Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
MINUTES - 01031978 - R 78A IN 1 (3)
The following are the calendars prepared by the Clerk, County Administrator, and Public Works Director for Board consideration. J.�McS ,-=NNS. +ICH..ONO L ALENOAR FOR THE BOARD OF SUPERVISORS WARREN N.eOGGESS IST CIST RICT CHAIRMAN N.i.':GY AI�OEN. MARTINEZ CONTRA a COST COUNTY ROBERT I SCNPOOEP 2NO DISTRICT VICE CHAIRMAN P.OBERT 1.SCHROOER,LAFAYETTE AMD FOR JAMES R.OLSSON.COUNTY CLERK 3RD DIS:RICT AND EX OFFICIO CLERK OF THE EIOARO WARREN u.BOGGESS.CONCORD SPECIAL DISTRICTS GOVERNED BY THE BOARD MRS.GERALOINc RUSSELL 4TH DISTRICT GOARO CHANGERS.ROOM 107.A0114I.•01STRATIC04♦!lila.-NG CHIEF CLERK ERIC H.HASSELT:NE PITTSBURG ►a GOA 931 PONE.4 1!I 372.237' . 5TH DISTRICT MARTINEZ CALIFORNIA 94553 TUESDAY JANUARY 3, 1978 The Board will meet in all its capacities Dursuant to Ordinance Code Section 24-2 .402 . 9 :00 A.M. Call to order and opening ceremonies . Consider recommendations of the Public Works Director. Consider recommendations of the County Administrator. Consider "Items' Submitted to the Board." Consider recommendations and requests of Board members . Consider recommendations of Board Committees. 9: 45 A.M. Executive Session (Government Code Section 54957 .6) as required or recess. 10: 30 A.M. Consider establishment of a Post Conviction Drinking Driver's Program as provided for in SB 38. 10: 45 A.M. Hearing on petition to transfer inhabited territory (Purson Lane - Shulgin Road area) from the Mount Diablo Unified School District to Lafayette School District and Acalanes Union nigh School District . 10 :55 A.M. Hearing on appeal of Roy Amador from Board of Appeals denial of Land Use Permit 2061-77 to establish a mobile home in the Oakley area ( continued from December 27, 1977) . 11: 00 A.M. Hearing on recommendation of Planning Commission with respect to proposed Subdivision Ordinance Amendment which would conform to the State Subdivision iia:, Act . 11: 15 A.M. Hearing on recommendation of San Ramon Valley Area PlanninLr Commission with respect to application of Leonard T. Jazmin (2174-RZ) to rezone land in the Alamo area. If approved as recommended, introduce ordinance, and fix January 10, 1977 for adoption. 11:20 A.M. Hearing on recommendation of Contra Costa County Community Development Advisory Council with respect to proposed Fourth Year (1978-1979) Housing and Community Development Act Program. 2: 00 P.M. Hearing on proposal for separation of the offices of Sherif and Coroner and establishment of a County Medical Examiner. 00002 Board of Supervisors ' Calendar, continued January 3, 1978 ITEMS SUBMITTED TO THE BOARD ITEMS 1 - 8 : CONSENT 1. APPROVE minutes of proceedings for the month of December, 1977 . 2 . DECLARE certain ordinances duly published. 3 . AUTHORIZE changes in the assessment roll and cancellation of certain penalties and fees . 4 . ADOPT resolutions authorizing execution of easements for Assessment District 1975-4, San Ramon Storm Drain. 5 . FIX January 31, 1978 at the times indicated for hearings on the following Planning matters: 10: 55 a.m. Planning Commission recommendation with respect to rezoning application. of Louis Mangini (2175-RZ) to rezone land in the Walnut Creek area; and 11: 15 a.m. Appeal of DeBolt Civil Engineering from San Ramon Valley Area Planning Commission denial of :Minor Subdivision 223-77, Walnut Creek-Alamo area. 6 . FIX January 31, 1978 at 11: 00 a.m. as time for hearing on 'recommenda- tionsof the San Ramon Valley Area and County Planning Commissions with respect to nine applications for rezoning land in certain areas to Agricultural Preserve Districts (A-4) . 7 . ADOPT the following ordinances (introduced December 27, 1977) : a. Amending the Code pertaining to shift-differential compensa- tion for county employees; b . No . 78-1 rezoning land in the Danville area (application of Wayne Schlosser, 2133-RZ) ; and c . No . 78-2 rezoning land in the Pacheco area (application of Jay Henman, 2138-RZ) . 8. DENY the claims of Patricia Philmlee, Alice R. Trout, Marsha Peggy Smith et al, and Lloyd R . Gragg; and the amended claim of Russell Cook and Gloria Cook. ITEMS 9 - lo': DETERMINATION (Staff recormnendation shown following the item. ) 9 . LETTER from County Sheriff-Coroner (in response to Board referral) recommending against any modification of the County Ordinance to allow door-to-door solicitation after the hour of 7: 00 p .m. by the Alternatives for California Women . APPROVE RECOM1MEtiDATION 10 . LETTER from Chairman, Contra Costa County Recreation and Natural Resourc--s Commission, (in response to Board referral) advising that the Commission supports the general findings and recommenda- tions contained in the report entitled "Ridgelands , A Multi- Jurisdictional Open Space Study . " ACKNOWLEDGE RECEIPT 11 . IREMORANDUM from Director, Human Resources Agency, (in response to Board referral) transmitting outline of now Cancer Incidence Study will be conducted and proposed list of individuals w:zo will serve on Technical Advisory Committee to the County Health Officer for said study. ACKNOWLEDGE RECEIPT 011003 Board of Supervisors ' Calendar, continued January 3, 1978 12 . LETTER -from Vice President of Operations, Televents, Inc. , requesting that cable TV Resolution No. 5708 be amended to allow Televents to collect from its subscribers any copyright liability fees or other fees imposed by any court , legislation or regulation. REFER TO PUBLIC WORKS DIRECTOR AND COLRITY ADMINISTRATOR 13 • LETTER from County Supervisors Association of California suggesting that counties submit claims for AB 3121 reimbursement (juvenile justice funding programs) to the State Board of Control as soon as possible . REFER TO COUNTY ADMINISTRATOR 14 . LETTER from Suaerintendent , Pot . Diablo Unified School District , opposing transfer of certain territory :from said District to the Lafayette Elementary/Acalanes Union High School District, and urging Board support of a study encompassing all school district boundaries within a given area. CONSIDER IN CONJUNCTION WITH 10:45 A.M. Hearing 15 • LETTER from General :tanager, Contra Costa County Employees Associa- tion, Local No. 1, transmitting copies of studies made by the Association' s Research Department and members relating to separation of the offices of Sheriff and Coroner. CONSIDER IN CONJUNCTION WITH 2 : 00 P .M. HEARIiIG 16 . LETTER from Contra Costa County Deputy Sheriffs ' Association Inc . expressing its opposition to separation of the offices of Sheriff and Coroner, and commenting on letters submitted by Mr. H. L. Clarke, General Manager of Local No. 1, on said issue . CONSIDER IN CONJUNCTION WITH 2: 00 P.M. HEARING ITEM 17: INFORMATION (Copy of communication listed as information item has been furnished to all interested parties. ) 17• LETTER from General Manager, Bay Area Rapid Transit District, trans- mitting copy of BART' s 1976-1977 Annual Report . Persons addressing the Board should complete the form provided on the rostrum and furnish the Clerk with a written copy of their presentation. DEADLINE FOR AGENDA ITEMS: WEDNESDAY, 12:00 NOON . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MEETINGS OF BOARD COM161ITTEES Finance (Supervisors R. I. Schroder and J . P. Kenny) 1st and 3rd Mondays of each month, 9 :00 a.m. , Room 108, County Administration Building, Martinez. Internal Operations (Supervisors E. H. Hasseltine and N. C. Fanden) Room 108, Wednesday, January 4 , 1978 at 3:00 p .m. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 09004 OFFICE CF COUNTY ADMINISTRATOR CONTRA COSTA COUV. _r Administration Building Martinez, California To: Board of Supervisors Subject: Recommended Actions January 3, 1978 From: Lthur G. Will, Countv Administrator I. PERSONLMEL ACTIONS 1. Reclassification of Positions as follows: Cost Deeartment Center From To Assessor 016 Junior Junior .Draftsperson Draftsman Senior Draftsman Senior Oraftsnerson Junior Junior Draftsperson- Draftsman-CE-TA CETA Junior Junior Draftsperson- Draftsman- Project Project Medical 540 Housekeeping Manager of Hospital Services Manager, #01 Enviro=ental Services 540 3 Inter=ediate Senior Clark Typist Clerk, #55, 414, 465 Public 4031 Assistant Mec::anical Trades Works Building Supervisor Services Superintendent, #01 Social 5300 20/40 Social Social Casework Service 501 Worker III Specialist I, 20/40 x501-22 2. Additions and cancellations c= positions as follows: Cost Deoartment Center Addition Cancellation Auditor- 0147 1 TYmist Clerk I Intermediate Steno- Co:troller 1060 graphe: Clerk, 401 00005 To: Board of Supervisors From: County Administrator Re: Recommended Actions 1-3-78 Page: 2. I. PERSONNEL ACTIONS - continued 2. Additions and cancellations of positions as follows: Cost Department Center Addition Cancellation County 0002 1 Typist Clerk 1 Stenographer Clerk, Clerk #02 District 247 1 Deputy District -- Attorney Attorney I, 20/40 Sheriff- 2505 2 Deputy Sheriff -- Coroner Social 5180 1 Clerk Intermediate Typist Service 508 Clerk, 1508-14 5200 1 20/40 40/40 Eligibility 502 Eligibility Worker II, #502-160 Worker II 3. Amend November 29, 1977 Board order allocating CETA Title VI project positions to various county departments by canceling Project #69/Typist Clerk Trainee from Office of District Attorney and adding Project #84/1 Typist Clerk Trainee to the Civil Service Department. 4. Authorize appointment from the eligible list of Gerald S. Buck in the class of County Probation Officer at the third step ($3, 068) of Salary Level 663 ($2,782-$3,382) , effective January 23, 1978, as requested by Juvenile Court Judge E. Patricia Herron and recommended by the Civil Service Commission. 5. Authorize appointment from the eligible list of Leonardo Rosales, Ralph Davis, and George Manning in the class of Plumber/Pipefitter at the third step ($1,652) of Salary Level 460 ($1,498-$1,821) , effective January 3, 1978, as requested by the Public Works Director and recommended by the Civil Service Commission. II. TRAVEL AUTHORIZATIONS None. To: Board of Supervisors From: County Administrator Re: Recommended Actions 1-3-78 Page: 3. III. APPROPRIATION =D US"IMENTS 6. Internal Adjustments. Changes not affecting totals for following budget units: Mt. Diablo Municipal Court, Marshal-Mt. Diablo Judicial District, County Administrator (dant Acquisition) , Community Services Administration. IV. LIENS A14D COLLECTIONS None. V. BOARD ;LND CARE PL,ACE,%=- S/PPT:S 7. Amend Board Resolution No. 77/560, establishing rates to be paid to child care institutions, to add Arlington Center, Sacramento (small family group home) at a monthly rate of $740 . VI_ CONTRACTS AND GR;LNTS 8. approve and authorize Chairman, Board of Supervisors, to execute agreements between County and agencies as follows: Agency Purpose Amount Period (a) Bryan Grunwald Prepare EIR for S51900* 1-4-78 to Associates Village Oaks 12-31-78 * (advanced by developer) (b) Thomas Broome Staff training, $324 1-3-78 to Probation Dept. 2-17-78 (c) Milton S. Fujii To amend and Additional 1-1-78 to increase contract $4,785 1-31-78 agreement for con- tinuation of con- sultation and technical services to the CETA programs (d) Pittsburg Piiergency ambulance Schedule 11-1-77 until Ambulance service-Pittsburg of rates terminated Company area adopted 17-29-77 (e) Boeing Code and test $36,000 1-3-78 to Computer portions of the 4-28-78 Services, Inc. Municipal Courts Criminal Calendarg System 00007 To: Board of Supervisors From: County Administrator Re: Recommended Actions 1-3-78 Page: 4. VI. CONTRACTS AND GRANTS - continued 9. Authorize Director, Human Resources Agency, to execute novation contracts with various Mental Health, Drug Abuse and Alcoholism Service providers for the period beginning July 1, 1977 through June 30, 1978, as included in the fiscal year 1977-1978 Mental Health Budget. 10. Amend Board orders dated September 27- and December 20, 1977, which authorized the Director, Human Resources Agency, to execute specified CETA Title II and CETA Title VI subgrant agreements, to adjust number of jobs and contract amounts in subgrant agreements with Enightsen School District, as recommended by the Director, Human Resources Agency. VII. LEGISLATION None. VIII.REAL ESTATE ACTIONS ' None. IX. OTHER ACTIONS 11. Approve apportionments made by the County Auditor-Controller of trailer coach license fees in the amount of $332,608.04 and livestock head day tax collections of $14,378.25 received for the period January 1, 1977 to June 30, 1977, pursuant to Revenue and Taxation Code Sections 11003.4 and 5601. 12. Authorize reimbursement of $52.50 to Mr. Blair Allen, 1530 Jackson Street, Oakland, CA 94600 for personal property lost while a patient at the County Hospital. 13. Authorize relief of cash shortage of $7.35 in County Medical Services cafeteria receipts, as recommended by the Director, Human Resources Agency, and concurred in by the County Auditor-Controller and District Attorney. 14. Authorize County Counsel to renew Ordinance Code Publication contract with Book Publishing Company under the same terms as present contract (except for increased overrun (reprint) costs and revised termination provisions) , as recommended by the County Administrator and County Counsel. 00008 To: 3oard of Supervisors From: County Administrator -- - Re: Recommended Actions 1-3-78 Pace: S. IX. OTHER ACTIONS - continued 15 . Authorize County administrator to establish various liability insurance raini.mum limits which County contractors must secure and maintain. NOTE Following presentation of the County Administrator' s agenda, the Chairman will ask if anyone in attendance wishes to corent. Issues will be carried over to a later time if extended discussion is desired. DEADLINE FOR AGENIM-A 777-rM.S: WEDNESDAY, 12 NOON 00009 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors FROM: Vernon L. Cline Public Works Director SUBJECT: Public Works Extra Business for January 3, 1978 SUPERVISORIAL DISTRICT III Item 1. ORCHARD ROAD - APPROVE PURCHASE ORDER - Orinda Area It is recommended that the Board of Supervisors approve the emergency actions of the Public Works Director and confirm his arrangement for the issuance of a Purchase Order to replace the collapsing drainage system on Orchard Road at Scenic Drive. The work was completed by D. J. Spillane, General Engineer- ing Contractor for $5,580, the lowest of two quotations received. (RE: Work Order No. 6117-665) (M) GENERAL Item 2. _ BUCHANAN FIELD - EMINENT DOMAIN ACTION - CLEAR ZONE The previous Resolution of Intention adopted in this matter on November 29, 1977 did not describe all the required property; therefore it is necessary to take corrective action. It is recommended that the Board of Supervisors adopt a Resolution of Intention to adopt a Resolution of Necess- ity to condemn property needed for Clear Zone easements in connection with the improvement of the instrument landing system for Runway 19-R, and set January 24, 1978 at 11:35 a.m. as the date the Board will meet to consider the adoption of a Resolution of Necessity to acquire property by eminent domain. (RE: Work Order No. 5438) (RP) EXTRA BUSINESS Public Works Director Page 1 of 1 January 3, 1978 00010 Item 7 . SUBDIVISION 5070 - APPROVE AGREEMENT AND MAP - Danville Area It is recommended that the Board of Supervisors approve the Map and Subdivision Agreement for Subdivision 5070. Owner: Di Giorgio Development Co. 1 Maritime Plaza San Francisco, CA 94105 Location: On Old Orchard Road at Sycamore Valley Road. (LD) GENERAL Item 8. DETENTION FACILITY PROJECT - APPROVE BID ADDENDUM - Martinez Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to issue Addendum No. 1 to plans and speci- fications for the Detention Facility - Glass and Glazing (Project No. 5269-926-(52) ) , approved on December 13, 1977. The Addendum, dated January 3, 1978, and presented to the Board on that date, modifies plans and specifications as requested by Kaplan/ McLaughlin, the project architects; Turner Construction Company, the project construction managers, anticipate no change in cost because of this Addendum. Bids will continue to be received on January 19, 1978. (RE: Project No. 5269-926-(52) ) (DFP-) Item 9. DETENTION FACILITY PROJECT - APPROVE BID ADDENDUM - Martinez Area It is recommended that the Board of Supervisors approve and authorize the Public Works Director to issue Addendum 3 - Detention Facility Cast-In-Place Concrete, and readvertise the Notice to Contractors. The Addendum modifies plans and specifications approved November 22, 1977, as "requested by Kaplan/McLaughlin, the project architects, and changes the date bids will be received from January 12, 1978 to January 19, 1978. Turner Construction Company, the construction managers, anticipate no increase in contract cost. (RE: Project No. 5269-926-(51) ) (DFP) Item 10. CONTRA COSTA COUNTY WATER AGENCY - WEEKLY REPORT A. It is requested that the Board of Supervisors consider the attached "Calendar of Water Meetings." B. Memorandum Report on Water Agency Activities - No public hearings or meetings were held during the past week. (EC) A G E N D A Public Works Department Page T of-5 January 3, 1978 1 00011 CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT Martinez, California TO: Board of Supervisors - FROM: Vernon L. Cline Public Works Director SUBJECT: public Works Agenda for January 3, 1978 REPORTS Report A. NATIONAL WATER POLICY BOARD ACTIVITIES The Board of Supervisors, on December 20, 1977, referred a letter from the Friends of the Earth to the Public Works Director -for a report. The letter states, "The National Water Policy Board is * in the process of receiving input from areas in which federal reclamation projects operate, and the recommendations of the Board will be based largely upon this input." Although the National Water Policy Board (NWPB) is apparently pri- marily interested in receiving input from areas in which federal reclamation projects are operating, the direct effect of such rec- lamation projects on adjacent areas, such as the Sacramento-San Joaquin Delta and San Francisco Bay, may be of interest to the NWPB. Also, this may be an aspect of federal water planning of which they are not aware. Certainly the reductions in Delta Outflow that are caused by the reclamation projects in San Joaquin Valley, for example, do have a direct and significant effect on the Bay- Delta System, both from an ecological and economic viewpoint. It is therefore recammiended that the Chairman of the Board of Supervisors be authorized to address a letter to Charles Warren, Chairman of the President's Council on Environmental Quality, in- dicating Contra Costa County's desire and willingness to partici- pate in the activities in the NWPB and to do so at their conven- ience. (EC) SUPERVISORIAL DISTRICT I No Items SUPERVISORIAL DISTRICT II Item 1. ALHAMBRA CREEK - REQUEST DESIGN INVESTIGATIONS - Ylartinez Area It is recommended that the Board of Supervisors, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and (Continued on next page) A G E N D A Public Works Department Page 17 of 5 January 3, 19Z�8)(' item 1 continued: Water Conservation District, 1. Request the U. S. Army Corps of Engineers to initiate Phase I Advanced Engineering and Design Investigations for the Al- hambra Creek Flood Control Project as soon as possible. 2. Request the U. S. Army Corps of Engineers to include solu- 'tions to the flood problems in the tributary area east of Alhambra Creek and south of Highway 4 in the Phase I Advanced Engineering and Design Study. 3. Request that any and all investigations by the U. S. Army Corps of Engineers be conducted in conformance with "Public Works for Water and Power Development and Energy Research Appropriation Bill., 1978, House of Representatives Report No. 95-379. 