard Form PnIllsiONS (Cost Basis Contracts) Number 24 - 725 - 4 5. Right to Withhold. 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. 6. Cost Reoort and Settlement. No later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor; but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) -above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: O&Hj CUitractor County Dept. (A-=:618 REV 6/75) -2- 00142 Contra Costa Co::n_y Standard Form GENERAL CONDITIONS (Purchase o: Services) Dumber 2 Q ~ 7 .2 5 _ 1. Compliance with La::. Contractor shall be subject to and comply with all Federal, State and local lairs and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions o: employment. 3. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall crake available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation or Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. B. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. Initials: / C#Itractor County Dept. (A-4016 PXV 6,7>) _,_ 00143 i[k1 r e Fa. Contra Costa County Standard. Form GENERAL CONDITIONS (Purchase o: Services) Humber 2 4 .. g e� 9. Disputes. 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its go-.rerning body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. Initials: Cc&kractor County Dept. (A-4616 REV 5 , w 00144 (A-::616 REV 5 7SI 00144 i Contra 1�'osta Countv Standard Form GE,iERAL COUDITI03S (:Purchase of Services) Number Fes+ `� — 725 - 4- f i S j 16. Nondiscriminatory Services. Contractor agrees that all goods and services ` under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the t County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one { accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, r the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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 snails or of other delivery. 22. Primacy of General Conditions. 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. Initials: OVJ C tractor Couhty Dept. (A-4616 REV 5/75) 00145 -3- SPECIAL CONDITIONS Number - 725 - 1. :ovation. The parties, having entered into two prior contract amendment agreements, No. 24-725-2 effective July 1, 1975 and No. 24-725-3 J. effecti;•e October 1, 1975 hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Reaor;. and Settlement. Paragraph 6. (Cost Report and Settlement), of the Payment Provisions, is hereby modified to read as follows: No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the grass allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected ! during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments rade by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, Count} will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the Co=- y for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, sinus the total applicable outside revenues which have actually been collected during the Contract term." Initials: tractor cotaity Dept. 00146 I SERVICE PLk': A'umber 2 4 — 6 2 J — 4 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment Provisions, the allowability of Contractor's costs that have actually been incurred under this Contract shall be determined in accordance with applicable State regulations, including, but not limited to, the Cu:munity Services Systems Manual, Chapter 9. (Accounting Guidelines) , Section 9.5 (allowable Costs), as issued by the State Department of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as otherwise may b:: authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency_ 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual. as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall -be in writing and be available for-inspection by the public. . 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. - 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference_ 9. Service. The service to be provided by Contractor is a residential and day activity program of protective and related social services for mentally handicapped persons (including persons with problems of alcoholism and drug abuse), as requested by County's Director of Mental Health Services. Contractor's service program shall seek to provide(for persons not currently hospitalized for their mental handicap) the following: i. Suitable care, supervision, and guidance. ii.- Alternatives to hospitalization. iii_ Improvement in ability to function. iv. Prevention of further behavioral deterioration. v. Reduction of dependency on public financial assistance- _l.0l.00147 `147 Initials: , C tractor CountV De t. SERVICE PLL ::umber 7 2 24 Contractor's service program shall consist of the following: a. Residential Service Program. Establishment and operation of three board and care facilities (known as Re-Entry Homes). each licensed for at least 6 residents, for a total residential capacity of 18 persons. In conducting this residential service program, Contractor shall establish and provide protective and related social services for eligible persons, including: (1) Residential treatment and rehabilitative services (in a half-way house setting) suited to the needs of persons returning to community living after hospitalization for mental handicap. (2) Pre-vocational and psychological counseling in group and individual settings. (3) Regular classes and individual instruction in practical living skills, covering health, independent living, money management, and vocational development. (4) Social and recreational activities to teach social skills and budgeting of time. (5) Instruction in interpersonal skills and physical coordination necessary for employment situations. (6) Group-living workshops. (7) Guidance in relationship skills necessary for increasing interaction with others and for decreasing isolation, withdrawal, and autistic, dependent, and acting-out behaviors. (8) Referral to appropriate community resources and services. (9) Transportation, as needed. b. Day Activity Service Program. Establishment and operation of a partial-day (and evening) activity program (known as the Chrysalis Center) for Re-Entry Home residents and non-residents, open at least 6 hours per day on weekdays and part-time on weekends, serving approximately 15-20 persons each day, excluding holidays and scheduled vacations. In conducting this day activity service program, Contractor shall establish and provide protective and related social services for eligible persons, including: (1) Crisis intervention services. (2) Emergency telephone switchboard. (3) Information and referral services. (4) Social, recreational, and pre-vocational activities for leisure time. (5) Transportation for social and recreational outings and for referral services. (6) Maintenance and supervision of a Nutritional Lunch Program to be operated by Chrysalis Center clients. 10. Service Unit. a. Residential Service Program. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one residential day; i.e., any portion of a single 24-hour period ending at 12:00 midnight during which a client receives care and/or treatment within a residential setting provided by Contractor. b. Aar Activity Service Program. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one partial day; i.e., any portion, less than 18 hours, of a calendar day during which a client receives the above services under a planned program of care and/or treatment within a day-activity setting provided by Contractor. /29 Initials: aw -2- C tractorf,/yC�y� Dept. SERVIC&>PLAN 24 Number 7 2 5 — 11. Number of`Service Units. a. Residential Service Program_ Subject to sufficient referrals by County, Contractor shall provide for County not, less than 3,700 service units under this program. b. Day Activity Service Program. Subject to sufficient referrals by County, Contractor shall provide for County not less than 2,900 service units under this program. Initials: , ntractor oduo Dept. -3- 0U149 00149 BUDGET OF ESTMTED PROGRMH EXPENDITMMS Humber 2 4 — 7 2 4 COST CATEGORIES 12-MOVT'rE AMOLNT Staff Salaries and Benefits $ 111,145 Operating Expenses 48,555 Administration 3,600 Other -0- Gross Allowable Program Cost $ 163,300 Applicable Outside Revenues* ( 35,560 ) NET ALLOWABLE PROMAN COST (Contract Payment Limit) $ 127,740 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in Countyts total payments to Contractor pursuant to the Payment Provisions shall not be limited by the specific line item Cost Category �- amounts set forth above. Initials: tractor County Dept. Sao: f I IN, THE C: SUPER°liSC:?S G= " CO's!R A COST CGU3 v, S i n!E C: CALIFO?`J 1A In tha :-:atter or Authorizing Contracts for ; the Provision az Mental H-aalth Services .)Ay 6 1976 X rom July 1 , 1975, through June 30, 1976 ) In accordance i3ith the Contra Costa County trental Health Services (Snort-Doyle) Annual Pian 1975-70', IT IS BY THE BOARD ORDERED that: . I. Contract Terria. The irental health services contracts expiring Jude 30, 1975 which tiler_- extended by Contract Amandizent Agreements for the period July 1 , 1975 to November 30, 1975 with the foliowing corporations and public agencies be replaced for the aforesaid period beginning July 1, 1975 and renewed by ,neer contracts for the 12- month term.. frac July 1, 1975, to Juni 30, 1976; II. Payment Linit. The new contracts shall ba subject to the payment limits set forth in Paragraph V. belew for the 12-month contract tern beginning July 1, 1975; III. Advance Payments. The new contracts shall contain provisions to allow for. payments to be made to the contractors monthly in advance; IV. Budge-s. The new contracts shall contain program budgets shoeing tate beto<.1F s'ecified pay^ent linits and estimates of the applicable outside revenues to be collected L- and the gross allowable program costs to be incurred by the contractors during the 12- month contract terry N. Execution. The Director, Human Resources Agency, is AUTHORIZED to execute, on behalf of the Board, such new contracts with the below-named contractors upon approval as to fora by the County Counsel, reco�±niendation by the County ICental Health Director or his de;ignee, and review and approval by the Office of the County Administrator, as follows CONTRACTORS PAYrIEfff LIMITS CO?ITRACi (JULY 1 , 1975 - JUNE 30, 1976) NUMBERS - - Ila Care Society $165,920 24--705 Ranch Prescttcol for Disturbed Children 103,150 24700 C.C.C.A.ti_R. (Lynn Day Treatment Center) 92,450 24-707 Richmond Unif. Sch. Dist. (Molls Cntr) 53,500 24-708 City of Antioch (REACH) 15,400 24-710 --bo, Re-Entry Services 127,740 24-725 Phoenix Programs Centers99,106 24-726 Mary Hands 86,000 24-727 , C.C.C.A.I•I.R. (Geary House) 43,240 24730 Mt. Diablo Rehabilitation Center 15,060 24 73de Phoenix Prograims (House) 76,000 - 24-751 E1 Sobrante Activities Center 20,000 24-745 Los I•:edanos Ca pity Hospital %Drug) 38,000 24-746 C.C.C. Superintendent of Schools (CHO) 101,254 24-749 Bi Batt (Green Street) 130,148 24-722' No. Richmond Nleichborhood House (Recovery) 34,520 24-723 Sunrise House 65,000 24-736 i;aticnal Council an Alcoholism 18,073 24-739 Ilio. Richmond Neighborhood House (Detox) 152,000 24-740 Si Eett (D`1R) _ 134,640 24-741 Bi Batt (Ozanat:;) 35,284 24-742 Suicide Prevention 5,600 24-700 Los i.edanos Coiarmn i ty Hospital (Detox) 142,590 24_750 PASSED by the Board on JAN 6 2975 Orig: human Resources Agency :7E CERTID COPY Atin: Contracts UnitI certify that this Ism trill. trim_- & correct coat n' cc: Contractors the oriz!rat r.octt --;c f ir.'t Iz as c- I:► my o'[tcP County Audi tor-Controller a:td that It wz t r:{t: r_- :•!z;►:•d 5-t*- r.nra of Sops-mlions of Cr,':t f'- Coars!`. C7 t;n;nin. or. County Administrator th» date :her n. A s tt MT- J. r._ V' ~O.V. Cott tty Medi cal Services/,Mental Health Clerk&ex"t+:ficla Clerk c:said Mard of Super.Uo's. by D••anty Cter't //- L��, oa JhI'! 6 1976 a .:Cry rL 0(10151 Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. !lumber 4 s 7 0 Departuent: Medical Services - dental Health Subject: Partial Day Treatment/Developmentally Disabled (Short-Doyle) 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: t,'E CARE SOCIETY, IXC. Capacity: Non-profit California corporation Address: 2191 Kirker Pass Road, Concord, California 94520 3. Term. The effective date of this Contract is July 1, 1975, and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Pa .nent Limit. County's total payments to Contractor under this Contract shall not exceed S 166,920 S. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modification or revisions thereof 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By IUAZW, "'�STS2YTSf�—$Oti�"LZ—@�'—�P"iftfaAL°S— f Director, Human Resources Agency Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEHENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and t business capacities, personally appeared ByA before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel cr a resolution of its board of directors. I rsted: 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modification or revisions thereof , 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR L 1 1 _ By By Director, Human Resources Agency Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKMOWLEDGEHENT (CC 1190.1) Recommended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared B � ,L� \ �� before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel cr a resolution of its board of directors. By rated: B f Deputy 0E�1J2 ' ' De u C ty Clerk A-+x"17 ,r, icro . me� Biith oard Contra Costa County Standard Form PAYXElol PR VISIoNs (Cost Basis Contract:) Numberi �7 0 tJ d� 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement Aurlits arnd '�— Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel cr a resolution of its board of directors. Fated: 0 By Deputy 00 5.2 De�uty C ty Clerk icro me rWnTith bard b:c.::_ (A-u617 Dril r,1'741 Contra Costa Coi:aty Standard Form PAYMat tit PROVISIONS (Cost Basis Contracts) Number 4 " R7 0 5-,- ,J=- 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check— one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [X] d. $ 13,910 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program F_xpenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or L ia. FL%J.JLU—,t AUL LuuuLy uuu, v ct,t� LvIlL<'GIUL Miall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check- one alternative only.] L ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [X] d. $ 13,910 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program F--tpenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal !Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. 12 ii: Initials: 3A r.-T Co'kiractor County Dept. (A-4618 REV 6/75) -1- 00153 .L Contra Cc::ta County Scardard Fo^n pZ.M".'.T PRO:iSI^,.";S (Cost Basis Contracts) Number 2 4 — 7 0 4 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion o: the County expressed in writing to the Contractor, (a) the Contractor's perforoarce, in whole or in part, either has not been carried out or is insufficiently dozu=enred, (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. 6. Cost Report and Settlement. Ko later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor; but subject to the Payment Limit of this Contract. If said cost report shv.s that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: Con ctor County Dept. (A-4618 ZEV 6/75) -2- 0015- 4- - w:cawarsasysa*v+wucarenn_aswa�.+.•'_-.•..^••-._M'�°w a: & - f i� i Contra Costa County Standard Foran GENERAL CONDITIONS (Purc-:ase of Services) dumber 2 4 s 7051 - 4_ 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including, but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. ?. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment 'rovisions or the Service Plan. Initials: UNN Co J ounty Dept. (A-4616 RFV w7il r w�VUl J oun�y uep�. v (A-4616 �r a Contra Costa Countv Standard Form GENERAL COND171011S (?purchase o: Services) ?lumber 2 4 s�J {v 5 _ 9, Disputes. 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. 10, Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11, Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the terra hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contra=tor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17, Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. n 'J 9 + Initials: Co_Fjoactor County Dept. UtW156 (A-4616 REV 5/75) -2- r. Contra Costa County Standard Forst G NE R.L CONDi T IONS (Purchase of Services) G� j� r� Humber �++ �t °+ b 0 5 / 19. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modifications thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liabilittt Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. Notices. All notices provided for by this ;.'ontract 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, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 9+ 553. 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. 22. Primacy of General Conditions. 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. Initials: CoiVcfor Coun ept. 0015. 7 (A-4616 ;. V 5/75) -3- i� SPECIAL CONDITIONS s i+� Dumber 24 — t 05 - 4 1. Novation. The parties, having entered into two prior contract amendment agreewents, No. 24-705-2 , effective July 1, 1975 , and leo. 24-705-3 , effective October 1, 1975 , hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6_ (Cost Report and Settlement), of the Payment Provisions, is hereby modified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the fora required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected durincr the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract terra pursuant to Paragraph 2. (Payment Amounts) above, County :ill remit any such excess amount to Contractor, but not-to exceed the Contract Payment Limit_ If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, ninus the total applicable outside revenues which have actually been collected during the Contract term." _ Initials: _ Con ctor COEInty Dept. 00158 sif r�. I SERVICE Pt-_`i Kumber 2 4 " 7 0 5 " 4 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Paynert Provisions, the allowability of Contractor's costs that have actually been incurred under this Contract shall be determined in accordance with applicable State regulations, including, but not limited to, the Community Services Systems Manual, Chapter S. (accounting Guidelines) . Section 9.5 (Allowable Costs), as issued by the State Departwent of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a tialue in excess of $30.00 (or as otherwise may be authorized by prior State approval) , except tha;, part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 5. State Approval. This Contract, any extension thereof, and any change thereto, shall be of' no effect unless and until reviewed and approved by the appropriate State agency. 4. Sate Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall neet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. -- 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Aenta? Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. j S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. t 9. Service. The service to be provided by Contractor is a program of partial day treatment services for properly referred clients with problems of drug abuse, alcoholism, mental illness, and/or developmental disability. Contractor's service program shall include, but not be limited to, the provision of the following activities for clients: a. Recreation, b. Developmental training, c. Gross motor activities, d. Training in feeding and self-help skills, e. Pre-educational instruction, and f. Socialization. The provision of services shall be based on a schedule of treatment and activity individualized for each client. Transportation services for clients may be provided either by Contractor directly or by Contractor's subcontract. Contractor's services hereunder shall be available at least S days per week, Monday through Friday, excluding regularly scheduled holidays and vacations. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one partial day; i.e., any portion, less than 18 hours, of a calendar day during which a client receives the above services under a planned program of care and/or treatment within a day-activity setting provided by Contractor. Initials: to County De t. v, { S£RL•ICE PLANII iI Number ' il. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 6L800 service units. Initials:: 9 Co actor Coun Dept.. 7 4 i C wC 1ix. l �` .f "{ y7� �`t _' 3 s ° �d t.} ? r _a.«u:�s 1 s"' - i 4 i f o + i s 1�S r h s I � s '� ' s s SL ti -� {rtr '� � t , � w .: +�k x 1, - i t. -, N r 7 F a tfi -f„ } - ;'11,Z, tiSsc a. a 3 �,, i y w, F w mob , S y % r b �i �s 1, n. - _ 'It- *I > , ( r} j --A I I I ,�- , ,: � , ,� ,,-- , I �, , , ,I � , I I I I ' T 2`r s h ! —2— 11 1 BUDGET OF EST AXTED PROGPLAH EXPUDITURES 24 Number p5 - COST CATEGORIES 12-MONTH AMOUNT Staff Salaries and Benefits $ 166,920 Operating Expenses 50,319 Administration -0- i Other -0- i r Gross Allowable Program Cost $ 217,239 Applicable Outside Revenues ( 50,319 f i NET ALLOWABLE PROGRAM COST (Contract Payment Limit) $ 166,920 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the Payment Provisions shall not be limited by the specific line item Cost Category amounts set forth above.. µ Initials: ContJactor County Dept. 00161 r " IN THE SCA%:) CF Sup-P..'1150RS _ O Cts.:i??; COST: M-13 7, STATE Cc CALIMP.."J A i In tha Xatter of Auth..or izing Contracts for ) the Provision of (•'ental Health Services ) ,�A1`t � , 1976 from July 1 , 1975, through June 30, 1976 ) In accordance with the Contra Costa County mental Health Services (Short-Boyle) Annual plan 1975-76, IT IS BY THE BOARD ORDERED that: I. Contract Terra. The ,mental health services contracts expiring Lune 30, 7975 which :.:are extended by Contract A.-an6ment Agreements for the period July 1, I975 to Nove:- -are 30, 1975 with the following corporations and public agencies be replaced for the aforesaid period beginning July 1, 1975 and renewed by net: contracts for the 12- month term from July 1 , 1975, to Jun_ 30, 1976; 11. Payeent Limit. The new contracts shall be subject to the pay-men-t- limits se t forth in Paragraph V. below for the 12-month contract terra beginning July 1, 1975; 111. Advance Payments. The raw contracts shall contain provisions to allots for. payinzents to be made to the contractors monthly in advance; _ IV. Budgets. The ne:i contracts shall contain program budges showing the beblvi specii led pay^ent limits and estimates of the applicable outside revenues to be collected and the dross all(raable program costs to be incurred by the contractors during the I2- month contract tear; V. Execution. The director, Human Resources Agency, is AUTHORIZED to execute, on bihalf of the Board, such new contracts with the below-;±arced contractors upon approval as to form by the County Counsel, reco ndation by the County (•.ental Health Director or his de.S:ignee, and review and approval by the Office of the County Administrator, as follows COATA.ACTORS PAYi•.EP1T LIt•IITS CO`3TRACT' (JULY 1, 1975 - JUNE 30, 1976) NUMBERS Ne Care Society $165,920 24-705 onoh Presc oo for Disturbed Children 103,150 24-7000- C.C.C.A.M.R_ (Lynn Day Treatment. Center) 92,450 24-707 Richmond Unif_ Sch. Dist_ (Knolls Cntr) 53,508 24-708 City of Antioch (REACH) 15,400 24-710 Re-Entry Services 127,740 24-725 Phoenix Programs (Centers) 99,706 24-.726 deny Hands 86,000 24-727 C_C_C.A..I.R. (Geary Nouse) 43,240 24-730 Ulf-. Diablo Rehabilitation Center 15,060 24-734 Phoenix Programs (house) 76,000 - 24-751 El Sobrante Activities Center 20,000 24-745 Las j'.edanos Co►r,. nity Hospital -'Drug) 38,000 24-746 C.C.C. Superintendent of Schools (CHO) 101,254 24-749 Bi Sett (Green Street) 130,148 24-722 No. Richmond Neighborhood House (Recovery) 34,520 24-723 Sunrise House 65,000 24-736" National Council on Alcoholism 18,073 24-739 Go. Richmond Neighborhood House (Detox) 152,000 24-740 Bi bett (DVR) 134,640 24-741 Si Sett (Ozanam) 35,284 24-742 Suicide Prevention 5,600 24-700 Los t.edanos Cot, = ni ty Hospital (Detox) 142,590 24-750 PASSED by the Board on JA.tl 6 191'6 Orig: Human Resources Agency Attn: Contracts Unit CERT[[TR'� COPT I certify that this is a [till. trite & correct cn,ry o° fr_ cc: Contractors the ori i uortt-:t-:t rF.t': rs on i!» 3:►:ae ottic; County Auditor-Controller and that It a•n. p: .c :1ryt,d !•. rh— r!o1rd n: County Adm i n i S tra for superri-mm rr C^^' t•-.'.t or. the dat^ sh--n- .; •rrI J. r. 61--50N. County Medical Ser>>icesli:ental Health Clark &rc-c-MC40 cit t-c:sa-d Damm o[Supwrrlsors, by Drgs:F C!eriL ,00 Jh on :t:t`l TCs 00* 162 I - I Contra 'Costa County Standard Form STANDARD CONTeRAC'"s' (Purchase of Services) 1. Contract Identification. dumber 24 -- `z26 - 5 Department: Medical Services - Mental Health Subject: Partial Day Treatment for Mentally Disabled Persons 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following na_^.ed Contractor mutually agree and promise as follows: Contractor: PHO=-NLl' PROGRAMS, INC. Capacity: California non-profit corporation Address: 221-3 Mr. Diablo Street, Concord, California 94520 3. Term. The effective date of this Contract is July 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total pajments to Contractor under this Contract shall not exceed $ 99,706 5. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (ir" any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority_. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division S, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By & AA 400v _Caasraaa�-Som:::-a:-S::parsrlsa:s- Director, Human Resources agency Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ). ss..; . Deputy County of Contra Costa. ) ' ACKNONLEDGEHEYT (Cr', 1190.2) Recommended by Department The person signing above fa'r Contractor known to me in those iiidiwidual�-and . business capacities, personally,"appeared gy '} before me today ant? acknowledged that he/ Designee they signed it and rhat',the corporation or partnership named' a�bcve-execated the Within instrument pursuant to its bylaws Form Approved: County Counsel or a reso cation 6F its board o directors. ELIZABETH P. HUTCHINS By Contra Costa County, Ca;i:o.nia Deputy - - - _ _/Deputy County C � (A-4617 REV 5/75) Micro(i!med with board order f---1 F Contra s:a County Standard Form PAYHE UT PROVISIOUS (Cost Basis Contracts) !lumber - 72 6 _ 5 � � 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually irc,:rred _-. the performance of Contractor's obligations under this Contract. 2. Pay—,zent Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Chec.k one alternative only.] L ] a. $ monthly, or [ ] b. S per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [ R,] d. $ 8,308 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Hanagement Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B. such other documents (if any) specified in the Service Plan rega--ding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [R] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: Con-'-tractor County Dept. 00104 (A-4613 REV 6/75) -1- VV.Iv s (A-4618 REW 6/75) -1- cont":,--i couata St adard Form PAYMENT PRt}.'_T:,1ov_ (Cost Basis Contracts) number 2 4 — 7 9 5. Right to Withhold. 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 insuf:iciertly 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. 6. Cost Report and Settlement. No later than sixty (60) days following the termination or this Contract, Contractor shall submit to County a cost report in the forim 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess mount to Contractor,' but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: �_� 1-- Contractor County Dept. (A-4618 Rz V 6/75) -2- 00165 VV 1 vv (11-irD�:.� •ALL' OiS) ii-2- S tandard :orm GE;JERAL CO iDITIG1S (Purchase of Services) 11umbe74 -- 72 5 1. Compliance with La::. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing., employment and purchasing practices; and wages, hours an-' conditions o: employment. 2. =^spection. 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. Records. Contractor shall keep and sake available for inspection by authorized ^eprese^tatives of the County, the State of California, and the United States Government, :he Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of ?.ecords. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-dap advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Fundimg. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. o. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. _Further Specifications for Operating Procedures. Detailed specification:; of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Podirications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not muteria.11y change the Payment Provisions or the Service Plan. G' Initials: � Z L' < ontractor 'Eounty Dept. _(A-451-6 REV 5/75) -1- 00166 f1 5 7 ti�l.luu was Contra Costa Cou-nty Standard Form G tiERAL COUDITIOSS I (Purchase or Services) CC�� r+� ltuaber2 4 " i 2 6 — 5 9. Disputes. Disagreements between the County and Contractor concerning the meaning, requirements, or perforcance 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the lairs of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 performdnce 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 teres and conditions hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. �. Initials: Contractor County Dept. (A-4616 REV 5/75) 00167 -2- A .l Contra Costa County Standard Form GENERAL CO?tDITIONS � (Purchase of Services) ttu^ber 24 - 726 - 5 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in Whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employdes from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keen in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. Notices. A11 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, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. Initials: r Contractor County Dept. (A-4616 -JLV 5/75) oulsa -3- 1 i I SPECIAL CONDITIONS Number 24 - 726 - 5 1. N.Ovation. The parties, having entered into two prior contract amendment agreements, No. 24-726-3 effective July 1, 1975 , and No. 24-726-4 , effective October 1. 