4. Seek federal appropriations for fiscal year 1978-1979 for funding of the Phase I Advanced Engineering and Design Investigation on Alhambra Creek. These actions. were recommended by the Flood Control Zone 5 Advisory Board in their response to the Board of Supervisors' request to con- sider the City of Martinez letter of November 21, 1977 regarding the U. S. Army Corps of Engineers Alhambra Creek Study. (RE: Work Order No. 8151-7505 - Flood Control Zone No. 5) ` (FCP) SUPERVISORIAL DISTRICTS II, III, IV & V Item 2. WALNUT CREEK PROJECT - AUTHORIZE DEPOSIT - Concord-Walnut Creek Areas 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 County Auditor-Controller to issue a warrant, in the amount of $36,100, payable to the Treasurer of the United States and forward the warrant to the Public Works De partment for transmittal to the Corps of Engineers. The Corps of Engineers has requested the deposit which represents the District's outstanding share of 7.4• of the construction funds for the Walnut Creek Project through March 31, 1978. (RE: Work Order No. 8687-7520 - Flood Control Zone No.. 3B) (FCP) SUPERVISORIAL DISTRICT III Item 3. SUBDIVISION IMS 61-77 - APPROVE AGENT - Orinda Area It is recommended that the Board of Supervisors approve the Subdivi- sion Agreement for Subdivision MS 61-77. (Continued on next page) A G E N D A Public Works Department . Page -2 of 5 January 3, 1978 000-13 i Item 3 continued: Subdivider: Great Western Savings & Loan Association 1700 Broadway Oakland, CA 94612 -" Location: Subdivision MS 61-77 is located on Kite Hill Road in the Orinda area. (LD) Item 4. CASTLE ROCK ROAD - APPROVE TRAFFIC REGULATION - Walnut Creek Area At the request of local citizens and upon the basis of an engineer- ing and traffic study, it is recommended that Traffic Resolution No. 2409 be approved as follows: Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all •times on the east side of Castle Rock Road (#4657E) Walnut Creek, beginning at a point 50 feet north of the centerline of Pine Creek Road and extending southerly a distance of 135 feet. (TO) SUPERVISORIAL DISTRICT IV No Items SUPERVISORIAL DISTRICT V Item 5. SUBDIVISION 4841 - APPROVE AGREEMENT EXTENSION Danville Area It is recommended that the Board of Supervisors approve the. Subdivi- sion Agreement Extension for Subdivision 4841. This Subdivision Agreement Extension grants an extension of time to and including November 2, 1978. (LD) Item 6. UPPER SAN RAMON CREEK DETENTION BASIN - ACCEPT DEED - San Ramon 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, accept a Grant Deed and Right of Way Contract, dated December 13, 1977, from the San Ramon Valley Unified School District, and authorize the Public Works Director to sign said Contract on behalf of the District. It is further recommended that the County Auditor be authorized to draw a warrant, in the amount of $196,050, payable to First American Title Guaranty Company, Escrow No. 107314. Said payment is for 10.27 acres of vacant excess school district property. (RE: Work Order 8548-7520) (RP) A G E N D A_ Public Works Department Page 3 of-5 January 3, 191001.4 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 specific time if discussion becomes lengthy and interferes with consideration of other calendar items. A G E N D A Public Works Department Page-5 o'f 5 January 3, 1978 00015 Prepared by Chief Engineer of the Contra Costa County Water Agency January 3, 1978 CALENDAR OF WATER MEETINGS TIME ATTENDANCE DATE DAY SPONSOR PLACE REMARKS Recommended Authorization Jan S Thurs. California 1:30 P.M. Workshop--Delta Staff Water Conference Agreements and Commission Room 1103 Discussion of Resources Bldg. Proposed Amendments 1416 Ninth St. to SB 346 Sacramento THE BOARD OF SUPERVISORS MET IN ALL ITS CAPACITIES PURSUANT TO ORDINANCE CODE SECTION 24-2..402 IN REGULAR SESSION AT 9 :00 A.M. , TUESDAY, JANUARY 3 , 1978 IN ROOF! 107 , COUNTY ADMINISTRATION BUILDING, MARTINEZ, CALIFORNIA. PRESENT: Chairman W. N. Boggess , Presiding; Supervisors J. P. Kennv, N. C. Fanden, R. I. Schroder, E. H. IIasseltine. CLERK: J. R. Olsson, represented by Geraldine Russell, Deputy Clerk. 1000 7 In the Board of Supervisors of Contra Costa County, State of California January 3, , 19 78 In the Matter of Proceedings of the Board during the month of December, 1977. IT IS BY THE BOARD ORDERED that the reading of the minutes of proceedings of the Board for the month of December 1977 is waived, and said minutes of proceedings are approved as written. PASSED by the Board on January 3 , 1978. 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 dote aforesaid. Witness my hand and the Seal of the Board of Supervisors affixed this 3rd day of January 19 78 J. R. Of_SSON, Clerk /�%'�-"zx;-2� Deputy► Clerk Jamie L. Johnson H-24 4/77 15m MOO ��V�M O 8 c c In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 78 In the Matter of Affidavits of Publication of Ordinances . This Board having heretofore adopted Ordinances Nos. 77-114 through 77-116 and Affidavits o-1 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 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 3rd doy of January 19 7 J. R. OISSON, Clerk B �-� T%; �,v ; Deputy Clerk H 24 12/74 - 1" amie L. jonnson Form #30 4/7/75 00019 t ORDINANCE NO. 78-1 AN ORDINANCE A[►1ENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTS OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE DANVILLE AREA BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby amended by the addition of the hereinafter described zoning maps. These maps are added for the purpose of rezoning a portion of the territory shown thereon. The- said maps include a portion of the territory shown on the map entitled a portion of the Districts Map of Danville, Contra Costa County, California, insert Map No. 20, and Mt. Diablo Division Sector 7 SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1554 at the end thereof, as follows: An amendment to a portion of the Districts p of Danville, Contra Costa County, California, insert 14ap No. 20 and Mt. Diablo Division Sector 7 78-1 : Wayne Schlosser, applicant, 2133-RZ, land located in the Danvill-_ area to Multiple Family Residential District (M-4) Zoning Classification SECTION III: This Ordinance shall take effect and be in force thirty (30) days after date of adoption, and the same shall be published once before the expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in THE VALLEY PIONEER , a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 3rd day of January. 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, R. I. Schroder;."::, E. H. Hasseltine, U. N. Boggess. NOES: Supervisors - None. ABSENT: Supervisors - None. 1 iBoggess Chairman of the Board of Supervisors of The County of Contra Costa, State of. California ATTEST: J.R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors the County of Contra Costa„ State f California By , e z. (SEAL), Deputy Clerk 2133-RZ, Wayne S chlosser, applicant 00020 _ tient lessor moo` •::. go was .a:: � r:Omaa mals;�y ,� rt■sass■a■� r.t���I�Ip� ones •aatasasaaamen.►..��►�.._ 'savannas as . ',ata. 'araaatr sts_ ■asst r■(.�'�// Ito _ mast/ .9.9.9 �1�)t■ rent®mttati1,massa-■ � ■ttttsaaasstr. oattassamsatmr■ •"-ar=se' saa� .raaattllataaaar• OAF �.. 0 too IMF R FA / I -- �I. iii f ORDINANCE NO. 78-2 AN ORDINANCE AMENDING ORDINANCE NO. 382 ENTITLED "AN ORDINANCE OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ADOPTING A PRECISE LAND USE MASTER PLAN OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, ESTABLISHING LAND USE DISTRICTS FOR THE UNINCORPORATED TERRITORY OF THE SAID COUNTY OF CONTRA COSTA, AND DIVIDING AND DISTRICTING SAID COUNTY INTO LAND USE DISTRICTS, PROVIDING REGULATIONS FOR THE ENFORCEMENT THEREOF, AND PENALTIES FOR THE VIOLATION OF THIS ORDINANCE", PROVIDING FOR THE REZONING OF A PORTION OF THE PLEASANT HILL AREA. BEING IN THE UNINCORPORATED TERRITORY OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA. The Board of Supervisors of the County of Contra Costa, State of California, DOES ORDAIN AS FOLLOWS: SECTION I: The Zoning Ordinance of the County of Contra Costa is hereby amended by the addition of the hereinafter described zoning map. This map is added for the purpose of rezoning a portion of the territory shown thereon. The said map includes a portion of the territory shown on the map entitled A portion of the Districts Map for the Pacheco Area, Insert Map No. 46, Contra Costa County, California. SECTION II: Section 3A of Ordinance No. 382, of the County of Contra Costa is hereby amended by the addition of Subsection 1555 at the end thereof, as follows: An amendment to: A portion of the is ric s p for the Pacheco Area, Insert Map No. 46, Contra Costa County, California.. Jay Henman, applicant (2138-RZ) - Land Located in the 78-2: Pleasant Hill ARea to Multiple Family Residential District (M-4) Zoning Classification. SECTION III: This Ordinance shall take effect and be in force thirty (30) days after date of adoption, and the same shall be published once before the expiration of fifteen (15) days after its passage and adoption, with the names of the members voting for and against the same, in the Iv 4RTINEZ NEVIS GAZETTE , a newspaper of general circulation, printed and published in the County of Contra Costa. ADOPTED by the Board of Supervisors of the County of Contra Costa, State of California, on the 3rd day of January, 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, R. I. Schroder, E. H. Hasseltine, W. N. Boggess. NOES: Supervisors - None. ABSENT: Supervisors - None. Warren N. Boggess Chairman of the Board of Supervisors of the County of Contra Costa, State of California ATTEST: J.R. OLSSON County Clerk and Ex-Officio Clerk of the Board of Supervisors of the County of Contra Costa,ko'ehihiii ST,-Z'Ri a of-California By GCJ Deputy Clerk (� (SEAL) Jay Henman (Applicant) - 2138-RZ 00021 _ I f I CIT e a� Y ( i l 171 1 1 1 1 I I I ( I 11111111 M>`4 O F 1111 I ' M A R T I N E Z ' I I CITY OF I �i I I I PLEASANT ` HILL I I I II 111111 � II Illi ' � IIII � III R-10 Illlllllllllll IIIII III : Illilll ! II ) ' IIIR�10lf1lll III IIIIIIIIIIIIII . IIIIIIIIIIIII 1 •f -TVi _ 1 CO.. 3-6� 1 HEREBY CERTIFY THAT THISISTHEMAP I REFERRED TO IN ORDINANCENO.7B-ZAM A PORTION OF IS HEREBY N.A PART THEREOF. THE DISTRICTS MAP FOR THE PACHECO AREA J.R.OLSSON.COUP(TY CLERK CONTRA COSTA COUNTY, CALIFORNIA BY i% INSERT MAP N0. 46 t BEING SECTION 3A SUBSECTIONISSS,OF ORDINANCE NO.3U,AIIENDED BY ORDINANCE NO,78-t,NMICH IS THE ZONING ORDINANCE OF CONTRA COSTA COUNTY ,race w acr STATE OF CALIFORNIA :I��•eZ �:.:n i 00022 ORDINANCE NO. 78-3 (On Shift-Differential Pay) The Contra Costa County Board of Supervisors ordains as follows (omitting the parenthetical footnotes from the official text of the enacted or amended provisions of the County Ordinance Code) : SECTION I. Section 36-8.602 of the County Ordinance Code is amen e , to allow change by Board resolution, to read: 36-8.602 Differentials,.. Every employee, whose position has a regularly assigned daily work schedule: (1) Requiring for completion more than one and one- half hours over the normal actual korking time; or (2) Including at least four hours of actual working time from five p.m. through nine a.m. inclusive; or (3) Involving rotation between the shifts commonly called day, afternoon and graveyard shifts; shall receive extra pay of only one shift differential of five percent of his base salary rate, unless otherwise provided by Board resolution. This does not apply to employees in the sheriff's department whose positions qualify for safety membership in the retirement system. The Board may by resolution provide for shift differentials for such other. employees as it deems necessary. (Ords. 78-- 74-50 S4, 2034 §l, 1933, 1695, 1650, 1493, 1463: prior co L 52441 (e) : Ords. 1334, 1285.) SECTION II. EFFECTIVE DATE. This ordinance becomes effective 90 days a .ter passage, and within 15 days of passage shall be published once with the names of supervisors voting for and against it in the Contra Costa Times a newspaper published in this County. PASSED on January 3, 1978 by the following vote: AYES: Supervisors - J. P. Kenny, N. C. Fanden, R. I. Schroder, E. H. Hasseltine, and «. N. Boggess. NOES: Supervisors - done. ABSENT: Supervisors - None. /� f ATTEST: J. R. OLSSON, County Clerk/ & ex officio Clerk of the Board. N. Bo cress / Chairman of the Board Jamie L. Johnson Deputy (sEULL 1 EVL/j ORDINANCE NO. 78-3 00023 CONTRA COSTA COUNTY • APPROPOIATION ADJUSTMENT T/C !T I. IEfAlTNEIi of NiAN11AT1lN NIT: ACClrIT CIIINC Cor_munity Services (0EO) Org. 0588 NlANIIATNR SIIOIJECT !. FIit1 ASSET -JECREASC> INCREASE IIJECT IF EXPENSE IN FIIE! ASSET ITE• It. ilii -- - 2310 Prof, & Pers. Services 741 -� 4951 Office Equipment & Furniture cx o2 741 Electric Typewriter 1 } m m r� y a rt O D APPROVED 13. EXPLANATION OF REOUEST AUDITOR-CONTROLLER To provide typewriter to replace one used on loan z from the Human Resources Agency£ or 1-1/2 ears and Br` �� ���� �� l.2/,27 now required to be returned to 11RA. y COUNTY ADMINISTRATOR 1 ea. IW-1 Selectric II, dual pitch, wide carriage, �1 w/four typing elements By: �� `1:1�, C►_A^,"���—D�t✓�/-�/�'1 1'P € $740.63 w/tax 0 BOARD OF SUPERVISORS 100% Federal funds. (Or?. 1407) YES: K'nn!"F3hjrtl �ihrcKirr,5.�'h+.Ii..sselcene No: JAN on J.R. OLSSON, CLERK 4• Rita S. H ys Acting Director 12/21/77 81MATYtt TITLt •ATS AmmiAnN A POOSi atf!Clu OeWY jerI. I!. k AIJ. WW It. T W9IMTRYCTIOM• 11��„IF2009 0002.4 INSTRUCTIONS NOTE: FOEMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Fora M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the fora as follows: 1. Department: Show name of department or organisation unit requesting this Appropriation Adjustment. 2. Nae Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreesed). If this adjustment affects Fined Asset equipment items list the items shoring quantity, description, and dollar amount. Also, show the Equipment Item, No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain w1 the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the rbunty Auditor- Controller's office for processing. -- 1 0025 CONTRA COSTA COUNTY • APPROPRIATION ADJUSTMENT T/C 2 7 I. DEPARTNENT OR ORCANIIATION UNIT ACCOUNT CODING County Administrator (Plant Acquisition) ORGANIZATION SUB-OBJECT 2 FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE 09 FIXED ASSET ITEM NO. JOUANTITY 4411 4721 Fence Dorm A 20,000 44117 Temp. Detention Facility 20,000 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To provide funds to do Site Work and Dote l� I71 necessary installation work for proposed relocatable confinement facility behind COUNTY ADMINISTRATOR Women' s Minimum Security Facility in Richmond. E3 y:�_l\��'�1Y�f,'�:��DG is BOARD OF SUPERVISORS Y E S : SuPmisors Kcnny,Fandcn $ihrcxlcr.y,�SSrss,Huxltinc NO: ��la JAN 3 19On g . J.R. OLSSON, CLERK 4,F. Fernandez, Aist. Co. Admin.-Finance Z2/ /77 SI YNATUIIE TITLE DATE F� 4 APPROPRIATION APOO 7/-3,� Deputy Clerk ADJ. JOURNAL 40. (N 129 Rev 7/77? SEE INSTRUCTIONS ON REVERSE SIDE f H 12f; INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM UNTR11L SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. _... :, h. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. t. AAL r:r;� L ff { f CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 ACCOUNT CODING 1 DEPARTMENT OR OR6AMIZATION UNIT: County Administrator ORGANIZATION SUB-OBJECT 2, FIXED ASSET <DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 10. 101JANTITTY 4405 4823 Various Leasehold Improvements $1,200 4405 4833 A/C Rm. 16 - 2525 Stanwell $1,200 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER 7:j� �1" Date ��/��/ 7 To provide improved air circulation to Z- room designed for supplies now used for clerical offices . COUNTY ADMI ISTRATOR By: 4, Date/,-2/_2S/77 BOARD OF SUPERVISORS Y E S : Supercrsors Kenny,Fshden Schrodrr,Hu�css.Hisseltint NO: t�CX4 JAN 3 19 8 On Assist. Co. J.R. SSON, CLERK 4. Admin.-Finance 12 /29/ 77 SIOMATUIIE TITLE DATE C C By: APPROPRIATION A POO ,5_/ 3i Patricia A. Bell Llepu I Clerk ADJ JOURNAL 40. 0 �/P2,5 (Id 129 Rov 7/77) SEE INSTRUCTIONS ON REVERSE TIDE ,r INSTRUCTIONS NOTE: FORMS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Fora M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of deoartment or organization unit requesting this Appropriation Adjustment. 2. Name Object of E-xpense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset iters that has already oeen approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. t�. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. 1 f "0021 ' CONTRA COSTA COUNTY • 'Lf� y APPROPRIATION ADJUSTMENT jt 1�J t � T/C 2 7 ACCOUNT coo ING I. DEPARTMENT OR ORGANIZATION UNIT: Alt. Diablo Marshal SACANIIATION SUB-OBJECT 2. FIXED ASSET <,DECREASE> INCREASE OBJECT OF EXPENSE OR FIXED ASSET ITEM 10. QUANTITY 0260 4951 Desk w/Extension oco1 45.00 0260 2170 Household Expense 45.00 c-- ['�^ r Z 7. U N o LL c V U O Q APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER To add to the appropriation for a desk due to a Eiy: ��� � �� Dote 12�'�/7� price increase and the addition of a lock. COUNTY ADMINISTRATOR By: *aw 0,,,_ Dat. 1,2/x/77 BOARD OF SUPERVISORS YES: SuFrr�'�sors K,nn}-.Fahacn Schwacr,130$1-S•�ysycltuu NO: � ` JAN 3 197 On J R. OLSSON, CLERK 4. 21401ATU E / TITLE DATE JC ` APPROPRIATION �/ Patricia A. Be I �pur� Clerk AOJ JOU11LAE r0. �`��� (N :29 Rw 7,7T) ISEE INSTRUCTIONS ON REVERSE SIDE INSTRUCTIONS NOTES FORKS ARE AVAILABLE FROM CENTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or distri er, is concerned, prepare an additional copy for each addition&! department or district concerned. B. Complete all four parts of the form as follows: 1. Department: Show name of dapartment or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: _ Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item No. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant acquisitions, leave the sub- object blank. 3. Explanation of Request: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. 4. Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. OWN�� CONTRA COSTA COUNTY APPROPRIATION ADJUSTMENT T/C 2 7 AMENM I DEPARTMENT OR ORGANIZATION UNIT ACCOUNT CODING Mt, Diablo Municipal. Court ORCANIZATION SUB-OBJECT 2 FIXED ASSET gECREASE> INCREASE OBJECT OE EIPENSE OR fIXED ASSET ITEM 40. OUANTITT 0210 4951 Cash Register 0002 1 4,726.x# " 2100 Office Expense 726.14 " 2310 Professional k Personal Services 20000.00 " 2351 Jury Pees and Expenses 20000.00 APPROVED 3. EXPLANATION OF REQUEST AUDITOR-CONTROLLER NCR Model 250, Series 7100, cost .. . . . $4,175.25 Electronic cash/register tax 271.39 By: �i Date 12 A6 /77 freight 42.00 program 237.50 COUNTY ADMINISTRATOR The Civil and Small Claims Division of this Court az/ /-7� is being moved to anther location (from 1950 By: Date Parkside Dr. to 1957 Parkside Dr. ) when the latter premises are vacated by the Marshal. The cash BOARD OF SUPERVISORS register now used by the Civil-Small Claims Divisior must remain at 1950 Parkside Dr. for use by the YES: Supcccesor�Kenny,Fandcn Crimim 1-Traffic Division. This model, as are the SCkuudcr.bussm,HAWkine models now being used, are designed to inter-face with the--co to -in the forthcoming automated On— J.R. OLSSON, CLERK s C rl:-Admin. 12/1477 SI eW ATU AE TITLE DATE By. APPROPRIATION A 200 ,2 11(� a ricia A. bellDepury Clerk AOJ JOURNAL 00. n (M 129 Rev 7/7T) SEE iNSTRUCTIONR ON REVERSE SIDE � ( r q2 INSTRUCTIONS NOTE: FORKS ARE AVATLABLE FROM Cr"TlTRAL SERVICE OFFICE A. Prepare Appropriation Adjustments, Form M 129, in quadruplicate plus any internal copies desired. If more than one department or district is concerned, prepare an additional copy for each additional department or district concerned. B. Complete all- four parts of the form as follows: 1. Deoartment: Show name of department or organization unit requesting this Appropriation Adjustment. 2. Name Object of Expense: Show expenditure sub-object account to be adjusted, e.g., Office Expense, Communication, etc. Also show the amount in even dollars that each account is to be increased or (decreased). If this adjustment affects Fixed Asset equipment items list the items showing quantity, description, and dollar amount. Also, show the Equipment Item lio. if this adjustment affects a Fixed Asset item that has already been approved by the Board of Supervisors. For new Plant Acquisitions, leave the sub- object blank. 3. Explanation of Bequest: Explain why the adjustment is necessary in enough detail to enable the County Administrator to justify the request to the Board of Supervisors. !l, Signature, Title and Date: Sign, show title and date. C. Send the original and other requested copies to the County Auditor- Controller's office for processing. F13170�1H0�—H011Ofsc . rid to 7 51 �3D - . 0 (4 V/ POSITION ADJUSTMENT REQUEST No: 0 Department ASSESSOR Budget Unit 016 Date 11/30/77 Action Requested: Revise and retitle job specifications for Junior Draftsman and AS sodhn as Senior Draftsmanossible. Proposed effective date: P Explain why adjustment is needed: To update specifications to meet current requirements and to assist in meeting County goals regarding hiring practices. Estimated cost of adjustment: Amount: Co:,tra Costa County 1. Salaries and wages: RECCIVED� N/A 2. Fixed:-Assft: ►{4Zisx items and coa#) -977 LT Office of y Estimated totalnhj is/tr oc $ Signature y GL De nt Refid Initial Determination of County Administrator Date: Deco—be- 5.,-1 977 To Civil Service: P.equest recommendation ount iiistrator Personnel Office and/or Civil Service Commission Date: December 27, 1977 Classification and Pay Recomw+endation Reallocate class and all positions of Junior Draftsman to Junior Drafter; Senior Draftsman to Senior Drafter; Junior Draftsman-CETA to Junior Drafter-CETA; and Junior Draftsman Project to Junior Drafter-Project. Study discloses duties and responsibilities are appropriate to the class of Junior Drafter; Senior Drafter; Junior Drafter-CETA and Junior Drafter-Project. Can be effective day follow- ing Board action. The above action can be accomplished by amending Resolution 77/602 and 71/17 to reflect &.e retitling and reallocation of class and positions of: Junior Draftsman to Junior Drafter, oth at Salary Level 288 (887-1078); Senior Draftsman to Senior Drafter, both at Salary Level 345 (1055-1282); Junior Draftsman-CETA to Junior Drafter-CETA, both at Salary Level 288 (887-1078); and Junior Draftsman--Project to Junior Dr iter-Project, both at Salary Level 288 (887-1078) . , Assistant Personnel D' ctor Recommendation of County Administrator V?te: December 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County Administrator Action of the Board of Supervisors JAN 3 1978 Adjustment APPROVED ( on J. R. OLSSON, County Clerk Date: JAN 3 1978 — By JamieL. Johmon DOPUjy Cleric APPROVAL o6 this adjubtment eonatituteb an Appnopni.ati.on Adjurtment and Peuonnei' Reaotuti.on Amendment. . NOTE: Top section and reverse side of form moat be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00034 POSITION ADJUSTMENT REQUEST No: Department . . .n- �Prlienl $Erviees- Budget Unit • S1,Q Date 11 /,29/77 Action Requested: Reclassify Housekeeping Manager Pos. 314-D1 to Manager Hospital Environmental Services Proposed effective date 12/1/77 Explain wfin why Ojusent is needed: - s c�Rrs, 'GaXzo'W refle_C_1-i"d7-amt & es Estimated cost-of adjustment: Co.