1975 ,hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2, Cost Report and Settlement_ Paragraph 6. (Cost Report and Settlement), of the Paynnent Provisions, is hereby modified to read as follows: "\o later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Dayle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows- that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initials: Contractor County dept. 00169 R SERVICE PUN Z4 - 726 - 5 l�u:.;ner 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment Provisions, the allowability of Contractor's costs that have actually been incurred ="'--r this Contract shall be determined in accordance with applicable State regulations, including, but not licited to, the Community Services Systems ?Manual, Chapter 9. (:accounting Guidelines) , Section 9.S (Allowable Costs), as issued by the State Department of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item :which has a useful life in excess of two years and a value in excess of $50.00 (or as of erwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certifies! Public Accountant, verifying the cost report subm*tted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change therato, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health_ S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Service_, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. Contractor's service will consist of three separate and distinct programs. a. Phoenix Activity Center The Contractor shall provide partial day treatment services at its facility located at 2243 Ht_ Diablo Street, Concord, California 94520 for persons with problems of drug abuse, alcoholism, mental illness and/or developmental disability according to the following stipulations: (1) Services shall be available, at least, Monday through Friday, except for holidays or closure due to vacation. (2) Services shall include, but not be limited to, the following activities: i. Learning of discipline and good work habits. ii. Communication and socialization activities. iii. Social skill development. iv. Pre-vocational activities_ v. Recreation. (3) Services shall be provided, based on individualized schedule of activity and treatment. (4) Transportation can be provided; either directly by Contractor or by con:.ractor's subcontract. Initials: r -1- Contractor 30—L Dept. 001 1(l r SERVICE PUVS 'V Number b. Thrift Shop The Contractor shall establish, manage, and supervise a special work program and thrift shop to be located in the City of Concord and operated by its clients for the purpose of reducing the dependence of said clients on supportive mental health services and of providing them with pre-employment skills. c. Concord Social Activitv Center Beginning October 1, 1975, the Contractor shall: (1) Lease and matte available a centrally located, properly zoned residential property with yard area for use as the Concord Social Activity Center. (2) Provide for the use of a properly maintained and insured vehicle adequate for Center transportation needs. (3) Employ and supervise the following staff: i. Center Coordinator whose duties will include providing overall program development and supervision, the training and use of volunteers, coordinating center activities and needs with community agencies and appropriate advisory groups, and assisting with maintenance of client and fiscal records. ii. Recreation Specialist for 35 hours per month, whose duties will include teaching, developing a crafts program, obtaining supplies, and evaluating clients needs, capabilities, and progress. iii. Driver--part-time; whose duties will include driving clients to and from Center and for excursions as arranged by, or under the direction of, the Center Coordinator, and look after maintenance of the vehicle to be used. (4) Accept referrals of clients through the Contra Costa Mental Health system with the emphasis on the age group between 40 and 62 who have been returned to the community from hospitalization, who are not expected to return to the mainstream of society, and who are in need of a continual supportive activity program. (5) Maintain an activities program for approximately 45 clients per day, as specified above, five days per week, with the exception of County holidays, from 9:00 A.M. to 5:00 P.H. (6) Include the following program activities and objectives: i. Development of personal grooming and self-care skills. ii. Development of the ability to function within the community. iii. Participation in artistic and/or pre-vocational activities. iv. Participation in group or individual socialization. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one partial day; i.e., any portion, less than 18 hours, of a calendar day during which a client receives the above services under a planned program of care and/or treatment within a day-activity setting provided by Contractor. 11. number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 15,780 service units. Initials: �Z Z 0"' �J�--- Contractor County Dept. 001"11 -2- tv :s BUDGET OF ESTI ATEO PR(IGR.A:�I cXPE DITU. tiumber 24 - 726 - 5 COST CATEGORIES 12-!MON17i X-10WT Staff Salaries and Benefits $ 71,461 Operating Expenses 26,985 Administration 1,260 Other 1,600 Gross Allowable Program Cost $ 101,306 Applicable Outside Revenues* ( 2.600 } NET ALLOWABLE PROGMM COST (Contract Payment Limit) $ 99,706 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the Payment = Provisions shall not be limited by the specific line item Cost Category amounts set forth above. Initials ' Contractor County Dept. 00172 _:y 1 7 Contra Costa County Standard Form STANDARD CONTRACT• (Purchase of Services) 1. Contract Identification. Number 24- 741 - 4 Department: Medical Services - `!ental Health Subject: Partial day alcohol treatment 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: Bi6ett Corporation Capacity: Non-profit California corporation Address: 11540 Marsh Creek I:oad, Clayton, California 94517 3. Term. The effective date of this Contract is Julv 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 134.640 5. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7. 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. 8. Project. This Contract implements in Whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Hental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA. CALIFORNIA WINTRACTO By By / ehaiT"an,Boarc-of . J Director, Human Resources Agency At Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190_1) Recommended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By '�• before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Fora Approved: County Counsel or a resol••*ion of its board of directo rs. ' �� ,� Dated: By 11i Dated: Deputy Old!13 ' pc/Deputy County Clerk (A-4617 PXV 5/75) Mcrcfiimed w*Jh board order E- � 1_ .•.111 _ 1 VI\.. a' Contra _4 . Cou _y Standard Form PA 117 PROIJIS7Oii� (Cost Bass Contracts) G1 tiumber 2 4— 7 4 1 — 4 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total a=olunt specified in the Payment Limit of this Contract. Subject to the Payment Licit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] L ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [X] d. $ 11,220 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allcwability of selected items of costs of providing those services set forth in the Service Plan, or [X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Force D-15 and in the manner and form prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: C or County Dept. (A-4618 REV t/75) 00174 } Contra Costa Count, Standard Form PAMIZI :iT PPOVISIONS (Cost Basis Contracts) !.umber 2 4" 7 4 1 4 5. Right to Withhold. County has the right to withhold payment to the Contractor when, in the opinion o the County expressed in •orritirg 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. 6. Cost Report and Settlement. Ito later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor; but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Excentions. In addition to its obligations under Paragraph 7. (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 liability, 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: actor County Dept. (A-4618 ?2EV 6/75) -2- 00175 Contra Costa County Standard Form GENERAL CONDITTONS (Purchase of Services) Number 24 - ' 41 -- 4 1. Compliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws aid regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of enploynent. 2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are subject to monitorin7, inspection, review and audit by authorized representatives of the County, the State of California, and the United States Government. S. Records. Contractor shah keep and make available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as ray be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5, Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or other-rise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7, Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the Cot:-.ty Administrator or his designee, subject to any required State or Federal (united States) approval, provided that such administrative amendnnen_s may not materially change the Payment Provisions or the Service Plan. Initials tntty���/ V Dept. (A-4626 KEV 5/75) -1- Contra Cut:: t'ouaty Standard For: GENERAL CONDITIONS (Ptrchase of Services) 24 - x' 41 - A Mxber 9. Disputes. 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the lass of the State of California. 11. Conformance with rederal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver by Countv. 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 teras and conditions hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. _ 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. Initial . ctor County _.ept. (A-461--- REV 5,75) 00177 -2- Contra Co .a county Standard Form GENERAL CONDTrT1ONS (Purchase of Services) 24 4 - 74 -1 74 -1 r 4 Number F•+ 18. Vondiscriminator} Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, fron any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditicns: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Comnensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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 mils or of other delivery. 22. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any term of the Qneral Conditions. Initial Octor County Dept. 001"18 (A-4616 PEV 5/75) —3— ,s SPECT aI. CONDITIONS c umber 2 4-- 7 41 .4 1. Novation. The parties, having entered into two prior contract amendment agreements, No. 24-741-2 effective July 1, 1975 , and ?lo. 24-741-3 , effective October 1. 1975 , hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Payr.enL Provisions, is hereby modified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, shoring the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract term in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by Courity for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County :.ill remit any such excess amount to Contractor, but not to exceed the Contract Pament Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term., whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initial z C County Dept. 001 ■ v 4 i SERICE PLL`+ Number2 A — 7 4 1 — 4 1. State Cost R!Qulations. Pursuant to Paragraph 5. (Allowable Costs) of the Payment :'rovisions, the allowability of Contractor's costs that have actually been incurred under this Contract shall be determined in :accordance with applicable State regulatio.s, including, but not limited to, the Comreunity Services Systems Manual, Chapter °. (Accounting Guidelines), Section 9.5 (Allowable Costs), as issued by the State Den:rtment of Health. Allowable costs shall not include remodeling and/or equ=p=ent purchases as to any item which has a useful life in excess of two years and a slue in excess of $50.00 (or as otherwise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. *Unnual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health_ S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity or services and criteria for determining the persons to be served. .7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. 8. Budret of Estimated Program Expenditures. Contractor shall provide services tmder this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. Contractor will use his facilities at 11540 Marsh Creek Road, Clayton, California as the location for providing partial day alcohol treatment services between the hours of 10:00 A.M. to 2:00 P.N. and 6:00 P.N. to 10:00 P.M. seven (7) days a week. The Contractor will: a. Teach and counsel clients in the learning of discipline and work habits, meal preparation, personal hygiene and communication and socialization. b. Provide recreation and group or community meetings and classes as part of the learning environment. c. Assist the client to develop pre-vocational skills. d. Assist the client to obtain needed medical and/or dental care. e. Provide other service as appropriate and necessary. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible client in one partial day; i.e., any portion less than 18 hours, of a calendar day during which a client receives the above services under a planned program of care and/or treatment within a day-activity setting provided by Contractor. 11. Number of Ser-.ice Units. Subject to su-ficient referrals by County, Contractor shall protiide for County not less than 12.000 units. O!, SO Initials U nn r-trnr ('nnnr�r Tlcr BUDGET OF ES i IAXTED PROGRAM EY.aENDITURES Number 2 4# 7 41 - L COST CATEGORIES 12-MONTH A.M0UN. T Staff Salaries and Benefits $ 79,438 Operating Expenses 55,202 Administration -0- Other -0- Gross Allowable Program Cost $134,640 Applicable Outside Revenues' -0- NET ALLOWABLE PROGR.M COST (Contrast Payment Limit) $134,646 *non-Short-Doyle monies to be collected by Contractor during the 12-month program period Adjustments in County's total payments to Contractor pursuant to the Payment Provisions shall not be limited by the specific line item Cost Category amounts set forth above. InitialL t _ County Dept. 00161 Lint:s ".1:;- aunty Standard Form STANDARD COPi T PACT (Purct:ase of Services) 1. Contract Identification. Plumber eaarrment: Medical Services - Mental Health Subject: Residential alcohol recovery program Short-Doyle/Hughes 2, Parties. The Cou.^ty of Contra Costa California (County), for its Department named above, and the following nawed Contractor mutually agree and promise as follows: Contractor: SVXRISE HOUSE Capacity: California nonprofit corporation Address: 2898 Concord Boulevard, Concord, California 94524 (nail: P.O. Box 5828, Concord, California) 3. Term. The effective date of this Contract is July 1. 1975 and it terminates ,Tune 30, 1976 unless sooner terminated as provided. herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 65.000 S. County's Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 7. 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 teras and conditions contained or incorporated herein. 8. . Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR `,lam Bye By . Director, Human Resources AgencyZ4,da / Attest: J. R. Olsson, County Clerk tuesignate official capacity'in business and affix corpora ion seal) By State of California ) ss. Deputy County of Contra Costa ) ACYXOWLEDGEHENT (CC 1130.1) Recommended by Department The person signing above for Contractor known to cue in those individual and business capacities, personally appeared Bbefore me today and acknowledged that he/ A Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counsel or a resolution of its board of directors. .� OFFICI.kL S"��,`i c= r,,.G,/ 4%7� By . G,FA VE;W. PO'_OSUN an ti�•ti TC?lt: PL-3C1-_-CAUFORN:A _^.-M% CC!;:A C.MY �A-4617 FrV 5 75 :Vs Madeon Cr_ Ccmaed, CA 94510 Micro Med v✓ifh board order .Ion %.1- Cc rco.d. G1 74516 Microfilmed vrith board ord©r Contra co_;_u County Standard Form PA M:N PROVISIOZ (Cosh Basis Contracts) 24 -- 7 ;Jb - 4 Number 1. Pa)nent Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Plan. [ X] d. $ 5,416 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local. Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service.Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Pian, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, or [l:] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance With Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: f4V- G Contractor County Dept. OOV33 (A-4618 REV 6/75) -1- r ;3 .G� t _ a :ourty eta^ c:d i'orm (Cos. Basis Contracts) Number 24 - 736 - 4 5. Right to Withhold. County has the right to withhold payment to the Contractor whe_:, in the opinion o: 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 ins+sf_=iciently documented, (b) the Contractor has neglected, failed or refused to furn1sh information or to cooperate with any inspection, review or audit of its program, :dorm or records, or (c) Contractor has failed to sufficiently itemize or doc,.:. ent its demand(s) for payment. 6. Cost Report and Settlement. too later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form rewired 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor.- but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7, Audits. 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. kiy certified cost report or audit required by the Service Plan shall be submitted to County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) -above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlescent) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8, Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: Contractor County Dept. 00184 (A-4E18 IREV 6/75) -2- (A-'-,:--;d REV 6/75) -2- Contra 4'ounty Standard Form i;_ NE A.L CONDIT O!iS (?urc ase of Services) /1 — 73 . 7 6 'T 1. Compliance with La::. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the Comity, the Stacce of California, and the United States Government, the Contractor's regular business retards pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-Cou:ty funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only the Payment Provisions and the Service Plan may be amended by a :mitten administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal (United States) approval, provided that such administrative amendments may not materially charge the Payment Proviaiors or the Service Plan. Initials: E'J` 7#S t Co-itractor County Dept. (A-u6,S Pry s/7,) -. 001�� r { k r+v� e ti ConL_,i Esta Counzv Standard Fo^rn GEN' ?hL CC, LZ T F�J::S (F urc!"ise of service:;) Ptuctbe 4 7 6 4 9. Disputes. Disagreements ter-ween the County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final deterr..ination 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. 10. Law Governing Contract. This Contract is :rade in Contra Costa County and shall be governed and construed in accordance with the lasts of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 -his 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the Work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor_ The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 16. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. b. No person will publish or disclose or permit or cause to be published or disclosed, any list o. 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. Initials: acot 994--. Cc:ntractor County Dept. 40I S6 (A-4616 FZ.V 5/75) -2- :a z Contra Co-;za County ;standard Forrn GENERAL CONDITIONS (Purchase of Services) !;=ber 24 - � ) 4 18. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualifies: persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, .sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modification=' thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days Written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. Except for Special Conditions which expressly supersede General Conditions, the Special Conditions (if any) and Service Plan do not limit any termof the General Conditions. Initials: Contractor County Dept. (A-4616 R_rV 5/75) -3- VV1� 1 (a-4616 gib' 5/75) -3- rn n; r: SPECIAtL CONDITIONS Kuaber 2 " -- 7 J 6 .` 4 i 1. ;o'--tion. The parties, having entered into two prior contract amendment agreements, ':o. 24-736-2 , effective Jttly 1. 1975 and Xo. 24-736-3 effective October 1. L975 hereby substitute this Contract for said contract amend-ment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Pay— Provisions, is hereby codified to read as follows: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract tern in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract tern exceed the payments rade by County for the Contract term pursuant to Paragraph 2. (Payment Amo= s) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Pay Lent Limit. If said cost report shows that the payments made by the County for the Contract tern pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initials: Contractor County County Dept. 001.88 v v 1 vV i r {4 S RVICE PLAN .Kucoer 2 4— 7 3 6 " 4 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment Provisions, the allowability of Contractor's costs that have actually been incurred under this Contract shall be determined in accordance with applicable State regulations, including, but not limited to, the Cormunity Services Systems Manual, Chapter 9. (Accounting Cuidelines) , Section_ 9.5 (Allowable Costs), as issued by the State Depa_tment of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a value in excess of $50.00 (or as other.�;ise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Coatractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. "I'nis Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6.' Prograa Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of Mental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County ?cental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. Contractor shall provide residential alcohol recovery services at its residential facilities located at 1678 Pleasant Hill Road, Pleasant Hill, California, 3349 Clayton Road, Concord, California, and 2898 Concord Boulevard, Concord, California seven days a week, twenty—four (24) hours per day. Contractor shall provide room and board and services including, but not limited to, the following: a. Training in meal preparation and household maintenance. b. Teaching responsibility for household and cooking chores. c. Helping to develop social shills. d. Training in self care and personal hygiene. e. Assisting with visits to doctors, dentists, other programs, other community resources. f. Providing recreation. g. Organizing group or community meetings. h. Providing individual counseling. During the month of October, 1975, Contractor shall complete renovation and remodeling to its residential facilities adequate to comply with State of California program certification requirements for the provision of services as specified herein. Such renovation and remodeling to its facilities shall not exceed $15,000 to be funded by Hughes Funds from the 1975/76 Contra Costa County allocation, in the event that a facility development grant is not obtained for this purpose. If such a grant is obtained, the Hughes (AB 206) Funds shall be used as part of program support costs at the three facilities. Inc ala: A— UU15 _1_ Cont:actor County Dept. ' .ilii'• ..:.srt t. SERVICE P"V Number24 - 736 - 4 10: Service Unit. .1 unit of service,, for reporting the provision of services as described above for one eligible oclient hn one resall be ident ided as day; i.e,, any portion of a single 24-hour period ending at 12:00 midnight during which a client receives care and/or treatment within a residential setting g Provided by 11. Number of Service Units, Subject to sufficient, referrals by Count Contr shall pravide for County not less than 5� ppp_ Service units. Y, actor Initials: - 4rAL Contractor County Dept. ` _2_ 00190 BUDGET OF ESTIMLATIED PROGRAM E.XP= DITUR:S 24 - 736 - 4: a Number COST CATEGORIES 12-MONTH AMOUNT Staff Salaries and Benefits $ 54,613 Operating Expenses 45,387 Administration -0- Other 15,000 Gross Allowable Program Cost $ 115,000 Applicable Outside Revenues' ( 50,000 ) ,N-ET ALLOWABLE PROGMM COST (Contract Payment Limit) $ 65,000 ''mon-Short-Doyle monies to be collected by Contractor during the 12-month programa period Adjustments in County's total payments to Contra=tor pursuant to the Payment -- Provisions shall not be limited by the specific line item Cost Category amounts set forth above. Initials: 7Z-rei� i�,#- Contractor County Dept. 0010 . Contra _ounty Standard Foran I STANDARD CONTRACT (Purchase of Services) 24 _ 742 ,,q 1. Contract Identification. Number `� Deparrment: Medical Services - Mental Health Subject: Recovery home alcohol services 2. Parties. The County of Contra Costa California (County), for its Department named above, an-4 the following named Contractor mutually agree and promise as follows: Contractor: BiBett Corporation Capacity: `on-profit California corporation Address: 2931 Prospect Avenue, Concord, California 94518 (Mail: P.O. Bos 5487, Concord California 94524) 3. Term. The effective date of this Contract is July 1, 1975 and it terminates June 30, 1976 unless sooner terminated as provided herein. 4, Payment. Limit. County's total payments to Contractor under this Contract shall not exceed 35,284 5. CountyIs Obligations. 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. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions if any) attached hereto, which are incorporated herein by reference. 7_ 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. B. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority_ This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CO::TRA COSTA, CALIFORNIA *011TRACTORBy dr WO, Director, Human Resources Agency Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Reco^^ended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By 410., before me today and acknowledged that he/ Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counr!l or a res *io=its rd of direectors. If ol t Dated: '16 1 // 76 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 5, Part 2, The Short-Doyle Act) and California administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act). 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CO:iTRA COSTA, CALIFORNIA *011TRACTORBy Director, Human Resources Agency ( J Attest: J. R. Olsson, County Clerk Designate official capacity in business and affix corporation seal) By State of California ) ss. Deputy County of Contra Costa ) ACKNOWLEDGEMENT (CC 1190.1) Reco^^ended by Department The person signing above for Contractor known to me in those individual and business capacities, personally appeared By izo., "`o''� `�. .� before me today and acknowledged that he/ Designee they signed it and that the corporation or partnershio named above executed the within instrument pursuant to its bylaws Form Approved: County Coun! 4 or a res *ion of its board of directors. Dated: /G /976 By Deputy 00192 1/V 1 (2� 2. c/Deputy County Clerk iIJ EV A-4617 R5/75) 9 Microfilm rJ v:-;th h 71 cunt .. Stanca--i Form PAYMENT Number L 1. Pavrnent Basis. County shall, in no evert Fay to the Contractor a sum in excess of the total ar,:;unt specified in the Payment Limit of this, Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provider For County tinder this Contract shall be only for casts that are allowable cost:: (see Paragraph 3. below) and are actually incurred in ;he perfor,:.=race of Contractor's obligations under this Contract. 2. P y-ent :z..ounts. Subject to later adjustments in total payments in accordance with tie brio:; provisions for Cost Report and Settlement, Audits, and Aurlit rxr. -irnc --A r,%? iP,, - to th- P-! nY f irir nF thi rn.,r .. r 11 .. • '11 • lie"i6uee Luey -x6iteu iL aims LiaaL site co.pora,aon or partnership named above executed the within instrument pursuant to its bylaws Form Approved: County Counr-�l or a res ' +tion of its board of directors. ( Dated: By . 14CJ - _ Deputy t O/►-1 92 h c/Deputy County Clerk fA-4o17 ?EV 5/75) V1�J Micrcfilmc:! :ith h n r Jam, Contra standar_ Form Pri1Y4:.NT YRfl VTJ�4J.iJ (Cost Basis Contracts) Plumber 1. PaSment Basis. County shat in no event Fay to the Contractor a sum in excess: of the total a=unt specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance or Contractor's obligations under this Contract. 2. Pa;went r-ousts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] L ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. An amourt eeual to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Pian. [X] d. $ 2,940 monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Ex enditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Con-acts, With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) ?r.inciples for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of costs of providing those services set forth in the Service Plan, •_. L. " . az _ i. .. ill L1.. L ..J--..L 1tiL:SL V2 LII,t.. C.VLILL-1.1. .,uU J'—C.L to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable cost:: (see Paragraph 3. below) and are actually incurred in the perf:; ..ante or Contractor's obligations under this Contract. 2. Pa;went :+-..ousts. Subject to later adjustments in total payments in accordance with the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] L ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] e. An amou t equal. to Contractor's allocable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in the Service Pian. X] d. $ 2,940 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program F-xpenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accox-dance with: [Check one alternative only.] [ ] a. Genera] Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) ?rinciples for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the aLowability of selected items of costs of providing those services set forth in the Service Plan, or [ X1 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. 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 for services rendered no later than 90 days from the end of the north in which said services are actually rendered. Upon approval of said payment demands by the head of the County Department for which this Contract is made or his designee, Cointy will make monthly payments as specified in Paragraph 2. (Payment Amounts) .above. Initial.• elpi4�-- Cor`_ :ctor County Dept. Contra �ostu Co*-:. . Standard For: pti vr..-r ppry' iST n-3 (Cost Basis Cont-rac-ts) !lumber� � LIZ 4 5. Right to Withhold. 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 perforcance, 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. 6. Cost Report and Settlement. No later than sixty (60) days following the termination of t_^.i.s Contract, Contractor shall submit to County a cost report in the form required by County, showing the allawab?e costs that have actually been incurred by Contractor under this Contract. If said cost retort shows that the allowable: costs that have actua?ly been incurred by Contractor under this Contract exceed the payments made by County pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, if any, to the State and/or Federal government resulting from any audit exceptions, to the extent such are attribusable to the Contractor's failure to perform properly any of its obligations under this Contract. Init' actor County Dept. (A-4618 FEV 6/75) -2- 00194 Contra t:&3t.A "oun-.y Standard Foran GEIER L C,09 ONS (Purchase of Services) 7 4 ll,:.�ber 1. Compliance with Lai:. Contractor shall be subject to and comply with all Federal, State and local laws end regulations applicable with respect to its performance hereunder, including but not limited to, licensing,, employment and purchasing practices; and wages, hours and conditions o: employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and crake available for inspection by authorized representatives of the County, the State of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. Retention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written ?notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure t,- Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. b. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7. Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal. Agreement entered may not enlarge in any manner the scope of this Contract, including any suers of money to be paid the Contractor as provided herein. Informal Agreements may be approved for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (Unit-!d States) approval, provided that such administrative amendments may not materially c-sange the Payment Provisions or the Service Plan. Initial &/__ C or County Dept. (A-46:6 P.£v 5/75) -1- 0019.5 (A-4616 PPV 5/75) 001�� t :on:ra : tcunty Scandard Form GENZP.AL MIDI T IONS (?t=chase ,J: S----vices) 2 7J. 2Number 9. Disputes. 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. 10. Law Governing Contract, This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14, Subcontract and Assignment. The Contractor shall not enter into subcontracts for any of the Work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. lb. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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. Initi or-_ ctor County Beet. O (A-4616 , 5/;5) 0019-S -2- z f e Contra C Lnty Standard Fora GENERAL CO.tBZTT_O?JS (Purchase of Serves) 2 4. - 742 742 4 Number 19. NondiscrLuiratory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in '"hole or in part, for religious worship or instruction. 19. Indeauzification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages for death, sickness or injury to persons or property, including without limitation, all consequential damages, frogs any cause whatsoever arising, from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-wcned automobiles, with the following minimum limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Worknsen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- specified coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and emplrnfees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. 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 the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. Initia ctor County Dept. 00197 (A-46!6 REV 5/75) -3- SPECIAL CONDITIONS K=ber limit any term of the General Conditions. , Initia �.L._. ctor County Dept. 00197 (A-4616 P.£v 5l75) SPECIAL CONDITION'S Number 1. Novation. The parties, hating entered into two prior contract amendment agree lents, 1o. -14-742-2 , effective July 1. 1975 , and SIO_ 24-742-3 s effective October 1. 1975 hereby substitute this Contract for said contract amend�mznt agreements. Effective July 1, 1975, all contract rights and obligations of the paries will be governed by this Contract. 2. Cost Report and Settlement_ Paragraph 6. (Cost Report and Settlement), of the Payment Provisions, is hereby rmdified to read as follows: "\o later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., ton-Short-Doyle) revenues which have actually been collected during the Contract terra in accordance with the Budget of Estimated Program Expenditures included in the Senrice Plan. If said cost report shows that the net allowable program costs which have actually been incurred by Contractor during the Contract term exceed the payments made by County for the Contract terse pursuant to Paragraph 2- (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report and settlement purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable program costs which have actually been incurred during the Contract term, whichever is less, minus the total applicable outside revenues which have actually been collected during the Contract term." Initially-- - actor County Dept. 00198 y, S-M."ICE PLAN i Dumber 2 it I. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payment Provision e allowability of Contractor's costs that have actually been incurred under this Contract shall be determined in accordance with applicable State regulations, includi3g, but not limited to, the Community Services Systems Manual, Chapter 9. (Accounting Guide!ines), Section 9.S (Allowable Costs), as issued by the State Department of Health. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of two years and a value in c.cess of S50.O0 (or as oth--raise may be authorized by prior State approval), except that part of such costs which can reasonably be charged to depreciation. 2. Annual Audit. Contractor shall provide County with an annual audit by a Certified Public Acca�,=tan t, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health- S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall meet such standards as may be prescribed by County through its Director of dental Health Services, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eli.-ibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Mental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. S. Budget of Estirated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. The Contractor will provide Recovery Home Services at his residential facility located at 2931 Prospect Avenue, Concord, California 94518 seven (7) days a week, twenty-four (24) hours a day. Contractor will provide room and board and the following services: a. Training in meal preparation and household maintenance. b. Training in self care and personal grooming. c. Helping to develop social skills within the residential setting and larger-community. d. Assisting with visits to physicians, dentists, other programs, other community resources. e. Providing recreation. f. Providing individual counseling. g. Organizing group or community meetings. h. Other services as needed and appropriate. 10. Service Unit. A unit of service, for reporting purposes, shall be defined 'as the provision of services as described above for one eligible client in one residential day; i.e., any portion of a single 24-hour period ending at 12.00 midnight during which a client receives care and/or treat.aent within a residential setting provided by Contractor. 11. Nurber of Service :nits. Subject to se.:ficient referrals by Coy+ty, Contractor shall provide for County not less than 2,100 units. 00199 Initials- or County Dept. BUDGET OF ESTA MUMD PROGRk%,1 EXPENDITURES 241 . 7 42 Number d. assisting with visits to physicians, dentists, other programs:, other, community resources_ e- Providing recreation_ f. Providing individual counseling. g. Organizing group or community meetings. h. Other services as needed and appropriate. 10. Service Unit. A unit of service, for reporting be 'as the provision of services as described above for one eligiblesclientlin onefined residential day; i.e., any portion of a single 24-hour period ending at 12:00 midnight during which a client receives care and/or treataent within a residential setting Provided by Contractor. 11. Nurber of Service units. Subject to SLf-ficient referrals by Coy ty, Contractor shall provide for County not less than 2,100 units. 00199 Initials- , � or 40u - SUCGET Or ESTIMATED PROGIM4 EXPE DITMS i Number COST C.�a''"cC:.�=S 1244MTH MOUNT Staff Sai---fes and Benefits $ 24,392 Operating B=ertses 35,100 Adni-,a'S on -0- Other -0- Gross Allowable Program Cost $; 59,492 ?applicable Outside Revenues ( 24,208 } NET .LMNABUE PROGR.M COST (Contract Payment Limit) 35,284 *non-Short-Doyle monies to be collected by Contractor during the 12-Month program period Adjus=encs :n County's total payments to Contractor pursuant to the Payment - Provisions mall not be limited by the specific line item Cost Category amounts set --;:ov-,th above. Initials tactor County Dept. Qn.,G00' j+ �_ Standar+ Fo:�n (='L= :ase O. Services) 1. Contract Identification. Number 24 - 74 5 Department: Medical Services - Mental Health Subject: Community services 2. Parties. The County of Contra Costa California (County), for its Department named above, and the follvaing named Contractor mutually agree and promise as follows: Contractor: EL S03fwrm ACTIVITIES CENTER Capacity: California nonprofit corporation Address: 5145 Sabrante Avenue, E1 Sobrante, California 94803 3. Tern. The effective date of this Contract is July 1, 1975 and it terninazes June 30. 1976 unless sooner terminated as provided herein. 4. Pa. tent Limit. County's total payments to Contractor under this Contract shall not exceed S 20.000 5. County's Obligations. County shall make to the Contractor those payments described in t1e Pay-went Provisioas attached hereto Which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. b. General and Special Conditions. This Contract is subject to the General Conditions and Spacial Conditions (i; any) attached hereto, which are incorporated herein by reference. 7. 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 teras and conditions contained or incorporated herein- 8. Project. This Contract implements in whole or in part the following described Project, the application and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan 1975-76 (State approved), and any modifications or revisions thereof. 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code (Division 4 and 5 and specifically Division 4, Chapter 3, Section 4330.5) and California Administrative Code (Title 9, Subchapter 3, Community Mental Health Services under the Short-Doyle Act. 10. Signatures. These signatures attest the parties' agreement hereto: COUINTT 0* CONTRA COSTO, CALIFORNIA CONITRgCTOR -Y -eihmi mein $oe:-d-ei-Super sars- Director, Human Resources Agency : r Attest: J. R. 01-.son, County Clerk Designate official. capacity in business and affix corporation seal), By State of California ) ss. 1�• Deputy County of Contra Costa ) ACK-NOWLEDGEHENT (CC 2190.1) Reco=ended by Departzent The person signing above for Contractor r, known to me in those individual and business capacities, personally appeared u, , before me today and acknowledged that he/ t Designee they signed it and that the corporation or partnership named above executed the within instrument pursuant to its bylaws For-.i Approved: County Co::nsel or a resolution of it-- br3rd of directors, Dated: a ' 7 767 3y y°'p r yC._ VU�V� -�:D�eQj-.?40�L�ci/Depu�f our.:y Clerk II` qA-4617 FEY 5/75) Contra Costa County Standard Form PAY.k rriT PROVISiO:;S (Cost L1a5is Coarracts) Piumbar 24 - 74 5 1. Payment Basis. County shall in no event pay to the Contractor a sum in excess of the total amount specified in the Payment Limit of this Contract. Subject to the Payment Limit, it is the intent of the parties hereto that the total payment to Contractor for all services provided for County under this Contract shall be only for costs that are allowable costs (see Paragraph 3. below) and are actually incurred in the performance of Contractor's obligations under this Contract. 2. Payment Amounts. Subject to later adjustments in total payments in accordance With the below provisions for Cost Report and Settlement, Audits, and Audit Exceptions, and subject to the Payment Limit of this Contract, County will pay Contractor: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ c. An amount equal to Contractor's allowable costs that are actually incurred each month, but subject to the "Budget of Estimated Program Expenditures" included in7 the Service Plan. [X] d. $ 1,666 , monthly, in advance, plus or minus the difference between the net allowable program costs incurred and the total monthly payments made by County for the program period to the end of the third calendar month prior to the current month. Net allowable program costs will be computed in accordance with the Budget of Estimated Program Expenditures included in the Service Plan. 3. Allowable Costs. Contractor's allowable costs are only those which are determined in accordance with: [Check one alternative only.] [ ] a. General Services Administration Federal Management Circular FMC 74-4, Attachment A (Principles For Determining Costs Applicable To Grants and Contracts With State and Local Governments) and Attachment B (Standards For Selected Items of Cost), and, subject to said Attachments A and B, such other documents (if any) specified in the Service Plan regarding: (1) Principles for determining and allocating the allowable costs of providing those services set forth in the Service Plan, and (2) Standards for determining the allowability of selected items of . costs of providing those services set forth in the Service Plan, or [X] 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. 4. Payment Demands. Contractor shall submit written demands monthly for payment in accordance with Paragraph 2. (Payment Amounts) above. Said demands shall be made on County Demand Form D-15 and in the manner and fora prescribed by County. Contractor shall submit said demands for payment for services rendered no later than 90 days from the end of the month in which said services are 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 monthly payments as specified in Paragraph 2. (Payment Amounts) above. Initials: 7' Contractor County Dept. (A-4618 REV 6/75) -1- 00202 i (A-4618 REV 6/75) _1_ V11'G'UiGr Contra Costa Iosntv Standard Fonn (Cost Basis Contracts) 24 - 745 — S Number 5. Right to Withhold. County has the right to withhold payment to the Contractor wnen, 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) Coatractor has failed to sufficiently itemize or document its demand(s) for payment. 6, Cost Resort and Settlement. Ho later than sixty (60) days 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 pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but subject to the Payment Limit of this Contract. If said cost report shows that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, Contractor shall remit any such excess amount to County. 7. Audits. 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 County by 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 months from the termination date of this Contract. If such audit(s) show that the payments made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the allowable costs that have actually been incurred by Contractor under this Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) above, then Contractor agrees to 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 pursuant to Paragraph 2. (Payment Amounts) above, including any adjustments made pur- suant to Paragraph 6. (Cost Report and Settlement) above, then County agrees to pay to Contractor any such excess amount, but subject to the Payment Limit of this Contract. 8. Audit Exceptions. In addition to its obligations under Paragraph 7. (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 liability, 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: 9: ,r- Contractor County Dept. i ©0203 (A-4618 REV 6/75) -2- Contra Costa Caunty Standard Form GEHEPAL CONDITIONS f (?urC:aSe Of Services) Number 24 - 74 ,5 . 4- 1. 4 ~ 74 ,5 ..1. Car..oliance with Law. Contractor shall be subject to and comply with all Federal, State and local laws and regulations applicable with respect to its performance hereunder, including but not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment. 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 State of California, and the United States Government. 3. Records. Contractor shall keep and make available for inspection by authorized representatives of the County, the Stace of California, and the United States Government, the Contractor's regular business records pertaining to this Contract and such additional records as may be required by the County. 4. P.etention of Records. The Contractor and County agree to retain all documents pertaining to this Contract for three years from the date of submission of Contractor's final payment demand or final Cost Report (whichever is later) under this Contract, and until all Federal/State audits are complete and exceptions resolved for the funding period covered by this Contract or for such further period as may be required by law. Upon request, Contractor shall make available these records to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. Written Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other. b. Failure to Perform. The County, upon written notice to Contractor, may 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. c. Cessation of Funding. Notwithstanding Paragraph 5.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated. 6. Entire Agreement. This Contract contains all the terms and conditions agreed upon by the parties. Except as expressly provided herein, no other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 7, Further Specifications for Operating Procedures. Detailed specifications of operating procedures and budgets required by this Contract, including but not limited to, monitoring, auditing, billing, or regulatory changes, may be developed and set forth in a written Informal Agreement entered between the Contractor and the County. Such Informal Agreements when entered shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required here- under. Further, any Informal Agreement entered 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 for and executed on behalf of the head of the County Department for which this Contract is made or his designee. 8. Modifications and Amendments. a. General Amendments. This Contract may be modified or amended by a written document executed by the Contractor and the Contra Costa County Board of Supervisors, subject to any required State or Federal (United States) approval. b. Administrative Amendments. Subject to the Payment Limit, only 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 (United States) approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. Initials: Contractor County Dept. (A-4616 REV 5/75) -1- OU204 l Contra costa County Standard Form GENEFAL CONDITIO`iS Uurc^ase of Services) Q SV 9. Disputes. Disagreement's between, the County and Contractor concerning the mean'ng, 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. 10. Law Governing Contract. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon this Contract be adopted or revised during the term hereof, this Contract is subject to amendment to assure conformance with such Federal or State requirements. 12. No Waiver 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 hereof. 13. Original Contract. The original copy of this Contract and of any modification or amendment thereto is that copy filed with the Clerk of the Board of Supervisors of Contra Costa County. 14. Subcontract and Assignment. The Contractor shall not enter into subcontracts for any or the work contemplated under this Contract without first obtaining written approval from the County. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not assign this Contract, or monies due or to become due hereunder, without the prior written consent of the County. 15. Indeoendent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of Interest. Contractor agrees to furnish to the County upon demand a valid copy of the most recently adopted bylaws of any Corporation and also a complete and accurate list of the governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing body as changes in such governance occur, if Contractor is a corporation. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. 17. Confidentiality. Contractor agrees to comply and to require his employees to comply with all applicable State or Federal statutes or regulations respecting confiden- tiality, including but not limited to, the identity of recipients, 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. 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 pa-^tners of the above provisions, and that any person knowingly and intentionally disclosing such information other that: as authorized by law may be guilty of a misde._eanor. Initials: 7 '� Contractor County Dept. (A-46i5 REV 5/75) 00205 -2- I C: t Contra =cs,a County Standard corm 13-NERAL CONDiTIOrIS (Purchase of Services) 24 5 _ S_ 19. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to all qualified persons regardless of age, sex, race, religion, color, national origin, or ethnic background, and that none shall be used, in whole or in part, for religious worship or instruction. 19. Indemnification. The Contractor shall defend, save harmless and indemnify the Countv and its officers, agents and employees from all liabilities and claims for damages for dea-ch, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the operations or the services of the Contractor hereunder, whether or not resulting from the negligence of the Contractor, its agents or employees. 20. Insurance. During the entire term of this Contract and any extension or modil"'icat_on thereof, the Contractor shall keep in effect liability insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: _ a. Liabilitv Insurance. The Contractor shall provide a policy or policies of liability insurance naming the County and its officers and employees as additional insureds, including coverage for owned and non-owned automobiles, with the following minim= limits: (1) $250,000 for each person and $500,000 for each accident or occurrence for all damages arising out of death, bodily injury, sickness or disease from any one accident or occurrence, and (2) $100,000 for all damages arising out of injury to or destruction of property for each accident or occurrence. b. Workmen's Compensation. The Contractor shall provide the County with a certificate of Workmen's Compensation insurance evidencing coverage for its employees. c. Additional Provisions. Not later than the effective date of this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. The policies must include a provision for thirty (30) days written notice to County before cancellation or material change of the above- speci-fied coverage. Said policies shall constitute primary insurance as to the County, the State and Federal governments, their officers, agents and employees, so that any other insurance policies held by them shall not contribute to any loss covered under the Contractor's insurance policies. 21. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States nail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts Administration Unit, Ninth Floor, 651 Pine Street, Martinez, California 94553. 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. 22. Primacy of General Conditions. 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. Initials: ontractor County Dept. (A-4616 V 5/75) 00206 -3- r .. 1. SPECIAL CONDITIONS Kus�ber 24 - 745 - 5 1. Novation. The parties, having entered into two prior contract amendment sgree=ents, No. 24-745-3 effective July 1, 1975 and No. 24-745-4 effectiLe Qctaber 1. 1975 hereby substitute this Contract for said contract amendment agreements. Effective July 1, 1975, all contract rights and obligations of the parties will be governed by this Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement), of the Payrzent Provisions, is hereby modified to read as followws: "No later than sixty (60) days following the termination of this Contract, Contractor shall submit to County a cost report in the form required by County, showing the gross allowable program costs which have actually been incurred and the total applicable outside (i.e., non-Short-Doyle) revenues which have actually been collected during the Contract tern in accordance with the Budget of Estimated Program Expenditures included in the Service Pian. If said cost report shows that the net allowable program costs which have actually been incuired by Contractor during the Contract term exceed the payments made by County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the Contract Payment Limit. If said cost report shows that the payments made by the County for the Contract term pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable program costs which have actually been incurred by Contractor under this Contract during the Contract term, Contractor shall remit any such excess amount to County. The net allowable program costs for cost report-and settlement . purposes shall be defined as the gross allowable program costs specified in the Budget of Estimated Program Expenditures included in the Service Plan or the gross allowable ' program costs which have actually been incurred during the Contract tern, whichever is less, minus the total applicable outside revenues which have actually been collected j during the Contract term." Initials: // - � i -- ntractor County Dept. ; 00207 S=R:`1Cr DUN Numbe-2 4 r 7 4 .- 1. Sate Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Payrent P_avisions, the allowability of Contractor's costs that have actually been incurred u:.cer this Contract shall be determined in accordance with applicable State regulati s, including, but not limited to, the Community Services Systems Marual, Chapter 9. (Accounting Guidelines), Section 9.5 (Allowable Costs), as issued by the State I1apartment of Health. Allowable: costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of tt:a years and a value in excess of $50.00 (or as otherwise may be authorized by prior State approval) , except tha_ part of such costs which can reasonably be charged to depreciation. 2. :Virual Audit. Contractor shall provide County with an annual audit by a Certified Public Accountant, verifying the cost report submitted under the Payment Provisions of this Contract. 3. State Approval. This Contract, any extension thereof, and any change thereto, shall be of no effect unless and until reviewed and approved by the appropriate State agency. 4. State Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the Sate Department of Health. S. Admission Policy. Contractor's admission policies for services under this Contract shall be in writing and be available for inspection by the public. 6. Program Standards. In accordance with applicable State statutes, regulations and guidelines governing the provision of services hereunder, Contractor shall deet such standards as may be prescribed by County through its Director of Mental Health Service;, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 7. Eligibility. Contractor shall provide services under this Contract only to persons who are referred and certified by County Dtental Health Services as being eligible therefor or who are otherwise determined to be eligible for receipt of services pursuant to State regulations. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto and incorporated herein by reference. 9. Service. The Contractor shall provide an activity program for the community of El S:)brante using its own facility or community-based facilities. Activities shall include, but not be limited to, the following: a. Family communication workshops aimed at improving dialogue between parents and children. b. An outward bound program which will promote nature trips and out-of-door activities. c. Community forums dealing with problems of general concern to the community. d. An alternative activities program including crafts, a music program, recreation, sports, photography, rap sessions, other areas of self development or exploration. e. Fund-raising activities. f. Community organization for program support of the El Sobrante Activities Center. g. An odd-job bank to obtain part-time employment for youths. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as a community service hour; that is, the paid hours or portions thereof spent by Contractor's program personnel in providing direct. service as described above to any of its clients. Time spent by supportive staff; i.e. , secretarial or bookkeeping staff shall not be included. 11. Number of Service !nits. S!.:hiect to sufficient referrals by County, Contractor shall provide for County not less t^2n 1350 units. Initials- f 00' 21 S Contractor County Dept. . T , SUMET OF ,ES T IANTED PROGR.V ! E-VE`:DITURES dumber L " 745 " 47 12-M0-STH COST C.xTEGORIES A'10LST Staff Salaries and Benefits $ . 16,246 . 5,754 Operating Expenses -0- administration -0- other Gross Allowable Prog $ 22,000 ram Cost Applicable Outside Revenues' - 2,000 � NNET ALLOW.kBLE PROGR.k%4 COST (Contract Payment Limit) $ 20,000 *non-Short-Doyle monies to be _ collected by Contractor during the 12-month program period rldjustments in County`s total payments to Contractor pursuant to the Payment d by the specific line item Cost Category Provisions shall not be limite _ mounts set forth above. Initials: &tz-tor County. Dept.. 0020.9 In the Board of Supervisors of Contra Costa County, State of California i 00209 In the Board of Supervisors of Contra Costa County, State of California January 6 t9 76 In the Matter of Authorizing Chairman of the Board to Execute Department of Food and Agricul- ture Standard Agreement :No. 9203 for County Commissioner's Salary Reimburse- ments for the Fiscal Years 1975-76 - through 1977-78. IT IS BY THE BOARD ORDERED that the Board Chairman, James Kenny, is AUTHORIZED to execute the necessary agreement so that reimbursement of $3,300 per year may be claimed from the State Department of Food and Agriculture. The agreement covers three fiscal years beginning with 1975-76. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: Witness my hand and the Seal of the Board of Auditor-Controller Superv*=rs affixed this 6th day of January . 19 76 cc: County Agricultural Commissioner ; J. R. OLSSON, Clerk County AdministratorA State Department of By Deputy Clerk Food and .Agriculture Maxine M. Auteld H2. SP5 IoM 00210 I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Originating Department: Witness my hand and the Seal of the Board of Auditor-Controller Supervisors affixed this 6th day of January . 19 76 cc: County Agricultural Commissioner J. R. OLSSON, Clerk County Administrator -� State Department ofBy��- Deputy Clerk Food and Agriculture t�iaxa.ne Mir. r of eld H 24 arts toM 00210 r 7 CON Ti..CTO� 01 T.9 L3 SIMIDARD AGREEMENT AT TORNEYO GENEw L - I� STATE AGENCY ivomeTATA OF CALI FO Rt44A. a.J $TO. 2 IREV, et/TA! O[r+'T.O/ GEN. SER. QCONTROLL[q THIS AGREEMENT. made and entered into this Ist: day of Jtily . 