--k;qAmount: Costp County I . Salaries and wages: Rt:cavtn 2. Fixed Assets: (tcat .deme and eoe#) X477 Office, of Estimated total Ccunt• Ad $ min- /2fJ Signature Eugene J. Morel, son 1 fficer - Department Head Initial Determination of County Administrator Date: 977 To Civil Service for review and r ' nda Count istrator Personnel Office and/or Civil Service Commission /Date: 94 1977 Classification and Pay Recommendation Lf Reclassify 1 Housekeeping Manager to Manager of Hospital Environmental Services. Study discloses duties and responsibilities now being performed justify reclassification to Manager of Hospital Environmental Services. Can be effective day following Board action. The above action can be accompli-shed by amending Resolution 71/17 to reflect the reclassi- fication of Housekeeping Manager, position #01, Salary Level 369 (1135-1380) to Manager - of Hospital Environmental Services, Salary Level 391 (1214-1476) . Assistant ersonnel Ofrector Recommendation of County Administrator Date: December 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978: County Administrator Action of the Board of Supervisors JAN 3 1978 Adjustment APPROVED . ) on , cOLSS?Np olR. nty Clerk JAN 3 1971 011 Date: By: .- 6 P-trJe-;n A. gP)� Ceputy clerk APPROVAL o6 th.is adjustment constitutes an Appzopniation Ad1uzbbnoit and Peuonnee Ruotuti.on Amendmejtt. NOTE: Tog section and reverse side of form mue.t be completed and supplemented, when appropria e, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) WOOD POSITION ADJUSTMENT REQUEST Pio: Department ccco. Medical Services Budget Unit540 Date 3/18/77 Action Requested: Reclassify Intermediate n► ist Clerk Position #091-55 to Senior Clerk _ Proposed effective date:as soon as possible txplainLw�y -- tnent is needed: to provide adequate staffing for the Hospital Rete do u Center �-..- ^ ,. -•. Estimat6&lcost of-..,adjustment: Amount: I . Sb1'aries at;d wages: $' 2. fixed 9sais: (.P,bst stems and coat) $ HU,%IAN r ESCURCES AGENCY Estimated total $ Approve Dale. . Signature merge De , M.D Medical Director Department Head Initial Determination of County Administrator Date: flay 6, 1977 To Civil Service: Request recommendation. To-unti Adw=trator Personnel Office and/or Civil Service Commission D e: ilarnnhor 77, 1971 Classification and Pay Recommendation Reclassify 1 Intermediate Typist Clerk to Senior Clerk. Study discloses duties and responsibilities now being performed justify reclassification to Senior Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of Intermediate Typist Clerk, position 955, Salary Level 240 (766-931) to Senior Clerk, Salary Level 280 (865-1052). sistant Personnel Di ctor Recommendation of County Administrator ate: Dec er 29, 1977• . Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County Admin stra or Action of the Board of Su ervisors JAN 3 1978 Adjustment APPROVED { ) on z r ; OLSSON, County Clerk o Date: JAN 3 1978 By: Patricia A. Belt oep,ry Clerk APPROVAL e 5 this ad ju6tment eon ti.,tute d cut Appnopj Zat.i on Adjustment avid Pura onne2 Re.6otufii.on Amendment. NOTE: Top section and reverse' side of form mue:t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected.. P 300 (11347) (Rev. 11/70) 00036 P OSI T I ON ADJUSTMENT REQUEST No: Department CCCo. Medical Services Budget Unit 540 Date 6/.3/•77. Action Requested: Reclassify Intermediate Typist Clerk position #091-14 to Senior Clerk Proposed effective date: is soon as possible Explain;►v y S3jument is needed: to adequately compensate incumbent for additional l.L responsihiliei—esladded to her position. Estimat6i ., cost o�adjustment: Amount: �-' Contra Costa County I . 6alar&-t2s and wages: RECEIWED 2. Fixed jltSsets: f•fit stems cued coat) —, iO v IJ77 AGENCY .ti:ce of Estimated total County Acirrinistrctor $ A, -- - Dc-'af- �77 Signature George De an .D Medical Director � De rJ nt ead Initial Determination of County Administrator ' Date: June 9-?- 1977 To Civil Service: Request recommendation. Count dmi t,�Strator Personnel Office and/or Civil Service Commission ',,Da(te: December 27, 1977 Classification and Pay Recommendation Reclassify 1 Intermediate Typist Clerk to Senior Clerk. Study discloses duties and responsibilities now being performed ,justify reclassifi- cation to Senior Clerk. Can be effective day following:Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassification of Intermediate Typist Clerk position #14, Salary Level '240 (766-931) to Senior Clerk, Salary Level 28n (865-1052). J Assistant Personnel 40rector Recommendation of County Administrator / Date: December 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. " Of ,461�2 County Admin-is ator Action of the Board of Su ervisors JAN 3 1978 Adjustment APPROVED ( ) on . "R. OL SSON, County Clerk Date: JAN 3 1978 By; P atrieia A. Bell Deputy Clerk APPROVAL o a this ad j u siren t ecnz fbi to tea ail App-cop tia ion Ad j ustment and Pete onnee Resot ation Amcndment. NOTE: Tom section and reverse side of form must be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (111347) (Rev. 11/70) 00037 POs 1. T 1 0y ADJ USTtiEN' T REQUEST No: U r�-2.-t CCCo- Medical Services Budget Uni- 540 Date 1/17/77 Actin^ Requested: Reclassify Intermediate Typist Clerk Pos. #091-65 to Senior Clerk Proposed effective date: as soon as pons z e Explain by adjustment is nee--'ed: To provide adequate staffing for Business service Support Estimated cost of adjust!-.en-L: senior Clerk -$824/mo. Amount: C rte— k: Inter. Typist Clerk -$725/mo. 1_ till 'iar►=2s d ages: 99 x 5 Rm$ 495. Ld 2. ec ssiV-.s_ (&3Z %er:s and c0.6t) �? w HAn 'UW'ES AGENCY Estimated total $ 4�5. r � Signature George Degnan, M.D. Medical Director ; Dot's__ Department Head-W,,4.,, j Initial Determination of County Administrator Date: March 15, 1977 To Civil Service: Request recommendation. ount A Mistrator Personnel Office and/or Civil Service Commission ate: December 27, 1977 Classification and Pay Recommendation Reclassify 1 Intermediate Typist Clerk to Senior Clerk. Study discloses duties and responsibilities now being performed justify reclassifi- cation to Senior Clerk. Can be effective day_fol16wing_Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the reclassification of Intermediate Typist Clerk position #65, Salary Level 240 (766-931) to Senior Clerk, Salary Level 280 (865-1052). Assistant Personnel rector Recon^:erdation of County Administrator Date: • December 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County AdmilristitWrif Action of the Board of Supervisors JAN 3 1978 Adjustment APPRO IED ( } on .IAN ? tQ78 R. S r �avntr Ci2.Q.Q Date: �l f• rLJ r Patricia A. Bell �a�, clerk Apr?: !.►_ o f .this adJusbrezt co::.5.t,tute3 an App&op••...j `✓-or_ Adju•6tment m:d PeAdonnet e,s ct.,t'vicn Amerdlr2tLz. NOTE: action and re:-arse si = of form mu-s.-It be completed and supplemented, when by a- _r,aniza;ion chart depicting the section or office 'affected. P 303 (ms s=-; (Rev. 7:170) 000361 P OSI T I ON ADJUSTMENT REQUEST No: /d/ ;7� Department PUBLIC WORKS Budget Unit4031 Date 12-5-77 Action Requested: CANCEL Asst. Bldg. Services Supt. position (4031-02) and ADD Mechanical Trades Supervisor (4031-01) Proposed effective date: ASAP Explain why adjustment is needed: to more appropriately reflect the duties and responsibi;,itips of the position. Contra Costa Counly W. r VED Estimate4' t=a cosf zadjustment: Amount: -- DEC - 9 1977 � -181.00/mo. 1 . S.a`lariel ana wages: 3 2. Fixed As-sets: I tib t .items and coat) Offi ti unto Admiwst.otos Estimated total $ -181.00/mo Signature De Trtment Head Initial Determination of County Administrator Date: -nCrpr�r-9. 1977 To Civil Service: Request recommendation. IA4 aunt �n� rator Personnel Office and/or Civil Service Commission Date: np,,W6pr 77, IQZ7 Classification and Pay Recommendation Reallocate position of Assistant Building Services Superintendent position #01 to Mechanical Trades Supervisor. Study discloses duties and responsibilities now being performed justify reallocation to the class of Mechanical Trades Supervisor. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the realloca- tion of the position of Assistant Building Services Superintendent position 001, Salary Level 535t (2076-2289) to Mechanical Trades Supervisor, Salary Level 535t (2076-2289). Assistant Personne hector Recommendation of County Administrator Date: December 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County i m strator Action of the Board of Supervisors JAN 3 1978 Adjustment APPROVED ( ) on J. OLSSON, Countx,Clerk JAN Q 1079 Date: By: ` Patricia'A. Bell Deputy Clerk APPROVAL ci tA" adjustment const tutee an Appn.op4iati.on Adju6bnen.t and PeAhonnee Resotuti;on Amendment. NOTE: Tom section and reverse side of form vwe.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) oo (139 POSITION ADJUSTMENT REQUEST No: 0/ 7 5300 . Department Social Service Budget Unit 501 Date November 21, 1977 Action Requested: Reclassify one (1} 20/40 Social Worker III -(Pos. # 5300 501 XOTA-22)_to Social Casework Specialist I (20/40) Proposed effective date: ASAP Explain Oy adjustment is needed: To properly classify the incumbent and allow for the assignment of. lacement cases to the incumbent (Esther Redel) - Estimated -cosVof=adjustment: Contra Costa County Amount: -- RECEIVED $ 1. Salaries and wages: 2. Eiied .Assets: ( 6t .iter► cued cO.6t) 1: i 2-110077 Cunt Admi s ctor, Estimated to V! $ tip . Signature — - pepartoedf Head Initial Determination of County Administrator Date: cember 1 1977. To Civil Service for review and ndat ountin or Personnel Office and/or Civil Service Commission Det December 27, 1977 _ Classification and Pay Recommendation Reclassify 1 20/40 Social Worker III.to 20/40 Social Caa~rk Specialist I.,• Study discloses duties and responsibilities now being perfomed justify reclassification to 20/40 Social Casework Specialist I.- Can be effective day following Board action. Zbe above action can be accomplished by amending Resolution 71/17 to reflect the reclassi- fication of 20/40 Social Worker III position 0501-22, salary Level 376 (1160-1410) to Social Casevark Specialist I, 20/40, salary Level 391 (1214-1476). Assistant ersonnel 10rector Recommendation of County Administrator Date: December 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County A Astra or Action of the Board of Supervisors Adjustment APPROVED ( ) on JAN 3 -1979 J OLSSON, 'Coimtx;Clerk JAN 3 1978 B lu Hate: atrncia X Belt eep ury �1erk APPROVAL ci this adjustment eonbtZWeb an Apppt atc.on Ad1ub�inerat mil pe �coarmee Reaotuti.on Amendment. DOTE: Top section and reverse side of form mobs be completed and supplemented, when appropriate, by an organization chart depicting the section'or office affected. P 300 (11347) (Rev. 11/70) 00040 r / POS I T I ON A D J U S T M E N T REQUEST No: Department Auditor-Controller Budget Unit0147 Date 12=8-77 Action Requested: Reclassify one3Stenographer Clerk position to a Typist Clerk position Proposed effective date: ASAP Explain why adjustment is needed: To classify the job in accordance with actual job respons•i-biJities . Estimatea:cost--of bdjustment: Co-.-,,Ira Costa County Amount: RECEIVED I . Sal aries' and wages: 2. Fixed Assets: (tilt stems and cost) )��L i 5 _14 4' - mice ofd cunh/ dministrctor. Estimated total r Signature l t De par ead j A." Initial Determination of County Administrator r Date:J December 19, 19 77' To Civil Service: Request recommendation. JZ�Lunt dministrator Personnel Office and/or Civil Service Co fission Date: December 27, 1977 Classification and Pay Recommendation Classify 1 Typist Clerk and cancel 1 Intermediate Stenographer Clerk. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Typist Clerk, Salary Level 194 (666-809) and the cancellation of 1 Intermediate Steno- grapher Clerk, position fol, Salary Level 256 (804-978) . Assistant Personnel irector Recommendation of County Administrator Date: December 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County dministrator Action of the Board of Su ervisors JAN 3 1978 Adjustment APPROVED ) on OLS$ON, �Cour}ty Clerk V y Date: JA N 3 1978 By: Patricia A. Bell oeov*y Clerk APPROVAL o l thi-s ad j u tincnt constitutes an Appaop ti.a tion Adjustment and PeAz onnet Reso.!?utiobi AmeJldment. 140TE: Tom section and reverse side of form mutt be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) 00041 r• � POSITION ADJUSTMENT REQUEST No: to ...3 Department _ COUNTY CLERK Budget Unit 0002 Date November 15, 1977 Action Requested: Cancel one Steno Clerk position f002, add one Typist Clerk _position > 'z. Proposed effective da 2-1-7 Explain why adjustment is needed: StenorraDhir. skills no longer needed for this nns i 1-i nn _ x Estimated cost of adjustment: Amount: I . Salaries and wages: ConU a Costo C jntyRECEIVED 2. Fixed sets: (.tilt item and coat) - W Ny td 1974 Estimatedtot. Office of a cunt- m' tr t r. t Signature partment Head Initial Determination of County Administrator Date: November 22, 1977 To Civil Service: Request recommendation. C��tiunNY mi nistrat r Personnel Office and/or Civil Service Commission Date: December 27, 1977 Classification and Pay Recommendation Classify 1 Typist Clerk and cancel 1 Stenographer Clerk. Study discloses duties and responsibilities to be assigned justify classification as Typist Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Typist Clerk, Salary Level 194 (666-809) and the cancellation of 1 Stenographer Clerk, Position #02, Salary Level 220 (721-876) . Assistant Personnel ctor Recommendation of County Administrator / ate: December 29, 19773p Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978 . County inistrat r Action of the Board of Supervisors JAN 3 197 Adjustment APPROVED ( ) on OLSSON, County Clerk Date: JAN 3 1978 By: Patricia A. Bell Deputy Clerk APPROVAL o f tniz adfubtment corcd#,cWa an AppnopA anion Adjustment and Pe4Aonna Re a otu tion Amendment. NOTE: Top section and reverse side of form O'mu t be completed and supplemented, when appropria e, by an organization chart depicting the section or' office affected. P 300 (M347) (Rev. 11/70) POSITION ADJUSTMENT REQUEST No: � 7 Department DISTRICT ATTORNEY Budget Unit C 47 Date Sept. 279 1977 Action Requested: 'Add one Deputy District Attorney I (20140)..positioti. Proposed effective date: A.S.A.P. Explain why adjustment is needed: Redistribution of deputy assignments; a half time deputy is needed to absorb backlog of case work in the Legal Prosecution Unit. Estimated cost of adjustment: Amount: Add to perm. salaries forma Costa County 59471000 I . Salaries and wages: proximately 8 mos. of fiscaj �'` 2. Fixed Assets: (t E6t .s teme and cost) VV tt rre 2 7177 Estimated total Coun a 5,471.00 Signature .� Departmenj HetdMichae . Vielan InitialLBeteiZnination of County Administrator ate 2 3_/t7 To Ci-411 Service: Request Recommendation su t d dat d December 12, 1977, attached. t Personnel Office and/or Civil Service Commission Date. December 27, 1977 Classification and Pay Recommendation Classify 1 20/40 Deputy District Attorney I. Study discloses duties and responsibilities to be assigned justify classification to Deputy District I, 20/40. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding 1 Deputy Distri Attorney I, 20/40, Salary Level 394t (1351-1489). Assistant Personnel ctcr Recommendation of County Administrator te: DeCPmhor 29- 1977. Recommendation of Personnel Office and/ Civil Service Commission approved effective January 3, 1978. County inistrator Action of the Board of Su rvisors JAN 1 1976 Adjustment APPROVED ( ) on 7J. RSCAN, �AAR erkDate: SAN `� ,g7$ a ricial DePuty Clerk APPROVAL o f tJiiz adju tment eon,6t tuted an ApptopAiation Ad1u6ti^ent and PeAAonnet Re,sotuti.on Amendment. NOTE: Top section and reverse side of form mte.t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) 00043 J � POSITION ADJUSTMENT REQUEST No: 76 Department Sheriff—Coroner Budget Unit 2505 Date 11-29-77 Action Requested: Create two positions of Deputy Sheriff Proposed effective date 1-1-78 Explain why adjustment is needed: Marine patrol of the DAlta area per Board r er dated 11-22-77 r- • Estimated co$€ otadjustment: Amount: u 1 . _Salaries and wages: Contra Costa County$ 15,768.00 2. ;Tixed•",�ssks: (tia.t item and eort) RF1'FIV -� D F c - g 1977 $ Estimated total Office $ 15,768.00 County Ad st Signature partment ajr Initial Determination of County Administrator Date• To Civil Service: Request recommendation. m, tra or Personnel Office and/or Civil Service Commission 06te: December 27, 1977 Classification and Pay Recommendation Classify 2 Deputy Sheriff positions. Study discloses duties and responsibilities to be assigned justify classification as Deputy Sheriff. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 by adding 2 Deputy Sheriff positions, Salary Level 417 (1314-1597) . �1 Assistant Personnel ctor Recommendation of County Administrator Date: December 29. 1-977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County ministrator Action of the Board of Su-ervisors JAN 3 1978 Adjustment APPROVED ( ) on J. R. N Coyntr Perk! Date: JAN 3 1978 By: 7aPrildaa A. Bell Dep fjf, C?e►k APPROVAL o6 th%a adJuz nest con titutes an Appnop&i.a ion Ad1uatment and PeuonneE Rea o.Pu ti..on Amendment. NOTE: Top section and reverse side of form muA t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (M347) (Rev. 11/70) (loll 144 POS I T I ON ADJUSTMENT REQUEST No: � 1 5180 Department SOCIAL SERVICE Budget Unit 508 Date 12-20-77 Action Requested: Cancel (1) Intermediate Typist Clerk position (5180 08-aWVA-l4) and add (])-Clerk posation Proposed effective date: Explain why adjustOnt is needed: To properly classify the position based on thp assignments 46 the position Estimated cost of-adjustment: Amount: Contra Costa County 1 . Salaries and wages: RECEIVED $ (210) 2. fixed_Msets: (t"t .ctema and coot) DEC 20 1977 Office of- �,�/ Estimated t ; Ad rstrctor $ (210) f k• . Signature Department Head Initial Determination of County Administrator Date: . December 11 . 1977 To Civil Service: Request recommendation. Count rh strator Personnel Office and/or Civil Service Commission J ate: WGCj&er 27, 1977 _ Classification and Pay Recommendation Classify 1 Clerk and cancel 1 Intermediate Typist Clerk. Study discloses duties and responsibilities to be assigned justify classification as Clerk. Can be effective day following Board action. The above action can be accomplished by amending Resolution 71/17 to reflect the addition of 1 Clerk, Salary Level 178 (634-771) and the cancellation of Intermediate Typist Clerk, position #508-14, Salary Level 240 (766-931) . Assistant Personnel ctor Recommendation of County AdministratorZlate: December 29, 1977 Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County Administrator Action of the Board of Su ervisors Adjustment APPROVED on ��N J. OLSSON, County Clerk 1 Date: JAN .1 1078 _ By: Pnirict? Q. Ra() De^,.,,f Clerk APPROVAL o6 #fu.a adju,stine►tt evn,st tutes an Appnopti.ati.on Adju6tmeitt and Pe&zonnee Resotuti.on Amendment. NOTE: Top section and reverse side of form must he completed and supplemented, when appropriate, Ey an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) 0r(145 -07 POS I T I ON A D J U S T M E N T REQUEST Pio: /Q / 5200 Department Social Service Budget Unit 502 Date November 30, 1977 Action Reques4ed:i-Cancel one full-time Eligibili y Worker II positinn cam•- Ci. .•- ..... ..�T- and add .two (2-} 20140 Eligibility Worker II pUsitions•: Proposed effective date: ASAP LJ Explain;w-hy adjustment is needed: To provide part-time positions for reassignment of staff as appropriate. Estimated cost` of adjustment: Co•���a Cotta Couniy Amount: 1 . Salaries and wages: RECEIVED $ 2. Fixed Assets: (List stems cued cost) - ;' - �= cued Estimated :arra Signature Departure t ea 4t6� Initial Determination of County Administrator Date: 12-9-77 To Civil Service for review and recommend Son. unt AdminizMtor Personnel Office and/or Civil Service Commission We: December 27, 1977 Classification and Pay Recommendation Decrease hours of Eligibility Worker II from 40/40 to 20/40; add (1) 20/40 Eligibility Worker II. Study discloses duties and responsibilities by ascending Resolution 71/17.•by decreasing the hours of 40/40 Eligibility Worker II position #502-160 to 20/40 and the addition of 1 20/40 Eligibility Worker II position, both at Salary Level 285 (879-1068) . r_ Assistant personnel ctor Recommendation of County Administrator ate: December 29, 1977 .- - Recommendation 977 -Recommendation of Personnel Office and/or Civil Service Commission approved effective January 3, 1978. County Administrator Action of the Board of Supervisors JAN 3 Adjustment APPROVED ( ) on 1978 J. R. OLSSON, County Clerk JAN 3 1978 1 V Date: By: o � 'L atticia A. Bell ���:��� Clerk APPROVAL of t►Lis adjustment confit tutee cut Apptcptiati-on Adittztinent and Pelcdonsie.E Resotuti.on Amendment. NOTE: Top section and reverse side of form mu,t be completed and supplemented, when appropriate, by an organization chart depicting the section or office affected. P 300 (11347) (Rev. 11/70) 00046 r� IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND DATER CONSERVATION DISTRICT In the Matter of Requesting U. S. Army Corps of ) Engineers to Initiate Phase I ) Advanced Engineering and Design ) Investigations for the Alhambra ) RESOLUTION NO. 78/1 Creek Flood Control Project ) W.O. #8151-7505 ) Flood Control Zone 5 ) WHEREAS the County of Contra Costa, the City of Martinez and the Contra Costa County Flood Control and Water Conservation District do realize that flood hazard conditions exist from overflow of Alhambra Creek and that significant existing development is. subject to flooding; WHEREAS the Flood Control Zone 5 Advisory Board has considered this matter and has recommended that this BOARD: (1) request the U. S. Army Corps of Engineers to initiate Phase I Advanced Engineering and Design Investigations for the Alhambra Creek Flood Control Project including solutions to the flood problems in the tributary area east of Alhambra Creek and south of Highway 4, and conduct investigations in conformance with the "Public Works for Water and Paver Development and Energy Research Appropriation Bill , 1978, House of Representative Report No. 95-379," and (2) seek federal appropriations for fiscal year 1978-1979 for funding of the Phase I Advanced Engineering and Design Investigations on Alhambra Creek; NOW THEREFORE this BOARD hereby: 1. Requests the U.S. Army Corps of Engineers to initiate Phase I Advanced Engineering and Design Investigations for the Alhambra Creek Flood Control Project as soon as possible. 2. Requests the U. S. Army Corps of Engineers to include solutions to the flood problems in the tributary area east of Alhambra Creek and south of Highway 4 in the Phase I Advanced Engineering and Design Study. 3. Requests that any and all investigations by the U. S. Army Corps of Engineers be conducted .in conformance with "Public Works for Water and Power Development and Energy Research Appropriation Bill , 1978, House of Representatives Report No. 95-379," to wit: "Alhambra Creek, California - An analysis of the 1967 Corps study of Alhambra Creek, California shows that if substantial progress is to be made in flood damage reduction now and in the future, both structural protection measures and local flood plain management will be required. This fact was noted by the Bureau of the Budget in its letter of transmittal in June 1968 and endorsed by the Secretary of the Army in his transmittal letter. "The- intent of the restudy shall include, but not be limited to, the development of a program of nonstructural measures to reduce flood plain damage and promote wise and economic use of the flood plain. The restudy shall examine a broad combination of techniques to reduce flood damage such that structural measures can be minimized in terms of cost and local disruption to the greatest extent possible. The study shall additionally consider various economic and recreational benefits which could be developed in concert with a program of nonstructural and localized structural flood mitigation measures. "In the conduct of the restudy, the Corps shall consult and work with the County of Contra Costa, the City of Martinez, the East Bay Regional Park District, and local citizen groups designated by the County and/or City. RESOLUTION NO. 78/1 0004"1 "In order to assure that the size and scope of any proposed plans should achieve the most practicable balance between structural works, flood plain regulation and a broad flood plain management program, the Corps shall remain cognizant of the important role it plays in aiding the State and local governmental agencies in their responsibility to adopt an adequate flood plain management program." AND FURTHER, the County of Contra Costa and the Contra Costa County Flood Control and Water Conservation District will seek federal appropriations for fiscal year 1978-1979 for funding of the Phase I Advanced Engineering and Design Study on Alhambra Creek. PASSED AND ADOPTED on January 3, 1978, by the Board of Supervisors of Contra Costa County as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District. Originator: Public Works Department Flood Control Design cc: -County Administrator -Public Works Director -City of Martinez -Colonel John M. Adsit, District Engineer U.S. Army Corps of Engineers San Francisco District 211 Main Street San Francisco, CA 94105 -Planning Director RESOLUTION No. 78/1 0004b IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION NO. 78/2 the Subdivision Agreement for ) Subdivision MS 61-77, ) Orinda Area. ) The following document was presented for Board approval this date: A subdivision agreement with Great Western Savings & Loan Association, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; Said document was accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Cash deposit (Auditor's Deposit Permit Detail No. 04894, dated December 23, 1977) in the amount of $600.00 deposited by: Century Homes Development Company, 2076 Mt. Diablo Blvd. , Walnut Creek, CA 94596. NOW THEREFORE BE IT RESOLVED that said subdivision agreement is APPROVED. PASSED BY THE BOARD on January 3, 1978. Originating Department: Public Works Land Development Division cc: Public Works Director - LO Director of Planning Great Western Savings & Loan Association 1700 Broadway Oakland, CA 94612 Century Homes Development Company 2076 Mt. Diablo Blvd. Walnut Creek, CA 94596 RESOLUTION NO. 78/2 00049 SUBDIVISION AGREEMENT (§1) Subdivision: �/--77 01) Subdivider: gleear S/�P1VSiDr�r✓6S (Government Code §§66-362 leLD4iY�SSa/4T/oN and 9§66463) (91) Effective Date:January 3, 1978 (§I) Completion Period: 1. PARTIES F DATE. Effective on the above date, the Count), of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually promise and agree as follows, concerning t�subdivision: 2. IMPROVDIENTS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof as required by the California Sub- division Map Act (Government Code §§66410 and following), in a good workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUAF0.. TEE• Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinance Code; and he shall so guarantee it for one year after its completion and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4. I'IPROVENENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66199, deposit as securit:• with the County: A. For Performance and Guarantee: 5_±� cash, 1, which together-!@+e4the estimated cost of the work. Such adi�3awa-1 security is presented in the form ofX/S Cash, certified check, or cashier's check E] Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit With this security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of gtj2?,'12 , which is zwe lowllr4 the estimated cost of the :.pork. Such security is presented in the form of: Cash, certified check, or cashier's check Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit With this security the Subdivider guarantees payment to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. -1- 00050 Microfilmed with board order A ; S. WARRANTY. Subdivider warrants that said improvement plans are adequate to ' accomplish this work as promised in Section 2; and if, at any time before the County's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COUNTY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabiliti—es as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s) , action(s) or other pro- ceeding(s) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the matters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Non-conditions: The promise and agreement in this section is not conditioned or dependent on whether or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. 8. ' COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFOMMANCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of completing the work, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIGN%,IENT. If before County accepts the work, the subdivision is annexed ' to a city, the County may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. -2- Microfilmed with board order 12. RECORD NAP. In consideration hereof, County shall allow Subdivider 'to 'file and record the Final :lap or Parcel Nap for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Cline, .�� l Public Works Director L E.}T ►Ed1F^n .�Av��., d Deputy ' (De igna a official capacity in the buisines_ RECOMENDED FOR APPROVALf Note to SubdivLder; (1) Execute acknowledg- ment form below; and if a corporation, affix ,�,� corporate seal. Assistant ublic Works` Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel State of California ) (Acknowledgment by Corporation, Partnership, County of Akcc e(lcl )Ss. or Individual) On 1�-j"r , the person(s) whose name(s) is/are signed above for Subdivider and who is/are knwon to me to be the individual(s) and officer(s)' or partners) as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation or partnership named above executed it. (NOTARIAL SEAL);; ::i": f" ::':'1!•;,, '. t:, `'..'•:'`"'e° ':•::': -`':'' i:, tL:I t Notlary Public for said County and State i�otcFoozoo�osaoy��c•to+ev��.�t3:' (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) FILE D JAN 3 1978 J. R. OLSSON CLm SOW Of SUrERVISONS 00052 Microiiimed with hoard or" IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of RESOLUTION NO. 78/3 Approval of Subdivision Agreement Extension, Subdivision 4841, Danville Area. The improvements in Subdivision 4841 were not completed within the completion period specified in the Subdivision Agreement dated November 2, 1976. The Public Works Director has received a subdivision agreement extension request from Amador Associates, Ltd. and Mission Investment Company, subdivider, wherein said subdivider agrees to complete all improvements as required in the subdivision agreement by November 2, 1978. NOW, THEREFORE, BE IT RESOLVED that said Subdivision Agreement Extension is APPROVED and the Public Works Director is authorized to execute same on behalf of the County, thereby extending said agreement through November 2, 1978. PASSED by the Board on January 3, 1978. Originating. Department: Public Works Land Development Division cc: Public Works Director — LD & Construction Director of Planning Amador Associates, Ltd. Mission Investment Company 3055 Clayton Rd. Concord, CA 94520 Fireman's Fund Insurance Co. (Bond No SC6304960) 1855 Olympic Blvd. Walnut Creek, CA 94596 RESOLUTION NO. 78/3 00(.153 inlr �� • .... Contra Costa of___._pecetwtber.............._ _._._..A. D. 193L before me. er...._---___ Notarq Public in and for the said County and State. residing therein,duty commissioned and sworn.personally ap- peared.............Q4Y.1t NtatM_.__._. .._.. ............---..._ ..............._...... :;:s:itt:t7filiitilf].tii^5f::!c=!IS'sf:�:.5:ir.itZitflat:a:;3 .__. .�_ _ .-.,._.............. ._.-------^._ _..---.»-_-----_--....».. ........_...� O::-iCAL SEAL ji A".- .aA'=T J. DURAIV ._._-_............... ..._........_.._._...__............. �.......`.._...._. . '( Nl)'4^Y i>URLIC•C.ILIECRNIA known to ane to be the person whose name...................._..i.S.._.-subscribed to the within instrunsen , and acknowledged to me that he executed the sante. ,'*)Mom XprsE, 1 have hereunto set my hand and affixed array o(ficid stat the day and yew in this Certifuate fust above written. x c...�..i.. ark T Fam GA—Sam Nap k a LOW Fits Nod"Swv6m.g321t FrWive a Ave.ooklatt. Datil- aMicrofiltred with board order NOTARIAL ACKNOWLEDGMENT—ATTORNEY IN FACT STATE OF CALIFORNIA On this..-__13th ,_.-.,__day of_.._..._.Qecember---_,,..___.___.__-,_.-r-_,_, 19,7.7_-_,befom S.S. RICO —V.e ___,�••--.Geer_-.-._._--.--.... _ __. a Notary Public in and for ....._........_._..._.,____-.._-._._.County of CO3N,T P. CC .-'• TAsaid-..-....�.._...__.-...._ _..._...._-_......_-. ___._.-County, State aforesaid. residing therein,duly commis- COiVTFt:I CGS 1 A Mar aret J. sinned and sworn, personally appeared,....._-__._._-_....._.....-- .-_-_...._...............__....__.___Duran_.-.....__ _........-__�..-_ known to RIC to be the person whose name is subscribed to the within instrument as the •' attorney in fact of FIREMAN'S FUND INSURANCE COMPANY and acknowledged to me that he subscribed the name of FIREMAN'S FUND INSURANCE COMPANY thereto, and his own as attorney in fact. WITNESS4 IN EEO , I have hereunto set my hand and I CON-,.--A �� ... .-._. ... . .,,....__...;............. .:.....: Ca of.irfa m oCounty Sif4� ..,i__.•_o:......_____.__.. :_ _ office in the said ,,T; O•t l the day and year in this certificate first above written. �\,,,,,,r _ Ci.:i?.ti Y.::i'w!i:i f --•li./1 r�--'�-•-v-�.,.._.1�.�� �-e: -::y c 1973 ( r3�@Z' Notary Public in and for the............__------ y af___.C-'1`]T-7A __- _____._.Co._.Coon C 1`i I^ i'O3Ta _ State of Califofxaia. My commission expires.-.__..._,........... 0.105 asoosZ—a.:s Microfilmed with board order 3� � SUBD WI S I OH A�-I?EEhEEUT EXTENSION Contra Costa Subdivision Number Subdiv_i.ders. - r� (Origi n:t W ` e, A reertnnn t_D a to7 /1 Improvew-ta. Security__ - ( ) Ca:;h or Secured Check $ (A CorporaLe Surety Bond $ ,Q52 yDD =- Surety EIREINNISFIS .1Mi1wAlICE tpfA1K � . F I LEDBond* Number JAN3 1978 Date �NT�� Z,? /976 J. R. OLS ( ) Letter of Credit $ CLERK WARD OF SUPERVISORS ZcosrA co. Finz)nci.al Institution 11 -- a] DocumenL• Number Date Extension New Termination Date- _ a� ��• _ A)KJ `9y�, This :tibdivider and- t hr �ibove named Surety or Financial Institution desire L-hitt t.liis subdivision -iUreemefit be extended through the above date; and Cont-rn Costa County im0 F;:iid Surety or Financial Institution hereby agree tl erpto .and 1-he same. Dated: DECEMBER 13, 1977 i ----- CONTRA (:OSTA COUNTY Vernon L. Cline �a ;1,.> /�issie•r• Public Worl:_; Director Subdivider By ; .( � FIREMAN'S FUND iNSURANCE;'�,DWAyl( j/ Doputy Surety or Financial:-' ;Lh,s•ci:.rution By, RECOMMENDL•'D FOR A ROVAt.: By: Dura " ttor ey-in-Fact Y Sista it ubli orks Uirector FORM APPROVED: JOHN B. CLAD 11.34, County Counsel (NOTE: SUBDIVIDER'S AND SURETY 'S FINANCIAL INSTITUTIOW.'S SIGNATURES MUST BE NOTARIZE-D) 00055 Microfilmad with board order IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Approval of ) RESOLUTION NO. 78/4 the Final Map of Subdivision ) 5070, Danville Area ) The following documents were presented for Board approval this date: The Final Map of Subdivision 5070, property located in the Danville area, said map having been certified by the proper officials; A subdivision agreement with Di Giorgio Development Corporation, subdivider, wherein said subdivider agrees to complete all improvements as required in said subdivision agreement within one year from the date of said agreement; Said documents were accompanied by the following: Security to guarantee the completion of road and street improvements as required by Title 9 of the County Ordinance Code, as follows: a. Surety Bond (No. 2043200 C61 ) issued by Fireman's Insurance Company of Newark, New Jersey with Di Giorgio Development Corporation as principal , in the amount of $108,100 for Faithful Performance and $108,600 for Labor and Materials; b. Cash deposit (Auditor's Deposit Permit Detail No. 4735, dated December 19, 1977), in the amount of $500, deposited by: Di Giorgio Development Corporation. Letter from the County Tax Collector stating that there are no unpaid County taxes heretofore levied on the property included in said map,and that the 1977-78 tax lien has been paid in full . NOW THEREFORE BE IT RESOLVED that said Final Map is APPROVED and this Board does not accept or reject on behalf of the public any of the streets, paths, or easements shown thereon as dedicated to public use. BE IT FURTHER RESOLVED that said subdivision agreement is also APPROVED. PASSED BY THE BOARD on January 3, 1978. Originating Department: Public works Land Development Division cc: Public Works Director-LD Director of Planning Di Giorgio Development Corporation 1 Maritime Plaza San Francisco, CA 94105 RESOLUTION NO. 78/4 0 056 SUBDIVISION AGREENIEN"T (§l) Subdivision: 507(] 01) Subdivider: DI GIORGIO DEVELOPM NT (Government Code §§66462 CORPORATION, a California- corporation and §966463) (§1) Effective Date: (§1) Completion Period: 1-year 1. PARTIES $ DATE. Effective on the above date, the County of Contra Costa, California, hereinafter called "County", and the above named Subdivider, mutually promise and agree as follows, concerning this subdivision: 2. IMPROVEMENTS. Subdivider shall construct, install and complete road and street improvements, tract drainage, street signs, fire hydrants, and all improvements as required by the County Ordinance Code, especially Title 9, and including future amendments, and all improvements required in the improvement plans of this subdivision as reviewed and on file in the County's Public Works Department. Subdivider shall complete this work and improvements (hereinafter called "work") within the above completion period from date hereof as required by the California Sub- division Map Act (Government Code §§66110 and following) , in a (rood workmanlike manner, in accordance with accepted construction practices and in a manner equal or superior to the requirements of the County Ordinance Code and rulings made thereunder; and where there is a conflict between the improvement plans and the County Ordinance Code, the stricter requirements shall govern. 3. GUARANTEE. Subdivider guarantees that the work is and will be free from defects and will perform satisfactorily in accordance with Article 94-4.4 of the County Ordinance Code; and he shall so guarantee it for one year after its completion .and acceptance against any defective workmanship or materials or any unsatisfactory performance. 4. I`•fPROVENENT SECURITY: Upon executing this agreement, Subdivider shall, pursuant to Government Code §§ 66499, deposit as security with the County: A. For Performance and Guarantee: $ 500.00 cash, plus additional security, in the amount of $108,100.00 which together total the estimated cost of the work. Such additional security is presented in the form of: ❑ Cash, certified check, or cashier's check [] Acceptable corporate surety bond ❑ Acceptable irrevocable letter of credit With this security the Subdivider guarantees his performance of this agreement and of the work for one year after completion and acceptance thereof against any defective workman- ship or materials or any unsatisfactory performance. Upon -completion of the work, Subdivider may request reduction of the amount of this bond in accordance with County Ordinance. B. For Payment: Security in the amount of $108,600.00 , which is the estimated cost of the work. Such security is presented in the form of: ❑ Cash, certified check, or cashier's check ,Q :acceptable corporate surety bond ❑ A.cceptable irrevocable letter of credit With this security the SuLdivider guarantees payment to the contractor, to his subcon- tractors, and to persons renting equipment or furnishing labor or materials to them or to the Subdivider. -1- Microfilmed with board order 00057 l L ~ S. IVARP-.V Y. Subdivider warrants that said improvement plans are adequate to accomplish this work as promised in Section Z; and if, at any time before the County's resolution of completion for the subdivision, said improvement plans prove to be inadequate in any respect, Subdivider shall make changes necessary to accomplish the work as promised. 6. NO WAIVER BY COU`[TY. Inspection of the work and/or materials, or approval of work and/or materials inspected, or statement by any officer, agent or employee of the County indicating the work or any part thereof complies with the requirements of this Agreement, or acceptance of the whole or any part of said work and/or materials, or pay- ments therefor, or any combination or all of these acts, shall not relieve the Subdivider of his obligation to fulfill this contract as prescribed; nor shall the County be thereby estopped from bringing any action for damages arising from the failure to comply with any of the terms and conditions hereof. 