192 in the State of California, by and between State of California, throu&h its duty elected or appointed, Q qualified and acting 0 TtTLC OF OFFICER ACTING FOR STATE AGENCY NUM9QR _ Director _ Department of Food and Agriculture 9203 heroafter catlnd tba State,and County of CONTRA COSTA becafter called the contractor. IMNESSETH. That the Contractor for and in consideration of the covenants, conditions, agreements, and stipulations of the Stere hereinafter expressed, does hereby agree to furnish to the State services and materials, as follows: lSet forth sorviee to be renderer by contractor.amount to be paid contractor.time for perfoanunce or completion,nail attach plans and specifications.of Imv.r Pursuant to Section 2222 of the Food and Agricultural Code, the Director of Food and Agrlcultur- State of California, hereinafter referred to as Director, and the County.of Crani-,.q hereinafter referred to as County, acting by and through its Hoard of Supervisors, hereby, agree as follows: (1) It is their intent to provide for an increase of the salary of the County Agricultural Commissioner and to partially compensate County for services performed by the County Agricul—. , tural Commissioner for the Department of Food and Agriculture of the State of California, for the purpose of securing more uniform and adequate enforcement of the provisions of the Food and Agricultural Code throughout the State, and to otherwise effectuate the purposes of Sections 2223 through 2224 of the Food and Agricultural Code. (2) Director agrees to pay County for the three fiscal years starting July 1, 1975, a maximum sura not to exceed nine thousand nine hundred and no/100 dollars ($91,900.00) payable annually in arrears on or about Jame 30 of each year at the rate of three thousand three hundred and no/100 dollars ($3,300.00) per year calculated as follows: Payment will be at the rate of $275 per month for each month the Agricultural Commissioner's position is filled by a qualified person. If the position is vacant 30 consecutive days or less, the annual payment will not be reduced. A vacancy of more than 30 consecutive days will reduce the _dual payment. Partial months after the first 30 days of vacancy will be treated as whole The provisions on the reverse side hereof constitute a part of this agreement. (continued ipn page 2) IN WITNESS WHEREOF, this agreement has been executed by the parties hereto, upon the date first above written_ STATE OF CALIFORNIA RACTOR AGENCY Wma' coei.On.r,04, DEpAR t " 2 FOOD & AGR CULTUME , =TABY IAUTNOR12 SIGMA unE1 TUREI N. $ eg TITLE , •SANFiscal ricer Boar o t;; enllso 6 1976 Aooa[ss Adm1niston ,.ming i iCOt4T%T4UEO ON_SI+£ETS. EAC" 6140.1442 NAME OF CONTRACTOR/ Pine and Escott'? tr Sts. —Mai-r,,,jjjP."z Calif. Department of General Services AMOUNT EN [ CUMO[Rt7 APPROPRIATION ENCU+•9E•IED rOK_iIGNAfF. +v.1ERE A-r+LICsNLE. Use ONLY S 3300 1975 ?E► STATUTES OF YEAR, 3300 397 77 CMADTER Budget Item { cool . TED FM&►i GovEiIT $3300 1977/78176 log COD' SECTION 14780 PER 1 herby certify upon my awn pemnnaf k04#w w.fste;rhat budiv ted fundi DE'AMENT Or Cz.:.J`iEMAL I creaeraifableItothe rindareJ r of rheerx S�YiL.^.wd �� ��4t_ pr pzrpns.� _ prrtrftturr.+etatt!elrrfsrn+r.. DASD :'w2�2M 384 s.GNATURE OF ACCOUNrmc orwICER yJ OATS 75 I i f hem4 certify that all canditions far exemption ANt forth to Stow Admmi.ttratere.urmlr:f Sw'lrrnu t:A'► t1�1 halm have reavloed with and this document is e[empt from review by the 0«9rirtmont of Finnnre. } siGNATUR[OF oFFeccn SIGNING oN 9ENALi OF AGErACY OATS 1 Temp. 12/75 "w0filmed with ar or ergo-M 1-75 tis. .r: _. s' 71177;pV . � . r• In the Board of Supervisors of Contra Costa County, State of California JAN �. j1976 In the Matter of Records Disposition IT IS BY M BOARD ORDElM that pursumrt to Government Code Sections 26907.2 and 26202 the County Building Inspector is suthori�ed to destroy building permit receipts =zbered 64601 to 72600 inclusive, issued in 1970 and invoice copies numbered 26608 to 32500 inclusive, issued in 1971. passed by the Board on JAN G 196 , I hereby certify that the foregoing Is a true and coffee copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Witness my hand and the Seal of the Board of Orig. Dept. Supervisors Building Inspection owed this of of �A N 19 za cc: County Auditor-Controller J. R. OLSSON, Clerk County Administrator By��jl ' Deputy Clerk Man/ rra $ H 24 OPS IOM 00212 H24 8/75 IOM V1.1414 MEM i In the Board of Supervisors of Contra Costa County, State of California January 6 , 1976 In the Matter of =:.ar.v nilley Pucharan 7: eld *9$.00 TT TS Bl TlTF RCARn, n?7^RF1 that legal action be initiated in the Scrall Claims Court- bv the Anditor-rontroller's nf'fice against the above person to recover the cost owed Contra Costa ;bunty. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seat of the Board of origi.rated by. Pid!for Supervisors affixed this 5th day of January , 19 76 J. R. OLSSON SKXIXXKXAMI; Clerk cc: ndrinistrator By Deputy Clerk County Counsel Mar_ Cra{g H24 4,72 10M 00213 I In the Board of Supervisors of Contra Costa County, State of California January 6 , 1976 In the Matter of Authorizing Attendance at Training Program IT IS BY THE BOARD ORDERED that Kathryn Holmes, Sheriff-Coroner's Department, is AUTHORIZED to attend, at Federal Government expense, the Federal Bureau of Investigation Academy Course on "Survey of Glass Examinations" to be held at Quantico, Virginia, from January 25,1976 to January 30, 1976. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesoid. Witness my hand and the Seal of the Board of Originating Dept: Supervisors Sheriff-Coroner affixed this nth day of ,TanL= 19 cc: County Administrator J. R. OLSSON, Clerk County Auditor-Controller B /� Deputy Clerk Y P tY Ya Crain, H24 8/75 10M 00214 In the Board of Supervisors of Contra Costa County, State of California January 6 19 71; In the Matter of Authorizing Attendance at Conference On the recommendation of the County Administrator, IT IS BY THE BOARD ORDERED that Ms. Esther Helfand, Assistant County Librarian, is AUTHORIZED to attend, at county expense, a Mid-Winter Conference of the American Library Association to be held January 17, 1976 through January 22, 1976 in Chicago, Illinois. The foregoing order was passed by a unanimous vote of the Board members present on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of supervisors on the date aforesaid. Orig• Library Witness my hand and the Seal of the Board of Supervisors cc: County Administrator affixed this Fth day of January . 19 76 County Auditor-Controller J.,R. OLSSON, Clerk By c Deputy Clerk �'ar Crai g H 2412/74-1SM Ot215 to p:lC'.•]R":_ --_._ ei • r In the Board of Supervisors of Contra Costa County, State of California .Tanuary 6 . 19,„ZE In the Matter of Authorizing Special Board Rate for a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES special board rate of $400.00 per month for a dependent child of the court (Court Number 43324) in the foster home of Sister Mary Martha in San Francisco, California; effective January 7, 1976. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Agency Widness my hand and the Seal of the Board of Social Service Supervisors Attn: Mary Hallgren affixed this F,t h day of 3 a nuary , 19 76 County Auditor-Controller Jt R. OLSSON. Clerk County Administrator By Ma CraDeputy Clerk H 24 12174 - 15w ig (P) 0-216 .r In the Board of Supervisors of Contra Costa County, State of California January 6 19 76 In the Matter of Authorizing Special Board Rate for a Dependent Child of the Court On the recommendation of the Director, Human Resources Agency, the Board hereby AUTHORIZES special board rate of $306.00 per month for a dependent child of the court (Court Number 38247) in the home of James and Joyce Faircloth in Pittsburg, California; effective January 1, 1976. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc. Director, HRA Witness my hand and the Sial of the Board of Social Service Supe Attn: M. Hallgren affixed this titin day of Januazv 19 76 County Administrator R. OLSSON, Clerk County Auditor-Controller z ey y Deputy Clerk H 24 12174 - 15-M a s era{ (1') 0021'7 in Ahe Board of 5vPvrvl.:ols f 0: c,;i �ro Co�a Count yf Sada o Caliornla January 6 0119 In the Matter of " Authorizing Placement of a Juvenile Court Ward On the request of the County Probation Officer, IT IS BY THE BOARD ORDERED that authorization is GRANTED for placement of a disturbed Ward of the Court, Court Number 45727, at University Hound School, San Francisco, at-a- monthly cost not to exceed $1,036.00, effective January 6, 1976. Passed by the Board on January 6, 1976. 1 hereby certify that tae far-going is a true and carred copy of an order entered on #ha tairutes of said Board of Supervisors cn !ie Fats aforesaid. Orig: Probation Department Witnass my hard and the Seal of:iA board of cc: County Probation Officer Supervisors County Auditor-Controller County Administrator affix-►d ::pis 6th day of January , 19 _76_ J. R. OLSSOV, Clerk By Deputy Clerk H 24 12174 • Is-� ?,.a y Crai SRS 00218 In the Board of Supervisors of Contra Costa County, State of California JAN 6 , i9l6 In the Matter of Authorizing appointment of Geraldine Cardiff, Home Health Aide I, p.i. On recommendation of the Civil Service Commission, the Board hereby AUTHORIZES the appointment of Geraldine Cardiff to the class of Home Health Aide I on a permanent intermittent basis at the hourly equivalent of the fifth step of salary range 151(584-710) (fifth step hourly rate $4.30 per hour), effective November 10, 1975, as requested by the County Health Department. PASSED by the Board on JAN C 1976 I hereby certify that the foreipahv is o true and correct copy of an order entered on the minutes of said Board of Supervisors an the dote aforesaid. Orig. Dept.: Civil Service Witness my hand and the Seal of the Board of Director, HRA Supervisors Health Officer axed this, r day of .�A�' affixed + 1976 Auditor-Controller d. R. CILSSON, Cleric County Administrator BY �_ , Deputy Clerk M 24 8PS IOM 00219 H ci 8/1, It Y In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 76 In the Matter of Approval of Architectural Services Agreement, Bay View Park Recreation Center Building, County Service Area M-17, Richmond Area. (Work Order 5220) IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to execute an Architectural Services Agreement with Barbachano and Associates, Inc. , for the Bay View Park Recreation Center building, County Service Area M-17, Richmond area, said agreement providing for payment to the architect in the amount of 7% of the construction contract cost estimated to be $90,000. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc; Barbachano and Associates, Witness my hand and the Seal of the Board of Inc. Supervisors 10324 San Pablo Avenue affixed this 6th day of January , 1976 El Cerrito, California 94530 J. R. OLSSON, Clerk County Administrator By__ _, Deputy Clerk County Auditor-Controller N. In sham Public Works Director (All copies to Public Works) 00220 H 24 8/75 10M - Rc; View r:,.rtc Recreation Center AsRFr16RENT FOR !�=K::;�TECi(! aL SkR�II��ES Richmond Arc: W.O. SZ20 Table of Colds-11I ..; I,�•r AR;TICM 1 GClkel t tilt elft 1 Al;l'1Cl.;i 71 Det.ucripLicon o1 Project 2 ARTI(:1..1,: III 1'umic Services Archit c: 3 A. General 3 B. Schemit . Oe-..inn I'htsc 4 C. Dc::il;r 4 D. Con:tXuUinit Pocuaxa:ts I'h•-tse 5 E. CoItJLructton Phase 5 F. Docuaw-ars .ad Drawi uCs 7 - G. Time I'criods A11TICLE IV Extra Services b3 the Architect 9 AI: 00221 r AGREI-iIMM FOR APC11ITr TURA L Sf•RV I MS Contra Costa County, California This Agreement is made on December 28, 1975 by and between the COMMY OF CON"M COSTA, a political subdivision of the State of California, hereinafter called "County", and Barbaehano and Associates, Inc_ . 10324 San Pablo Ave. , E1 Cerrito, CA• 94530 (Same and Address of Architect) hereinafter called "Architect", and the County and the Architect, for the considerations named herein, mutually agree as follows: Article I General Intent of Agreement The County, acting through its Board of Supervisors, hereinafter called the "Board", intends to erect one or more buildings or to perform other related work as hereinafter more fully described, professional architectural and/or engineering skills and services not available within the County organization are essential for the proper and satisfactory execution of this project. For that reason the professional architect is hereby retained by the County. A clear understanding, at the outset, of the relationships and obligations between the County and the Architect is of the utmost importance. This Agreement forms the basis of the professional relationship between the County and the Architect. . 00222 � . Y A. Title: Bay View Park Recreation Center Location: Assessor's 1- ap No, 403-02-12, 1/4 mile inland fro^ San Pablo Bate is about easterly of City of Richnored and r�Bayand City of Pinole, y of C la+li:a Adis- —416 x a County and the Architect. -i- 00222 ay i.cic II r+:•:c-^�• 10.` 1 re iect A. Title: Bay View Park Recreation Center Location: Assessor's I;zp No. 403-02-12. Site is about 1/4L mile inland from San Pablo Bay and is easterly of City of Richmond and westerly of C City of Pinole. Description: A new recreation center building with about 3300 sq. ft. of floor space, concrete floors, block walls, glu lam and wood roof and ceiling, and containing' the following spaces: a. Fleeting Room b. General storage c. Office d. Mechanical Room e. Male and Female R3strccros f. Craft Room g. Entry h. - Kitchen i. Uniform Storage j. Exterior Storage B. All written communications from the County to the Projects Architect regarding the design progress for this project shall be known as the "Project Scope" and are hereby made a part of this Agreement by reference. C. The tentative construction cost is hereby declared to be NINETY THOUSAM) and No/100ths- - - - - - - Dollars ($90,000.00) . -2- 00223 00223 tP Article III nasic Services of Architect The Architect represents and sh.111 render the services and furnish the items described as follows: A. Cenc ral 1. The architect holds current registration as an architect in the State of California and furthermore docs by entering into this Agreement ceitify that he is professionally competent and able to provide the professional services outlined herein by reason of his personal knowledge and skill and that of his staff of consultants retained and paid by him. 2. The Architect and his staff of consult4uts shall be fully ` knowledgeable of and shall execute all work in full compliance with all applicable codes, laws and regulations. 3. The Architect shall assist in preparing all necessary studies, presentations and "Environmental Impact Statements" as required to obtain environmental clearance by the governmental agencies with jurisdiction over the project. 4. When. the County desires to obtain aid from Federal, state or other governmental agenc.t-s, the Architect chall assisr' in preparing applications and shall furnish any information necessary to deet the requirements of such agencies. When the project is to be constructed wholly or partially with Federal, state or other governmental agency funds, the Architect shall observe all requirements of said agencies. 3. At all times throughout the various stages of the project the Architect agrees to attend meetings and conferences as the County deems necessary oz as requested by the County. -3- 0024 . ;LCCA:Li.f'C .. .. .S �•i:• .a:��' Jutie!; .is a`.Iy b,: L2 CIC 1.i::lY) al4t: which are usually performed by an Architect and which are necessary for the successful cow"pIction of the project, even though not specifically called for herein. B. Schemzris nv: ign Phase shall be presented to the Board for its nnrn•r�l -inri 1 rnne:iet of the fO>>OWiOP: J . W.L. U"& • � .dldl{..1...7. JL-Ls Lite project is to be constructed wholly or partially with Federal, state or other governmental agency funds, the Architect shall observe all requirements. of said agencies. S. At all times throughout the various stages of the project the Architect agrees to attend meetings and conferences as the County deems necessary or as requested by the County. -3- " 40224. • w Et. ctiCt tit.Ct ....-.t i .! Vl:a ;al;Z• .tubes .is te.ty b,: t%'_-LC:i.Llry att:: which are usually performed by an Architect and which .ire necessary for the successful cokI)lction of the project, even though not specifically called for herein. B. Schemtric Design Phase shall be presented to the Board for its approval and shall consist of the following: 1. The County's basic requirements. 2. A waster plan and when specifically requested by the County, provisions shall be included for future growth. 3. Studies indicating size, shape, and relationship of all spaces involved in the project, including the basic mechanical and electrical systems to be utilized. 4. Exterior elevations and a section of the facility. S. An estimate of the construction cost based on square foot prices and the Architect's judgment. C. Design Development Phase shall be an outgrowth of detailed study of the considerations described in sub-heading B. above. It will be presented to the Board for its approval and shall consist of the following: 1. . Two line floor plans fully dimensioned. 2. Calculations and outline specifications which clearly describe architectural character and materials. 3. Presentation of the structural system and all its essential features. 4. Presentation of the electrical and mechanical systems refined to clearly show their characteristics and the quality and control .of environment they will provide. Submit for County review Manufacturer's cut sheets for all electrical and mechanical iters. _ . 0022-5- - . _ 00 O.D. . w' 5. Building clevatio: and sections as appropriate. G. Final cost estitrutes. Slic County will closely acul thorogghly reviev the final cost estim-it.e submitted by the Architect and the County may obtain independent cost estimates to assist lit its evaluation. The final approved cost estimate will be agreeable to both parties. D. Construction Docu=rts Phase 1. Working Drawings and Specifications shall be prepared" outlining, for bidding and construction purposes, the scope and details of the architectural, mechanical, electrical, structural, and general engineering work to be performed by the Contractor. 2. Complete the selection of all colors and finishes and submit a display board shoving samples of same. 3- Unless directed otherwise by the County, the Working Dravings and Specifications shall be prepared so that the work will be executed under one contract. k. k'hen so directed by the County, the Architect shall in- cludc in the bid documents provisions to receive alter- c nate bids and unit prices. 5. The Architect shall, as necessary, furnish or cause to be furnished to the County adequate description of heating, ventilating, or other things the configuration, location, fastenings, as well as methods for inspecting and servicing. E. Construction Phase 1. Bidding Procedure will be administered by the County with assistance from the Architect who Jill do the following: a. Handle all arrangenents:and distribution of the con- tract documents. - 0220 b. Prepare: and •Ii::tribute a12 Lkldcttdu to the contract dUL'tL:Ji'.a t5. c. Answer questions and provide clarifications directed to the contract docu-,4nts. c nate bids and unit prices. 5. The Architect shall, as necessary, furnish or cause to be furnished to the County adequate description of heating, ventilating, or other things the configuration, location, fastenings, as well as methods for inspecting and servicing. E. Construction Phase 1. Bidding Procedure will be administered by the County with assistance from the Architect who -ill do the following: a. Handle all arrangements and distribution of the con- tract documents. _ 00 22 0' iL b, rrepare and rli;:trjLutc a12 u idendu to the contract doct..d:at:s. c. Answer questions and provide clarifications directed -to the contract docu--xnts. d. Assist the County in reviewing the submitted bids and advise the County concerning acceptance or re- jection of bids. 2. Contract administration will be provided by the County with the Architect assisting in the general administration as follows: a. Advise the County in vritin.. as to the true intent of the contract documents when so requested by the County. b. Review and aaprove and tran mit to the County all shop drawings, submittals, operating instructions, equipment lists, maintenance manuals, etc. c. When requested by the County, provide technical. direction. (Such requests vill be kept to a minimum by the County.) d. The Architect and each consultant approved by the County shall make one visit to the site at the com- pletion of the work under their discipline or as ia- vited by the County. e. the Architect and/or his consultant, when invited by the County shall perform additional assistance to the County in the administration of the construction con- tract over and above those services spelled out herein, and such "extra" services except when caused by errors -6- 002.2 / .. 6- 002.2l .. �x 0012V .. 3 t.rt.:ci_ 333 ' :�';:..ir -t �. ..: 'is:�tt ;:a•:�t'c' t' or osis si:t«s in the contract dac=ents, shall be paid for in accordance with Article VI, B., Parr.e: lit. F. Pnru•-•:c=,• and P.-mvinrs 1. All contract docwtents shall be prepared by the iarchitect except General. Conditions, Bid Forms, Instructions to Bidders, and other standard County Items which will be provided by the County to the Architect for inclusion with the Specification Book. 2. the following documents will be furnished by the Architect: a. Up to 8 copies of drawings and specifications of the Schematic Design for checking purposes. b. Up to 8 copies of drtrrings and outline specifications of the Design Development Prase for checking purposes. Up to 4 copies of Architect's final cost estimate. c. Up to 8 copies of the working dra:rings and specifi- cations for finslcheckdng purposes. d. Upon final approval of the above-mentioned working drawiaga c-.d sprcifications, the D✓,feet Architect . shall furnish the County up to twenty-Five (25) complete sets of plans and specifications. Rhe County reserves the right to request additional copies of plans and specifications as may be required, and only the direct printing costs Vill- be at additional County expense. 3. As-Built Tracinvs a. The County w-i17 make the "As-Built" corrections to the plans and specifications. Upon request the Architect • shall deliver to the County the original tracings. -7- 0 228 of Architc:rt t;oc.Ld) icic illither party b. In the event this Agreement is teriainatcd by e aI I the for any reason vhntever, prior to completion, c,cification., and other pertinent ori(;Inal tracirsgs and sp • r• tmt•' r� �hrll, sha.u, furnish the County up to tweet -Five (2 5) complete sets of plans and specifications. The aunty reserve., the right to request additional copies of plans and specifications as may be required, and only the direct printing costs drill" be at additional County expense. 3• As-Built Traci ti7 . a. The County z 'ill ma;-e the As-SUtlt,, eorrectioas to the plans and sPt'ci2ications. UPOn request the Architect shall deliver to the County the original tracings. -7- O(�22� .. .... .... .. . r fele III }tri Ar ^.ervice:: of Architc.rt (ior.Ld) b. In the event this Agreement is terninuted by either party for any reason whatever, prior to completion, all the original trashes and specifications and other pertinent docuzcnts shall be turned over to the County and shall become the property of the County. c. The Architect shall be held harmless by the County for liabilities that: (1) Result directly from modification or changes of the documents by the County, and 2) Result directly from construction execution or practice when the .Architect is not retained to provide the construction supervision. G. Time Periods- It is understood and aSreed that time is of the essence in this Agreement and the Schematic Design Phase of the work shall start imwediately. It is recognized that it is impractical to set up a time schedule for Schematic Design Phase and the Design Develop- iment Phase because during these phases there is an inter-related exchange of information between the County's various departments and the Architect. After the Design Development Phase of the xork has been accepted by the County, the Architect shall proceed with all due diligence to complete the Construction Documeat Phase. The Working Dravings and Specifications shall be ready for printing of the contract documents within sixty (60) calendar days of the date authorization is given to the Architect to proceed :.•ith the Woeking Drawings Phase. Work on each item of service as specified in this Article shall proceed step-arise upon written notification as provided by this Agreement and until such notification, Architect shall not proceed with any subsequent item of service. - 00229 . r hrt i c 1 r Ili 1*�:t ra Sery i ccr l Ilse Arch it ect . A. The following services, insofar as they cause the Architect extra expense, and if authorized by the County, will be paid for by the County.:: provided in Article V, Par. D. 1. Revisions and changes in plans requested by the County after approval of Design Development Phase and final cost estimate. 2. • In the event the County directs the Architect to prepare segregated contracts, the extra service over and above that •which would be required with non-segregated contracts will be paid for as an extra by the County.. 3. Preparation of change orders, unless they are for the purpose of correcting an error or omission, regardless of whether the correction is beneficial or non-beneficial to the project. . 4. Supervision of repair of damage to the structure when so directed by the County. S. The selection by the Architect at the County's request of movable furniture, equipment, or articles which are not included in the construction contract. 6. Arranging for the work to proceed should the Contractor default due to delinquency or insolvency. _ 1 T. The preparation of measured drawings of existing structures as authorized by the County. 8. providing and accommodating code and regulatory requirements of any applicable governing agenef which become newly effective after the date of advertisement for bids. ' _9- ' s -mom M� .1cle V. Architect';: Fee A. The County aCrecs to pay the Architect for full performance of architectural rvicN:: for the Corr Lru•:tion I)oeu rents and Construction Nzwes herein, a total fee of Seven Percent (77.) based upon the approved cost estimate submitted at the com- pletion of the Resign Develor=nt Phase. This estimate will be adjusted downward or upward to conform to the actual con- struction costs based upon one construction contract,' together _ with the sum of all beneficial change orders to the contract, however, the total adjustment will not exceed a 10 percent increase over the approved estimate at the Design Development phase even if the County elects to award the contract at a higher amount. In the event the County modifies the scope or the time table, after approval of the Design Development Phase, the approved estimate and the Architect's fee based thereon, will be adjusted appropriately as mutually agreeable. S. ;moors and Omissions in the Contract documents which are dis- covered before the project is put to bid shall be corrected by the Architect without cost to the County. Architectural services required to make changes in construction resulting from errors and omissions in the Contract documents which are discovered after the contract is let shall be performed by the Architect without cost to the County. C. She Architect shall rei'burse the County for the cost of construction work which is unnecessary and non-beneficial to the County, which is the result of gross errors and/or omissions in the contract docaments. -10- 00231 ;,:ttcie V l�i'chiLccL's r•« (Omt'd D. Dctru services shall u7t be renderL4 by the Architect under this Af reemut unless they are first authorized in writing, by the County. 'lite poy=nt to ArchiU-ct for extra services shall be at the rotes set forth in "Exhibit A". The Architect's fee specified in Paragraph A, above, except as otherwise expressly provided in this Agreement, shall constitute full compensation to the Architect for the services- under this Agreement. U- 00232 i • rt1c1c VI F,�2?''a":: 1�'�U:a 'i"tlF:. :;act'c-, a,• A. It is agrccd that payments to the Project Architect shall be made as follows: Payment Dumber Basis of P:3ment Total Fcc Due 1.• Approval of Schematic Drx.+ings 11% 2. Board Approval of Preliminary Plans and Specifications 18% 3• 50% Completion of Working Drawings 24� 4. Board Approval of Working Drawings and Specifications 24r% 5. Receipt of Construction Bids 189 6. Completion of 25% of Construction 0 7. Completion of 75% of Construction 8. 35 Days after "Notice of Completion" is Recorded 2% Total 100 p 1. Extra Services: Payment for extra services shall be made at the rate set forth. in Article V, Para. D , on a moathly basis, upon submission of a statement of itemized cost therefor. No extra payment will be made to the Architect for expenses incurred for items of cork for which prior written authorization has not been issued. 2. Printing Costs: The County may require additional plans and specifications and will pay only the direct printing costs of same. 00233 vvf..v� yi A i + Al.ti.cle 1'lI UuLies of Architect A. If txe lowest bona fide bid received by the County for the project exceeds one-hundred ten percent (110x) of tine revised final cost estimate, and if the County so requests, the Architect sizall revise the plans and specifications without additional cost to the County so as to bring. the cost of the project within the revised final cost estict-te. In. the event the architect is requested to make said revisions, he shall furnish without cost to the County the revised plans and specifications in the number required by the County for rebidding. This provision. will be enforceable only if the County advertises for bids within ninety (90) days after final approval of the completed construction documents. B. Architect shall employ all civil, mechanical, electrical and structural engineers and other consultants as necessary to prepare any item of service listed in Article III. Said consultants shall be licensed by the State of California to perform their special services. All drawings prepared by consultants and included in the contract documents shall bear the appropriate stamp and signature of the appropriate con- sultant. Th^ structural consultant chalt be a registered structural engineer. Each consultant being considered shall receive a copy of this Agreement and shall acknowledge to the Architect in writing, with carbon copy to th • County, that he has read and understands the Agreement and, furthermore, that he agrees to assist the Architect with all the services and duties mentioned herein as they apply to the specialties for which he is retained as a consultant. • All consultants retained by the Architect shall be approved in writing by the County. 00234 s _ --- .v Article VII Dutien of Architect (Con't). C. Every employer of labor performing or providing tite services to be . performed or provided under this Agreement shall carry and pay for such workmen's compensation insurance as is necessary to fully indemnify himself and to protect his employees under the Vorkmen`s Compensation Insurance and Safety Act of the State of California and to relieve the County from all responsibility thereunder in connection with the performance of the Agreement, and, upon the execution of the Agreec�ent, shall file with the County, for approval as to adequacy, a certificate or certificates that such insurance is in effect. The Architect shall provide a certificate of insurance for errors ' and omissions or malpractice satisfactory to the County in an amount not less titan $100,000 which shall be sent to the County within ten days after the order to proceed is given. A policy containing a deductible clause of not more than $5,000 is permissible. Zn addition to the above, the Architect snail obtain Public Liability and property Damage Insurance in'an amount not less than two hundred fifty thousand dollars ($250,000) for all damages arising out of bodily injuries or death to any person and a total limit of not less than five hundred thousand dollars ($500,000) for all damages arising out of bodily injuries to or death of two or more persons in oae accident or occurrence and property damage liability insurance providing for a limit of not less than fifty thousand dollars ($50,000) . -��- 00235 t Article VIS Dut is. of•Arcot (Cun't.) D. Tile Architect shall not assign, sublet or tr:cnster ItiM ictterest 01 ally part_ thereof in the Zgreemecct or any moneys clue or to 'becom, property Damage durance i., ��� a- ' and prop Y 250 000) for all damages arising out of fifty thousand dollars 0 s bodily injuries or death to any persoa and a total limit of not Less for all damages arising tban five hundred thousand dollars ($500,00o) it injuries to or death Persons is one h of two or mo out of bod y accident or occurrence and property damage liability insurance of not less than fifty thousand dollars ($50,000). providing for a limit . -��- 04235 Article VlT Duties of Architect (Can't.) D. The Architect shall not assign, sublet or tr:�nsfcr his interest as ally part. thereof in the agreement or any moneys due or to become due hereunder without the written consent of the County. 