7. INDEMNITY. Subdivider shall hold harmless and indemnify the indemnitees from the liabiliti^' es as defined in this section: A. The indemnitees benefited and protected by this promise are the County, and its special districts, elective and appointive boards, commissions, officers, agents and employees. B. The liabilities protected against are any liability or claim for damage of any kind allegedly suffered, incurred or threatened because of actions defined below, and including personal injury, death, property damage, inverse condemnation, or any combi- nation of these, and regardless of whether or not such liability, claim or damage was unforeseeable at any time before the County reviewed said improvement plans or accepted the work as completed, and including the defense of any suit(s), action(s) or other pro- ceeding(s) concerning these. C. The actions causing liability are any act or omission (negligent or non- negligent) in connection with the ;natters covered by this Agreement and attributable to the Subdivider, contractor, subcontractor or any officer, agent or employee of one or more of them. D. Non-conditions: The promise and agreement in this section is not conditioned or derendent on whether or not any Indemnitee has prepared, supplied, or reviewed any plan(s) or specification(s) in connection with this work or subdivision, or has insurance or other indemnification covering any of these matters, or that the alleged damage resulted partly from any negligent or willful misconduct of any Indemnitee. S. ' COSTS. Subdivider shall pay when due, all the costs of the work, including inspections thereof and relocating existing utilities required thereby. 9. SURVEYS. Subdivider shall set and establish survey monuments in accordance with the filed map and to the satisfaction of the County Road Commissioner-Surveyor. 10. NONPERFORMANCE AND COSTS. If Subdivider fails to complete the work within the time specified in this Agreement or extensions granted, County may proceed to complete them by contract or otherwise, and Subdivider shall pay the costs and charges therefor immediately upon demand. If County sues to compel performance of this Agreement or recover the cost of comaletin; the ::ork, Subdivider shall pay all reasonable attorneys' fees, costs of suit, and all other expenses of litigation incurred by County in connection therewith. 11. ASSIGIIZIENT. If before County accepts the work, the subdivision is annexed to a city, the Count), may assign to that city the County's rights under this Agreement and/or any deposit or bond securing them. -2- Microfilmed with board orclerh)r'58 12. RECORD "IAP. In consideration hereof, County shall allow Subdivider to file and record the Final Clap or Parcel :`lap for said Subdivision. CONTRA COSTA COUNTY SUBDIVIDER: (see note below) Vernon L. Cline, Public works Director DI. GIORGIO DEVELOPMENT CORPORATION, a California corporation By -A Deputy (Desig ate official capacity in the buisiness, RECOLilIENDED FOR APPROVAL: Note to Subdivider; (1) Execute acknowledg- ment form below; and if a correration, affix corporate seal. By Assistan Public Wort- Director (CORPORATE SEAL) FORM APPROVED: JOHN B. CLAUSEN, County Counsel AT State of California ) (Acknowledgment by Corporation, Partnership, County of n.�; I [ZnnCaG.c )ss' or Individual) O"I, 15.127-1 the person(-e4 whose name(-s,) is/are signed above for Subdivider and who is/.a•fe• knwon to me to be the i-n44:-v-idu&14-ei and officer(4) oto—partne-r-(s)- as stated above who signed this instrument, personally appeared before me and acknowledged to me that he executed it and that the corporation ^rr^^- named above executed it. Of-MIAL `I:AL <' PATRICIA LUNITZ (NOTARIAL SEAL) i ; NOTARY PUBLIC CAMURNIA CITY AND taunrY or ? SOU ra.%C1_Ce l %IT MP.I.ISSIOU C1FIn($rrO. 7. 1951 ( -f c) -- Notary Public for said CoLWty and State (Subdiv. Agrmt. CCC Std. Form) LD-9 (Rev 1/77) F L I E D J A N 3 1978 J. R. ocssoH CLERK WARD of SUPERVISM C TA CO. Microfilmed with boarcl orae, of)(159 �r' • IMPROVE,'•ENT SECURITY BOND ;ND 204 32 00 C61 ' PRENIUN: $434.00 PER ANNU • FOR SUBDI.'ISIO'J' AGREEI EINIT (Performance, Guarantee , and Pa,re-t ) (Calif. Government Code 5966499-!664900 .10 ) 1. OBLIGATION!.. DI GIORGIO DEVELOPMENT CORPORATION, a California corporation , as Principal, and FIRENE ►'c TNS"EAUCE COMPANY ar NE-WORK, Urw JER52-Y , a corporation organized and e.-Us ting, under he laws of ..:,e 3..a..e ol NEW JERSEY and authorized to transact sur etbousinesS in California, as Surety, hereby jol.tl., and severally bind ourselves , ou-. heirs , executors, administrator: , successors , and assigns to the County of Contra Costa, California, to oaj,r t : ` (A. Performance is Guarantee ) One Hundred Eight Thousand One Hundred Dollars ($108,100.00 . ) for itself or any city-assignee under the belga-county subdivision agreement, plus (B. Payment) -One Hundred Eight Thousand Six Hundred Dollars ($108 600.00 ) to secure t e claims to w h i c n refere nce is made in Title 17 cor.menc_r.- ..it h. Section, 3082) of Part 4 of Division 3 of the Civil Code of the State of Califor- nia. 2. RECITAL OF SUBDIVT SI011 AGREE_,'Ej`:*T The Principal :has executed a:: agreement with the Councy to install and pay for street , drainag-a , and other improvements in Subdivision ; u:-aver 5070 , as s ,ecl—Pied in the Subdivision Agreement , and to complete s`id Mror'r: :.i::hin the time specifier; for completion in the Subdivision Agreement , all in actor~ante :•lith State and local laws and rulings thereunder in order to .satisfy conditions for filing of the Final Map or Parcel Nap for said Subdivision. 3. CONDITION. A. The condition of this obligation as to Sectio^ 1 . (k) above • is such that if the above bounded principal , his or its 'heirs , executors, administrators , successors or assigns, shall in all things stand to and abide by, and well and .truly keep and perform the covenants , conditions and provisions in the said agreement and any alteration thereof rade as therein provided, on his or its part , to be kept and performed at the time and in the manner therein specified , and in all respects according to their true intent and mcanin, , and shall indemnify and save harmless the County of Contra Cosa (or cit; assignee ) , its officers , agents and employees, as therein stipulated, then this ooligation shall become .null and void; otherwise it shall be and remain in full force and effect . As a part of the obligation secured hereby and in addition to the face amount specified therefor , . tere shall be included costs and reason- able expenses and fees , including reasonable attorney '-s fees , lncurre by County (or city assignee ) in successfully enforcing such ot;l gation, all to be taxed as costs and included in any Judpient rendered. B. The condition of th-'s obligation as 'Co Section (B) above is such that said ?rincipal and the undersigned as corporate surety are held firmly bound unto the Cou.-it;; of Contra Costa and all contractors , subcont:acIL:or3, labore^s , mate:^'_3:;rte.^. and other persons e.^..ul_-ved in t" performance of the aforenaid a,7reemant and referred to 1a t. aforesaid; Civil Code for materials furnished or labor thereon of any kindor r 0060 h . -l- Micror'ifined with-board order STATE OF CALIFORNIA. C:it yji.__C..tyf_��n Francisco__—1 On this. ll;th ---.&yof n--- in the year One thousand mine hundred awd_ 77 —before,,,. Patricia Lun-Atz ........— a Notary Public, State of California, duty commisnowd md s-or", personally appeared john M. Bl(,ssen . ........---.._.....---•.............•---......... kxomatom ...elobetAw Vice President the corporation described in and that executed the within isutrwitext,and also known to me to be the terson............who Q1-.1=4(-IAI, NI:AL executed the within instrument on behalf of the corporation therein named,and acknowledged X PATRICIA LUNITZto me that such corporahox executed the .......................................... N01ARY 14110 It: - t:AIIjtIRNIA City AIM coww OF i IN WITNESS WHEREOF I h=,t herrunto set any hand and aArrd my official seal Pat in alae and 'Y C01.10M310H yevw in this cA'fi,,t,first aboe ,*tew 09061 MiCrofijM,.Cj With b()Grd0rCfer Notqry My Commission Expires .............. n....... 1PRINrea 6115167) 71-C770 • amounts due under the Unemployment Insurance Act with respect to such ' • work or labor, that said surety Will pay. the same in an a.:.ount not exceeding the amount hereinabove set forth, and also in case suit is brought upon this bond, will pay, ' in addition to the face amount thereof, costs and reasonable expenses and fees, . including reasonable attorney ' s fees, incurred by County (or city assignee ) in successfully enforcing such obligation, to be awarded and fixed by the court , and to be taxed as costs and to be included in the judgment therein ren- dered. It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons , companies and corporations entitled to file claims under Title 15 (commenc:ing :•rite Section. 3082) of Part 4 of Division 3 of the Civil Code , so as to give a right of action to them or their assigns in any suit brought upon this bond. Should the condition of this bond be fully performed then • this obligation shall become null and void, otherwise it shall be and remain in full force and effect. C. No alteration of said subdivision agreement or any plan or specification of said work agreed to by the Principal and the County shall relieve any Surety from liability on this tonal ; and con- sent is hereby given to make such alterations ::•it.out furter notice to or consent by Surety; and the Surety hereby waives fire p-ovisions of Calif. Civil Code §2819, and holds itself bound 4.thout regard to and ! independently of an;; action against Principal whenever taker.. !r,c,'!:rF•r 1:i, 1,077 - t SIGNED AND SEALED on PRINCIPAL SURETY rar_1:j'r 1 s II•:SURAITC.E COMPANY OF NEWARK, t`T•1r. ••x • • MI GIORGIO DEVELOPMENT CORPQRATION, a Cal GCi��t • ' r . � 7v!rT I•,.• PPI.NrP., ATTO:' EY -By_.-- IC. _ :L State of California ) "ity & County of `'"• I'��` �� I`'Cn )SS. (ACKNOWLEiJGi�lEilT !3Y SURETY) On �r:cT : . 1�. 1`.'77 the person(s) whose name(s) is/are signed above for Surety and who is/are known to me to be Attorneys)-in-Fact for this Corporate Surety , personally appeared before me and acknowledged to me that lie signed the name of the Corporation as Surety -and his/ their own namel's) as its Attorney(s)-in-Fact. (NCTARIAL SEAL) . 7..' �. DECKER ' DIANA L. ' NOTARY PU3uC-CtiLIFORnt�N F I L t tary Publ C for County an S ate (Rev. 2/76) :`` � •CITY AND COUNTY OF* JAN 3 1918 EBII:bw SAN FRANCISCO My Commission Expires Dec• 17. 1� �� a. J. R. OLMON CLERK BOARD Of SLIPERVIS r .. M )062 ! EDWARD W.LEAL ALFRED P. LOYELI County Treasurer-Tax Collector Assistant County Trsssum• TAX COLLECTOR'S OFFICE Tax collector First Instalment o/Tabes CONTRA COSTA COUNTY - First Isslsllaewt of Tares Duo and Payable Delinquent oa the First Day of News mber an the Toatb Day of Daaembr ------------- YARMEZ.CALIFORNIA Second Installment of Taxes Pbsse 222-3000.Eat.2323 Soeend Installment of Tabes Due and payable DeCt�lber 19 1977 D'ln'0 out an the First Day of February oa tie Too&Day of Aril IF THIS TRACT 35 NOT FILED BZ F:ERU.Uff 263 1976 s THIS LETTER IS VOID R C � 1 L ;j DEC 19 1977 PUBLIC waAKS t) . This•xM certify that I have examined the map of.the proposed subdivision entitled: TRACT NO. 5070 . and have determined from the official tax records that there are . no unpaid county taxes heretofore levied on the property included in the map. The current 1977-78 tax lien has been paid in full. T.D'r1ARD W. ISAL Taut Collector a By: �- 7 FI LE D - al JAN 31978 J. R. OLSSON CLERIC BOARD OF SUPERVISORS C TRA_ TA CO. 00063 Microfilmed with board order y RESOLUTION NO. 78/5 RESOLUTION ACCEPTING GRANT OF EASEMENT, ASSESSMENT DISTRICT 1975-4 , SAN RAMON STORM DRAIN, CONTRA COSTA COUNTY, CALIFORNIA This Board hereby accepts on behalf of the County of Contra Costa, as Grantee, that certain grant of perpetual ease- ment dated the 6th day of August, 1977, from KENNETH E. COE, a married man, as his sole and separate property, as to an un- divided one-half interest, and C. EDGAR BAKER, an unmarried man, as Grantor, for the purpose of construction and maintenance of storm drainage facilities; BE IT FURTHER RESOLVED that the County Clerk of the County of Contra Costa is hereby directed to attach a copy of this resolution to said Grant of Easement prior to the recording thereof in the office of the County Recorder of the County of Contra Costa, State of California. I HEREBY CERTIFY that the foregoing resolution was duly and regularly adopted by the Board of Supervisors of the County of Contra Costa, State of California, at a regular meeting thereof, held on the 3rd day of January, 1978. ATTEST: JAMES R. OLSSON, Clerk By Sandra L. Nielson, Deputy Clerk RESOLUTION NO. 78/5 00064 h:�.o►.�i,�g RequcL ted Ly CON'T,A £OST:'L.COUNTY And When Recorded Mail To Contra Costa County Public Works Department Real Property Division Administration Building Martinez, California 94553 GRANT OF EASEMENT ' THIS INDENTURE, made by and between the Kenneth E. Coe, a married man, as his sole nd separate property, as to an undivided 1/2 interest & C. Edgar Baker, an unmarried man hereinafter called tPe Grantor and CONTV, COSTA COu;fl'Y, a political subdivision of the State of California, hereinafter called the Grantee, WITNESSETH: That the Grantor-, for value received, hereby grants to the Grantee and to its successors and assigns a perpetual easement and right of way for the purposes of laying down, corn- structing, reconstructing, removing, replacing, repairing, maintaining, operating and using, as the Grantee may see fit, for the transmission of drainage water, a pipe or pipe lines, culverts or ditches, and all necessary braces, connections, fastenings and other appliances and fixtures for use in connection therewith or appurtenant thereto, in, under, along, and across that certain real property in the County of Contra Costa, State of California, described as follows: .4 TO HAVE AND TO HOLD, all and singular, the rigits above described unto the Grantee and the Grantee's successors and assigns forever. L/ IN WIT 'ESS THEREOF, the Grantor has executed tris indenture this 77 day of ZAC ,'�l� `= ��►��65 NOVEMBER I , 1976 JOB NO. 4967-1 JL EXHIBIT "A" ALL THAT CERTAIN REAL PROPERTY SITUATE IN THE UNINCORPORATED AREA OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA AND BEING A PORTION OF PARCEL "4" AS SHOWN ON THAT CERTAIN RECORD OF SURVEY RECORDED IN BOOK 61 LICENSED SURVEYOR MAPS AT PAGE 13, CONTRA COSTA COUNTY RECORDS, AND BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS; BEGINNING AT THE POINT CG;i40N TO A SOUTHWESTERLY CORNER OF AFORESAID PARCEL "4" AND THE I�iOST WESTERLY CORNER OF PARCEL "I" AS SHOt.N ON ArORESj"%Iu RECORD OF SURVEY; THENCE FRO SAID POINT OF BEGINNING ALONG THE MOST WESTERLY LINE OF AFORESAID PARCEL "4" NORTH 00" 05' 52" EAST, 23.85 FEET TO THE TRUE POINT OF BEGINNING; THENCE CONTIl%UING ALOtiG LAST SAID LINE, NORTH 00° 05' 52" EAST, 77.36 FEET TO A POINT OF CUSP; THENCE LEAVING SAID WESTERLY LINE IN A SOUTHERLY DIRECTION ALONG A TANGENT CURVE TO THE LEFT HAVING A RADIUS OF 192.00 FEET, THROUGH A CENTRAL ANGLE OF 27° 39' 03" AN ARC LENGTH OF 92.66 FEET TO A POINT ON A LINE CO.MMON- TO THE NORTH'r+ESTERLY LINE OF AFORESAID PARCEL "I" AND A SOUTHEASTERLY LINE OF AFORESAID PARCEL "4"; THENCE ALONG SAID COt-74ON LINE SOUTH 610 11 ' 57" WEST, 15.00 FEET; THENCE LEAVING SAID COMMON LINE IN A NORTHERLY DIRECTION ALOP:G THE ARC OF A NON-TANGENT CURVE HAVING A RADIUS OF 207.00 FEET, CONCAVE EASTERLY WHOSE CENTER BEARS NORTH 62° 21 ' 24" EAST, THROUGH A CENTRAL ANGLE OF 05° 47' 42" AN ARC LENGTH OF 20.94 FEET TO THE TRUE POINT OF BEGINNING. CONTAINING 667.00 SQUARE FEET OR 0.015 ACRES MORE OR LESS. 0 066 I .may t Nz r r L=92. 6 --'` 00.0 T. R= 207' c- o •05'52 `� i �`� •d=01°!0'2?'` i R-20-7' `' ' U. 4.?4' to 05147'42:' i L..= 20.9 4' TIT#r 11\lam. C,0. : �'= C) r? LGAI- DESCRIPTION PUNT STORM DRAIN ':A'S" ENT SCA?� 1"-50' 4G1��i•�3�R !9�!0 1 RESOLUTION NO. 78/6 RESOLUTION ACCEPTING GRANT OF EASEMENT, ASSESSMENT DIS'T'RICT 1975-4 , SAN RAMON STORM DRAIN, CONTRA COSTA COUNTY, CALIFORNIA This Board hereby accepts on behalf of the County of Contra Costa, as Grantee, that certain grant of perpetual easement dated the 19th day of May, 1977, from REYNOLDS INDUS- TRIES, INCORPORATED, as Grantor, for the purpose of construc- tion and maintenance of storm drainage facilities; BE IT FURTHER RESOLVED that the County Clerk of the County of Contra Costa is hereby directed to attach a copy of this resolution to said Grant of Easement prior to the recording thereof in the office of the County Recorder of the County of Contra Costa, State of California. I HEREBY CERTIFY that the foregoing resolution was duly and regularly adopted by the Board of Supervisors of the County of Contra Costa, State of California, at a regular meeting thereof, held on the 3rd day of January, 1978. ATTEST: JAMES R. OLSSON, Clerk By Sandra L. Nielson, Deputy Clerk RESOLUTION NO. 78/6 00067 CONMA COSTA COUN r And 1-1hen•Recc,-ded- Ma i 1 To Contra Costa County Public Works Department Real Property Division Administration Building Martinez, California 94553 GRANT OF EASEPI.ENT THIS INDENTURE, made by and between the Reynolds Industries Incorporated hereinafter called the Grantor and CONTRA COSTA COUNTY, a political subdivision of the State of California, hereinafter tailed the Grantee, WITNESSETH: That the Grantor, for value received, hereby grants to the Grantee and to its successors and assigns a perpetual easement and right of way for the purposes of laying down, con- structing, reconstructing, removing, replacing, repairing, maintaining, operating and using, as the Grantee may see fit, for the transmission of drainage water, a pipe or pipe lines, culverts or ditches, and all necessary braces, connections, fastenings and other appliances and fixtures for use in connection therewith or appurtenant thereto, in, under, along, and across that certain real property in the County of Contra Costa, State of California, described as follows: TO HAVE AND TO HOLD, all and singular, the rights above described unto the Crantee and the Grantee's successors and assigns forever. IN WITNESS THEREOF, the Grantor has executed this indenture this �_ day of 0 i 0006S r NOVEMBER I, 1976 t. 'r /t 1;. , '.i , I' . •.1,• JOB'NO. 4961-1 . . + '�. - •. . , :.' - ,. . • : : - . . . .. �L � it .. t.., EXHIBIT "All f ALL THAT CERTAIN REAL PROPERTY SITUATE IPJ THE UNINCORPORATED AREA OF CONTRA COSTA COUNTY, STATE OF'CALIFORNIA, AND BEING A PORTION OF , PARCEL "I" AS SHOWN ON THAT CERTAIN RECORD OF SURVEY RECORDED IN BOOK 61 LICENSED SURVEYOr, MAPS ATPAUGE 13 CONTRA COSTA COUNTY RECORDS, AND BEING A 15.00 FEET WIDE (i-ENSURED AT RIGHT ANGLES OR RADIALLY) STRIP OF LAND, THE SOUTHWESTERLY LINE OF SAID STRIP BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT THE MOST SOUTHERLY CORNER OF AFORESAID PARCEL "I", THENCE FROM SAID POINT OF BEGINNING ALONG- THE SOUTHEASTERLY LII1E OF AFORESAID PARCEL "I" NORTH 610 14' 23" EAST, 10.00 FEET TO A POINT ON A LINE THAT IS PARALLEL WITH AND 10.00 FEET NORTHEASTERLY OF THE SOUTHWESTERLY LINE OF AFORESAID PARCEL "I", SAID POINT BEING THE TRUE P01N OF BEGINNING; THENCE ALONG SAID PARALLEL LINE NORTH 280 49' 03" WEST, 330.58 FEET; THENCE LEAVING SAID PARALLEL LINE ALONG THE ARC OF A TANGENT CURVE TO THE RIGHT HAVING A RADIUS OF 207.00 FEET , THROUGH A CENTRAL ANGLE OF 010 10' 27", AN ARC LENGTH OF 4.24 FEET TO'. ' ' THE NORTHWESTERLY TERMINUS OF THIS DESCRIPTION; THE NORTHWESTERLY • TERMINUS OF AFORESAID 15.00 FEET WIDE STRIP BEING A LINE COKNON TO THE NORTHWESTERLY LINE OF AFORESAID PARCEL "I" AND A SOUTHEASTERLY LINE OF PARCEL "4" AS SHOWN ON AFORESAID RECORD OF SURVEY AND THE' SOUTHEASTERLY TERMINUS BEING AFORESAID SOUTHEASTERLY LANE OF PARCEL "I". CONTA1NItjG 5,021 SQUARE FEET OR 0. 115 ACRES MORE OR LESS. !' tit 000619 pJ r 92, TP V.28'49 03'W. 330.5 �"��,a'�.��,� QQ �'.�• ��7�.��1.1 yrs• "l.CQ'05'S2"E. `23.85•• .�_ ....,...,._,,..-a...._• - ��.�•�1_�:t �•.;�-,..•s.r.��-�e-�` -- -- -- _ '10.00• R41 R, r, r Q 45,4 '••4=0!