15 00235 . _ �. w 1:. Ila,: Urt':'- I ::a�:.: :ti;�(�•t! aiU Q L to Ilro, ect tJI adtaittistr:tt i.ott of the convtrucL Loll ConLracL, will be eccat►tpl fished by the tuildin; Project. Division of the CuuttLy Public t:urks Depart- taen:, for .and on belualf of the County. - U. Tile folloviul; uill be accomplished 6y the County: 1. Obtain and deliver to Lite Architect all necessary site inforstatinn, i.e., topographic surveys and related information, soils studies - and soil testing of tihatever kind, etc. 2. The County will review all sketches, drawings, specifications, proposals, centracts, and other documents presented to it by the Architect and will act promptly thereon, notifying the Architect of any and all decisions thereon. - 3. The County will act promptly in all setters requiring its attention so as not to unreasonably delay the work of the. Architect In the erection and construction of the project. f • k. Provide one or more project inspectors who will conduct the day to day constvuetion inspection. S. Provide wll necessary construction testing services. G. Notify the Architect in writing of apparent deficiencies in materials and workmanship during the guarantee period. , 7. Pay all fees required by any division or department of the State of California for filing and checking of any item of service prepared by Architect. 8. provide 24"x36" tracing paper for working drawings as required by the Architect. -9. County shall not assign, rub-let or transfer this Agreement or any part thereof without the written consent of the Architect. 10. County Seip prepare all Change Orders. 11. During the construction phrase the County vi11 contact Architect prior to making significant changes to contract docuaeats and Architect's response, if received, will be duly considered by ' County. -16- • - 00237• MMMM_ t: ) (�:nt:r.l 1::C f�aLt of A r ra:c tw-nt car su:;t� t� •� u`fent ofI'rt. r.rt A. The Ccntttty or the Architect may cancel or suspend work under this Agreement upon t:ritten notice to Lite other party, for any reason tt - 1 ..f. X11 ••n:•►- af:atlnr MIT- prepared by Architect. S. provide 24"x36" tracing paper for working drawings as required by the Architect. 9. County shall not assign, rub-let or transfer this Agreement or any part thereof uiLhout the written consent of the Architect. 10. County vill prepare all Change Orders. 11. During the construction phase the County will contact Architect prior to raking nigr{fican" ehanges to contract docursents and Architect's response, if received, will be duly considered by County. -16- • 0(!23'7- .. _ MR"WP s- rf irle, I\ C.-Ittrt.l lati•-u of 1"tzee•tn-111- car _ts!: Velinio$% or )•r4, it A. The Ct"attt'y or the Architect may eaticel or simpend wort; under this Agree-m-ttt upon t:r[LLe-n notice to Lhc other party, for any reason whatever. The Architect shall irmnedlately ce.t::e all work under this: A,grecmcnt iu the event of cancellation or suspension. 1I. In the event of cancellation. of this ftreecient or suspension of work by either. the County or the Architect, the Architect shall receive compensation as follows: 1. For approved items of service under Article III, compensation shall be in the amount outlined under Article V. for the item of service fully performed by the Architect. 2. For items of service on which c proceed order has been issued by the County but which have not been fully .comple.ted anti approved by the County. - The Architect shall be compensated for the service in an amount proportionate to the amount of wort: actually accomplished. 3. In no event shall the total compensation paid under the iccaediately preceding paragraphs exceed the total of the payments specified in Article V. for the respective items of service to be furnished by the Architect. C. Upon cancellation of this Agreement or suspension of work by either the County or the Architect, all rights of the parties shall terminate except as to payments due the Architect under this Article. D. Upon. cancellation of this Agreement or suspension of work by ether the County or the Architect, the Architect shall furnish to the Courcy all locuments and drawings prepared under this Agreement, whether complete or incomplete, including all reference material provided by the County as specified In Article VIII. . • - ► _ 0238- !e r., t.� Bs Article X TerminztioU of this so;rrcrwcnr This Agrcement shall sutu=ltically terminaLC one year from^the recorded date of filing of ti'e Notice of Completion. Architectural services required after that termination date, insofar as they relate to guarantees and warrantees of the project, shall be compensated as provided under .Article V. par.D., Extra Services, and shall be performed only upon written instructions by the County. - 18- 00239 00239 - Article XI Couditious . eF Y; 111 !19.10VY. the County noxi the Architect have caamcd their zu►mc-- to Lie ;;1:1#::cri1-cd ltcreto 1•r their duly nuthoriz.rd rcpre entativcs on the c:•:te clipearJug, ou the first lw,c of this AV."Ccmctlt- '" s • • 4✓t Lhe County alai tilt Architect hnve caused their sulmc-s to lire :mill erlVed hercto 1-y their duly authorizrd rcprc:,cntntivcs on the Cite clipearJug, oil the first page of this ALrccmetit. . TRA CQ. !°i1I1]*TC k'a!'ms" I)IIiI'X."Ou ARCIITTFC.T ictor k': Sauer Itrne and ixtic ._.. .Public Works Director "� dbu llr�lLeh Q J t1,&-5f4e0.,1nc• RECthOTIMM FOR APPROVAI-: A. -G. Will, County Admiuistrat R. M. *gh, Deput Pty" c works Director FOM APPROVED: JOHN B. CLAUSSti County Counsel :. UfG LfAez'2j!!'&e" -2p.. 171J9A n WIF ONE I ` ARMITELTIP;AL %r.rzFr.ktF-;T f t illar ' CIRUGF. RATES ' A. I. Time by Classification of personnel: Principal Architect 22$ •00. per hour- . 'Project Architect 21 tunas payroll 3 Job Captain 24F times payroll i Senior Draftsman 2'k times payroll Junior Draftsman 4 times payroll Clerical21 times payroll In no ca-ze shall the 2_12- times payroll exceed the Principal's hourly rate. 2. Consultants: Architect's consultants' time shall be paid at Architect's cost which shall be cocputed by applying the applicable above rates to consultantst personnel. Detailed statements of consultants' bills shall be submitted as part of Architect's bill for services. - 3. Transportation: • . " _ f Cost to Architect for transportation will be considered as included in the above charges and no extra payment will be made therefore. Expenses for essential trips to areas outside the Bay Area will be reimbursed by the County only when the County has issued prior written approval therefore. i r . F l • I •=• •0022L2 MIN In the Board of Supervisors of Contra Costa County, State of California i r . i i . '002A2 r ' In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 In the Maher of - Agreeltments for Inspection Services. (Work Order 5255) 4 IT IS BY TSS BOARD ORDERED that the Public Works Director is AUT110RIZffi) to execute agreements effective January 6, 1976 with Messrs. Robert G. Grady and J. M. Nelson for inspection services in connection with the storage addition to Elgar thildrens' Shelter, Martinez, California. PASSED by the Board on January 60 1976. 1 hereby certify that the foregoing is a true and corred copy of an order entered on the minutes of said Board of Supervism on the date aforesaid Witness my hand and the Seal of the Board of cc: Mr. J. M. Nelson (via P.W.)Supe Mr. Robert G. Grady (via ofBxed this 6th day of Januar�� 19 Z6 P.W.) J. R. OLSSON, Clerk Public Works��ector County Auditor-Controller24Lt-.� - , Deputy Clerk County Administrator Constance J." Davies (All copies to Public Works) 00243 H 24 SP5 10M ,..s a,,, ium . . . I a Speclnl Nor.tneer!ug.-AdraLulaLr:,LIve !krvicen • Conn true Lion :*uPervislaw r A Trs•:t+�•r.Lirrr 1. Varia`-le.. Rlier a variables are Incorporated belot by reference: a. Inspector's Name & AdJre.s: _ J. M. NEISOM, 1905 Pacheco Boulevard. MAXt;inex . Qlifornil 44553 b• Effective Date.: January 6. 19ZI Storage Addition to Edgar Childrer c. Project's Mame, Incation, & Public Entity: _Shelter. 100 Glacier Dr. . Jartine2 California, ([J.0. #5255) Contra Costa County. d. Rate of Compensation: S12_60 per heUr -- 2. Signatures% These signatures attest the parties' agreement hereto. • - COUr1TY Or COXYRA COSTA I ; - �Y ' � . • • EI.•ON �MPdblia fiorks Director ' Deco=nded for Approval: • 1J - Re M. Rlrgbs Deputy Publi Ubrks Director •- - •- • :' - - �N�A_. (;. V111, my Adaicis ra - . Form Approved: John Be Clausen ' . • County Counsel - By I I A -4 3. Parties. Effective on the above date, Contra Costa County (Cotinty-Owner) and ' the above-named Inspector mutually agree and promise as follows: - h. General Qualifications k Conditions. County hereby contracts with Inspector, ps one specially trai..ed, experienced, acd competent therein, to perform the engin- eering and administrative czervices of a construction supervisor and inspector, in- cluding those associated with the continuous cons:ruction'supervision position commonly known as Clerk-of-the-Works, in connection with the above construction pro- ject, which services are necessarily incident to the services performed for the County 'by architects and engineer in the design and construction supervision of construction project.. This agreement docs not preclude other enploymeat of the Inspector if it does not interfere with the duties and hours of work rgquired herein. . � 5. Term. The duration of this contract is the duration of the said construction project, but either party may terminate it by Civing 30 days advance written notice to the other. 6. General Dutics & Instructions. The Inspector's construction supervision and in- spection services include the following general duties and instructions: a. Stntus t:-BeIntinnnistp uttl% Cnun!y & /lrch!tcct. His Independent contractor relationslt:p vith the County parallels Lhat which exist, beL•icen the County and the Architect; tut he is "nullonlinnte to the .Architect, becauze Use Architect is recp7rtuible • for the ccs=Sti of the project arul for Cenral supervision of Its con..Lruction, pursuant to the County-ArchiteeL agreement. ala Mierofilmed with board car 00244 11. ....I fnS. Fel at !t I: Ali I'D 18;t 11 cantracts I r. He nha 11 It::&116 a Wta is. •-ILI-.nLfLcd but relaWas_hipWWI& Litt- M-arlir.,va un. Lhe JCJb but he oltaLl canduct bu:;Lnu:i&; otAy throiq;h the: contractor's Jesb supurinteWenL., 1101 -JuIll-n-at flustune ilia M'SaLrocLar's dt;tics; and lie shall nut give 1a*LrucL_'-ots.-; directly to the Contractor's employee(.-;) or -ulibcontractor(s); atkI lie shall. 1=wdintely advise the Architect of any case Wicre the Catinty xv.prerent a t Ives give inaLructionn 416'a the Cott tracter'a exployces. C. County-Contractor Coc-rdinaLinfi. lie -hall effectively maintain close coordilla- tion of ClontraCLorle -uurj*: and owner requirements 'by frequent, regular conferences or other suitable =nnzj, specially where project:. Involve alterations or modification:; of or additions to an existing functioning facility, which must-be maintained as all opera- ting unit during; coisluct of coustructionvarkj, and therefore-require special alertness to job conditions which may- affect such continuing operations. lie shall coordinate necessary Interruptions, of normal County activities with the County and General Con- tractor beforehand. d. Vardliarlt,%: with Contract. He shall become thoroughly familiar with all con;- tract documents includizir, stprceifications. drawings and addenda; and he shall supervise and check the adequacy and accuracy of required "as built" drawings prepared by the Contractor's enplayees (see also T-G,, below). e. Personal Precence & Observation. He shall be personally present ubenever work is being performed (even on o%-crti=e,, aigght, holiday or weekend basis when so directed) and shall attend meetings called by the Cofinty,, Contractor or A-zellitact; and he shall make direct personal observations of voil being performed by the General Contractor and subcontractor(a) for certification to County-Owner that such work is being performed -1d .b. skillful =aanetr and in-accordance with the..requiremixts bfthe*c6kltra6t doculza- litd., • 1. -Advice & Sut_gte tions: lie shal.1 advise County on all construction matters such z1ons as suggesting change orders or reviewing construction schedules; he shall evaluate sug- gestions or modifications which have been made to accom=date*on-the-job problemiss., and report them with recommendations to the Architect; and he shall reyicv and make recom- mendations to the Contractor on all pay estimates. 7. Special Duties & Ifistructions. The Inspector's duties specially.concerning the pro- gress of the work incitWe the Tollxwiag: a. General Recards Pm Files, He shall maintain a file of, and be' aware of the contents of, the. local, State, Federal,, W-W, SPA, etc., codes,, regulations, directives, requirements, etc., vb1ch are pertinent to-this.project, and are provided.by the Q and he shall maintain a complete file of all drewingst, specifications,, coatreets, change orders,, directives,, etc.,, which determine work to be done by the Contractor (see also 6-d, above). b. Dia!:E& Reports. He shcU maintain a bound daily diary,, noting therein job problems: conferences and remarks; and he shall submit all reports deemed necessary by State and Federal agencies',, mely and Architect and County,, which shall be ti in sufficient detail to satisfy the purpose of the report. c. Miteriel. Records. He shall maintain records of materials abd/or equipment delivered at the site showing manufacturers' nerves, catalog,, —del serial number, style, a , type., or other identifying information thereon,, and noting whether they are 'la strict compliance with the glans, shop drawLaCs nod/or specifications, or are approved by the Architect. He shall certify to Count-1 that all materials used In construction are am; specified in contract documents; and, on completion and./or Installation of each applicable Item,, he shall collect and assemble relevant information (:Including guarantees,, certifi- cates., maintenance annuals, operating Instructions, keying schedules catalog numbers vendors' addresses and telephone contacts, etc.,, of materials and/or equipment as re- quired); and at the completion of the project, he shall deliver this Information to the Architect for delivery to the County. 'ZLv Sar Services & Rel-O.-urscr.w.-iti. fcr' DrpEnses a. County shall pay Inspector for these services, at the above rate, for semi- monthly pay periods, or the Ist throuah Use 15th and the 16th* through the last day of the month. Payment will be made on the 10th of the month or on the 25th of the month follow- Ing the pay pericd if a demand billing is received by the County Public Works. Department on the lost county wr)r!:InG day of the period. b. mileagc 3uMorized by the IbAd Cramizzloner-Surveyor (1hiblic Work:: Director) or his deputy shall be rellaburzed at a rate to be mutually agreed upon from time to time reflecting actual anti chazMing coats. 00245 ..'1 ... ..., . _ . _.. _ _ ..__.--- -------- _,1 ... . ...... ... . . _.. .. _ .,.I*•... r•- 1. Y },:^il ir.. . -Y-fire i-e ialno, fitiv vorK il: irr QtL [htii rveL. ,!VUPVC<Lr:' • ••ute -ri;c a- l-io.;.h Clunly wi Lh a r;.6 Lir;•LP3 or a1kc r uvoo Lrtavic ct iur••rt•,^ . or'lii:: ccrvcruf;e tri; I•t:1•liC I.Iul%iltLy 1-tt::urtttt.e, f.,r till his acts i.tt JICrJort:titt;: the cattier:; .required by this ConLrucL tct amounts of aL ICU ; tiy�r i 000 for .v ca rt •. , ..,�.� ...:.. _.. a_-:.. _ ��, :tlZ drt. iC r:rinC ()ett va ��•� •r•J{. is w. r...... •••:y = t .�: n ♦•i•••! f.:/V1 ^-'V' f..!. "' AY !--rc. •• P•n `,tit.' Ji • ;l c:i. •`r vtc r•••'•:: •M! y -C♦ -. s. M.d1 u C :t. ('., .J l..•+.':i•t• T•!X11't :y 1it'.ttl'v!t(•!� -) itt . v:.t *';') btAh of ul,lc'.: ::hull t::t;c the 7ne1wetur .Incl thw Cau:tLy hrinsurcela. . 10. l'iit'r..*-vCrvIta ntr? Ts tr •mets:t;nn of Cnntrnet. The County's agent for caforcin�; a. • • interp ct .nS this Contract shall be the Cottaty's•ltond Commissioner-Surveyor �Pub?is - 1�i'orks Director) or a deputy. . 11. Jli3urt nt of Ca-acnsatioa. The rate of awyenr.ation. may be adjusted by =tual consent of t:hc rt:ies iuvol�•etl for• cause s ho a. . . • . . ' . • . . . .. .. ,...' • _ . ......... ..:.:. . . . : . . • is ... ....::.,.. ....... ...'...... .:. . .... :,'y:,:. �tik::'v;:l: . .. .. - - :...:.:... ...... .... .. .. ... ..............'.-.:'i. ... .. ... s... - ..... ..:: .........:.:r: .. .. ... ... ,.... ... .... .. .. ..... i .•. ..� .. ......-: .::-A... •. :.. .... .. .. .. : .. '. -- .. .. .. ... .."w:.. ,.... .. ...,: a..v., ... ... ..... .. .. -. .. ..; .. .. ... _.. - .. ...::.,.... :. .:.. '... ........:. . .. ... .: ......... .� ....... ...: .... . .. ;:.....:....::: ..:a ... . ... ... ... .. .....•:a .. . .. _. .. .......... ... .. :.. ,.... .. ....._.. .'i. - ... .... .. . .. ... .. ..... . .. . .. • ..: ...... ..: ... „>...i. - «: . .... ... . ... .. . .. .... .:. ... .. .. .. .. .. ..:.. .. . .. .. .. : ... .. ... ... ... a. .. ... - :..: ..:. ,.:. .. .. a ..... „ '..'.:'.'.... .. :. .. . . �.•: .. . .. .. ....:.:.:. _ ... .. .... ,. .. .....::. , • . .. ... - . .. :. . .. .. : .. ...:.. • .... .. .. .. .. : .. .. .. .: , .. .. , .. .. .. ... :. . .. .. . .. ... .. .. ... ...,:.' .. .. .a . .. .. .. .., .. ,....w. .. .. .. .. .,... .. .. • .. I .a'. Q: . ;..a... y «.,,4'.4. '77. .+..... ."a,':7p-•, .._4444 ..: ... 4444 444:4.............4444. ....> 4444 �....R .r....ag:: ,4444;:...' . . . < ,« ;= . ., .. 4444. . .. ..... .... ..... 4444 .�«:: .. . .. .. .. ............. 4444. . ... �.. �.� ,., 4444-�•::. .. 4,444. -.•,;:-� ,�' �r'�:�=°" . .. . . 4444: .. . .. .. 4444„....:.... .. . . . ... .. 44:44.. 4444... .... .,,.. .> .. ... ... .. ...>. ... .. .. .. 4444 4444:. . 4444.. -. . .. ^ .^ ,>...-4444.. . ... .. 4444..._ ...... .. . ... 4444... 4444 4444. .. .. 4444. .. ,4444.., 4444., . .. .. ,. 4444 . .. ;`. 4444. .. . ..�.:. _4444.. ... ... 4444.. .. _ « ,4444. 4444 . .. 44 , 44 ... . 4444. ..: . :. ..: ..... ... ...:... . ... . . 4444., _: ..:. 4444 ... . .. - ... .. . . 4444 .. ,4444... . . _.. .4444 ;4444;.: . .. 4444. . .. . 4:.4::'.4:4:: . 4444: ;: .3.. . . .. . . . , ,. . . ... _ 4444 . 4444. .. » .. .>. ..-.. . . . . 4444;:: ,... :4444.. :. ....::... ,.::4,444. :. 4444:�::'� .. .. :. .�...:..:.. .. � ." .'.. .-4444. ..: .. ..:... .. - .a . 4444.. .. .. -. a. ... .: 4:44:4. '�+�� - .. .. .. ...;:::'.��f.�:'::. • 4444. .. - �_ - 4444 :.. ... .. '`b.:'f'�I.="''. ..,:. 444:4 •• 4444.: ....-. ... 4:444.. ... ..,. .�� .. .. 4444. �'�' 4444 .. ... .. .. ,.. 4444 .. . . .. .. 4-.4 • 4444 .. .. .. ...:: _ - ... 4444 .., .. 4444. ... ... .. ::'. ..:. �. .4444.., 4::44:'!:4.:� :.. .. .. 4444 ..• ... ..: 2.w-:.: 4444.,„��, .. .. ... t.. ,. .:..:�.-44,:4:4. ... .... ... ..:. ... ... . .. .. .. ... ,. .. ... ..... 4:,444. ... .. 4444 �.. .. .. ...... .. .. ... ... . . _ .. .. ... .. 4444....:.: ...y .. ... .. 4444.. ... ... .. 4444. .. .. .. .. .. ,. .. . 4444 .. .. 4444 .. ... 'F:. :3r .. 4444... ....: .. .. ., . .. 4444.. .. . . .. . ;�" :4444 . . a .... ..y. ...:... . . .. 4444.. .. < ... ... 4444 444,4:.<-... .. .. 4444. 4444 .. .. 4444 4444 .. .. i;$* .. .,. .. ... � 4444 ... .. 4444 4444 4444. 4444. .. 4444 ..:. ... .. .. .. .. ... .. 4444 ... 4444 ...:... .. :� �7j.,.y'.+<�;�°f''.:::�+�;:"i,''�:x:.::.: :• .-. 4444 :. ..... . .. .. .... 4,444�: 4444. .. .. 4444... ..,. - .. ..: ........... -� ..��':' .,., .... . .. .. ... 4444. _.-:. ...,..�.. >. �.:::� 4:444;;:: .. .. ..... ..... .. ....... ,....4444. .. .. .. 4444 .. .. .. 4444 .. .. .. .-, .. 4444. 444.4 .. ... 4444. .- ... .. .-.1... .. . . ... .. .. .. .%.. .. . .. ... 4444.: .. 4444, .. ... .. .. - .. .. .. 44_,44.444:4.: .. .,,,:4444 ..,.. < .. 4444.4444 ... , ... _ ... < .. .. .. 4444.. , r 4444... 4444::'.'..::': .. ... . .... .4.444 • ..> ., ... .. .. .. .. .. .. .. .. _ ... 4444 .. .. ........ .. .:: 4444... .. .:.'. .. .. ... .. .. .. .. ..:....� .. ... . .....4444..... - .. ... ...... .. .. .. ..... .. .. 4444 .. L . .. ...4444... .. .. .. .. .. .. 4444 . 4444.. ... .. 4444 4444 :,..,,. .. .. 4444 .. ..- .. .. .. .. .. .. ,.. .. .. ... ... ,. .. .. ... ..4444.. 4444.. ... ... •�' .. ... 4444 4444 444:4 ... .. ._........a ..4:444 .. ... . ... .. .. 4444. .. ... ....... 4444 .. .. ,, ; .44:44 ... ..,... ._ ...,:4444.. . ... ... 444.4.. ..._ . .. � .. . . .. 4444 ... :. ........... . 4444 a .. .. - _ _ ... .. ..::. .. 4444 .• �I: ..•.' •:. • .: ...4444. ..t':' .. - .. 4444 ..,.. .. .:. :. ..: .. ..... .a........ .:. .. .. - • - w 4444 - ... .. ..n:'..t .. .. -.: ..''4:444:: ., .: . .. .. .. .. .. .. .. .. _ .. .. ... .. 4444, ...... 4444... �. :.:... 4444. ... .. 4444 .. .. - , .. ... .. .,:.:: < • .. •. .'._'. 4444• ... :.� . 44'4'4 . ..:.. �;r .;: - - .. .. .:'.'.:...�:<: 4444 ..: ... ... 4.444;. .. .. ...,. .. .:: .. ...... . . 4444.4444 4444 .44 :4''4. .. ..:>.. .. .. 4444.. � .. .�. .. .., .. �..� .. 4444 .. ... ... '4444:. . ..�����.��� . ..,.. .. .. - , .. ..., 444'4'.'..; 4444 ... 4444 .. .....: %. 4444 4444.. 4444.. .. .. - .. . ... .. 4444 4444:.. .:. ... 4444 .. .. .. . . .. 4444.. 444:4 .. ... .. 4444.>. 4444: 4:444 44:44 4444 4444. .. 4444.. ... .::.. 4444.�. .. � .. ... ... ... 4444.. .. '::.:;:^ - 4444 .. >.... .. ... .. 4444. .. .. .• ... .. .. .. .'� ... .:.....:� Cry;;::'.':.:•:. .:.:,444:4'''.:.'.,. :...:44,44 .. ... .. 4444 .. .. ....: .. 4444: .. .. 4444. .. ... ... .. ... .. .. 4444 .. .�..'. .. ... .. .. .. >. 4444. ... ... ". .. .. .. 4444 .. .. 4444 ., ... 4444. .. .. .. ... 4444. .. a "� - .. .. .... 4444.. .. ., .. .. 4444...: .. .. .. 4444.:.. ... ... 4444.. .�.. • .. .. • t:.�::. .. .. ... .. .. ..4444. . .. . , 4444,,:. ... .. ... .. .. .. .. .. .. ... .. ... 4444 .. 4444.. .. .. 4444 . .. .. .. .... .,. :�.4'444.: _... ... .. 4444 .. .. 4444 ... :'.x:.`:1'r 4444.. 4.444.: .. . .. ... •..... a.:.:.. - . .:'. ::...: . .4444 4:'44'4::' .. .�....4:4:44 .. .. . .. .. .... .. .'. - 4444 .:•;:..' ... ,. 444-. .:,.. - .. .. 4444.. .: ,:...�. 44''44.;: . .. 4444. ::.... .. .. .. a ... .'... ... ... - :. 4444.. .....:..:... _ . .!. > .. ... .: :. .. . .. .. 4444. .. .. 4444 :... .:. ... .: .. 4444 4444 .. ... .. 4444.. .. 4444. ... 4444.... 44:44 4444 . 4444 _.. .. .. 4444 . .. .. .. ... .. .. .. ..:: . ... ,. .. .. 444 4 4444. .. .. 1.:. . ...; .. .. ... .. .: a . : .. . .. .. .. :. 4444 ' .. .. • .• ,. • .. . .. . .. .. ...�.�:4444..::�� .. ... ... ... .. 4444 .. ." �. - .. � 44:44 ' � �.�.':..4444 :.:.. ... :.::.... .. ',� '��� : 4444 4'4:44., . ,.: . . ...... : 4444. .. ::. ......:... ' 0094 - ._._--.,. _ . Special tnr.tccerJai;-Ada!ni::tr-ALive Services CotmLrueLion Mircrt-:•i:ann ie 7:�:Lcci.ic+n I. , Varlal-le.. There'variablcs are incorporated belosi by reference: a. Inspector's Mhe & Address: Rngrp.T G. GRp�Y`. 64 r'nl 7 � c �tr�Te Pte-ascent M11- CaliF_or_ni a b. Effective Date: January 6 1971 c. Project's Xame, Location, & Public Entity: Storage Addition to Eder Children' Shelter, 100 Glacier Dr. , Mtz_ , 01.0. 52551 Contra Costa County d. Rate of Compensation: $11.85 per hour 2. Sir:natures. These signatures attest the parties' agreement'hereto. COUh-rY OF .;-M- COSTA IIfSPE&OR y .r • ROBEKK G. bLc Works Director . ' Reco=ended for Approval: R. 14. Ryga, Deputy Public D)isector R. A. G. Will, County Administrator Form Approved -John B. Clausen County Counsel Ay �AG �puty 3, Parties. Effective 'on the above date, Coa#ra Costa Couaty (County-Owner); and the above-named Inspector mutually free and promise as follows. . . General Qualifications & Conditions. County hereby contracts with Inspector, as one specially trained, experienced, and compete- therein, to perform the eagia- eering and administrative services of a construction supervisor and inspector,, in- cluding those associated with the continuous construction supervision. positioa ' commonly known as Clerk-of-the-Narks, in connection with the above,construction pro Sect, which services are-necestarilyincident to the services performed for the County. by architects and engineers in the design and construction =Lvervizioa of coastructiom project.. This agreement docs not preclude other e=loyment of the Inspector if it does not interfere with the duties and hours of zork required hercia_ _ 5. Term. The duration of this contract is the duration of the said construction project, but either .tarty may terminate it by Civiag 30 days advance writtea notice to,. the other. _ 6. General Duties & Instructions. The Inspector's constructioa supervision and is spection services include the iollouing general duties and instructions: a. Status & Relatinnnhin with County & Architect. His independent contractor relationship with the County parallel:: that which exssts betueea the County ard, the Architect; tut he is subordinate to the Architect, because the Architect i:; recponzible • for the dcsi a of the project and for general superrisinn of its coax-truction, pursuant to the County-Architect agreement. alp waofibywd with board order, • oo24` . I gnLf Lcd blit W L..U.dia,; With Lhe- w.irs.:_x n un Lhu ji:b but. Ise 0itill cauolticL bti:;Jnu:;s cinl.y throtigh the cuntractures job zu?crLn'.vndcnt,, and -;hall not IMULtine. the Qm&Lratclorla duties:; and lie aliuJI nut rtvc Inatruction-A directly to the ConLractor's cmployce(s) or -.aubcuntx-actor(Z-); anal Ise shrill J=cdint-cly advise the Architect or any case where the County reprerentatives (;Ire Ln:;ti"uct1vn:; to the Contrac o'er,s employees. c. Countst—ContracLor InaLl r.w. rd -A. Ife shall effectively maLntaia close coordina- tion of 1 ntraCLar5s 'mord. anct owner requirements by frequent,, regular courcrences or * other suitable s:n-ans, specially where, projects Involve alterations or modif4caLions of or additions to an existing functionInG facility,, which must-be maintained as an opera- ting unit during conduct of construction.work,, and therefore• require special alertness to job conditions which may affect such continuing operations. 11c shall coordinate necessary interruptions of normal County activities with the County and General Con- tractor beforehand. d. FamIllariti : with Contract. He shall become thoroughly familiar uith all can- tract documents including s,-ccifications. drawings and addenda; and he shall: supervise and check the adequacy and accuracy of required "as Will,." drawings prepared by the Contractor's employees (see also 7-8,, below). e. Personal Precence & Observation. He shall be personally present whenever work is being perfor=ad (even on overtime,, night: holiday or weekend basis when so directed) and shall attend meetings called by the CoUnty, Contractor or Architect; -and he shall make direct personal observations of worl being performed by 'the General Contractor and subcontractor(r) for certification to County-Owner that such work Is being performed Izi a skillful manner and In accordance with the requirements of the contract doicuments. • f. "vice & Su=. .estions: He a&a3LI advise County on all construction matters,, such as suggesting charge orders or reviewing construction schedules;- he shall evaluate sug- gestions or modifications which have been made to accommodate on-the-job problems, and report them vitt recommendations to the JL-chLtect; and he shall reylew and make recom- mendations to the Contractor on all pay estimates. T- Soccial Duties & Idetructions. The Inspector's duties specially concerning the pro- gress of %he work include the folloving: a. General- Records & Files. He shall maintain a file of,, and be aware of the contents of, the. lecal,, State,, Federal,, NW,, JNFPA, etc., codesj, regulationsj, directives,, requirements, etc., thith are pertIneat to this project, and are provided by the County; and he shall maintain a complete file of all drawings,, specifications-, cdatraetsO change orders, directives,, etc., which determine work to be done by the Cdiatractor (see also 6-d. b. Mary & Penorts. He shall maintain a bound daily ditty, noting therein job problems; conferences and remarks; and he shall submit all reports deemed necessary by State and Federal age-neies' ,, Architect acd County,, which shall be timely and In sufficient detail to satisfy the purpose of the report. c. Material Records. He shall maintain records of materials and/or equipment cle-M,vcred at the site,, showing manufacturers' names, catalog., model aerial number., style, type,, or other Identifying Information theredimi and noting whether they are-in strict compliance with the plans, shop drawings and/or specifications, or are approved by the Architect. He shall certUry to County that all materials used In construction are as specified In contract documents. and, an completion and/or installation of each applicable Item,, he shall collect and assemble relevant Information (Including guarantees, certifi- cates, maintenance manuals, operating Instructions, keying schedules, catalog numbers vendors' addresses and telephone contacts, etc.,, of materials and/or equipment as re- qulicdh and at the coz;pletion of the project,, he shall deliver this Information to the Architect for delivery to the County. ' 87. 'Pay for Cervices & M�trburscrw.%iii fer, • a. County shall pay Inspector for these services, at the above rate, for semi- monthly pay periods of the I=t through the 15th and the 16th through the last day of the month. Payment will be mode on the 10th of the month or on the 25th of the month fallow- : Ing the pay period if a dematul billing is received by the County Public Ularlm. DeporLment on the lost County w-)rl:lnG day of the period. b. 1411eare authorized by Me Hoad McLuizzloner-Surveyor (Public Vibr.1a; Director) or his deputy shall be relaburs-ed at a rate to be mutually agreed upon from tine to time refleetin,-, actual and changing coots. 00248 ............ .......... . .......... ....... t1:'!:t'It •�`+' -f ::1:'a`:'�!itS �� `'!• f rt'nre±.)nn +ti • 1:.1rT: isider this Contrtic t-)t:til tit. it:: s•1:tt rx;�ct::•�• ittrtt�:�lt Catt:tiy viL-tt ccs::.3t•ir:•Lc•:. or +ttlur ocrcl•:ut•1C tvtus'S•:•r I nr lti:: cttrer+tie ley lttl•]fc ).ial•t]iLy Ip::ur+t+ict:, for +t]3 )+ia rtccit Sire Perfarsaing the clu ie*t requircc] by this-Contract, 3n +uaounts of sL lcnML $? 0,000 for all dawsj:cz arislar" out .!► 1 1 a 1J •ti ..a/• wM �aw.1. a••• w\w1.�. w•••• �\r� ww•1 .a'6M Af1A twr two wr rsrn .�.Cr�^!!� ';R !tttC :t^:3t�C:l� �2• ^"C!:!:•'�":C :IS:�1 2'"'M'CQ:"�•Y ��C!(',• T +r•:�l j 7:C'tiY?!K•�.