•�p.2 0, . Q• . ,. � .. ' -. • � _ ^ : _ _ • . • � : . - �� • �_ � . QHS Sri �R1 p7-jO �' OR , �A ``'`� SME RESOLUTION NO. 78/7 RESOLUTION AUTHORIZING EXECUTION OF RIGHT- OF-WAY CONTRACT AND ACCEPTING GRANT OF EASEMENT, ASSESSMENT DISTRICT 1975-4, SAN RAMON STORM DRAIN, CONTRA COSTA COUNTY, CALIFORNIA This Board hereby accepts on behalf of the County of Contra Costa, as Grantee, that certain grant of perpetual easement dated the 5th day of December, 1977, from LAND FACTORS, INC. , and CALIFORNIA LAND RESOURCES, INC. , as Grantor, for the purpose of construction and maintenance of storm drainage facilities; BE IT FURTHER RESOLVED that that certain right-of- way contract between the County of Contra Costa and the above-named grantor, dated the 3rd day of January, 1978, is hereby approved and the Public Works Director is hereby authorized and directed to execute said right-of-way contract . BE IT FURTHER RESOLVED that the County Clerk of the County of Contra Costa is hereby directed to attach a copy of this resolution to said Grant of Easement prior to the recording thereof in the office of the County Recorder of the County of Contra Costa, State of California. RESOLUTION NO. 78/7 (1O0'11 Parcel Number: Date: Project Name: San Ramon Storm Drain Name: Land Factors Inc. and California Assessment District 1975-4 Land Resources Inc. Project Number: Address: or W/O Number: CA (zip) RIGHT OF WAY CONTRACT BETWEEN CONTRA COSTA COUNTY AND LAND FACTORS, INC. , a California corporation; and GRANTOR(S) NAMED jUREIN CALIFORNIA LAND RE50URCE5 INC. , a California corporation A document in the form of a Grant of Easement dated covering the property particularly described in said instrument, has been executed and delivered to Richard Pearson Agent for Contra Costa County In consideration of the above-ment;oned instrument and the other considerations herein- a,z t forth, it is mutually agreed as follows: The County shall: V ,►T,A` A. lay.to the University N ,.y Exchange Corporation the sum of Five Thousand 0 100'------------------------------------DOLLARS ( $5,000.00 ) for the property or interest therein as conveyed by above document when title to said property vests in the County free and clear of all liens, encumbrances, assessments, leases (recorded and/or unrecorded), and taxes, except: (1) Covenants, conditions, restrictions and reservations of record, if any. (2) Easements or rights of way of record over said property. B. The Grantor understands that the payment provided for in paragraph IA above will be made as soon as funds are available through the assessment proceedings for the referenced project. In the event the funds are not available at the time the contracts and the easements are accepted by the County, the grantor hereby authorizes the County, at their option, to record the Grant of Easement prior to said payment. C. Pay all escrow and recording fees incurred in this transaction and, if title insurance is desired by the County, the premium charged therefor. This transaction will be handled through an escrow with Title Insurance and Trust Walnut Creek California, their Escrow Nc. WC-270289 Said escrow and recording charges shall not, however, include reconveyance fees, trustee's fees, or forwarding fees for any full reconveyance or full release of mortgage. Page 1 of 2 Pages 000 2 2. Any or all monies payable under this contract up to and including the total aRount of unpaid principal and interest on note(S) secured by mortgage(s) or deed(s) o trust, if ary, to,ether with penalty (i' any) for pay�7ent in full in advance of rtal.-ur'izy. shall upon domand(s) be made payable to the mortgagea(s) or bereficiary(ies) entitled thereunder; said mortgagee(s) or beneficiary(ios) t0 Burnish grantor with good and sufficient receipt showlang said imonies credited against the indebtedness secured by sal-: nortgage(s) or deed(s) of trust. 3. The undersigned grantors hereby agree and consent to the dismissal of any eminent do.,,ain action in the Superior Court G.herein the herein described land is incluc_. and also vra;ve(s) any and all clai..ms to all litigation expenses and any money that ray be on deposit in the Superior Cour in said action. 4. Pe.mission is hereby granted the County, it contractors or agents to enter upon. the grantor's land, where necessary ad}ace:.t 4-0 the easement herein granted for construction purposes during irstalla:ion of StO.:.. lines. All work shall be accor..plished in a good workmanlike manner and grantor's land shall be left in a neat and orderly condition upon co.:zpletion o: const:Lction_ S. At any time prior to actual construction, the engineers of work, Bryan and Murphy, %vill relocate, if requested to do so in writing, one of the manholes to be ipstalled within the easement being granted to a location satisfactory to the grantor or his assigns in order to confo.•ni, to possible deveiopmert plans for the property. In the evert one of the existing manholes cannot be relocated, an additional :nanhoie will be installed With a 24" inlet at a point satisfactory to the grantor or his assigns. 6. The address of University Exchange Corporation, the payee under the terms of this contract is in care of Gerald Ratner, Attorney for University Exchange Corporation, 300 West Washington Street, Chicago, Illinois 60606. The parties have herein set -Forth the vi,-,ole Oi their agreemnent. The performance of t,` agree,mant cons.i Lutes the entire cons.dera t i on for said dacum2ii t and shall r21 i VVP the County of alt further obl i ga t;cn or cl,z l :.s on Z,i s account, Or on account G f the I OCaz. grade or cons-t;ruc ion 0-F tra pr0pos2d PUZ-is mp-rom--,ent. IN Wl T,tiESS Wi-IER::OF, the parties have executed this agreezant the day and year first above written. COI:TRA COSTA COJ`TY GMITOR -.1my ACTORS INC ,,.a California rl nec:01.,..enued to ^e Board of ;OzWQration ' Supervisors Tor �pproval : By BY. R2 , roperty gent CALIFORNIA LAND RESOURCES INC. , By Principal Real Property Agent BY: APPROVED: 8y Public Works Di rector Dated: NO 03LIGATIO3 OTNcR ..An THOSE SET FORI1-i HEREIN WILL BE RECOMi2E0 000P13 .v'NTRA WSTA COLNTY And When Rocorded Mail To Contra Costa County i Public Works Department !teal Property Division � ;''• • •• Adalinistration Building Martinez, Ca;;iornia 94553 ' • GRANT OF EASEI:ENT THIS INDENTURE, made by and bet-'Wee;l the Land Factors, Inc. . a California Csrngration and Cal ifomia_Land Renu � Tnc.• a C;,alifnmla- nrpnratinn hereira;ter called zr.e G2anzor and CUA\RA COSTA a palitical suadivision 0f ti+e State of California, hereinafter called the Grantee, WITNESSEI X: That the G, antor, for value received, hereby gray+ts to the Grantee and to its successors and assigns a perpetual easement and rigiit of .;ay for the purposes of laying d0.•d11, con- structino, ;reconstructing, removing, replacing, repairing, mailltaining, operating and using, as the Grantee may see fit, for the trans•+fission of drainage tracer, a pipe or pipe lines, culverts or ditches, and all necessary braces, connections, fastenings and other appliances and fixtures for use in connection Cheraw th or appuri.enanz therero, ii, 6n er, along, and across that certain real .property in the County of Contra Costa, State of California, described as follows: See Exhibit A attached for Legal Description' • M 6. r+ i� u •.r ....:...:.. TO HAVE AND TQ• HXD, all and singular, the rights above described unto the Grantee and the Grantee's su :cessors and assigns forever. , IN WITNESS THEREW, the Grantor has executed this indenture II-ph Is• S-_ day of December _, .1977. r ' Land Factors, Inc. , a California corp. By. �4 • C`rnia band Resources Inc-.-, a California Oe Corp. NOVEI-4BER, 1, 1976 .1 . ... . ... .. 08 No 4967-1 7- I L XHIBIT A ALL THAT CERTAIN REAL PRO;=RTY S I_C TE IN THE UN I NCOP.PORATED AREA OF CONTRA COSTA COUNTY, S-n-= = CALIFORNIA, AND BEING A PORTION OF THE LAND'S OF TRANSA.'_r 1:.:: —i TLE I i:SURANCE COMPANY AS DESCRIBED BY THAT CEP,+AIN RECOR.^, I.'-N RECORDED IN BOOK 3329 O.R. AT PAGE 222 00%NTRA :C DSTA CGUIN Y ..= BEG INN I NG AT A PO I I.1T CC:'MON 10 THE INCST WESTERLY CORNER OF PARCEL 1 AND A SC::THtrES i ERLY ,..C.. .=R OF PA :.EL 4 AS SHO;r:i• Oi•1 THAT CERTAIN RECORD OF SI ':.'r ?,:L�=� D I N 300K 61 LSM AT P.;GE 13, CONTRA COSTA COUI eTY R -PD-So FROM SAID POINT OF BEGINNING A LONG A LINE CG �'O:; T; :=S'=?:'! _INE OF AFORESAID TRANSAIdER I CA TITLE INSURANCE CZ%'7lA%Y PROPERTY, A WESTERLY LINE Or SAID PARCEL "4" AND THE I'OST :Q ST= Y LINE AND ITS SOUTHERLY PROLONGATION OF SUBDIVISION 4742 RECCRJ-r� IN BOOK 184 OF MAPS AT PAGES 37-54 CONTRA COSTA CC:-:-:7Y PECOROS, NORTH 000 05' 52" EAST, 23.85 FEET TO THE TRUE POINT OF 6 t;•.::!I v, THE::;,= LEAVING SAID CO,%10N LINE IN A NORTHERLY DIRECTION n_C?:v THE ARC OF A NON—TANGENT CURVE, HAVING A RADIUS OF 207.00 FEET, llv,%.r,AVE EA_57:=RLY WHOSE CENTER BEARS NORTH 68° 09' 06" EAST, T_ CL;G A CENTRAL ANGLE OF 210 56' 46", AN ARC LENGTH OF 79.29 FEET TO A POINT ON A LINE THAT 1S PARALLEL WITH AND 15.00 FEET ;:EST=RL Y 04EASUREO AT RIGHT ANGLES) OF AFORESA I D COl%PlON LINE; THENCE ALONG SAID PARALLEL LINE NORTH 000 05' 52" EAST, 244.64 FEET; i H-NCE LE AV 1°:a _SAID PARALLEL LINE IN A NORTHERLY 0 I RECT I ON ALONG THE ARC OF A i:ON—TAINGENT CURVE HAV 1 NG A RADIUS OF 129.00 FEET, CONCAVE EASTERLY, CHOSE CENTER BEARS NORTH 680 34' 08" EAST THROUGH A CENTRAL ANGLE Gi 2I0 31 ' 44" AN ARC LENGTH OF 48.47 FEET TO A POINT ON A LINE THAT IS PARALLEL WITH AND 24.00 FEET WESTERLY (MEASURED AT RIGHT n'rGLES). OF AFORESAID CO%!:ON LINE; THENCE ALOr:-7 SAID PARALLEL LINE NORTH 000 05' 52" EAST, 275.30 FEET; THENCE LEAVING SAID PARALLEL LINE ALONG THE ARC OF A TANGENT 000 i40 an CURVE TO THE RIGHT HAVING ARADIUS OF 1009.00 FEET, THROUGH A CENTRAL ANGLE OF 07 39 30", AN ARC LENGTH OF 134.87 FEET TO A POINT ON A LINE THAT IS PA-FR=.LLEL WITH AND 15.00 FEET WESTERLY (;4EASURED AT RIGHT ANGLES) AFORESAID CO`,1•SON LINE; THENCE ALONG SAID PARALLEL LINE NORTH .�` '.5' 52" EAST, 406.04 FEET; TO A POINT ON A SOUTHERLY LINE OF SU !VIS!C`: 425Z AS SHOW ON THAT CERTAIN MAP RECORDED IN BOOK 152 :,; '.r.FS AX PAGE 10 CONTRA COSTA COUNTY THENCE LEAVING�S�100PAV;LLEL L1NE ALON'i SAID SOUTHERLY ,,!rECORDS; I NE 988° 43' 18" i�lE�"15.00 FEET TO A POINT ON AFORESAID COI w'•.ON LINE; THENCE LEAVING SAID SOUTHERLY LINE ALONG SAID COM14 LINE SOUTH 000 05' 52" WEST, 1185.49 FEET TO THE TRUE POINT OF BEGINNING. CONTAINING 20,965 SQ. FT. OR 0.481 ACRES f4.0RE OR LESS. f T GE 2 - at oo ma ik 7-1 ml v.. , .. .......:.:.:::.'....1 — — - .'t•i. .._.. .. ...,..., ..... . .. .. . .... ::r ........ ... =Vis':`:':,"8 , ...:.........:: i' n ........r w:. ... i , —. R: r. .2.w n��07s IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Amending ) Board Resolution No. 77/560 ) Establishing Rates to be Paid ) RESOLUTION NO. 78/8 to Child Care Institutions ) WHEREAS this Board on July 12, 1977, adooted Resolution No. 77/560 establishing rates to be paid to child care institutions for the Fiscal Year 1977-78; and WHEREAS the Board has been advised that certain institutions should be added to the approved list; NOW, THEREFORE, BE IT BY THE BOARD RESOLVED that Resolution No. 77/560 is hereby amended as detailed below: Add the Following Small Family Group Home: monthly Rate Arlington Center/Sacramento $740 PASSED AND ADOPTED BY THE BOARD on January 3, 197 8. Orig: Director, Human Resources Agency cc: Social Service, M. Hallgren County Probation Officer County Administrator County Auditor-Controller Superintendent of- Schools mh RESOLUTION NO. 78/8 000 "l IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Application) for a Library Services and ) RESOLUTION NO. 78/9 Construction Act Grant ) For Services to the Deaf _) And Hearing-Impaired ) ) WHEREAS, the California State Library has available federal Library Services and Construction Act funds for the extension and improvement of public library services both to geographic areas and to groups of people with- out adequate services and; WHEREAS, the Contra Costa County Library is desirous of making application to the State of California to extend and improve services to the people of Contra Costa County; and WHEREAS, the deaf and hearing-impaired citizens of the County have only limited access to library services; NOW, THEREFORE, BE IT RESOLVED that the Contra Costa County Library be authorized to apply for and accept federal funding for 1978-79 and 1979-80 as provided by grant award approved by the State Librarian, and the Contra Costa County Librarian is hereby authorized to sign subsequent agreements for approved grant award; said Librarian to advise the Board of all grant awards; PASSED on January 3, 1978 unanimously by the Supervisors present. cc: California State Library County Librarian County Administrator RESOLUTION NO. 78/9 • '' �= l}to.-� THIS r AF�r, Al , FILLN.L) OUT BY STATE AFTER A'4ARD �i.SCA Application Page Al LSL-A G:t.'!:I": TATS PAQ'E A2. FILLED UU t' t3z o l:a tr. ,it t r,. tn:utu ,.• _. -. r LSCA GRAtrf AWARD r California State Library Project Title: P. 0. Box 2037 Sacramento, CA 95809 System/Agency: COP:SOLIDATED APPLICATION) FILLED OUT BY NOTIFICATION OF GRANT AWARD and RECIPIENT CERTIFICATION, LSCA, continued STATE AFTER AWARD 7. Performance of the provisions of this agreement is subject to the conditions and availability of funds under said Act. 8. The sheet marked "Fair Employment Addendum to Standard Agreement" is attached hereto and incorporated herein. 9. The term of this agreement shall be from May 2+ 3.97?, to and including June 30, 1979 but shall be subject to termination by either party by giving written notice to the other party at least thirty (30) days prior to the effective date of termination. In the event this agreement is so terminated, the shall deliver to the State Librarian copies of all reports and/or materials prepared up to the date of termination, and the State Librarian shall determine, and pay the for the necessary and appropriate expenditures and obligations to the date of termination which have not been covered by prior installments heretofore paid to the 10. The State librarian is empowered to review, audit, and inspect the Project for compliance with this agreement. LIMITATION OF EXPENDITURE Expenditures for all projects rest conform to the approved budget, .as amended, and with applicable :ece_al and State laws and regu'_ations. Any of the sums listed as approved and/or mended appearing under the categories in the approved budget in the attac`e-' application may be adjusted by the Librarian of the fiscal agency to increase any allot-Ment- not more t an 25% with the understanding that there will be corresponding, ecreases in the ofher allotments so that the total a7mourt paid by the Calizornia St__e L_b_a S,a_e D_-_rtment of Education to the under this agreement no_ exceec S of which not more than S , shall be :i,__l - ear ending June 301979. :=PORTS .-:D CLAI:•?S (Instructions for providing the =ollo°.:ir7 reports and claims to the State Library wi11 be forwarded to each na::.ec designated fiscal agent soon after the award. It is the responsibility of the rezipient of these instructions to see that the proper iruividual assigned to supply the required reports and claims receives the instructions and r..akes the required repots and clains to the California State Library) August 1977 s (�( ` son - l It�i THIS PAGE, A3, FIL'FD OUT RY STATE AFTER AWARD 1LSCA Application .Pa ,e A3 LSCA GRANT AWARD r California SLate Library Project Title: P. 0. Box 2037 Sacramento, CA 95809 System/Agency: CONSOLIDATED APPLICATION/ (FILLED OUT BY NOTIFICATION OF GRANT AWARD and RECIPIENT CERTIFICATION, LSCA, continued STATE AFTER WARD I. The shall be responsible for the submission of quarterly Progress Reports on the progress and activities of the project, in triplicate, to the State Library within 30 days following the end of each quarter. II. The shall submit quarterly Financial Expenditure Statements, in quad— runlicate , to the State Library. These statements to reflect the expenditures made by the under the agreement. The financial statements to be submitted within 30 days following the end of the quarter. The final payment of $ shall be withheld until receipt and acceptance by the State Library of the final expenditure statement showing expenditures incurred by the during the term of this agreement to be equal to or more than the total payments specified under this agreement. If the amount of payment made by the California State Library, Department of Education shall exceed the actual expenses during the tern of this agreement, as reflected in the financial expenditure statements to be filed by the , the shall refund to the California State Library, Department of Education the amount of such excess payment. III. To obtain pa,•=ent hereunder the shall submit clams in triplicate on forms provided by the State Library for that purpose, on each of the following mentioned dates for payment, and the California State Library, Department of Education a7,_ees to rein-burse the as soon thereafter as State fiscal procedures Will permit. Payment will be provided to cc e_ the exp-enditures incurred by the for the project in the L ar=e : $ =a execu_ion t agreement and submission of C.1 I= fiscal F;en- $ _-- o= 30, Decs--7ber 31,_ and acceptance of final financial statement b, the California State Library August ig!)E 81 JAFPLICANT COMPLETES THIS PAGE LSCA Ao li.:atic^ Page A4 California State Library Project Title: Library Service to the P. 0. Box 2037 Deaf & Hearing-Impaired Sacramento. CA 95509 System/Agency: Contra Costa County Library CONSOLIDATED APPLICATION/ NOTIFICATION OF GRANT AWARD and RECIPIENT CERTIFICATION, LSCA, continued (APPLICANT COMPLETES THIS C E RT IF I C A T I ON PAGE I. I affirm that the jurisdiction or agency named below is the legally designated fiscal agent for this program and is authorized to receive and expend funds for the conduct of this program. * II. I affirm. that the information contained in this application/grant award See attach. is correct and complete; that the local agency or other agency which I represent has authorized me to file this application/grant award, and that such authorizing action .is recorded by certified resolution or in the certified minutes of a meeting held by the legally constituted governing board of the agency. III. I •affi^a that any or all other agencies participating in the program have agreed to the terms of the application/grant award, and have entered into an asreement(s) concerning the final disposition of equipment, facil- ities, and materials purchased for this program from the funds awarded for the activities and services described in the attached, as approved and/or as amended application. (Signed) 12/30/77 Authorized representative Date County librarian. Type or print name, title, of authorize= representative 0 Legal nage of local l ib t ar•=�ag_n nar..ed o= designated fiscal agent: Contra Costa Cgunty Library for the System/Library/ Agency: PROJECT _I,LL as listed cn Library Service to the Deaf & Heari.-G-Impaired S=:.et a..J:.as of named or designated fiscal agent: 1750 Oak Park City: Pleasant Hill County: Contra CgstaZIP Code: 94523 Telephone `umber of authorized representative: 944-3430 Coordinator/Director for the program if other than head of named designated fiscal agent: Doris Headlev type or print name and title of Coordinator/Director for program Telephone :'•._mbar: 944-3421 August 1977 of oQo LSCA Attach. Page A-4 II. Governing Board for this County took action authorizing submission of this proposal at its meeting of January 3, 1978. 1)if OSS3 LSCA Application Pace A Califor ni.1 State Library P. 0. Pox 2037 Sacran*Onto, CA 95309 FAIR EMPLOYMENT PRACTICES ADDENDUM 1. In the performance of this contract. the Contractor will not discriminate against anyemplojee or applicant for employment because of race. color. religion. ancestry. sex*, age*. national origin. or physical handicap*. The Contractor will lake affirmative action to ensure that appli- cants are employed. and that emplovees are treated during employment. without retard to their race. color. religion. ancestry, sex'. ages. national origin. or physical handicap*. Such action shall include, but not be limited to. the following: employment. upgrading. demotion or transfer. recruitment or recruitment advertising: layoff or termination: rates of pay or other forms of com- pensation: and selection for training. including apprenticeship. The Contractor shall post in conspicuous places. available to employees and applicants for employment. notices to be pro- vided by the State setting forth the provisions of this Fair Employment Practices section. 2. The Contractor will permit access to his records of employment, employment advertisements, application forms. and other pertinent data and records by the State Fair Employment Practices Commission. or env other agency of the State of California designated by the awarding authority. for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. 3. Renedies for Willful Violation: (a) The State may deter.imine a willful violation of the Fair Employment Practices pro- vision to have occurred upon receipt of a final judgalent having that effect from a court in an action to which Contractor«as a party. or upon receipt of a written notice from the Fair Employment Fract•ces Co::mi5sian that it has investigated and deter- mined,, that the Contractor :,as violated the Fair :rploynent Practice's Act and has issued an order. under Labor Cote Section 1=25. hich has become final. or obtained an injunction under Labor Code Section 1-29. (b) For willful violation of NIS Fas: Er,-:c-en: Practices provision, the State shall have the right to teff::in-Ve _'.: e: in %hole or in part and env loss or damage6 sustained by %a S:a:e .- ;e=_,.,; the 5cods or services hereunder shall be borne and paid for b;• Ce--r-=Z: and a; his suref'• under the performance bond. if any. and the State may _: -o+evs due o: that thereafter may become due to the Contractor. t e ,.:::ere--e b::ween the price :tamed in the contract and the actual cost thereof to the Swe. *See Labor Code Sections 2411 -1;33.5 for tucther details. ■..oA"Suva Idea a*.. ; ' 37D.3(Ren.IW4) August 197? t 00084 California State Library (LSCA Application Page A6 TITLE PAGT LSCA SERVICE PROJECT Titi.e of Project: Library Service to the Deaf & Hearing-Impaired Date: December 30, 1977 A.nount of NEW Federal funds requested: t 40,027 A. IDENTIFIC4'I'ION OF, APPLICANT ID rSCH77102448 1. Legal name of applicant/library or system: Contra Costa County Library System 2. Address of applicant/library or system: 1750 Oak Park Blvd. , Pleasant Hill , CA 94523 3. Library/applicant is member of (name- of system): EBIS; EBC 4.• If joint application, ranes of libraries applying 5. If a s;ste3 or joint appl_ca',ioz, nama of libray designated as the Fiscal ng3?it to apply onbehalf of itself and others: Contra Costa County Library System 6. TO RE CQ:M2LETED 8`_" ' IA. rT ^r ria.= Date: i o/,1n/77 Sigratur-s of person t^o-_Lela' to ana certif'y--SIGN CERTIF;CATION ALSO 02 ?M'GE A A0 r TILL ".1-17 (See LSCA Application Instruc- tions, Pao'' 7, AU = :i: :C= .: ia91 r..�R11FICATION) I have .ead and a_=,7e t..= =boie mertio-ed project and proposal. , Chief Adrunistrative Officer for the applicant institution (if not County Librari-n sane official authorized to sign (iy T_Lle? above at 6) Librarian at Institution (Sim atu-e o= Lib:-a:--'an) Fiscal Officer of Institution (Signature of Fiscal Officer at Institution) i au 0155 California State Library LSCA Application Page A2 Abstract of Proposal State Library Consultant: J. Mend Applicant: Contra Costa County Library IDnSCH77102448 Title of Project: Library Service to the Is the project new or is it an Deaf & Hearing-Impaired extension?: New Fiscal Agency: Contra Costa County Library S",r s t e n. Project Contact Person: Doris Headley Telephone Number: 944-3421 LSCA NEW Funding requested:$ 40,027 LSCA Funds approved in prior years, if extension:$ None (Reference projects need give only the airount of the grant for the immediate past prior year) Duration of proposed project: 2 years Briefly describe the purpose of the project, and indicate hoar the objectives of the project will be carried out and evaluated. If an extension, give brief history, including how problems, if any, are being addressed. (Use reverse side of this sheet it needed.) This is a proposal and request for funds for the purpose of extending library service to the deaf and hearing-impaired in Contra Costa County. Gleans of accomplishing this include the training of key staff in manual communication, provision of signed story hours a^d programs, develoomantt o a film library of non-verbal films and projectors far use in progra,-ring for the deaf and for hone use by the deaf, installation Of a teletype as a communication link, and the building of a special collection Of printed r..aLerials for deaf readers and Others concerned with the prob]=-:s Of the deaf. August 1977 Of l086 California State Library LSCA Application Pae A BUDGET SU,%*fARY' A B C D E F Pledged from Local Contributions In-kind, Mem- Pledged bership Fees; Pledged Total Requested from State Insti- from Budget LSCA thru Anticipated tutions Library Other All Leave Categories ,~_-JCA PLSA Budget Sources Sources Blank 1. Salaries/ Personnel //�� Cosft+s ML $1 ;500:_ - $12,560. - $14,Q60. -- " ,f l.r D-ary •. 2�,�25. Materials S20,1La. - a t.2ng ::.cense $15,143. - 5Z ,25J. - $16,393. zf r. -E^u;.acrent S122, 60-9. - - - $23,659. 5. Total $40,027. - 5i3,5iJ. $53,837. • t lease refer to t-a un:!erli ned recu=re^ants of the Bualget Su-=a. ry Instructions, Page 8, 3L1i- SEC_1110AN •• :or:esnonds to totry..l of Progra;r Budget figures in the Progrc-a a Proposal. See the General ReC`� 4 remen Ms 1^.s tru.t3.Ons, Pages gi-12, BLTiF. S�C`i'IO:F 4��AO's t Include co-�4rwc. J4��"f amount budgeted: B A,O Indirect Cost�if any budgeted: � ! _ ?azra}ing Ex-Denze_ fic3ires above. (Con- tracts for staff are not �.. ..._..�,...� bu4.;e ed under Z a_I ar zesjPersonnel Costs out under Operating Expenses.) Briefly explain ho« indirecw Cost is deter==mined. Verso of this page may be used if needed for additional notes. And/or Ada-;'Lristrative Cost California State Library ILSCA Application Page A9 STATISTICAL SUMMARY Data may duplicate information in the project proposal. This is• a summary of statistical data. An answer must be provided for each item or sub-item. A. 1970 U. S. Bureau of Census population of the Target Area to be served: 555,805 Current population of the Target Area to be served: 582,829 Source of ct{rrent population:Contra Costa County date of estimate ApriT 1975 Ian ning' ept. B. Total number of counties served: Congressional District(s) list by District(s) number(s): 7.8- one C. Predominant characteristics of area served: (give best estimate of the population distribution of persons served within each of the following areas) a. Urban 30% b. Suburban 55% c. Rural 15h d. TOTAL D. Type of Group: (Check the space which-best describes the population served by the project) 1. ( )/Ecoro--ically Disadvantaged 2. ( ) Institutionalized 3. (./)J Physically Handicapped (give number that is Blind: ) 4. ( ) Limited English-speaking 5. ( ) General Public of Area 6. ( ) Other, please specify: E. Ethnic or Facial Group: Population breakdown based on 1970 Census ( ) or Cure.^.t Population ( ). Should equal applicable total shown in Item A above. a. Native Americans e. Spanish-speaking b. Orientals I_: SPr::ISH SURNAMED: c. Blacks Mexican Americans d. Mnites Cubans Puerto Ricans f. Other, ple-ase. specify Other (specify) TOM (a-f) F. :ate Group Served: (give best _s._...a.e c_ population distribution of persons served in the proje== =g age groups) a. Children (age 0-14) 2,M0' c. Working Age/Graduate (age 25-64) 4,000 b. Youth (age 15-24) 4,G?'3 d. Aged (age 65 and over) 2,000 G. Number of Par= Libraries and ARencies in this proiect: None (1) TOTAL (SL^ of i er..s (2) t%ru (11) following): (2) Public (7) Special (3) School (8) Hospitals (4) locational (9) Correctional (5) Jr. College (10) Residential Schools (6) Other Academic (11) Other, specify August 1977 t California State Library Aoalioat3on Peer kid ASSURA= or Cq•ZPLIAICb YI3B m LSPAImofa' OF liSA =j SDUWIOIi, Lim WFAP•3 Rs'UOI1.a''Z011 MZOM TInX Y3 OF 21M CIVIL UMR3 ACT OF 1964 Contra Costa County Library Srysts (hereinafter maned the "Applioaat") mise of Applicant mm muts 2w it gill comply with title VI of the Civil Ruts Act of 1964 (P.L. 86-39U) and all requfraaeats imposed 1w or t to the Refulatiaa of tho Departcrat of 8oalth, Ancation, and ::alflare 45 CFR Part 80) issued pwouant to Mat title, to the and that, is accordance with title TI of that Act and the Regulation, no person in the Uoitod States aball, on tho Wound of race, color, or national brigin, be oxcluded from rartieipation in, be dooled the beaef`its of,, or be otherulae subjee:tod to dieoriadnation under any prows or activity for which the Applicant receives Federal rinencha assistance free the Deparbcamti and GIVIS ASSURANOB 2W it :all imediato2y take =W oeosmns seeesaasy to effetatuate this screawnte If ant' roal property or -structure theraos is provided or 3groved with the aid of Foderal financial main-mama extended to the ApaUcant by the Departcast, this assui..ce slall obligate the Applicant, or in thv case of wW transfer of such p warty, azy transfarea. for the Fariod during which the roll rty or struc- ture is usad for a pompose for �:tich the Federal fi=eaoial assiatance is extended or for another purport invoivirC the p-s o ialas of sisilrr services or becefits. If MY Parsz=a1 pmpertp is so X-Mrida3, this asmw=ce a.}.all oblate the l plilicact for the perio3 els.r g which it retains ow=ren or possession of the proporty. In all other caeca, this awswi ce s ell obligate the Applicant for tht roriod dv--L:g which the :a�_'er..l fico.-dal a:si.oUnce is cstembd to it by the Departaen t. iHS ASSURi+:ZZ is given in gond erct:on of as: fa: tho papme of obtaining ay and all Federal &xaz:in, loses, cac-i-ra::a, lam:--:Y, dincoc--to or•other Federal financial assis:nage oxterde:: :��: : : s.e }.a:-a. :o the A..—Alaent by the Department, 1-.eluding irstall=T, *s after a-::h data on account of appU at- tions for Fedeml fisaroia? ssa=s:=:9 :t:: vera V.- oval before each date. gne Appal-icant reacg axes and a5ees z~.a. &,.:=!: _a:a__ =isaccial swish we %ill be extended in :s_isrce on the =ssys&==s:==rj a:::! Lpva axta ands in this mammas and that the -rated States s_ la-m t� :s: t. seek I-,di.cial enfor�t of Wide aasvrmce. Thu mx==:e iSu..i.:r,; oG he r'y 2lawt, its amcamocro, transferees, acf asaipees, s== the pr_7= o: ;w3aeo w!wme aiWatures appear below areowthor*_:.ed to a-pm -:his as-.;.-a..e eo ba^.alf of the Applicants Dated 12/3D `•' Co:sa-a Costa County Llkwy 576 1 P • i+osat • (President, Chkirom, of NZ3. or • comparabSa authorised ofnaial) elm: iBitUB COMES OF SSIS ME MW 1750 Oak Park Blvd. el o IGINALLT SI ED UD PRfsWW VIM ZACI! APY..WAWO. OW 'LggW 2M Pleasant Hill, CA 94523 ARE MUIED FM g,Wg APPLiCA27M. ApplilanI's mailing addram) Risi.�44� M M41 ...•„ California State Library 1L3CA Aoblication Pale Al ID"SCH77102448 PARTICIMIT SIMATURc ES Title of Proposed Project: Library Service to the Deaf & Hearing-Impaired Name of designated Fiscal Agent: Contra Costa County Library System Project Contact Person:^ Doris Headley Telephone Number of Contact Person: 944-34?_1 Teleohone dumber of Fiscal Agent if different than Contact Person: SIv AT'J :S 0. REPR= ,TATIVES OF CO-PARTICIPANTS IPJ THIS PROPOSED PROJECT: (to be categorized to agree with Statistical Sheet Page Aq, G. Also inlicate type of or anization if it is not a library, also agreeing with ,Statistical Sheet Page Aq, G. I have read and ap ro73 the pro-osal for the above mentioned project. Nazme (Si 4nature 1: Library/APene r Type of Azency Date: (Please Print) (See Pape A9, G) Prone 00 S9 THE PROGRAM A. Statement of the Problem (1) Target Group. The target group to be served includes all deaf and hearing- -impaired persons who are residents of Contra Costa County. Although the City of Richmond is one of the member communities of the East Bay Cooperative Lib- rary System, it is not a part of the target group; however, services to the deaf residents of Richmond would be extended in the same manner that other library services are extended to residents of that community. There are no reliable current statistics available as to the number of deaf persons residing in the county. The Deaf Counseling and Referral Agency, which serves nine Bay Area counties, including Contra Costa County, estimates that there are 35,000' deaf persons in its service areal The estimate given by the National Association of the Deaf is for the State of California only: 1,427,928 persons with hearing impairments and 185,708 persons who are totally deaf.2 The California School for the Deaf gave us a "national average" of two persons out of every thousand who are totally deaf, and 200 persons out of every thousand who are hearing-impaired.3 Based on the population statistics for Contra Costa County as of April 1, 1975,4 this "national average" would mean that there are approximately 1200 persons in Contra Costa County who are totally deaf, and approxi.^ately 12,000 persons with hearing impairments. These would constitute our target group. According to Mr. Leo Jacobs of the California School for the Deaf, a large percentage of these persons live in Cenral Contra Costa County.5 Both Mr. Jacobs and Mr. Schmidt, the school 's Media Services Librarian, felt that one of the greatest needs is for signed story hours for children, at least in one library of our county, and preferably in two or three. No statistics are available Sy race, and t^e statistics by age are quite vague, although it has been possible to determine that there are 171 children of school age who are enrolled in special Education cl-asses for the deaf in Contra Costa County, and 23 who are bussed out of the county to the California School for the Deaf. lI ntery i ew with Ms. Debby !_;chan, =xecJt i ve Director of Deaf Counseling and Referral figency, Oakland. 2Schein, Jero,ne D. and ; arcus T. Delk. Deaf Pooulation of the United States, National Association of :^e Deaf, .1974. 3Interview with Mr. Bob Schmidt, Redia Services Librarian, California School for the Deaf, Berkeley- 4 Contra erkeley.4Contra Costa County Planning Dept. Surnar of Statistical Results of County-wide Special Census. October 1975. (Based on U.S. Bureau of the Census Population statistics as of April 1975.) 5Interview with Mr. Leo Jacobs, Coordinator of Continuing and Community Education, California School for the Deaf, Berkeley. 00090 A13 In addition to those children who are enrolled in special education classes for . the deaf, there are 63 with hearing impairments but who are integrated in the regular school curricula because their hearing problems are less severe.6 (2) Current Level of Library Services. Library service to this special group is very imT iced. Contra Costa County Library does have a small collection of printed materials of interest to the deaf, materials on the problems of deafness, and same sign language textbooks. There are three persons on the staff who have limited ability to sign. Their abilities are being utilized whenever possible; however, two of the three are half-time employees. No other library services are being provided by Contra Costa County Library at this time. The California School for the Deaf serves children from elementary through high school age for all of Northern California. A library and a media center are located on the campus but are available only to those enrolled in the school or to other schools with programs for the deaf. The school library is small and the collection offers little in the way of recreational reading. Oakland Public Library's Office of Deaf Services has just begun its program of ' library services to the deaf; they expect to serve the Oakland area and the service areas of the East Bay Cooperative libraries, according to Ms. Jan Brenner, the Coordinator.? Geographically this service will extend to the Southwest corner of Contra Costa County, but residents of the Central, Eastern and Northern areas of the county will find it difficult to use the service because of transporation proble.. and toll calls. Through contacts with numerous agencies serving the deaf in this county it was found that there are several types of services available to the target group; however, to our knowledge there are no other library services available to then except as noted in the preceding paragraphs. For example, the Deaf Counseling and Referral Agency in Oakland offers referral services on a one-to-one basis, maintains a register of interpreters, and assists in certain social services. The Mt. Diablo Rehabilitation Center in Pleasant Hill h=s as cne of its special services to the deaf a Coordinator with sign language skills and TTY equipment. tis. Sheran, of the Rehabilitation Center's Speech and Audio Services Cepartmens, and Mr. Roberto Hernandez; the Housine Coordinator for the Center, both recti. . .ded i't service as a necessary link between the deaf co-=.unity and tre library, and beth offered their assistance and support.8 The State Dept. of Rehabilitation's District Office in Pleasant Hill employs a counselor for the deaf, 'ar='a P:thsteiz. to assist them'in job placements and enplo�^ent skills de:•ammer. Ms. po hstein has reconmended. on several occasions that our libra could better serve the deaf clmnity by installing a TTY for the deaf and by of ferir3 films prgr=s for all ages. 6Telephone conversations with Mr. Robert Shearer, Coordinator of Speech and Hearing programs, and Mr. Stan Rupert, Coordinator of Aurally Handicapped Programs, Mt. Diablo Unified School District. 7Interview with Ms. Jan Brenner, Coordinator, Office of Deaf Services, Oakland Public Library. 8Interview with Mr. Roberto Hernandez, and telephone conversation with Ms. Sherman, Mt. Diablo Rehabilitation Center, Pleasant Hill. 91nterview with Ms. Marcia Rothstein, Counselor for the Deaf, State Dept. of Rehabi- litation District Office, Pleasant Hili. 00091 A14 Special education programs are offered in the county school system: Mt. Diablo School District's Speech and Hearing Program serves severely hard of hearing and deaf children in Central and Eastern parts of the county, from the first grade through high school. Coordinator of the Program, Mr. Robert Shearer, stressed the need for materials which would strengthen a deaf child's vocabulary comprehension and motivate the child to develop reading skills. He indicated that signed story hours would be very helpful in this respect and he urged purchase of high-interest, low-vocabulary printed materials. Both Mr. Shearer and Mr. Rupert offered their assistance in selecting appropriate reading materials. Children in the Western part of the county are served by Richmond Unified School District, under the direction of Mr. Bob Bowers, Supervisor of Speech and Hearing Programs. Mr. Bowers was parti- cularly interested in our attempts to acquire a TTY and initiate this service. He also offered his assistance in selecting reading materials.10 There is one secular school for deaf children in the county -- St. Joseph's School for the Deaf, located in Orinda; however, there are no children from Contra Costa County currently registered in the school. Most of their children are transported from Alameda County.11 Two adult schools in the county offer classes in lip reading for hard of hearing persons -- Aclanes Adult Center and Antioch Adult School. One adult school -- Mt. Diablo ;:dull School in Concord -- offers sign language classes for persons who work with the deaf. dice-Principal of the school, Mr. C. G. Thomas, recommended sign language classes especially for library staff in Central Contra Costa County, since a larg? co;-munity of deaf persons live in this area, and he offered to furnish names or qualified instructiors.i2 Diablo Valley :Collegz in Pleasant Hill will be offering a sign language class beginning with its spring quarter, 1978; it will be geared to parents cf deaf children primarily. Without exception, each individual contacted in the above agencies expressed much interest =nd support for such a program as the one outlined in this grant request. All felt that, the project would strengthen their own programs considerably. Many other groups we contacted indicated strong support for some form of library service to this spacial group; for example, the Ccrtra Cos,? County Medical Care Services, the Volunteer Bureau, Contra Costa ro�nty O,fic� on rgirg, the Mental Health Association, and the Friendly Visitor Program. All of these agencies serve the deaf in other capacities. In addition., we met with a group of deaf persons from the local community to discuss Priority needs of the deaf. Attending the meeting were Ms. Beverly Jackson, teacher of sign language, Ms. Joyce Lynch, newscaster for a signed news program for the deaf on station KRON-TV, Ms. Dorothy Simpson, Library Assist at the University of California, and tis. Lynn Cardinale, a librarian and part-time employee at the Cali- fornia School for the Deaf. Input from this group of deaf citizens enabled us to identify four priority needs: IOTelephone conversation with +ir. Bob Bowers, Supervisor of Speech and hearing programs, Richmond Unified School District. 17Telephone conversation with Sister Noreen Joseph, St. Joseph's School for the Deaf, Orinda. 121'elep^one conversation with Mr. C. G. Thomas, Vice-Principal, Mt. Diablo Adult School , Concord. ()11(j92 A15 (1) Means of communication; i.e., sign language skills and TTY service (2) Signed story hours and programs (3) Film projectors and films for both entertainment and educational purposes, and (4) Printed materials which would encourage development of reading skills at all age levels. We have had one telephone conversation and one personal interview with Ms. Betty Bray, Project Director of MCLS Service to the Deaf and have incorporated her suggestions in several parts of this proposal. (3) Desired Level of Library Service. Inasmuch as there is little or no library service available to the deaf in this county -- unless they are willing and able to travel long distances to Oakland Public Library, Ohlone College in Fremont, or San Francisco's Video Resource Center, or unless they are enrolled in the California School for the Deaf in Berkeley -- the desired level of library service is the same as that which is already available to the general public in this county; i.e., in- formation services, library instruction, choice of reading materials, participation in library programs and story hours, reading guidance, and film presentations. It is understood that this desired level will not be reached all at once, and it is unlikely that it will be reached entirely by the end of the two-year grant-request period; however, it is our conviction that with the cooperation we have already been promised by the agencies we have contacted, and by the extensive publicity program which we have planned, we will have reached more than half of our deaf and hearing impaired residents by the end of 1979, and will have had the opportunity to describe our program of service to them. ;Je also believe that by the end of 1979 there will be staff members with a working knowledge of sign language sufficient to enable then to ccmriiunicate with the deaf. This would make possible the conducting of library tours, instruction in the use of the library, and reference assistance on a one-to-one basis or in small groups. Coordinator for this project will be th? Adult Services Coordinator, with assistance of the Young Adult, Children's and Audio-Visual Coordinators, and backup from the administrative and Central Library staff c; the library. (4) Steps Alread_: Taken to Provide Libra- Service. One important factor in assessing the current level of service is stiff interest in providing library service to the deaf. A Deaf Awareness *orkshop was present-ed to the library staff and the public during Deaf Awareness Week :n _97S (copies of program and booklist attached); , follow:ng L'ne workshop several staf' ::embers requested that sign language classes be offered at ti-e library and that we explore possibilities of having signed story hourr in some o; our branches. All w^o attended the workshop saw a need for better means of co mun i ca- on with the deaf. Another step already taken in the direction of serving the deaf is our application to the Telephone Pioneers for a rebuilt TTY, and we have discussed various arrange- ments for scheduling its operation. We have ascertained that our existing teletype equipment is cc7.patible with other TTY equipa.ent being used by the deaf, and that our existing staff could, without difficulty, take on the additional TTY duty during most of the work day. As indicated in the preceding section, the three staff mem.