• L1� at 3Ca.t y S •�'•�. Lot.1t of which clta)1 .ra.:.ec thr.7aqccL;,i•.Hutt t!u• unty an fnsurcds. • ].0. kyrlfnrce�+ca« >:t:01 Interim-gr.L+tt+nn of Gbntract. Tltr County's aunt for cnfarcing:ncd • interp!<•ctittg this ConLracL shall. be .the�County's !toad. rte_safoncr.-Sc:tveyor��(public. • !forks Director) or, a deputy. � ll. Az.iuctwent of bwacasation. .7be rate.of eoeapen.•'.atfon-''©ay:be ac?�uatcd`�1•y.;'iacttttial con..e+tL of Vie,pnrt:ira: iuvolvcd .for•Brod cause .Lalrn.- .. .•. IIII , ...... Via':. . .. _ :. . . .. .. .. ... ...... .. . .. . ''"ori:::,:.......,.: '.t. .,t r�_ ,n ..:"rr'::P :;K:::..'r:•�i ,:C.r::;p:4:v�y'f:,•`"3;::•n ;•:;ea, ,<:�;.. art'„ , .s.[.... , ,. .,...: ... , ...,.,. .... ar .,•r.;:,,. < :.:is 4' �,b _ �:,r ' 4V:x ( '"ai•vi y�� .,,Lys >':�:�. '•L.:::.' r.7} _•. .Y^, syr ,,Y:• - •,..}w. .i;,,_ .,1-•, r� -.rte y.,y:r«r,Sw.9. 'a: -:!`' °;Y-'T•+^ •.4`? CM'S" bra. ,d," xJ,. 5•• rtl •A' A. f� rr. :..ta;%::!•+:<'.:c�" - J.�c'.''": 'e4;:i„r.. �.. ;e:s:,:..: 'r.,L' .n'ks:'�� .,. �-vsf•a.��f% ;4, r: :•,�� ,.,7�x'Y:.� .,5.-e:.�':.,L:.iv; ::�•,.,_.i•, .L";r( .�' r'+' :a .,fs. ..•s-, i,7.1•:4:;': r•:d': '.•.'s- y;.:a:- '?t:':.�. 11....�3y .Yr11 4 .'f-.. -i3• ,1Q:..� <r'-f:fid:::` - •1'>%- �iC;i` 8-v�i<'. .,t":,b .��..rXY�.F .if'e :L r... �'f. ,$`. .h:' :.+t,v:•li.:'•• � .\'q_,,;,;.,,s 1�':., �.�.'�-' �t.i• Y;2�t:J.. is T t. ,r.. .s. �y X• I�:�L , :r �.r:y::'^•;'• 'surf�� 4 : 1 M r -•r .,.,..,t, ...-4 r • i. r".':�...'�;...a:':`!..: far. .'a•,� _�+"•�•�. • ,:r° +�'�`•:'....,.t,... :f..J��r act:. ss;. .! '.d.. :.mac' •:i�k..y w,s.. •1.+ .. >•....•..s....... .... .. .. s ..;....r.....,....r, ...s......, ••i.�. .t.':Y M'.::'' .Ste••�•sn•5 .'d,,,l. 'rf,e :.;�.::�.: .i 1.Y'�';.! i•F�. riA• 'i;:`•;•^'cTT.!'i^;gi ',i;! `,a`'f- g'rr ... .... ... .. .. . . . . .. .. ,..,, .. ..., ,.ar ,.,... ::': '"'i•• '7.;1�J. ;:•tin 11,dt, I f.* .. .:.. ..:.�...+.;.. ...... ._,.;.r.. .......... .:..... .. .k,Hr .. .. .a.., .. ,,..d. ....,... .4.. -C ..... ,.!�.-_ '.,... .,.::.� yr, - Ai5•. .s.. y.°��wj'� ..L" l+A �t r ti �.!•�e•'p 4 :... , T•::. .., ... .:..,�:"J.;.., ...J.:. ,.:'.'t; :.i: �\ .vY..,�•�;ii':.'•: .r�it�,',:.''4�" J:s.T.'w`i.:C !•Yr-.- •,Af',.:: y. 'a•:4:'::��s :.rrt iy�_ r.. ... ..•... .r::._^ T ......i:.'.. ':H Yt:r. J.Y'•r''rX. r.��, T•!• �'4 ..i• ;:�;..,, ,..•, li:� '�a:+ -�'�s•' :fir . .. ...} .:: .. ....,,. ,. . .. ..... .. . ... ..::.,':.4<'-" - .s.e. 'fir. • ...,..s .. ... n. ... ..s. _. .,.. .� ....,. ....MY ,y, :`•Ka ,il.:,•.�i:y ,sy..r:.yl, ... .. ......... 't r....,. ...�.,. :,.-n.,, ... .. .,..rT••,..«., .,x:.- :.'`.4•:^:,'f$�.:�:"'.'.-'�S::G': S:YNI`:0.'iL-:nn.. '7,�� ,_...4.......,...:v..,...._:, ..,..,.., •.. .:..,,:.^..:r. }.tyv.._.r... .r.... 4-'f{.,:. ,•CY ':�i r�,4t ':�a'�•',y�:i r rr� •i: . r'C�t - !.• � i�t'M .rJ�•..' ~:tL: '!'b-" ;:y:�' '•�I`:a":"i•"4:. .yk,''ler.tr.'s::°r!".,j' .�;.'r. . ..._ ..;,..:.,.. .,,::.,:.,.. ...r,: f,.... f ..���`:•. :;,:- "•y'e's:::.:. • w•' s .., .+?.s. ...... ._,<.,f...i..,....:a'x:yx'r L3,"'' 3 i: .}...� rr,'.:::;�'•a`:.•'i":l-i•7 i'w:'c=.rt:,tJ.,,. 5...:: ry.� +wir. r+r/•, ..>a='.ri":"s%"". ;:5':t=i'.,p..e. � �;Jik:.;,,.:'. ,!!. ",�,:�.`",i,:� '""s';; !;i.:_�. ..iris:.: .,�+•. .. ...... � .,._ _..-.L . .... .!:....:.....,.,s,,...,:. .:' n. ,.t�' - :ifs.:, :�5:: •v,_9f�:.::,t,:. yy ... ... .. .. ...�....y.... ... ........ .. ......, .. Vii'!:.• ,'/, ';iY....,i;. �;%;.'� 'E4art•.c;-ry�rrp. a.5.1. d...'�+•7:.zL'. ..... : ...........r•.i'f,._. .. ..45,,.;. ..,•_..,., .. ... .. :. 1.-..,! •. •.\a..Y. .,..-:........ ,.'t. `yr �,.L.,K ":f,.�.?.es ��rr,, 71:na ^Vry''a:a:• X:.,r s, _ ....;::� � > .:. ... ......:...... ._.....,. ,.F r...,......:a..::-.:rte.'. • ,xtl',Y.E�i'�..- .Tr-� `ti$ .. - ^!`+:: ��,sta:.i'":=ir::ry:.iq,,5 y 'riF:• 'i ,Ya ;[:�.. �.., .._ .....,:.r:_,. ':;�• ,a�,w •!::33.x/.., �ar. ...4 .`.•L•. ..�,., '+Ise %a.�•La;,u:. rY^•i. �.' n1 •�,s....i a... ..,:.. _.. ., !„ ._,.;�..,..+�i *;+'.:1., _ '!/' i`'dlit,d.^. {l. aa-r t,:4°.,:: r:. :eve ....4.. .:. .. . .... .... ., .........t ._... , ...... a .. ?' '�.,::}e' . ..,'K.. ,.a^=.:. :S .r' .Y. iSi:f:':!: 'S_ L,� e,r iJ'��;i• •te'Zy.:}._.i.,:.:Yv't� ...ft:-': �ir w��:A:•:s,'. .y. F.�:.:'L5.'','�' :.•1u .4 •F�_a j:f'• •r P�: • ,�'ti<:�•..r-..::.:.i.,. •i:.'....,i,:•!:'•,...,A:'L,. ,S!:s �..''i::" b: ':`li,:... _ �.,>y �R �. r�,b,. ..4 pi d ... <Y{ .R.Y• :Iw'i�Y':• 3. w. ••':v,' ,:,WY.Y+„1'`•yw.Mr�j 9R:Y�tf k, ..v� T� ..f� ,.9,3.' 1.t,''�r. _k. :.a •v. '�ti:.",�:::+.a'c?!:s: x:li,:F. 'tb- .lYe. 1 _:a ,.'A t'a R":' re.�'+Ir' >x•. '=:S'�, l:���'>,v,��:i::.S':'' .r:v'%.1 ^51"{.y;7.t..r �' :c:�",y�:8:1••'.. Y•' S'' •}:• .,f`%::'::::::' , �' '.;x::,'•::.+ta..: �. 'rit:�:r::."r+':..�.. '�5:::• _ '+a. ;:ar:k el:i:''�i!,�E"e.. r.�n, y�`�` e,�'7' :.iN.'�x"::Q� ,Y•. '=:.:i'q..: �'id•,i+-ii•:`lE' .j ..,)r:T� 7l: .y;;:� �'�„ '.tr. ''J•." ;::t:°."-:;:';d:':�..;'::�. m..�,::'..�a:rr" '•.rte ...'+.,:: .._.':.:..!';.:,.a°,9::,:'i:,f:�>:'::'L.1,::.-;,_.. :.•r'•se:,.1.. -1< �:��'9.: '�k3. �.�. ::5,�. _`�'',, 'r�..:i�'Y' .':aY::o- �,: ... ,:•t.. �.., i{',:p..4 :;...._.: r y�tr..S(fr.:.;w�., - e '�' •sem 1}v��"N•�« .i:� yy,� �pgr, �r ,Q��� ., y ....,.5::. ..,...,�!.,.,,.4-:Sw '._.,:....•:.as.w•�r :iF�:')Pa •nr"••.,:f� `'�w�^s W�. i='Si•:}. 1�'.."!,•+',:.`�'i'/ ::"*S+ fir�t•�J•:':. .. J'. ',�h% 't�'t:-•Z r. -':i•�� FsiY's':' �!.Y?•i. <�,:�$_:��3 „ rte;.•_+ �•,.+l�:t°: .�... '.., i.x:... r..:'•:'.:'.•:t',::.. ..P•" "iG .rr.. •w.WY%.'.f� 'N£• s,4: .:j. ny: r ,S 9r1'L >5 •S(. •j .v,.:•.:.... .. .:�._:...r::.a'.:r:.,,.. :.,.:: �• .-.. Yom''• y .9':• .. .. .. Q., .....>., ., ..r' .... ..,,. :.. :,...::�v"-. ...T.�A`^ ::A.: '!:rR,„.Y✓,. :.1.. ,,., i�'1 a/.•''-� .. ... ._ .. ., ,.r ....•;,... .,...ter.•... ..:e.�: ... t i..:^ &� Y1i.•::, ^yrq: 1-, r_ $ "•d-5 • :iiia;- ...::"::= :+y"^':::':�= ..y....�:;..r". ,.!':,'.a• ...k 5' 'IA a/::n .. i.t. ''o:•^?.:::{... ;:'ar_ .5=�*..,i;'l.cif•:,y'r:;;;,Xi:::• .. t!Y T �v L r .•e'^ ,f !. ,:r: .1:• `:/.:? T-�!'•^.•�'v'. �r`•,-H 1. �.Y.�•.,?.;_ , .:Y IIIIIIIIIIIII . s. bra ., .. .... .. ...... ... ....... .,.,: .mac.. ;': 7 In the Socird of Supervisors of Contra Costa County, State of California January 6 , 19 2L- In the Matter of Consulting Services Agreement, Cummings Skyway, Crockett Area. (Project No. 1991-5838-76) IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to execute an agreement with Provenzano and Associates of Emeryville providing for landslide investigation on Cummings Skyway west of the intersection at Crockett Boulevard, Crockett area, at a cost not to exceed $5,300 without prior approval of the Director. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Provenzano and Associates Wim my hand and the Seal of the Board of 1303 Stanford Avenue Supervisors Emeryville, Ca. 94608 affixed this 6th day of January 19 -L6 (via Public Works) J. R. OLSSON, Clerk County Auditor-Controllery Deputy Cleric (via Public Works B -— .. Public Works Director Constance J. Davies 14 24 sps ioM 00230 •� . �' ;a=l: �=Utit::.3.�.Q2!`�. i.)L::;�=• :it)Ct:j::.I ti:0214:.�%::►. .. .•?•;. .[:2CUL't1CT���_•C2 :,::lr_'):: Ptit i l- Itl r.-licy: COUNTY OF CONTRA COSTA ::..::;it' E Addrenz: Provenzano t:•-- Associates °1303 Stanford Ave-nue.- Emeryville, CA 94608 (c) E.rrective Mite: January 6, 1976 (d) Project I1ar:lc, a::u:.it.:er, a Local;lon: Cummings Skyway Slide (1991 -5838-76) (e) £J'1•;•ucnt: Lim-; L: 55,300 t�. :+ - :1:1C::rC:•: 'Phene .:1.1;1 M:.i attest l:tlt'• partlezP ils £'t rv:--nL ht;:.t:cto: •.. +.• :Tett• '� J er it ,z';;n• a official capnitlLy in :,uriners) Of California :a:i Contra CosLi County � rttl.l•t~i♦ Jt•7JaJ.1t� ` ((X 5119U.1)" 'illi: Berson sil;ninC above for Consultant, I:h ..n 40 a .."i-L, ttloae l _ lacUrit; dal and buzint:as Ca.L.nacitaas,, :3i`.r.Z+0i2all.—y appeared ab.c*f61:e Ma today and ac1:no::ledc-ed that lie il- d it and that the corporation or pa rtnorzIghip natoW above executed the witl in inat'ruwent pursuar2L to its by-laws or resolution of its" board or Dir ectorS 7DIANA Date:�S� 1�� �_.�T!4^� L PARZAy��cb) � � _ LECALIIN NIA 110LZ1 `,r�•'•PW- lc NTYPA"C ><p;res 6. l9Tl Victor Sauer John ii. %,*Iau ert, E:o;zr:LJ CaL::�:,_1 Publi Work, Di` r 13y: ` , lk-:pvt%y 1i� `1',- a<ic Dej3Uty 3.• Par�Jen. Effective on the abovedate:, the abov .-named Puulie Agency and Consu'tant: Mutually afrce and pro:ai.wL as follo t;: It. I:;• Public itfency h2rcby cgploy a Con:=ltant, and Conzult.ZLt-tt 'acce:i2's s;1C:11 cmnloyna crlt:, to peJ"forri the professional iervict?:a described hareir'., Upon t_ c terns and lit conua-f:t:T•:.tU.01l Of t 11-a ni"7n^.rls`.s Stated herula. 5. scaa-� of S),-1-vice. Score of service shall be a::. deacribed in A at,r:chad hereto. 6. lnzu-ince. The Consultant: sliall, at no a nesse tv Ao-ente" furi-Is l certificates o other E''I1dance aocL`ht:�ble> to Yub1iC <<,',Ctlt:�l GA (:) public li,t)ility insur::ucc ofa t: lazst. 4o�5n,�]0�} for all d =i—.at: a:risi:r - out 01' b�uily injuric:a .or death ':ta ariy :one penton and ay ,1e�Nt :�t}:1,Q3�3 faz• t::o O: ;:lOrC 7C'_:Oi::a 31i 011L' 3CCl£ C:lt or occu�•2'SnC`V a cZ.'lti �b) ll:otp-21. t:a::.'�►^+u�• 1azurance p2`ov'IaG:in- for a Ito"t, of -tot lens t:ta[t .,J Uay3 t :iotict< of policy �agsa or 'Cance+llaL o 'it; re;4 l red. 7. �al;il.:Cl1v. AL::�I' C I _nC'► all na; Cousultiint, for l?r ofes:ai0:2.:1 ;C.•+ CSS :)crI'O,:la:ti a" Mia i"at`.ei ii70::ri In Alppend"UX- P. a'ttach2d hereto, ::nle'a, ine"'t-.de all o`+t'.rlwa�d a'.id incidental a:pCt13s for :«dice nG add:it$Ohl:? CO:T�te:lo4t.Ion y,.i ll hie allot ed. Ili lw e,.We sihall! the total mount pt t;o `.Etre CorlsulL.ait exceed theIn. nient ? ua3t specified in Sec. 1(e) :s:1.th.ou4 privy ►:rxLLc:h 4_);zrov: 3 of; tjie Contra Cosa:a' t:oust y PU'Jjic ::urt:a Dl*•ector. COtI.^•lxlt:c3:it:t:i atjj'►Cl.2 ilt 'OC C:12I';;•2SWIG. be SLt1it12ttB:a� at; CUC.°licit t2«LY. :-..31 be ;jade Ult- ill :tii%.t'ty ( 0) da ;•a atter ra:�cAn' of ea cI: ;ta e=le:i`; . Z3. t'�t•i;d?ti?tl'041. t* it O;}tl{3t1, /�u�JllC �lrCl l: t.,::;a o:•.�1i't'_::at`.c3 t•Lily amt. r .^�-- :2.^.11v c�L:: Nt{"M' the GR:I:l^+tilt*.�•^t`.�r; 'tt£'t`'. .^-'.?` GI' �iU:l.^•il'11:,..ta. ;,*i 111 {+t:.1 lili,}. �•`1�1?ti :a11C21;' t.�` .tittw, ' .boa; ;, f.0:: • l�.t:•'L.y`.f. «L,tyL�3t�:i i:£. -;.Ertl •.. i t ,,.r�l w n A •• Jni q•,' Z♦ • . a t •'• a • �• �YQ .tip• ♦ F L s 0::-1• a.•3 ! t:-tIl C a.�,Ct3v,� lsI �t..It•il^,w l?..] ;►. -lit t „ ,t.J .h`.. F r �- • . .c V 7f O2` L2:lS:v` ;12.♦ c.:�;3L1•ol .ii. L l:tt. i.11 °`, c'2`.iRts ttl lt�r}j3, 1tL, C:','v {ct co �; 0. >24:�rt�Sc... +��t ,� � t�c� ., � "c:c.�•�s: t.U � •.♦ ' � J +"� �J. �aM��.A 1 a1��R1L�'I+Ni zr�Gt; � � vv�.a'�,��cY+s,v,..`r**.a�5.j".P ,� • 1.+.v•.. x4 M x*" �Cir���4°'�'y sr ar f f no -•- k 'M two'" ''► exr"" .► ax i,t t a ♦{ s e s j- .• Uro, ai tAC ta0`•'" !�, �•"i!• ,.►.a rs .w� ill£ p rd41, OTk 'p "+�r0i .s . 4.. :-t} t:•.. Cv11 • ta(�1• a t �`�3•i t. w J Z� �d ! !t 1M 3 5 J 3 . �.' "` ' ^� gl. ' ,. t s ^`a.r '�£% y„'4 y'��'�;•43%`�a� ^�.�'"�..�. t % • - ..•;,�E^�Y ffid�w '�1���-� ,,T b ar: th : e. t x 1 n �a3 ♦ yet " t sg�y,f ` F.r' we».4 r rfg i:tl . old 1... �:tt •�+�+� 2 .�{ •h,t.��.�1. ��shy;♦�{r� ,��t°' M������7` ���"k�r bS�'��� `Wv'"r, J')*>'♦! � ��-.U,r� 31{ ..3 ,�t•�Y � �x a� zo� r� r r �`SFT'^s'i,� _ _ 00251 �on•'ust�'�•!: :: w� t;?lin tlt�rt; lam• ..ta; t dr, .;*-•:;.. be *2 =4 i•J. C • =wry •. Ly•f'••'i:.li4 = 4l �. it�•1.:;;l11: .'133. Y tt Pul,lla Ri;Cn� :iZE��::.�r or L:c!t`► L.1 .tom ��', ita O;)t;IL' ay ._ Cit°` {:C1:lrll�t'•y.t., ryri LS:t::i L'C. oilt'tl ej,.•(:t••!;1t -t•i o' •. .•1 !tf.%1 e. til • •. N C0::3U1L ' 1• �' tt .. i;i tt•: is•� yr i c.. a. • rt.;ti:f.:�.iv.., _ .+.;:•t:C: sly 113 •..,.11 La 1111 l.. • •�'1' "• !•il.il;:::t•• •� •.4••11!.17 ti �.�.:OC+� s;U911 • +••� (,0:4 • C �:�;Ghw`A 7t f., _. _ .,• 'Us!: '• 1$:1.1 Z 1+' ff.l1 a- �� -,C:•'tti e:-i tti;'slG:a•_ C: p• -!• t• i Q)• u: ej\:,• .. 4:ii.iH o3.•.^ .. A• t• • ll•:(�Q•••••ri�.• llLfa: •. 4...17 t or �.L ! t:. • �. .tae yu Iia Lll 1. iN..t:ti ;.i �,• t:p•i7;.tliy iAii. h ^•,r. «;::irfs:•a :Ly:e: .. .. l:u l.•::: a• .v:� e)• •' :li: ::•Ie:�••:i ei .•.Net•_ '• ::- tj::'!:ice 1=% •�^^;•l :2:1 a::. l A.13 7, . '•-f 7 3 e:•.l e`:lei a :.• s y,f COI:'::e:t.i .•: . ;��I�.i't1...�ell• •+•-� ••�4':a!•'f� i• . 14. • '. t•••.• • tii I�' ��i 1 �I�'•'•• +t•'ri. , i• i .w f.:. 63!_ •• a:it: i t w t v.• �,,i'_ j.•..t•: =• "OLrL el=• :�-::.• -L. t.: 1:I•f t=J':l 1.4: �• _ �•+•i :!:�"�ifi�• L ' a -c'• a .i i'•::•i:el•::i.:i'. ' . 00251 Ar ----- -----•-----•-------"-•__ -...__...._..._........... .. 'mow --_�y .:, _ ..� APPENDIX A l of 4 1 PROVENZANO & ASSOCIATES 001e.0 ANO ROYNOATION EN61NEe ns qoi STAA/ORO AW9nut •. [MLRYVILI.0 suroar e1+bOti . cels! aiS.a•9TOY IsU +acla9-10 November IL; 1!13.5 Victor W. Sauer. Public Works, Director Contra Costa County Public Works Department Sixth Floor, Administration Building 146rtine:. California 94SS3 - Attn: Mr. Maurice Shiu, !toad •Design • Subject: Reactivation of Slide off Cummings Skyway North of Interse►ctinn:.' with Crockett Boulevard Contra Costa County. California REPORT OF PRL•LVAHURT Y INDIX0 -Gentlemen: On Noverher a, 1975 the writer wet with you to itispect 'the :dlove-01di? reactivation. The slide scarp at the ti=c of ofir- inspection Kas'approxi cate:ly three (S) to four (.1) feet high and appeared to he lot:areJ ar the same approximate 1 oeat i on as the original. s l i do which was re,a i r4•tl- i n:l:i?:. Two (2) of the thf e (3) drain laterals were exposed Lt the (';:e1:!••r and sorlth laterals!. Ilse relocated steirm drain pipe: running ata n the saititle side- et{- t!K• xI itis• :one was. broken at a numise:r of locations. 1t the tine of :11cK initial in- . snection a small do:er was closing slide induced crick% cr1: !tea• ::tri•.•• Pairing this initial ea•eting it was decided to tliscoancer the crew= •117:113 above the break and connect a flexible "eteri::fat's 'tTlenl.'• :Sips. - The writer recaafgentle•.i that a backhoe be iJS..1i .o expose the t.1.:c►i:-•.•C$i .-t:s- ter subs1rain. tin the following day (November •l. 1975) V&e writer Ip?'►••••..•let: C �r:�•. ..e4eP ' excavatf+•:1 an.l :11:; llrtnlle„1st Mortals!: sampiius. a•:fief:+Seen! to tett• : •L.. fer consiuct i n!; ;fele!i t i one l Isrobe s in rile s l i-b• - 'ii::• fo 1 l ins:c! i s .. •.: :i::ry. -pg. :::r ;tr; a :�•::f:l:'� finding.; :re er to curls,-4 r! It e- :•�. 00252 APPENDIX A 2 of 4 1. The center subdrain was found to be displaced erticnHy .•lane ximately five (S) feet at the scarp. No water was notsd at the I,omm of the ex- posed.drain trench. However the excavated soils appeared: to he wu: ot► the dorth side of the drain. The walls on the north sidle of the test-pit caved in a few hours after being excavated. 2. A second, ren (10) foot deep test pit excavated bet:rcen the canter and south drains revealed no unusual soil or r-cepage conditions. 3. A. third. ten (10) foot deep test pit was excavated under the south subdrain. to unusual soil or seepage-condi tions were exposed.- 4. Five (S) 1 1/2 inch diameter probes wc:-e driven to .approximate depths of 13 to 20 Feet at locations shown on Plate A. Piezome er pipc.w ., in., = stalled at all five (S) probe locations. 1n addi t ion a supple.s.tent ary Probe :.-t. was driven approximately 13 inches south of Probe 2 to obtain coil ::;Niles between depths of eight (S) feet to 1S feat. :dogs of the probes are shorn on enclosed Figures 1 and Z. S. The boring probes revealed the following (see Figures I :end a) Probes 1 and 2 revealed soft :ones bet erne depths of right t s;:to Ila feet and seven (7) to 1: feet. - b) Cate in conditions were noted in all five (S) probes. 'ilio •toils or care in varied between 13.S feet and nine (9) felt. The cave in c:d•l•t's:. is usually a sensitive indicator of the slide plane location or zone: or. concentrated seepage. ci Samples taken tri Prehe -a indicate the presence of ''very wet K:.r:%t• '•' pier a later of "hard dry black CLAY". Th: latter appva.-s to he :pa. ;•dial groiind surface. d) Ground water level readings taken on :R%vembe•r a. 1977. ': t:1 �:d%►c:sl cr Id:. 11.07S are plotted d?tr the logs. With the exception of Probe l the Chr:t n-- cent ground later levels are located very close to tl:•- noted depth of cave in. 1t Probe 1 the original ground water reading- and cave. in depth veers the saw. - r relicinarti Findings :and Conclusions The following is a possible explanation of th- pradvit•r. i►:d:.a•.I•rn =•r:•litr, inary atr.i incomplete? test data. lite existence of a Flack Clay stratum at :a t.•::! dr;,th ••t tel f.-%,t .►r .at •:a approxirate depth of :1 fc---t below cite leve I i.i•• :I.i•e• :na:ie•::ra ',=i:at this as-ca may mare Iseen foraged hay an znri-•-:t t•e. : 11te :clip plane na; be o%:erirring along the surface of i!••- I•Inel, t:i:t: »!:::::a ; is relatively ini+emeahle. Sewage novva-pts, tkjoi:rh iiia• •:Ss:r.-r., :tetra• aver- neadrle ::dnJs apprar to col deet allose the .I rn k Clm s 1.r:atrn ;.:dvy-;an : •:vnl- I fluid coptlition to a-sear in an estimate,! :i:: t51 f•-or, of i 00253 s. ,t , - APPENDIX A 3 of 4 r � Recommended Slide Investigation I The n":+ovc evaluation is based on very preliminary test data. lie: rtrce=nd. the following supplementary investigation be performed to frill; a::tai:lish existing subsurface conditions. 1. Drill five (S) scull diameter borings along two (d) lines; one located _ above the slide scarp and one located below the slide scarp' in the slide mass. Each boring will be continuously sampled to an approximate depth of 2S feet. Install piezometer pipe at all'ten (lit) boring locations. 2. Prepare: access for a truck-mounted drill rig above the slide scarp. Drill two (2) six (6) inch diameter borings terminating ahovr.t:he clar, layer and two (2) borings penetrating through the-Clay layer. P.•reorm percolation tests in the six (6) inch dirmeter boring holes.. The above test program anticipates confirmation of our preliminary evalua- tion. If our preliminary evaluation is not confirmed by the supplementar.- field investigation then the investigation would he me difled in accordance. with the actual findings. Costs expended b1 Provenzano and Associates as of this .Late on- the pre- liminary study are as follows: 11/3/75 Inspection w/County Principal Engr 3 hrs M0.00/hr. 90.00 11/4/7S Lai outh probes and inspect backhoe excivatirn Principal Engr 3 hrs @S30.00/hr. 130.00 Portable drill rig and crew S 1/2 )hrs 11:0.00/hr. x210.00 11/5/75 Vater level reading and rough r-urvey Principal Engr 2 hrs 8530.00/hr. (10.06 Engrg Tech 2 hrs OS18.00/hr. 36.4)0 11/10/75 Mater level readings 2 hrs ISIS-00/hr. 336.00 Drafting 4 hrs 9S18.00/hr. 72.Oil Report preparation Principal Engr 3 hrs PS30.00/hr. 90.00 Total COSt CO te:etc S cite4.00 Estimated Additional Mork Requirements Field Investigation Ten (10) borings Portables drill rig :ued ere:r 34 hrs L+S40.00/hr. AlP.r:r ' CiaSiner:ing 10991nR 12 hrs MS.00/hr. Four (4) borings : Truck-mounted drill rig and crew 8 hrs Engineering logging R hrs 032S.00ihr. 44 00254 APPENDIX A 4 of 4 -4- Ground water readings and percolation tests Engrg tech 16 hrs @S20.00/hr. 400.00 Boring location and elevation survey 2 techs 6 hrs ea $18.00/hr. _ 216.00 Laboratory Investigation 1:aisture Contents 100 @$4.00/ca. 400.00 Density Determinations 10 6$2150 ea. 25.00 Triaxial' Compression Tests 2 undisturbed tests 6 pts @535.00/pt. 210.00 Engineering evaluation and report Drafting 16 hrs 0$18.00/hr. 283.011 Senior Engr. 16 hrs @S25.00/hr. -1001.00 Principal Engr 24 hrs 4$30.00/hr. 720.00 Total Estimated_ Cost S15a5.00 for Additiohal 1:ort. Total Cost for Completed. and Additional Work $5229.130 Actual costs will be based on our 1975 Fet. Schedule, a copy of-uhieis- is en- closed. Investigations extending for peri.xcl: in excess of one mnc.th will be progress billed at 30 day intervals fcr work coaplcted at thar time. We will require your surport in providing site access fora truck-mounted drill rig along the top of the slide sca:-p. Results of our analysis and reco=endations will be prepared in a :,!sort design data report fern. However, we plwz on consuItinr with vol:r e.e:sig11 staff on our preliminary findings as soon ns they are avail i)le and prior . to issuance of the report. The above cost estimate includes requiree: con--tilrarion With ycss and your Engineers during design but does not include fif-14 insl-'erctioas aril Von- sultation during actual construction. Th^ stnsus of enginc•f•ring field conirc.t are directly dependent on construction. ccad i t i ons and arse the:refor a sit::i- cult to estimate accurately. Actual coust_ucti-:n inspectio.n. r-- quired, will . as above, be based on our standard fe'. ::Cls*�eissl:•. Very truly yours. l.71i. Cts'., , ,.t" :`��:^c=•ti,. 002j:-) APPENDIX 8 --.;• ,::�:': 'VtNLANO & ASSOCIATES r.��• ••^»•,' 8ptL3 AlVO FOtJACiA710H ENGINEERe ---- - . _. 1303 STAN/ORo AVCNiJC ! �y tt�HEZ"CpyVIle.GcAI.IiORN;A 44008 • 1'!:E SCHEDULE 1975 t41�1 SSI."ITOY Technical Personnel cult to estimgte accurateiv. A%-LtIs1 t.ult.-L_tteet -AII s$_ t paired, will . :is above, be based on our ,.tandaril fe-r ::rttntitt! •. Very truly •our::. ' I:ni ItI;: ..:� •:L;; c'..II . 00253 V tib• � • '. . APPENDIX B -`'���� " ''.`'. tNZANO & ASSOCIATES • �� 80IL3 ANO FOUNOATtOrI 1303 STANFORD AV[NUL [MLRYVILLGCAUFORNtA 94A09 • I'L•E SCIIEDULE 1976 14131 634.3700 Technical Personnel Principal Engineer --------------- ----------------------------- S30.00/hr. Principal Geologist ' ------------------------------------------- 30.130/hr. ` Senior Engineer ----------------------------------------------- 25.00/hr.Design Draftsman ---------------------------------------------- 18.00 hr. Field/Laboratory Technician ---------------------------------- 18.00/hr. Court Appearance 1linimum Charge ----------------------- $200.00/half day; $400.013/full day Consultation and preparation for court-Principal Engineer -:--- $40.00/hr. Subsurface Exploration Equipment (Incl. Sampling Equipment) Truck Mounted: G'• Auger Drill w/Crew Porta! to Portal (C hrs. minimum and/or 4 hrs. minimum) ---- $52.00/hr. Overti c Rate ---------------------------------------------- M.00/h r. One (1) Inch Plug Sa:;)ler w/Crews ------------------------------ M.On/hr. - Bucket Rig w/Cres. ----------------------------- Rental Cost times (x) I.1> Grading Equipcent for Site Access ------------- Rental Cost times (x) I.l5 Laboratory Tests Moisture Content determination t.Ilt► Density Detemination ----------------------------------------- -'.50/test A:terberg Limits ---------------------------------------------- 35.131►/te:ar_ Shrinkage Limi: ----------------------------------------------- 30.a)i ►/trst Sieve Analysis x/200 .'ash ------------------------------------- 5.+1()/test Sieve Analysis (Dry) ------------------------------------------ 11.00/test Washon 200 Sieve --------------------------------------------- [n.nt)/tt•st Il.drometer Analysis ------------------------------------------- Specific ------------------------------------------Specific Gravity ---------------------------------------------- 23.V0/t t Unconfined Ccc ression on Undisturbed Sample ------------------ 2S.(tt)/rest Unconfined Coi.-ressi n on Remolded S.=ple --------------------- 10.001test Triaxial Cc%mprecsion (Quick) on undisturbed Snmplc ------------ 1:.0112/point Triaxial Compression (Quick) on Remolded Sample --- .lS.t)l)/II/.tot Consolidatiun per Load [ncretacnt ------------------------------ ' Pcrmcabi 1 i ty -------------------------------------------------- =I►.ttt►'ILt I.spansion (S-well vs. Pressure) -------------------------------- .�t►.thl�tr..t MJiSturc I:Ctlsitl i:rl:tt:Onsitip (Compaction Test) ----- 71►, )t►%1:•••I ---------- t "U'" Value Ifere.-Minatien --------------------------------------- "R" --------------------------------------"R•' Value 1leternination t:/l.imc-Cement Additives -- jLt).1►.tf=.•s ; Special or stand. .rd tests not listed -------------------------- on reswcst Field Dcnsitv Trsts (4 :tr-.. minimum) Sand Co1,C ?kth-ttl ---------------------------------------------- t►.Utt;ttr. .Nuclear Field Density YvSL %lethed ----------------------------- ;.ttlt;ljt•. ©x!255 In the Board of Supervisors of Contra Costa County, State of California January 6 19 76 In the Matter of Night Meetings of the Board of Supervisors. Sunervisor J. P. Kenny having co.-mnented that- since the Board had established regularly scheduled meetings for the last Monday of every month, attendance by the general public has been extremely disappointing, and that for the years of 1974 and 1975 very few night meetings were attended by more than 50 people; and Supervisor Kenny having further commented that since the purpose for scheduling night meetings has been only partially ef- fective he was of the ovinion that continuance on a regular basis is an unnecessary expense and having proposed that the Board schedule night meetinms only on major issues of interest to the entire County, such meetin s to be announced at a regular Board meetinn with sufficient advance notice; and Board members having discussed the matter and being in agreement with said proposal, Il IS BY THE BOARD ORDERED that County Counsel is requested to prepare appropriate amendments to Section 24-2.402 of the Ordinance Code to change the provisions for night meetings. PASSED by the Hoard on January 6, 1976. 1 hereby certify that the fonegainp is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc : County Co-tnsel Supervisors Administrator affixed this nt'i day of Jin-t3ry 19 ZL I R. OLSSON, Clerk t BY, Deputy Clerk H 24 Ws lam 00)2.577 fA�js'.�10-1.1 THE HOARD OF SUPERVISORS JAMES P. KENNY,wICMwWrD - WARREN N.BOGGESS fl !Sr OISTw7CT A CHAIRMAN ALFRED 34.DIAS.SAN PASLO CONTRA COSTA COUNTY JAMES P, KENNY ZAJ 01STRICr VICE CNAMNAN JAMS E. MORIARTY.LASArcrrE ADMINISTRATION BUILDING. ROOM 103 JAMES R_OSSON.cour;r C!lRK 3RD DISTRICT ANO EX WI1CT0 CL[R,[or TN? '7AR0 WARREN N. BOGGESS,CONCORD P.O. BOX 911 MRS.GERALDINE RU5!;i7.1 L Arw DISTRICT MARTINEZ. CALIFORNIA 94553 CHIEF CLERK EDMUND A. LINSCHEID, t/TT3>•WG rJA NONt zxRa000 nrN a1srR,cr V 8'7 �_ January 6, 1976 TO: Board of Su ervisors . . ..:n p A? F Sll131R'/r50n tir COSTA FROM: J. P. Kenny ��. SUBJECT: Night Meetings of the Board of Supervisors For some years now the Board of Supervisors has established a regularly scheduled series of night meetings for issues which would be of broad interest to the community. These meetings, as you know, have been scheduled for the last Monday of every month; and the attendance by the general public has been extremely disappointing to me as well as all the other members of the Board. The attached schedule for the years of 1974 and 1975 show only a very few night meetings where more than 50 people attended. The original purpose for scheduling night meetings has only been partially effective on a few major items. Continuance on a regularly scheduled basis is, in my opinion, an unnecessary expense; and the program should be changed. I propose that the Board of Supervisors separately schedule from time to time during the year night meetings on major issues of interest to the entire County. These would not be regularly scheduled as they have been in the past and would be announced for each issue as it comes up at a regular Board meeting with sufficient advance notice for adequate notification and provision of information to the public. If the members of the Board are agreeable to this course of action, the appropriate motion would be to instruct the County Counsel to prepare appropriate amendments to Section 24-2,402 of the Ordinance Code to change the night meeting provisions. JPK:sr attach. I i i Microfilmed with board order i ,y Statistics on 1974 Night Meetings of the Board of Supervisors Meeting Length Maximum Subject of _ Date (hours) Attendance Interest 1/28/74 3 60 Formation of R-7 and R-8 2/25/74 3 3/4 90 Planning matters 3/25/74 2 1/2 35 Planning matters 4/29/74 3 200 Grand Jury final report on jail 6/24/74 2 1/4 30 Planning matters 7/29/74 4 165 Reorganization of Antioch and Pittsburg Fire District 8/26/74 2 25 Budget. 9/30/74 3 3/4 180 General plan amendment (Treat Blvd. and Bancroft Road) 10/28/74 3 25 Routine 11/25/74 3 1/4 50 Planning matters; Cable TV rate increase 12/30/74 1 1/4 25 Routine OC14 09 Statistics on 1975 Night Meetings of the Board of Supervisors Meeting Length Maximum Subject of _ Date (hours) Attendance Interest 1/27/75 1 10 Routine 2/24/75 2 15 Routine. .* - 3/31/75 2 12 Routine 4/28/75 5 1/2 400 Proposed Commission on Status of :lomen 6/30/75 5 125 BART Station Environs Element to the General Plan 7/28/75 2 1/2 50 Report of County Administrator on Alternatives to Localization and Construction of Jail 8/25/75 2 20 Blackhawk Ref. Petition 9/29/75 1 1/2 10 Routine 10/27/75 1 1/2 15 Routine 11/24/75 1 3/4 15 Routine 12/29/75 2 3/4 60 Routine/Health Services Agency Hearing 00260 i i . In the Board of Supervisors of Contra Costa County, State of California January 6 __, 19 76 In the Matter of Consulting Services Agreement, Arlington Avenue, Kensington Area. (Project No. 1451-4525-72) IT IS BY THE BOARD ORDERED that the Public Works Director is AUTHORIZED to execute an agreement with Leptien-Cronin-Cooper, Inc. , of Martinez providing for the preparation of final plans and specifications for the proposed Arlington Avenue reconstruc- tion project, Kensington area, at a cost not to exceed $7,500. without prior approval of the Director. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Leptien-Cronin-Cooper, Inc. Witness my hand and the Seal of the Board of 3604 Alhambra Avenue Supervisors Martinez, California affixed this 6th day of January 1976 9 +553 (via Public Works) J. R. OLSSON, Clerk Public Works Director By- Deputy Clerk County Auditor-Controller (via Public Works) N. In sham Has a/rs 10M 00261 CC.:Sul' ;. Z _3 ;fes 1 . SPECiAL iONS� These Special Cc,- 1icions are incorporated beio:: tj reference. ;e-) Public Agency: CONTRA COSTA COUNTY (b) Consultant's Name & Address: Leptien-Cronin-Cooper, Inc. 3604 Alhambra Avenue, Martinez, CA 94553 (c) Effective Date: January b, 1976 (d) 11oro1i4 t kr- 7?umber s Location: Arlington Avenue, Kensington Area { ) Fayi-,ent Limit: $7,500 - �. ';UATVRES These signatures attest the parties' agreement hereto: CO�ZJ?T By signate offic- cap. -ity ir. busine ) State of California ) ss Lon tre 'Costa County ) ACKNOWLEDGME':T (CC %1190.1) The person signing above for Consultant, kno+ri to me in those individual' and business capacities, personally appeared before me today and°acknowledged that he signed it and that the corporation or partnership named.'above executed th.e within instrument pursuant to its by-laws or a resolution of its; Board of :,Directors. ` - - D�.,.' December 11, 1975 4 .t-�.+�: (Jeal) -; Notary Public P..J$LlC 'AGENCY EOR.`1:APPROVED �m�s���~h��71 y t xC Alictor 'd; Sauer .John B. Ciausen,, Couc:tE Ca inselt Publ i CA a-:csD i pec' i DeputyBy: ice, r2rrG �1 .rk,s .,Dep•. ty: i 3. PAPT'i ES Effective on the above date, the above-::aped Public Agenc� arid, Consultant rau_-eally agree and promise as follows: #_ _MPLOY.MENT Public Agency hereby employs Consultant, and Consultant accepts such emrloy:rmcrt, to perform the- professional services described 'herein, upon; the terns and In consideration of the payments stated :serein. 5. SCOPE OF SEPA:ICE Scope of service shall be as described in Appendix A attac5zd hereto. S. I%St RANCE The Consultant shall , at no expense -to Public Agency, furnish certi.ficates or other evidence acceptable to Public A;ency of (a) public lia3ility insurance or at ?east S250_'000 for all damages arising out of bodily :nju ies or- death r death to Lr<y ore person and at least $503,C00 for two or more persons ;n one eccicent or occurrence; and (b) property damage liability insurance providing :or a limit of not less than S59,000. Thirty days' notice of po? icy lapse or, cancel lation. ' is required_ 7: PAYMENT Public Agency shall pay Consultant for professional services performed of the rotessho:.T. in Appendix B attached hereto, r:rich include all overhead and inciden:al expenses, for which no additional compensation shall be In re event shell the total amount paid to the Consultant exceed the payr..ent limic spec;-fied in Sec. I (e) wittout, prior written approval of'the Contra Costa County Public-::srks' Director. Consultant's statement of charges shall be submitter at convenient intervals_ Payment will be :made within thirty (3D) days after receipt of each'statement. `. TERF1i61GTi(,H At its:option. Public Agency may teminate this agreexent at e-_y time by :r:tterti -rot ice to the Consultant, whether o: not the Covsu l tans is in. defa,i t: Jp:n such term.inaticn, Consul tent,agrees to turn over to PU51 :c A=Ancy,, everything perEZining'to the :-ork possessed. by hir- or ender his contro'. at time, efid W'111 be� paid - thout duplication, .all am. ants due ars thereafte d ycco.^�;ng "3;aa..�� "yc=cunt of scrv�ces rendered to the date of termination. Y� a T cl STATLS TtieCor.su'..ant -j an independent contractor, and :is, non tQ be "- cons idere, "an' aplQycr� ox P�sbi.�c,r�gercyr 1 a :110E:N 1 r t CAT 1 O;: : Tne Consu i acxt spun I I; defend., save, ,i ndenn i€y c.�,less Dual :c _irJe'lcti :tsrl^fc+e ar � ptoyees �`ra ;any arsd 42l €iabri:ty" �, for an -injur} or dOma_ 'arcs;, t s r{tea ec;ted wi,r � .the services prcer, hereuneer. - . .. n T;,lC:; Microfilmed with board ordet APPENDIX A Scope of Service shall include_ 1 . Using County furnished survey data, Consultant shall. prepare final plans and estimate of cost for the reconstruction and/or overlay of Ariington Avenue between the El } Cercito City Limits and the Berkeley City Limits. Minor drainage-structures shall be constructed as required to protect Arlington Avenue from excessive deterioration due to surface runoff." ' Plan and contract documents ( in draft form) ready for advertising shall be completed and submitted to County r.ot later than " sixty (50) days after approval of 'Consulting Services Agreement for three-geek review. Final plans and contract documents to be submitted to County not later than March 1 , 1916. County to perform all duplication services necessary for advertising project. 2. Consultant shall also provide periodic consultation` during construction. i 1 1 00263 APPEziD!X B Payment for services shall be made at the folloYring rates.` Professional Engineer` . . $35.00/hour Senior Draftsperson . . . . $25.00/hour' Junior Draftsperson . . . . . $17.00/hour 2-Man Survey Party $50.00/hour 3-Man Survey Party _ . . _ . $70.00/hour Clerical . . . . . . $10.00fhour Vehicles, electronic and other survey equipment,* stakes and survey supplies are included in the foregoing rate}. 00264 1 In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 In the Matter of Approval of Joint Exercise of Powers Agreement with the City of Martinez. (Work Order 4655) IT IS BY THE BOARD ORDERED that a Joint Exercise of Powers Agreement with the City of Martinez providing for the erection, maintenance, and repair of street signs with said city is APPROVED and that the Chairman is AUTHORIZED to execute said agreement on behalf of the County. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: City of Martinez c/oPublic Works Supervisor: Public Works Department affixed this 6th day of January 19 L6 County Auditor J. R. OLSSON, Clerk By Deputy Clerk H. In sham r?r H 24 alIs IOU JOINT EXERCISE OF POWERS AGREEMENT IMAINTER.MCE AND REPAIR OF SIGNS A. PARTIES AND DATE Effective on January 6, 1976 the County of Contra Costa a political subdivision of the State of California hereinafter referred to as County and the City of Martinez a municipal corporation, hereinafter referred to as City mutually agree and promise as foliot.s: B. PURPOSE City does not have personnel or equipment to erect, repair, or maintain its street name and other 'street signs within its incorporated area and desires County to perform this work. C. DEFINITION Maintenance and repair of signs shall include the erection, replacement, re-erection or other work necessary requested by City on,street nam_, regulatory, warning, and guide signs within the road or street right of way. D. FINANCING City shall be charged with actual costs of work requested plus incidental costs and appropriate overhead as determined by the County. E. LIABILITY Nothing in this Agreement is intended to affect the legal liability or either party by imposing any standard of care respecting work performed hereunder different from the standard of care imposed by law. The City shall fully defend, hold harmless, and indemnify the County, its officers, acents, and employees against any and all claims, demands, daraces, costs, expenses or liability costs arising out of or in connection with any Marl: =erfor:ed under this Agreement, except for liability arising out o: the sole neclicence of the County, its officers, agents, or employees. The County shall fully defend, hold harmless, and indemctify the City, its Gff.cers, scents, and erployees against any and all claims, detrends, da.r:ces, costs, >.perses or liability casts arising out of the sole negligence of the County, its offccers, agents, or employees. F. TES. Or AGREEMENT This ASre_:ent is effective from date stated in paragraph A through June 30, 10*76 and unless tern-mated as provided below, it shall be automatically rene:.ed for su,tessi ve one year per;cds thereafter. Mcroti►mea with board order -1- 002u5 R .,. G. TERMINATION This Agreement may be terminated at the end of any fiscal year by one party's giving written notice to the other before June 1 of that year. The parties, by the Chairman of the Board of Supervisors and the Mayor, each duly hereunto authorized, have executed this Agreement on the date first written above. CONTRA COSTA COUNTY CITY OF MARTINEZ s _ Warren N. Boggess, Ch r, M or Board of Supervisors ATTEST: ATTEST: J. R. OLSSON, COUNTY CLERK By By Deputy City Clerk Recommended for approval Victor Sauer, Public Work Director i3y ternari L. C.i ine Chief Deputy Public Works Director -ORM APPROVED FORM APPROVED :^viii; $. C -'+L'S=�, COUNTY COUNSEL By, Deputy ity Attorney -2- OV67 I RESOLUTION NO. 180-75 WHE;M-%S, there has been presented to the City Council a • recommendation that the City of Rarttnez enter into a Joint Exercise of Powers Agreement with the County of Contra Costa for maintenance and repair of s t-,ns in the City; and WHEREAS. after considering said recommendation, the City Council deers it in the best interest of the City to enter into said Agreement. nOW, THEREFORE. EE IT RESOLVED by the City Council of the City of fartinez that the Mayor be and he is hereby authorized to execute the Joint Exercise of Pavers Agreement with the County of Contra Costa for maintenance and repair of signs within the City of M.artirez. I HEREBY CERTIFY that the foregoing is a true and correct copy of a resolution duly adoptec by the City Council of the City of Martinez at a renular metinc of said Council held on the 18th day of December, 1975, by zine followino vote: :,:ES: Council-,,Nm - F.?"-E. 1.rNCE, &ADI E. SPARACIM0. THELEH 'IDES: Councilren - NONE ABSE::T: Ceuncilren - 1100E ABSTAIri: Councilmen - :1GIM C y Clerk of Kar,,t1-,-.e—zTCa1TfoV6- 002 � Y� is IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WAT&R CONSMVATION DISTRICT In the chatter of Approving ) January 6 , 19 76 and Authorizing Payment for ) Property Acquisition(s) . ) IT IS BY THE BOARD ORDERED that the follocring settlement(s) and Right of Way Contract(s) are APPROVED and the Public Works Director is AUTHORIZED to execute said contract on behalf of the District: Contract Payee and Reference Grantor Date Escro.r Number Amount LINES E & E-1 , Antioch Building DQcember 30, Title Insurance $10205 Brentwood area, Materials Company 1975 and Trust Company (Work Order 8514) Escrow No. CD-236680 LINES E & E-1 , Joseph M. and December 30, Title Insurance $1 ,900 Brentwood area, Maria G. Novero 1975 and Trust Company (Work Order 8514) Escrow'No. CD-240912 The County Auditor-Controller is AUTHORIZED to draw warrant(s) in the amount(s) specified to be delivered to the County Supervising Real Property Agent. The County Clerk is DIRECTED to accept deed(s) from above-named- grantor(s) for the County of Contra Costa. The foregoing order was passed January 6, 1976 I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 6th day of January , 19__76 . cc: Public Works Director County Auditor-Controller J. R. OLSSON, CLERK County Administrator By Constance J. Davies Deputy Clerk 0®269 Form #20.1 75-10-200 Form #20.4 �? _1 -200 I IN THE BOARD OF SUPERIMORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA January 6 , 19 76 In the Matter of Approving ) Jan - and Authorizing Payment for ) Property Acquisition(s) . } IT IS BY THE BOARD ORDERED that the following Supplemental Right . of Way Contract(s) is APPROVED and the Public 1:orks Director is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount SANS CRAINTE Roscoe 0. December 29, Grantors $60 DRAINAGE AREA, Sellers and 1975 Walnut Creek area, Barbara Sellers (Work Order 8505) (for loss of tree in connection with County.drainage project) k ' The County Auditor-Controller is AUTHORIZED to draw warrant(s) in the amount(s) specified to be delivered to the County Supervising Zeal Property Agent. The County Clerk is DIRECTED to accept deed(s) from above-named grantor(s) for the County of Contra Costa. The foregoing order was passed January 6, 1976 . I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 6th day of January 19 .7, 6 . cc: Public :.orks Director County Auditor-Controller J. R. OLSSON, CLERK County Administrator By �V ' Constance J. Davies Deputy Clerk 002 Form X20.4 tT IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving ) January 6 : 19 76 and Authorizing; Payment for Property Acquisition(s) . IT IS BY THE DOARD 'ORDERED that the following settlement(s) and Right of Way Contract(s) is APPROVED and the Public borks Director is AUTHORIZED to execute said contract on behalf of the County: Contract Payee and Reference Grantor Date Escrow Number Amount ALCOSTA BOULEVARD Frederick E. December 1, Title Insurance $5,000 San Ramon area, Anderson, Jr. , 1975 and Trust Company, Assessment Dis- et ux Escrow No. CD-239421 trict 1973-3 Road No. 5302 The County Auditor-Controller is AUTHORIZED to draw warrant(s) in the amount(s) specified to be delivered to the County Supervising Real Property Agent, said sum to be paid from Assessment District 1973-3 funds. The County Clerk is DIRECTED to accept deed(s) from above-named grantor(s) for the County of Contra Costa. The foregoing order was passed January 6, 1976 I HEREBY CERTIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 6th day of January , 1976 cc: Public Works Director County Auditor-Controller J. R. OLSSON, CLERK County Administrator By P N. In sham, Deputy C er Form 20.4 004 11 75-10-?00 Foran Il!'20.4 75-1.0-200 In the Board of Supervisors of Contra Costa County, State of California January 6 0, 19 ?6L- In the Matter of Authorizing Maintenance Work, Pine Creek, Concord Area, Flood Control Zone 3B. (Work Order 8078) As ex officio the Board of Supervisors of tho 'Contra Costa County Flood Control and Water Conservation District, IT IS ORDERED that the Public Works Director is AUTHORIZED to arrange for certain maintenance work consisting of erosion repair on the bank of Pine Creek under the Lodge Drive Bridge, Concord area, said work to be done by a combination of Count g forces and hired equipment at an estimated cost of $3,000; and The Board concurring with the County Planning Department that this project is categorically exempt from the provisions of the Environmental Quality Act of 1970 as a Class I, County Environ- mental Impact Report Guidelines project, the Director of Planning is instructed to prepare and file with the County Clerk a notice of determination concerning the approval of this project. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing h a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid c c': Public Works Director t or Wit ness my hand and the Seal of the Board of " Supervisor Flood Control County Auditor-Controller affixed this 6th day of Tanuary . 19 _y_Fj County Administrator J. R. OLSSON, Clerk Director of P?anning , -1. Deputy Clerk Constance J." Davies H 2,6 3/73 IOM 0 272 In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 In the Matter of Committees of the Board of Supervisors for the Calendar Year 1976. IT IS BY THE BOARD ORDERED that the following committees of the Board of Supervisors are appointed for the calendar year 1976, as recommended by Chairman J. P. Kenny: COMMITTEE SUPERVISORS Administration and Finance (This committee will so perform W. N. Boggess, Chairman the functions previously assigned J. E. Moriarty, Member to the Intergovernmental Relations Committee. Government Operations This committee wi also perform A. N. Dias, Chairman the functions previously assigned E. A. Linscheid, Member to the Human Resources Committee.) IT IS BY THE .BOARD FURTHER ORD.'RED that its Chairman shall substitute for committee members as required. IT IS FURTHER ORDERED that the full Board shall serve as a committee of the whole on County Government Organization, said committee to meet at least quarterly in public session on a county service. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: County Departments Witness my hand and the Seal of the Board of Supervisors affixed this 61-h day of January . 19 76 J. R. OLSSON, Clerk By✓ Deputy Clerk Maxine 14. N.eu_Ad H 24 8/75 IOM 00273 H 24 8/75 lOM m.. f� I . In the Board of Supervisors of Contra Costa County, State of California January 6 1976 In the Matter of Reorganization of the Board. This being the time fined for reorganization of the Board of Supervisors, Supervisor V. N. Boggess requested Mr: J. R. Olsson, County Clerk, to serve as Chairman pro tem; and Mr. Olsson announced that he would accept nominations for the Chairman of the Board for 1976. Supervisor A. M. Dias nominated Supervisor J. P. Benny. The nomination aas seconded by Supervisor J. E. Moriarty. There being no further nominations, Supervisor Moriarty moved the nominations be closed and a unanimous ballot be cast declaring Supervisor Benny Chairman of the Board of Supervisors for 1976. The motion was seconded by Supervisor Dias and passed unanimously. Thereupon Mr. Olsson declared Supervisor Kenny elected Chairman of the Board for 1976 and administered the oath of office. Supervisor Kenny then called the reorganized Board to order with the following members present: HONORABLE J. P. E32MY, CH9IRi4AN PRESIDING: SUPERVISORS A. M. DIAS, J. E. MORIARTY, W. N. BOGGESS, E. A. LINSCHID. ABSENT: NONE. PRESENT: J. R. OLSSON, C= Chairman Benny then announced he would accept nominations for Vice Chairman for the ensuing year. Supervisor Dias nominated Supervisor E. A. Linscheid. Supervisor Iioriarty seconded the nomination; thereupon nominations were closed and a unanimous ballot was cast declaring Supervisor Linscheid Vice Chairman of the Board of Supervisors for 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand,and the Seal of the Board of cc: County Administrator Supervisors affixed this 6th day of January 19 76 By a .) J. R. OLSSON, Clerk rDeputy Clerk H 24 12/74 - 15-M A. Jos'enh .1 00274 In the Board of Supervisors of Contra Costa County, State of California January 6 .19 76 In the Matter of Comprehensive Employment and Training Act. The Board having received a letter from the Secretary. of Labor, U.S. Department of Labor, transmitting a copy of "Comp- rehensive Employment and Training Act--Review and Oversight" and inviting comments thereon prior to January 15, 1976'; IT IS BY THE BOARD ORDERED that the aforesaid document is REPERRrD to the County Administrator, Director, Human Resources Agency, and Director of Personnel. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors an the date aforesaid. Witness my hand and the Seal of the Board of Supervisors cc: Director, Human Resources affixed this 6th day of January,___, 1976 Agency J. R. OLSSON, Clerk Director of Personnel By ( azy Deputy Clerk County Administrator Bonn;a Boaz H:. ens 10,A 00275 S hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of SuperAsors on the date aforesaid. Whoass my hand and the Seal of the Board of Supervisors of fixed this 6th day of Sams ry 197 cc : Director, i;uman Resources i. R. DISSON, Clerk ASency Deputy Clerk Director of Pers3r.^e1 By County Administrator Bonn'e Boaz 00415 M 24L MS 10#A ' 1 f " U_S. DEPARTMENT 4F LABOR 4 OFFICE OF THE SECRETARY WASHINGTON RECEIVED December 19, 1975 DEC 2 4 1975 Mr. Marren N. Boaaess J. P_ oc=� Chairman, Board of Sunervisors C= aoAW or SUPERVISOM 651 Pine StreetA Co. o Martinez, California 94553 " Dear ?4x. Boarzess: The Comprehensive. Employment and Training Act (CETA) of 1973, as amended, was signed into law some two years ago, on December 28, 1973. The enactment of CETA represents ? the culmination of over a decade's experience in manpower ' programs. It constitutes a determination to provide f greater flexibility for manpower programs at the local level. It is a form of Federal-local partnership. While maintaining a focus on key national objectives, this move toward greater decentralization of the planning and delivery of manpower services is an important first step towards a more comprehensive manpower system. Such f , a system can do much as an adjunct to the broader and, properly, more extensive manpower activities of the pri- vate sector. Active involvement of interested and } affected parties at the local level will increase our capacity. to be responsive to specific demands for manpower services. Because of the importance of CETA to manpower policy in this country, I have been particularly interested in festering a general review and discussion of the successes, problems and issues in the program, apart from legislative proposals for changes. As part of our effort to review �'• CETA's operations and raise the important policy issues for the future, I have asked the Employment and Training Administration to prepare the enclosed document, "The Comprehensive Employment and Tra;.ning Act: Review and Oversight. " Part I of this paper outlines the results of the first year of C=A's operation. Part II specifies some of the major policy questions that all of us face as we try to improve and perfect CETA's performance and usefulness as a labor market tool. A frank and open { discussion of program performance under CETA and an exchange of views on these issues may be expected to lead ����y,�,•� G"� �.. .�•enc.r.�.... � (over) # 0027 . MiuofiEmed with board order z E 2 - to an improved awareness of those things that might be done now and of those matters on which we need more experience. Such a review can be helpful to those of us in the Labor Department as well as to local, State and county prime sponsors. It should also be of value to management, labor, educational and community.groups as they relate more and more to CETA. I hope that this document will be helpful in providing perspective on your efforts of the past year, and that - it will stimulate productive discussion on the performance and proper role of CETA as it evolves. Please send me any comments and suggestions you might have on the enclosed as well as any additional views. I would particularly appreciate any comments by January 15, 1976. Best wishes for the holiday season. Sincerely, Ocret ; of or Enclosure 1 00277 _ In the Board of Supervisors of Contra Costa County, State of Califomia 1 OoZ7 in the Board of Supervisors of Contra Costa County, State of California January 6 i9 76 In the Matter of Request for Park Dedication Trust Funds. The Board having received a December 17t 1975 letter from Mr. William Penn Nott, Jr., Director/Consultants Moraga Park and Recreation Authority, requesting that $31,250 in Park Dedication - Trust Funds be allocated to the Authority for the construction of a classroom building; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Park and Recreation Facilities Advisory Committee. PASSED by the Board on January 6, 1976• I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of ccs Noraga Park and Recreation Supervisors Authority affixed this 6th day of January . 19 76 Town of Noraga J. R. OLSSON, Clerk Public Works Director �-- t Attut Nr. J. Fears BY '�� .-�':!} ' zz- 'Deputy Clerk Director of Plannixtg Rondaljohn Shackles County Counsel County Auditor-Controller County Administrator Park and Recreation Facilities Advisory Committee H 24 8(7s IOM 002"18 In the Board of Supervisors of Contra Costa County, State of California an,"%%= 6 , 19 In the Matter of Consideration for Appointment to the Napa State Hospital Advisory Board Supervisor W. X. Boggess having called attention to a December 30, 1975 letter from Shirley D. Finnegan, Ph. D., re— questing that she be considered for appointment to the Napa State Hospital Advisory Board, and having recommended that the matter be referred to the 1976 Human Resources Committee and the County Administrator; IT IS BY THE BOARD ORDERED that the aforesaid recommen— dation is APPROVED. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Committee Members Supervisors County Administrator affixed this 6th day of jaUUarg , 19 ?fL Director, Human Resources J. R. OLSSON, Clerk Agency 8y . Deputy Clerk Jean D. Miller H 24 895 10M 00279 r. H:3 8/10 luM V IN THE BOARD OH SUPE.3JISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approving Recommendations of Board January 6, 1476 Administration and Finance Committee. The Board heretofore having made certain referrals to its 1975 Administration and Finance Committee (Supervisors E. A. Linscheid and J. P. Kenny); and Said com-mittee having reported and recommended as follows with respect to said referrals: Referral Date Item Reco-. endation 2-11-;'5 Provosed merger of County Request County Admin- Building Inspection istrator to furnish Deoartment .i}h Public further recora-endation :';orks Department. taking into account current circumstances. 3- 4-75 Consideration of the Approve program in Nurse Practitioner principle and request Training Pro;-rmn to be Human Resources Director conducted by County and County Administrator Medical Services and to submit implementing, University of procedural aspects to, California, Davis. Hoard as required. Remove as Committee referral. 3-31-75 Proposed by?a::s for Approve bylaws of the Manpower Planning Council Manpoc:er Advisory of Contra Costa County Council endorsed by and request of Filiaino said council on Comlmun�ty Services i or De em ber 15, 1975. inedbershin thereon. Remove as Committee referrals. 5-27-75 Proposed allocation-of Request Public ''larks a3,C00 for Carquinez Director and County Scenic Drive roadside Administ-Z•ator to review rest. policy and overall financi^1. implications of roadside rest program and sub::iit recomm;ndation in proposed budget for 1976-1377 fiscal year. 10- 7-75 P~a='losed est=ib;i•-i*,r:ent of Carry over as 1976 m Co^• ittee referral. local transit a}ste inri- T 4� is u: :;Zn,:- b-., the Count- (':=s, Contra Mosta vounty ..thorny). ?1--12-?5 3e ua t o= Cintra Corea Requyst Human Resources lcoholism Advisory Director and Counts: Bcar: for ar-:_nistratOr to analyze q.. ' 0 :-,•j% „� "�'% s�@_T'— f a scat i—mKati ons, of 1Q'.:!`-' .�.. ? �'S_.��^� �ti .'rOoozal and oari an,! c rc :aciliR iez Boz icy raco»P.:enda ion. in .for w 4`:_. k 's ; _sable:; nro-"Ozed budget for 1076- and 976- and dru7 977 f Heal year. 00250 t I Referral Date item Recommendation 10-27-75 Proposed ordinance Carry over as 1976 6- 3-75 pertaining to assessment Committee referrals for of property damaged or consideration for destroyed due to mis- implementation if fortune or calamity and appropriate changes are request from Phillips made in State legislation. Petroleum Company that such an ordinance be adopted. 12-16-75 Request of Superintendent Arrangements are being of Mt. Diablo Unified made to continue use of , School District that CBTA personnel to provide adequate legal services more intensive services be provided by County to schools. Remove as Counsel. Committee referral. The Board having considered said committee report and determined the recormendations to be appropriate; V0119 THEREFORE, IT IS BY THE BOARD ORDERED that the aforesaid recommendations or its Administration and Finance Committee are APPROVED. The foregoing order was passed on January 61 1976. I HEREBY CMWIFY that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: 1975 Administration and Witness my hand and the Seal of Finance Committee the Board of Supervisors affixed (Supervisors E. A. this 6th day of January, 1976. Lirscheid and J. P. Kenny) Counts= Administrator, J. R. OLSSON, CLERK Acting County Buildi-%- Inspector Public Corks Director County Counsel B Director, Human. Resources ; on a ynn c_ es Agency De putt- Clerk Chief, V:edical Adninistrative Services IMs. Blyl er, Chairman, Idestern Contra Costa County Transit Authority 19,76 Administrative and Finance Committee (Supervisors 11. BovZess and J. E. Moriarty) Is. rthlzr. La Rant c/o H pian Resources Agency Mr. R. y. Hooper County Assessor Count- Tax Collector County puri i tor-'ontro?ler t"r. J. ;i. -.or?ev Assessment Appeals Board i..r. James L. .:err;he:' 002 1 t$ v s In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 76 In the Matter of County Position on Food Stamp Program. The Board on September 10, 1975 having referred to the County Administrator a letter from Mr. Paul Windrem, Walnut Creek, suggesting that the Board support the position of the Plumas County Board of Supervisors with respect to food stamp programs; and The Board on September 29, 1975 having referred to the County Administrator a resolution adopted by the Mono County Board of Supervisors expressing opposition to the Food and Nutritional Service "Outreach Program" as outlined in State Directive 732-6; and Mr. A. G. Will, County Administrator, having submitted a memorandum dated December 26, 1975 recommending that the County comply with recent State and Federal regulations requiring an increased Food Stamp outreach effort inasmuch as its present program will permit compliance with a minimal amount or effort and expense; IT IS BY THE BOARD ORDERED that receipt or said memorandum is ACKNOWLEDGED. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Director, Human Resources Supervisors Agency wed this 6th day of January 19 71L- County Counsel County Administrator J. R. OLSSON, Clerk By Deputy Clerk 'y Craig M 24 8/75 IOM , `,� V1OFFICE OF COUNTY ADMINISTRATOR RECEIVED CONTRA COSTA COUNTY ; C Z 1975 Administration Building Martinez, California J. R. amoV CLERK BOA-"D 0;: SUKRVISOZ S!A CO. TO oard of Supervisor " D°te: December 26, 2975 -` -°" Fr°!Arthur G. Wi 1, SuhieO: County Position on County Administrator Food Stamp Program . By Board order dated September 10, 1975, your Board referred to me for review and report a letter received from Mr. Paul S. Windrem urging the Contra Costa County Board of Supervisors to support the position of the Plumas County Board of Supervisors regarding the Food Stamp Program. On September 29, 1975 your Board also referred to me for review and report a resolution adopted by the Mono County Board of Supervisors expressing opposition to the "outreach program" in connection . with the Food Stamp Program. The County Welfare Director has written a response to Mr. Windrem .indicating that legislative action at the State and Federal levels is necessary to relieve County Government of many burdensome administrative problems in administering the Food Stamp Program. I recommend that our County comply with recent State and Federal regulations requiring an increased Food Stamp Program outreach effort for the reasons set forth below: Increased Food Stamp Program outreach efforts are being mandated because program benefits are either underpublicized or are not fully accessible in many localities throughout the United States. The new requirements will not be difficult to meet by any County which has been making some effort to insure availability of the Food Stamp Program to persons and families with low incomes. Our County has had a modest outreach program for about ten years; as a matter of fact, in a 1973 Congressional Report our County was rated Number 2 in the United States for the effectiveness of its Food Stamp Program outreach efforts. Therefore, Contra Costa County will be able to comply with the new outreach requirements without too much additional effort or expense. A few California Counties, such as Mono and Plumas, have expended little or no previous effort { in outreach activities; and they will have more difficulty in meeting the new requirements. The program set forth above will not be affected by the recently approved social services reductions. G£B:jv l cc: C. L. Van Marter Microfilmed with Eocrd oraef In the Board of Supervisors of Contra Costa County, State of California to meet by any 4-ulul -y _ i,-L_. program to insure availabilYG,._,�� ., •- ity of the Food Stamp has had a modest families with low incomes. Our ears; as a matter of fact, in outreach program for about ten Y was rated Number 2 in a 1973 Congressional Report our County program will be able the United States for the re, Contraecosta County of its Food Stamp ch outreach efforts. Therefo to comply with the new outreach A equirements few Californiatcounties,too msuc additional effort or expense. little or no previous effort as mono and Plumas, have expendwill have more difficulty in in outreach activities; and they meeting the new requirements. The program set forth above will not be affected by the recently approved social services reductions. ! G£B:jv cc: C. L. van Harter ) naofilMa with board oraei �3 In the Board of Supervisors of Contra Costa County, State of California January 6 , 1976 In the Matter of Comments from Citizens for Community Involvement with Respect to New Detention Facility. The Board having received a December 29 , 1975 letter from Mr. William H. Wainwright, Chairman, Citizens for Community Involvement, advocating that the county promptly pursue develop- ment of a new jail facility at a cost not to exceed $15 to $18 million, at a different location and based on a design meeting national guidelines ; and It having been noted that discussion of detention facility construction alternatives is fixed for January 20, 1976 at 3:00 p.m. ; IT IS BY THE BOARD ORDERED that receipt of the afore- said letter is ACKNOWLEDGED. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing is a true and corned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. c c: Mr. W. H. Wainwright Witness� my hand and the Seal of the Board of County Sheriff-Coroner Supervisors County Counsel affixed this 6th day of January 19 76 County Administrator J. R. OLSSON, Clerk By. 4114��� rt�, r_ Deputy Clerk Robbie Gotterre g i H 24 s/75 IOM 00%84 7 V e�vV �j .. . 5-111111111111F _ CW RECa VED - . - - non 3 J n 75 P.O. Box 727 Martinez, California J. z 0MON a=U 50;J0 �cA M'� December 29, 1975 Contra Costa County . Board of Supervisors Martinez, California Gentlemen: The time is ripe for a responsible turning on the jail issue. With the seats of three of your members up for election in June and well over 25,000 registered voters in the County expressing themselves in opposition to your longstanding Jail Plark, the Board of Supervisors has sufficient cause to abandon the disappointing past and turn toward a careful and enlightened plan for a new Contra Costa County Detention Facility. The first step is to select a site more appropriate to such a facility than the downtown residential block in Martinez. That site, by its limited dimensions, requires a structure of such height that it not only violates the prescriptions of the City of Martinez General Plan, but it imposes a strenous burden on the County taxpayers called upon to foot the bill for the special deep foundations necessary to raise a 100 foot structure on old swamp fill. Alternate sites abound within the County - and even within Martinez City Limits - which would be inexpensive to acquire and would have the added advantage of allowing for the construction of a lower standing building inherently cheaper in cost than the multi-storied design proposed for the present site. The second step is to seek the advice of jail design experts nationwide - and especially those whose standards the Countywide petition requires the Supervisors to observe - and come to a quick understanding of just what features a new holding facility for the County should incorporate to observe national guidelines. The third step is to invite open bidding among architects - soliciting especially bids from firms which have had demonstrated success in the design and construction of jails such as the one we need to build. These bids would necessarily have to conform with the guidelines mentioned above and - more immediately important - would need to fit the County's budget for a new jail. In this regard, construction would have to be feasible in a relatively short period to minimize the f=ous inflation factor. A total cost of no more than $15 to $13 million at today's prices should be considered. The considerable expense 17 Continued hiicrcli`ned %vir% board order ' rs -2- of the present tea Year-old jail plan and many of the headaches and disappointments experienced over the Years by the by the Sheriff and yourselves derive from the factpublic that ats well the ias s the Board did not open the jail project to competitive bidding byet experienced jail architects. require t+ -1 �j and come to a quicr rationwrde - - for the petition req �he Supervisors to observe facility understanding of just what features a new holding facility County should incorporate to observe national guidelines* is t° invite open bidding among architects The third step - • i especially bids from firms which h as theonewe soliciting and construction of jails success in the design suc need to build. guidelines These bids would necessarily have to conform with the g - more immediately important - would need to fit mentioned above and In this regard, construction the County's budget for a new ]ail. period to minimize the would have to be feasible in a relatively short cost of n $15 to f ous inflation factor. A total e �n ide able expense million at today's prices should be considered. Continued/ 002�5 1 •�. �6"'^�-�� ,e _ Niitrc�i':rned %vit',i Gourd order . r . ± l of the present ten year-old jail plan and many of the headaches and disappointments experienced over the years by the public as well as by the Sheriff and yourselves derive from the fact that at the outset the Board did not open the jail project to competitive bidding by experienced jail architects. The fourth step would be to entertain construction bids for the selected design. The steps above should take no more than 6 to 8 months, with a completed jail meeting national guidelines, serving the present needs of the County, and matching taxpayers' resources completed and ready for use at the latest by the time of the following Supervisoral election in 1978. A good part of the delay experienced over the past years in implementing a jail plan has derived from your misstep in not opening the planning process to the people of the County and not taking real heed to their views and needs, and in not awarding the architectural contract to a firm with any experience in jail design. The result has been to antagonize the taxpayers and voters of the County and to promote a plan far out of line with both acceptable jail design criteria as well as appropriate costs. These factors together have coalesced a broad cross-section of your constituents into objection to your lead on the most costly undertaking of County government in the history of Contra Costa. Your rejection of this flawed past and your turning to a new dawn of good sense and good government will be welcomed. Yours truly, r i William H. Wainwrigh Chairman Citizens for Community Involvement a j i i i 00b6 In the Board of Supervisors of Contra Costa County, State of California January 6 , 19 Z6 In the Matter of Appointments to the Board of Directors of the Castle Roca: County Mater District. Supervisor J. E. Moriarty having noted that three vacancies exist on .the Board of Directors of the Castle Rock County Water District-; Pursuant to Section 23520 of the California Election Laws, IT IS BY THE BOARD ORDERED that Mr. La Verne :yard, incumbent, is REAPPOINTED and Mr. Alfred T. . Cooper and Mr. Alfred G. Delgado, Jr. are APPOINTED as Directors of the Castle Rock County slater District for four-terms ending at noon on the last Friday in November, 1979. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of cc : Castle Rock County Super Water District Cotizty Auditor-Controlleraffixedthis 6th day of Januar-i 19 75 County Administrator �` J. R. OLSSON, Clerk By �JC.{J�2.11.CQJ Deputy Clerk Bonnie 3oaz H 24 8r5 IOU 002` 7 w I In the Board of Supervisors of Contra Costa County, State of California January 6 ; 19 76 In the Matter of Appointment of Law Library Trustees, Contra Costa County Law Library. The teras of office of Mr. A. F. Bray, Jr. , .and �1 ., James R. Trembath as trustees of the Contra Costa County Law Library having expired, Mr. Trembath having served as trustee in lieu of the Board ' Chairman in 1975; and Supervisor J. P. Kenny, the Chairman of the Board for 1976, having requested that Mr. :rilliam J. Kretzmer, Attorney, be appointed to serve as trustee in his place, pursuant to Section 6302 of the Business & Professions Code; and IT IS BY THE BOARD ORDERED that the request of Supervisor Denny is APPROVED and fAx. William J. Kretzmer, a member of the bar of the County of Contra Costa, is APPOINTED as a Trustee of the Contra Costa County Law Library for a term ending in 1977 upon selec- tion of the Chairman of the Board of Suoervisors. IT IS BY THE BOARD FURTHER ORDERED that fir. A. F. Bray, Jr. , a member of the bar of the County of Contra Costa, is REAPPOINTED as a Trustee of the Contra Costa County Law Library for a term ending with the first meeting of the Board of Supervisors in January, 1977. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc : Law Library Secretary Supervisors County Auditor-Controller Coui�y; Administrator this Stn day of Januar. 1976 J. R. OLSSON, Clerk By.L&XI.0,J Deputy Clerk Bonnie Boaz J 002 $ In the Board of Supervisors of Contra Costa County, State of California January 6 , 1976 In the Matter of Appointment to the Environnental `tanagement Task Force of the Association of Bay Area Governments. Supervisor W. N. Boagess having indicated to the Board that it appears that the functions of the San Francisco Bay Area Air Quality Maintenance Plan (AOMP) Policy Task Force, formed by the California Air Resources Board, may be assigned to the Environmental *ianagement Task Force which was established by the Executive Board, Association of Bay Area Govern^ients (ABAG) , in November 1975; and Supervisor Boggess havina recommended that Supervisor J. E. Moriarty who is currently revresenting this Board on the AnMP Policy Task Force be appointed to ABAG's Environmental Management Task Force; IT IS BY THE BOARD ORDERED that the aforesaid recommen- dation is APPROVED. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing is a true and correct copy of on order entered on the minutes of said Board of Supervisors on the dote oforesaid Witness my hand and the Seal of the Board of cc: Supervisor J. E. *4oriarty Supervisors Association of Bav Area affixed this 6th day of January 19 76 Governments (AEAG) _ J. R. OLSSON, Clerk Countv Health Officer ` Environmental Health Deputy Clerk Division l`Jean L. `4illL&r Public Uorks Director Environmental Control Director of Planning Countv Administrator Public Information officer H 24 8175 10M 00289 In the Board of Supervisors of Contra Costa County, State of California January 6 . 19 76 In the Matter of Protest Regarding Implementation of Programs Funded by the Cotmnn nit Service Administration (0EO). The Board having received a December 23, 1975 letter from Xs. Edea Vega, Chairperson, East County Area Council, protesting actions to the County Office of Economic Opportunity with respect to implementation of programs funded under provisions of the Community Service Administration= IT IS ORDERED that the Economic Opportunity Program Director submit, on behalf of the Economic Opportunity Council, a report citing the circumstances in dispute, said report then to be referred to the appropriate Board committee for its review and recommendation. PASSED by the Hoard on January 6, 1976 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cct East County Area Council Witness my hand and the Seal of the Board of Director, Office of Supervisors Economic Opportunity affixed this 6th day of December . 19 76 County Administrator J. R. OLSSON, Clerk S � UAJDeputy Clerk Rondalynn Shackle H,24 ens 10M 0029 a I In the Board of Supervisors of Contra Costa County, State of California January 6 , 1976 In the Matter of Legal Defense. IT IS BY THE BOARD ORDERED that the County provide legal defense for the following individuals in the court actions indicated, reserving all of the rights of the County in accordance with provi- sions of California Government Code Sections 825 and 995: NAME AND DEPARTMENT COURT AND ACTION NUMBER Mr. Leonard V. Rose Superior Court No. 156006 Public Works Maintenance Craig Denton Reali Supervisor Cross Complainant Mr. Ernest Rodrigues Superior Court No. 142941 Deputy Sheriff Robert Dale Hartford Plaintiff Mr. John W. McTigue and U. S. District Court Mr. James C. Nelson Central District Deputy District Attorneys No. CV75-4252-RF(K) Joseph M. Remiro and Russell J. Little Plaintiffs PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing Is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid Witness my hand and the Seal of the Board of cc: Public Works Director Supervisors Mr. Leonard V. Rose affixed this- 6th day of JanuarY 19 76 County Sheriff-CoronerJ. R. OLSSON, Clerk A'sr_ west Rodrigues District Attorney By Deputy Clerk Mr. John W. McTigue Jean L. Miller ?sir. James C. Nelson County Counsel H 24 8"S IOM 00' 291 In the Board of Supervisors of Contra Costa County, State of California January 6 , 1976 In the Matter of Completion of Private Improvements in Minor Subdivision 51-73, Walnut Creek Area. The Acting County Building Inspector having notified this Board of the completion of private improvements in Minor Subdivision 51-73, Walnut Creek area, as provided in the agreement with Crowell Construction Company, 149 Castle Court, Lafayette, Ca 94549, approved by this Board on September 10, 1974; IT IS BY THIS BOARD ORDERED that the private improvements in said minor subdivision are hereby ACCEPTED as complete. . IT IS BY THE BOARD FURTHER ORDERED that the Building Inspection Department is AUTHORIZED to refund the cash deposit of $4,100.00 (Receipt No. 106866 dated August 22, 1974) deposited as security for the above agreement. PASSED by the Board on January 6, 1976. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Applicant Supervisors Building Inspection Grading Section affixed this 6th day of January i9 76 _1 J. R. OLSSON, Clerk Boe-l"^ Deputy Clerk Jean L. Miller (p) H24 W5 10A 00292 In the Board of Supervisors of Contra Costa County, State of California January 6 , 192, In the Matter of Application (as amended) for Leave to Present a Late Claim for Damages. Ms. Mildred J. Dryden, 357 Glorietta Boulevard, Orinda, California, by and through her attorney, Mr. Louis M. Bernstein, 3676 Mt. Diablo Boulevard, Lafayette, California 94549, having filed with this Board on December 18, 1975 an application for leave to present a late claim for damages in the amount of approx- imately $100,000; IT IS BY THE BOARD ORDERED that the aforesaid application, as amended on December 23, 1975, is DENIED. PASSED by the Board on January 6, 2976. 1 hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Claimant Witness my hand and the Seal of the Board of Public Works Supervisors Attn: Mr. Broatch affixed this nth day of January 19 7E County Counsel County Administrator J. R. OLSSON, Clerk 8y // Deputy Clerk Maxine M. Neuf 61cY H 24 8/25 10tH 00293 H 24 8/75 lOA! APPLICATION TO FILE LATE CLAIM AGAINST PUBLIC ENTITY In the Matter of the Application for Permission to file Late Claim of I F I L E D MILDRED J. DRYDEN, Claimant CES 1Y. 1875 J. ac Dov CPOARU O; SUPEWIS02S VS. P )yam_L=L0110OSf CO. County of Contra Costa. 1. MILDRED J. DRYDEN hereby applies to the Board of Supervisors of the County of Contra Costa for leave to present a claim against said County of Contra Costa pursuant to Section 911.4 of the California Government Code. 2. The cause of action of MILDRED J. DRYDEN as set forth in her proposed claim attached hereto, occurred on January 8, 1975, a period within one year from the filing of this Application. 3. Claimant's reason for the delay in presenting her claim against the County of Contra Costa is as follows: On January 8, 1974, claimant fell in a depression on the road near her home at 357 Glorietta Boulevard, Orinda, California, suffering a fractured left foot. Thereafter, in October, 1974, as a result of an injury received in the fall, claimant underwent major surgery involving her liver and has also suffered a lung injury as a result of the fall. Claimant was unaware of the necessity of filing a claim against a public entity within one hundred days until on Microfilmed with board order 00294 k' 2 - or about October 29, 1975 she consulted Louis M. Bernstein, her attorney, in this matter. She was then advised of the requirement by said attorney, who undertook an investigation of the claim on behalf of claimant. Claimant had been unable to attend to her own personal legal matters prior to October 29, 1975 by reason of the fact that she had been caused to care for certain personal family members and had been dis- tracted by personal family problems of long standing and great intensity. Claimant's son, Daniel, age seven and one- half, is mentally retarded and had been suffering seizures. He had had the seizures every day of the week from November 1974 until April 9, 1975, when he underwent major surgery. He was hospitalized thirty-four days after the surgery and claimant had to spend all day with him and slept overnight at the hospital. He suffered a stroke on May 30, 1975 while in the hospital. Claimant's son and a grandson, age four months have taken all of her time up until the present and she has not had time to tend to her own personal legal busi- ness. She has had the full care of her son and grandson. Her son's hospitalization was at Stanford and she was not even able to be at home in Orinda where she resides while he was hospitalized. Claimant's family problems were further com- plicated and her attentions were further diverted from her personal legal problems by the fact that her husband lost his employment five days following their son's surgery on April 9, 1975. Claimant's husband is still unemployed. i i 002JJ R. 3 of th *f'i r r�mr�n;o0 Jlle 11aJ l.,JL 14..61 Lil. ' ness. She has had the full care of her son and grandson. Her son's hospitalization was at Stanford and she was not even able to be at home in Orinda where she resides while he was hospitalized. Claimant's family problems were further com- plicated and her attentions were further diverted from her personal legal problems by the fact that her husband lost his employment five days following their son's surger- on April 9, 1975. Claimant's husband is still unemployed. 0020- TRW- 3 020- 3 _ He was formerly emploved with one of the Kaiser companies. In summation, the various personal problems related to the above have prevented claimant from seeking legal advice and from protecting herself in connection with her claim against the County of Contra Costa until the present time. Dated: December 12, 1975 Louis M. Bernstein on eha of MILDRED J. DRYDEN, Claimant Receipt of the within claim is hereby acknowledged this /6?tiif/ day of December, 1975, by the Board of Supervisors of Contra Costa County. M MNE ft h� UrEtD i i . Y tit PROPOSED CLAIM (Government Code 910) To: Board of Supervisors, County of Contra Costa SEEM- A. Post office address of Claimant: MILDRED J. DRYDEN 3537 Glorietta Boulevard Orinda, CA 94563 B. The post office address to which the person presenting the claim desires notices to be sent: FISHER, BERNSTEIN & BARDE P. O. Box 534 Lafayette, CA 94549 C. On or about January 8, 1975, claimant was crossing Glorietta Boulevard in Orinda, California at or near number 357 Glorietta Boulevard, at about 9:00 o'clock P. M. Claimant stepped down into a hollow area of the roadway and fell. The roadway had been repaired by the County of Contra Costa, which had dug up the entire surface in the area where the hollow spot existed sometime prior to the described event. Because of the significant indentation, or hollow spot left in the road after the pavement was replaced by the County, the claimant requested of the County that it come out and fill the hole. Thereafter someone from the County responded and put some tar in the hole. However, because it did not fill the hole and left still a significant indentation, Claimant once again called the County. There was no response and, thereafter, the Claimant fell into the hole or hollow described. D. Claimant suffered a fracture of her left foot, bruise of the liver and lung. E. Claimant does not know the name or names of public employer or employees causing her injuries. F. Claimant does not know the true amount of her damages to date but feels they are well in excess of $100,000. Dated: December 15, 1975 FISH, BERNSTE;;- & BARDE By - Louis M. Bernsteint Attord`� ��,.� for Claimant l JJ x. r t.i! �Y; C/ 9676 e/L �CltQuc�raa►r� VJ.a1UlaliL UAA-- ,y. .111 - response and, thereafter, the Claimant fell into the hole or hollow described. D. Claimant suffered a fracture of her left foot, bruise of the liver and lung. £. Claimant does not know the name or names of public employer or employees causing her injuries. g. Claimant does not know the true amount of her damages to date but feels they are well in excess of $100,000. Dated: December 15, 1975 FIS , BERNSTE;X & BARDE By _ Louis M. Bernsteint Attor�j gj (�� for Claimant V` frJJ� it r -7.w�v�`i/�rxK.•r:.r ��k7"""`� �/f!S/.P81��?OOO December 22, 1975 . Clerk of the Board of Supervisors County of Contra Costa Courthouse Martinez, CA 94553 Re: Claim of Mildred J. Dryden Dear Sir: In connection with the above claim which was mailed to you on December 16, 1975 and received by you on December 18, 1975, the application to File Late Claim should be amended so that all references to dates, particularly in Paragraph A3, should be changed from 1974 to 1975. Very truly yours, Louis M. Bernstein LMB:dc FILED DEC_ 31975 wuC 3 .44 OF Sumfowllon -0023: * b t f In the Board of Supervisors of Contra Costa County, State of California January 6 19 36 In the Moller of Claim for Damages. Mr. Calvin Johnson, 2915 Chevy Way, San Pablo; California, by and through his attorney, Mr. John B. Hallbauer, 2554 Macdonald _ Avenue, Richmond, California -94804, having filed with this Board on Decowber 23, 1975 a claim for damages in the amount of $100,000.00. IT IS BY THE BOARD ORDMW that the aforesaid claim is DENIED. PASSED by the Board on January 6, 1976. 1 hereby certify that the foregoing is a true and corred copy of on order Won the Minutes of said Board of Supervisors on the date aforesaid. cc: Claimant Wtness my hand and the Seal of the Board of Public Works (3) Supervisors Attn: Mr. Broatch affixed this 6th day of January . 19 7-6— County Counsel J. R. OLSSON, Clerk County Administrator County Sheriff-Coroner `� f!G��.^� ' Deputy Clerk Y7 Joan L. Miller M 24 ens IoM 00299 ,' H 24 a/75 30" _ kE„%F F CLAIM AGAINST THE COUNTY OF CONTRA. COSTA 1 (Pursuant to Sec. 910, et seq., Gov. Code) Name, address, and phone number of claimant. Calvin Johnson 2915 Chevy Way San Pablo, California Name and address of person to whom any notices concerning claim should be sent. John B. Hallbauer Attorney at Law 2554 Macdonald Avenue Richmond, California 94804 Date and time when damage or injury occurred. October 22, 1975. Location of occurrence. 2900 block of Chevy Way, San Pablo, California. Circumstances of occurrence. Claimant was falsely arrested for Penal Code S 148 and Penal Code § 415_ Mr. Johnson, who lives at 2915 Chevy - Way, San Pablo, was accosted by the Sheriff's Department deputies with, to wit: Deputy Ward and Deputy Poarch. Said deputies grabbed claimant against Sheriff's Depart- ment car. Description of damage, loss or injury. Mr. Johnson suffers injuries to his neck and back and suffers from ea-treme headaches. Amount claimed at present including estimated amount of any prospective loss. $100,000.00. Dated JOHN B. AALLBAUER Attorney at Law F L E D 1975 1, 2. O.SAPf Q^11C �OA;io d: ACO.SOTS lrON1: i I $100,000.00. Dated JOHN B. BALLBAUER Attorney at Law SIL E D D E C,,?,? 1975 J. 2 OMCW can BaAz a su.fxnsoas QUIV i And the Board adjourns to meet on -` �x�.a.a�Lc 3 at :UD 19M , in the Board Chambers, oom 1071, faministration Building, Martinez, California. P. e , Ch i roan ATTEST: J. R. OLSSDIN, CLMM Deputy 00301 } SUMMARY OF PROCEEDINGS BEFORE THE BOARD OF SUPEP.YISOPS OF CONTRA COSTA COUNTY, JANUARY 6, 1976, PREPARED BY J. R. OLSSOUP COUNTY CLERK Al" EX OFFICIO CLERY. OF TRE BOARD. Approved minutes of proceedings for month of December. Declared following numbered ordinances duly published: 75-45 through 75-47, 75-49 through 75-51. Approved personnel actions for Public Works. . Approved appropriation adj ustrents for Planning± and Public :forks; and internal adjustrents not affectinC totals for District Attorney, Sheriff-Coroner and County Administrator. Authorized appointment of G. Cardiff to class of Home Health Aide I at fifth step. Authorized placement of Court ward at University round School; and special hoard rate for dependent children of the Court in the homes of J. and J. Faircloth and Sister "Tari• 'lartha. Authorized S. helfand, Assistant County Librarian, to attend did-Winter Conference of American Library Association in Chicago, Illinois, Jan. 17-22; and K. Holmes, Sheriff's Dent. . to attend FBI Academy Course in Quantico, Virginia, Jan. 25-30• Authorized Aud±Lor to initiate legal action against C. Dilley to recover :ponies. Authorized Building Inspector to dispose of certain records Issued in 1971. Denied claim for damages filed by C. Johnson; and amended application for leave to present late claim .filed by F. Dryden. Accepted as complete Irrrover.ents in NS 51-73, Walnut Creek area, and authorized refund of deposit in connection therewith. Authorized legal defense for L. Pose, Public Works Vairtenance Supervisor, and E. Rodriques, Deputv Sheriff, in connection with Superior Court actions; and J. McTigue and J. Nelson, Deputy District Attorneys, in connection with U. S. District Court Central District, action. Directed Economic Onnortunity Program Director to submit report citing circum- stances :n dispute with respect to implementation of programs funded under provisions of Community Service Administration. Appointed Supervisor Moriarty to Association of Day Area Governments Environmental Management Task Force. Appointed W. Kretzmer and A. Bray, Jr., as Trustees of Contra Costa County Law Library for terms ending, in January, 1977; and L. hard, A. Cooper and A. Delgado, Jr. , as Directors of Castle Rock County Water District for terms ending in November, 1979• Authorized payment in connection with property acquisition to: P. Anderson, Jr. , et ux, Alcosta Boulevard, San Tia.^on area, Assessment District 1973-3; and R. and B. Sellers, Sans Crainte Drainage Area, Walnut Creek area; and accepted deeds in connection thereti,ith. As ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, authorized payment to Antioch Building Materials Company and J. and M. Novero in connection with nropertq acquisition, Lines E ' E-1, Brentwood area, and accepted deeds in connection therewSth. Authorized Chairman to execute agreement with State Dept. of Food and Agriculture for Agricultural Commissioner's salary reinburser..ent; and Joint Exercise of Pourers Agreement with City of Martinez for erection, maintenance and repair of street signs. 003f2 . . w, January 6, 1976 Surmary, continued Page 2 Authorized Director, Human Resources Agency, to execute certain mental health services contracts for the tern. July 1, 1975 to June 30, 1976. Authorized partial payment of amount withheld from C. J. Sims Co., Inc. , in connection with weed abatement services for Contra Costa County Fire Protection District. Acknowledged receipt of letter from Citizens for Community Involvement with resrect to new Jail facility; and mer_orandum from County Administrator with respect to food stamp program. Authorized Public Works Director to execute the following agreements: Leptien-Cronin-Cooper, Inc., for preparation of final plans and specifications for proposed Arlington Avenue reconstruction project, Kensington area; Provenzano and Associates for landslide investigation on portion of Cummings Skyway, Crockett area; R. Grady and J. Nelson for inspection services In connection with storage addition to Edgar Childrens' Shelter, Martinez. As ex officio the Board of Supervisors of the Contra Costa County Flood Control and :Fater Conservation District, authorized Public 'Uorks Director to arrange for certain maintenance work on portion of bank of Pine Creek, Concord area. Authorized Public "'orks Director to execute Architectural Services Agreement with Earbach2no and Associates, Inc., for Bay View Park Recreation Center building, CSA T1-17, Richmond area. As recormended by Administration and F:rznce Committee (Supervisors Linscheid and Kenny): Requested Count. Administrator to furnish further recommendation on proposed merger of County Butldirr Inspection Dept. and Public Works Dept. ; Aprroved in principle Nurse Practitioner Training Program to be conducted by Medical Services and U. C. Davis, and requested Director, Human Resources Agency, and Count; Adrinlstrator to subrit inplenentinv procedural aspects as required; Approved bylaws of Mannower Advisory Council; Requested rublic Forks Director and County Administrator to review policy and overall financial implications of proposed Carquinez Scenic Drive roadside rest program.. ?rd sub.-It recommendation in proposed budget for TAY 1976-77; Carried over as 1976 committee referrals proposed establishment of local transit syster: interir funding; proposed ordinance pertaining to assessment of property damaged or destroyed due to misfortune or calamity and request from Phillips Petroleum Company that suc;: an ordinance be adopted; Requested Director, Human Resources Agency, and County Administrator to analyze fiscal irplications of request of Contra Costa County Alcoholism Advisory Board for reconsideration of 1975-7F budget determination with respect to board and care facilitic for individuals disabled by alcoholism and drug abuse and submit policy recommendation In rroposed budget for FY 197E-77; Removed as corrittee referral request of Superintendent of Mt. Diablo Unified School District that adequate legal services be provided by County Counsel. Adopted following numbered resolutions: 76/1 through 76/9, authorizing chances in the assessment roll; 76/10, authorizing cancellation of delinquent and additional penalties on 1975-76 unsecured assessment roll; 76/11 and 76/12, authorizing cancellation of tax liens on property acquired by public agencies; 76:/13, authorizing cancellation of uncollected penalty and interest on assessment reduced by Assessment Appeals Foard/Officer; 76/14 through 7F/21, rescinding Board's Resolution No. 75/1022 relating to transfer of tax lien to the unsecured roll; 7C/22, authorizing Chat.-man to execute Freeway Maintenance Agreement with respect to State Highway �. Anproved report of Ad»inistration and Finance Co_-nittee (Supervisors Linscheid and Kenny) with respect to policy on expense reimbursement to members of the Child Health and Disability Prevention Advisory Board. 00303 January 6, 1976 Summary. continued Page 3 Referred to: 1976 Hunan Resources Committee and County Administrator request of S. Finnecan, Ph.D., that she be considered for appointment to the'Yava State Hospital Advisory Board; 1976 Human Resources Committee recor=endations of Director, human Resources Agency, with respect to changes in County Alcoholism Prog•ar. which will be mandated by inplem:entation of SB 744; Park and Recreation Facilities Advisory Cor=ittee request of Moraga Park and Recreation Authority that Park Dedication Trust sounds be allocated for construction of a classroom building; County Administrator, Director, Iturran Resou_rdes Agency, and Director of Personnel copy of "Comprehensive Rmployrent and Training Act--Review and Oversight" received from U. S. Dept. of Labor. In connection with reorganization of the Board of Supervisors, declared Supervisor J. P. Kenny elected Chairman of the Board for the calendar year 1976, and Supervisor R. A. Linscheid Vice Chairman. Appointed following corsaittees of the Board of Sunervisors for calendar year 1976: Adninistration and Finance (Supervisors Hogness and Moriarty) and Government Operations (Supervisors Dias and Linscheid); and determined that the full Board shall Meet as a cornittee of the whole on County Government Organization at least quarterly In public session on a County service. Instructed County Counsel to prepare appropriate arendrents to Section 24-2.402 of the Ordinance Code to eliminate mandatory right neetings. Adopted Resolution No. 76/23 adjourning in memory of Mr. James M. McKay. 00304 The preceding documents consist of 301 pages.