-bers who can sign to some extent are being asked to interpret whenever possible. k'e. have made an effort 'Co develop our collection of sign language manuals, periodicals and books of interest to the deaf, and materials on the problems of the deaf. In this connection we have published a booklist, have prepared book displays in several branches, and have presented a radio booktalk on the subject over station KWIUN. 00093 A16 We have also discussed the possiblility of presenting joint workshops with the Oakland Public Library's Office of Deaf Services, for our staff and theirs. Those of us who have considered this feel that it is entirely feasible and desirable. We have already attended one of their Deaf Awareness Workshops. B. GOAL: TO PROVIDE AN ON-GOING PROGRAM OF LIBRARY SERVICE TO DEAF AND HEARING-IMPAIRED PERSONS OF ALL AGES IN CONTRA COSTA COUNTY. C. OBJECTIVES. (1) 'TO TRAIN A MINIMUM OF TEN STAFF MEMBERS AT CENTRAL LIBRARY AND MORAGA BRANCH IN MANUAL COIMMJNICATION SKILLS, OVER A TWO-YEAR PERIOD. Plan of Action: From a list of qualified instructors provided by Mt. Diablo Adult School , we will employ one person on a contractual basis for two years (September through June) to teach sign language to 10 or more staff members from the Central Library and Moraga Branch. Classes would be open to staff from other branches as schedules permitted. Instructor would teach two 22-hour classes per week, possibly on Tusedays and Thursdays. , Staff would select the class which best fits their work schedules. Classes would be conducted at the Central Library. Moraga Branch Librarian and the Head of the Central Library have pledged their cooperation in arranging staff schedules as necessary, in order to make this training possible. Substitute time, when necessary, would be authorized in order to enable staff to continue their training even when there are staff shortages in the library. Staff members would be reimbursed for travel to and from classes each week. Maximum travel time necessary from any one staff member would be 45 minutes round trip. Sign language textbooks will be purchased for the library's professional collection, for use by staff taking the sign language classes. The textbooks would later be added to the library's circulating collection for members of the public. Opinion is divided within the deaf community as to the advantages of Signed English vs. Ameslan in communicating with the deaf, but we have chosen to follow the advise of Ms. Betty Bray, Project Director of MCLS Library Service to the Deaf, and will offer Ameslan, since this will enable us to reach a wider range of age groups. Opinion is also divided as to the amount of time required to learn sign language, since so much depends upon the motivation of the student. After discussing this with several experts we believe that our time schedule, while not ideal, is realistic. 22 to 3 hours per week is the maximum amount of time the staff members can be spared from their other duties for class attendance. It is hoped that some staff members will be sufficiently motivated to take refresher courses in sign language on their own time at the end of the two-year period. At the end of the first four months and again at the end of the first six months of classes, evaluations will be made and if necessary, instruction and/or duration of the classes will be modified. A year-end evaluation will also be made. Proce- dures for evaluating would include the number of class members who began the course and the number of staff still enrolled at the end of each evaluation period. Instructor's views as to desired level of accomplishment in the time period will be measured against actual accomplishment in terms of text covered and length of voca- bulary learned. 09094 A17 Timetable: July - August 1978 Recruitment, interviewing and hiring of an instructor for sign language classes, selection and purchase of sign language textbooks for staff use September 1978 - June 1979 Sign language classes for staff January, March, July 1979 Evaluations of sign language classes July - August 1979 Sumner interval September 1979 - June 1980 Sign language classes (second year) June 1980 Final evaluation of classes Budget: Personnel : LSCA funds: Salary for sign language instructor*.for 80 weeks, 5 hrs per week @ $20, with no fringe benefits $8000 Salary for substitutes as necessary for staff attending classes $1500 In-kind contributions: Staff Time for class attendance, 80 weeks 5 hrs. per week @ S8.50 per hour, average wage $3400 Equi pm;ant: done Materials: LSCA funds: 1-5 textbooks (sign language manuals) for s=ue,"",' use @ S1r� 225 In-kind contributions: Opera t i erns LSCA funds: tdileage reimbursement for staff attending classes, 80 weeks, approximately 5000 miles over two-year period 0 17� per mile $ 850 In-kind contribu -ions: Iroise LSCA subtotal : $10,57: Local funds (in-kind): $ 3400 *Duty sta ent: Although the instructor would be under contract rather than pe ,.ane^= jt3if, we would require that as a minimum qualification the person would have had at least two years' experience as teacher of sign language and would be registered with the National Registry of Interpreters for the Deaf. No other duties would be required. 00095 i J A18 (2) TO PROVIDE A SIGNED STORY HOUR ONCE A MONTH BY A TRAINED INTERPRETER AT MORAGA BRANCH AND CENTRAL LIBRARY, FOR A PERIOD OF T140 YEARS, AFTER WHICH TIME TO PRO- VIDE SIGNED STORY HOURS BY TRAINED LIBRARY STAFF IN AT LEAST ONE LOCATION IN THE COUNTY. Plan of Action: From a list of registered interpreters provided by the Deaf Counseling and Referral Agency, we will employ an interpreter on a contractual basis for two years (Sep- tember through June) to sign one story hour per month on a regular schedule at Moraga Branch and Central Library. The story hours would be open to hearing childr� as well as deaf children. The interpreters would be paid by the hour but not for travel time to and from the libraries. During the two weeks prior to the first signed story hours, there will be practice sessions for the story tellers and interpreters so that they will have learned how to wort: together by the time they have an audience. As often as possible staff me=mbers enrolled in the sign language classes would be permitted and encouraged to observe the signed story hours; this would serve to reinforce their own training in the skill . Throughout the period of this grant, staff members who plan to work with deaf children will be given advice and suggestions by the Children's Coordinator on how to conduct successful story hours for deaf children. Of much help along this line has been a list of picture books with easy story lines and emphasis on the visual means of .o.-niunication, along with soi„e useful techniques which were compiled by t;1 MCLS's R.2source Center. After the first six months an evaluation of the programs will be made. A year-end eval uat i on :wi 1 l al so be ,1.a~e_ ?rocedu re for the evaluations will include the numbers of signed story hours offered at Moraga Branch and the Central Library, average num.ber of deaf children ait_nc'in at each location, total number of childrs attending at each location, and rum:2er of requests for similar service at other locations. At the end of the two-ye_r par-:.cd =-tt:mpts will be made by the trained staff to continue =re signed story ^-- rs cc a basis at least in one location in the county. .. Attempts ,w=11 a i sc = -ade by s=aft= to sign other- library programs occasionally as they Sec_-e -ore bra= cieni in manual communication. Each program will be •,•,ell publicized. Timetable: August 1973 Recruitment, interviewing and hiring of interpreter for. signed story hours September 1973 Practice sessions (storytellers and interpreter) and publicity for the signed story hours September 1973 - June 1979 Monthly signed story hours March & june 1970, Evaluations of the programs July - Pugust 1979 Sumner interval September 1979 - June 1980 Monthly signed story hours June 1980 Final evaluations of the programs A19 Budget: Personnel: LSCA funds: Salary for interpreter* for two programs per month, average time per program - 131 hours, 20 months @$10 per hour $600 In-kind contributions: Staff time for preparation, practice sessions, preparing publicity, 160 hours @ $8.50 per hour average wage $1360 Equipment: None Materials: None Operations: LSCA funds: Publicity, printing costs $200 In-kind contributions: Clerical backup, duplicating equipment $350 LSCA subtotal: $800 Local funds (in-kind): $1710 (3) TO ACQUIRE TWO FILM PROJECTORS AND THIRTY NON VERBAL FILMS FOR THE PURPOSE OF PROVIDING FILM PROGRAPlS FOR THE DEAF AND MAKING THE EQUIPMENT" AVAILABLE TO THEN FOR HOME USE. Plan of Action: Film projectors will be selected by the Library's Audio-Visual Coordinator which are particularly durable and which :could require a minimum of instruction for use printed instructions would also be available, however. Home use of the projector. would not be limited to the deaf, but availability would be on a priority basis a: follows: first priority would be for library pregrar.ming, then for home use by members of the deaf ce::.-!:unity, and last. by other groups or individuals. Projectors would be housed at t>> Central Library and deployed as needed by Central library staff. SarviCe and maintenance of ail of the library's audio- visual equipment has been by ;.c::t:�act with the County Schools Dept. for several years and this arrancy: will be extended to audio-visual equipment purchased with LSCA funds. *Duty statement: Although the interpreter would be under contract rather than permianent staff we would require that the person be registered with the National Registry of Interpreters of the Deaf. IZ 1 00097 A20 As indicated earlier in this grant request, the need for captioned theatrical films is not as strong in this county as is the need for projectors for home use and the need for more education-type films. This was stressed by a group of deaf citizens with whom we met to discuss our priorities, and also by Mr. Bob Schmidt, ;redia Services Librarian of the California School for the Deaf. There are several social clubs for the deaf throughout the county, some of which receive captioned theatrical films from the Captioned Films Distribution Center, but the clubs frequently have difficulty in locating 16mm projectors. Thirty 16mm films will be selected by the Audio-Visual Coordinator with the help of the already existing Audio-Visual Advisory Committee. One or more members of the deaf community will be asked to serve on this committee to advise in the selection of appropriate captioned, signed and/or other non-verbal films of interest to the deaf. Each film will be previewed by the committee before purchase. The films will be cooperatively housed with the County Schools Dept., along with other films owned by the County Library, and would be acessible to Special Education instructors and other community groups as well as to our own libraries. Loan periods for the equipment and the films would be the sane as for other audio-visual equipment and materials. At the end of the first six months an evaluation will be made of the programming and the use of the equipment. Evaluation will be made also at the end of the first year. Included in the evaluations will be the number of film programs presented by the library, nuimber of deaf persons attending each program, total number of persons attending, number of times the equipment is loaned for hcme use, and number of requests for similar service at other branches. Ve believe this part of the proposed service is unique in this part of the state and we plan to publicize it widely. Timetable: July - August 1978 Purchase of pro?ectors and accessories September - Novamber 1978 Previews, select-ion and ordering on non-verbal 16mm f i l:is by AIV Co-mi ttee November 1978 (on-going) Publicity for film programs and availability of film eq-'_ b az:n film programming at Central Library and `'erica Srancn (frequency will vary) May and November 1979 Etiesua ion of t^e service Budget: Personnel: LSCA funds: None In-kind contributions: Staff time for previewing films, record keeping, ordering equipment, preparing publicity, presenting programs @8.50 per hour average wage $4000 Equipment: LSCA funds: 2 Singer Insta-Load 16m. projectors, model #2170 @$895 $1790 1 Wilson Tuffy Table, model #WT42E $ 70 006 98 A21 1 Portable Project-o-Stand, model #203 Standard, w/accessory shelf $ 85 2 Lightweight Vinyl dust covers, model #2939 @ $7ea. $ 14 2 Dalite Versatol Tripod screens with glass- beaded surface, 50"x50" @ $50 ea. $ 100 In-kind contributions: None Materials: LSCA funds: 30 non-verbal 16mm films @ average cost of $350 $10,500 In-kind contributions: None Operations: - LSCA funds: Publicity, printing costs, recordkeeping supplies $ 200 State tax on equipment & materials $ 1346 In-kind contributions: Repair and maintenance of equipment by contract $ 100 LSCA subtotal: $14,123 Local funds (In-kind) $ 4,100 (4) WITHIN THE FIRST.SIX VIONT-:S OF THE PROJECT, TO-ACQUIRE. AND INSTALL IN THE CENTRAL LIBRARY, A TTY WITH ACOUSTIC COUPLER FOR THE PURPOSE OF EXTENDING REFERENCE AND INFORMATION SERVICES TO i•':=:3E?S OF THAE DEAF CUMMU?CITY MO HAVE ACCESS TO TTY COMMUNICATIOY EQUIPMENT. Plan or Ac-&L-.ion: Fro.-ii a list provided by S='_z= C:rr.unications inc. of Oakland, we have estimated that there are approxima 2-tf 55 persons i; tine county who own 1TY's: the exact number is unknown becaus= s=e persans are rot listed in the directory, many use Ms owned by friends cr, a:encias, and some have acquired Ms since the directory was published. We invited a representat've from :allied Comw unicetions Co. in Belmont to examine our exist'—, teletype s_s=ue to see if our equipment is compatible with other teletypes in use and whe=h..er a coupling device could be installed on it. Reconn:en- dation was -ade that we acquire a separate teletype, equip it with Phonetype V acoustic =;pier and outside phone line, and install it adjacent to the existing teletype in t � Central Library. Both machines could be staffed by the same perspn so that aedi—Itional ssaff would not be required for this part of the project, and service could be given at any time during library hours. A22 The TTY would be made available to members of the deaf community for their personal messages when the equipment is not being used for reference/information purposes. At the end of the funding period the County Library would absorb the lease/phone charges, along with the charges for existing teletype service. At the end of the first three months of operation a critique of the service and use of the equipment will be made. Procedure for the critique and evaluation would include average number of calls per month, types of questions most frequently asked, average number of persons using the equipment per month for their personal corrmunication. Timetable: July - August 1978 Lease from Western Union, install and equip a TTY for use in Central Library September 1978 Training of staff, publicity for the service October 1979 (on-going) TTY reference/information service January 19SO Evaluation of the service Budget: : Personnel: LSC.A funds: None In-kind contributions: Staff time for training and operation of TTY, reference service, preparation of publicity $2000? Equipment-: LSCA funds: Lease TTY with acoustic coupler (Phonetype V)$ 600 In-kind contributions: ;;one Materials: gone Operations: LSCA funds: TTY lease and cable charges for 2-year period, including servicing and. maintencance of equipment by phone company, average cost of $100 per $2400 month State tax on equipment $ 39 Phone charges for 2-year period, average cost of $10 per month $ 240 Publicity, printing costs $ 200 In-.kind contributions: None LSCA subtotal : $3479 Local funds (in-kinds) $2000 00100 A23 (5) TO STRENGTHEN THE LIBRARY'S COLLECTION OF PRINTED MATERIALS ON DEAFNESS, BEGINNING READERS, SIGNED PICTURE BOOKS AND SIGN LANGUAGE TEXTBOOKS, BY PURCHASING A MINIMUM OF TEN NEW TITLES PER MONTH OVER A TWELVE MONTH PERIOD. Plan of Action: It has been pointed out by several persons who work with the deaf that the reading level of deaf persons is much lower than" the average person of the same age. With the advice and assistance of two Coordinators of Speech and Hearing Programs in the Mt. Diablo and Richmond School Districts, we will develop a collection of high interest/low vocabulary materials which will be useful not only to the deaf but to others who have limited cormand of the English language. From recommended lists published by Gallaudet College, National Association of the Deaf, and Alexander Graham Bell Association for the Deaf, we will also purchase signed picture books and beginning readers. A minimum of ten new titles per month will be purchased during the first twelve months and efforts will be made to continue purchasing new titles as they are available. Both the Children's Coordinator and the Young Adult Coordinator will be involved in this also. The collection will include sign language textbooks, periodicals and pamphlet materials and will be housed at Central Library and Moraga Branch, where the materials will be available for interloan as needed. Additional sign language textbooks purchased for staff use will become part of the circulating collection after completion of the sign language classes. Booklis-s and bibliographies of these materials will be published at intervals and distributed as widely as possible. Timetable: July - Aagust 1973 Purchase of sign language textbooks for staff use; subscriptions to periodicals; consultation with County Sc::ools Dept. re: recommended materials September 1-978 (on-going) Selection and ord"ring of printed materials March 197c Publication of bookiists Budget: Personnel: LSCA funds: ;;one In-kind contributions: Stall" Lire for ordering, processing or materials, preparing booklists $1800 Equipment: 131.1one. Materials: LSCA -ands: Sign language textbooks (costs included under Objective rl) Other printed materials (beginning readers, signed picture books, etc.) $I0,00i, In-kind contributions: None ���101 A24 Operations: LSCA funds: Publicity, printing costs 200 Office supplies, postage $ 850 In-kind contributions: Cost of cataloging, duplicating equipment $ 800 LSCA subtotal: $11,050 Local funds (In-kind) $ 2600 D. Project Evaluation Throughout the project statistics will be kept which will record: Number of staff enrolled in sign language course Number of staff completing the course Number of signed story hours at each location Number of deaf children attending each program Total number of persons attending Number of film programs presented by the library Number of deaf persons attending each film program Total number of persons attending Circulation of films Circulation of film projectors Number of incoming TTY calls Number of persons using TTY for personal connunication Number of titles of special interest to the deaf added to the collection These statistics will be reported quarterly. In addition, there will be included at qua'itative•evaluation'section which will report such things- as user comments, requests lar additiorai service, instructor's assessment of class progress, etc. Members of the deaf community who are to serve on the A/7 Advisory Coffmittee will be asked to evaluate the service from the user's standpoint. Questionnaires will be distributed at intervals to persons attending film programs, using TTY service, and borrowing film equipment. Input fron these questionnaires and X rom the A/V Advisory Committee will be used to cake necessary modifications in the services. :Y;...„t...s•.....:.>:ice::Y. _ u i.._: ; . ��`� 02 A25 SUMMARY LIJJE ITEM BUDGET 1978/79 1979/80 Salaries (does not include benefits) Substitutes $ 750 $ 750 (Contract personnel listed under operating expenses) TOTAL SALARIES: 730 -_ $ 750 Equipment Insta-Load Projectors (2) 1790 0 Projector Table 70 0 Portable Projector Stand 85 0 Dust Covers (2) 14 0 Portable Screens (2) 100 0 TTY with Acoustic Coupler (Phonetype V) 600 0 TOTAL EQUIPMENT: 2659 0 Materials - Textbooks 225 0 30 167= Films 10,500 0 Library materials (books, Periodicals, etc.) 7,000 3000 TOTAL MATERIALS: $17,725 $3000 Operating Expenses Contract salary-Sign language instructor 4,000 4,000 Contract salary-InLLerpreter 300 300 Mileage rei^burs--cent 425 425 Publicity, printing costs 500 300 Phone (TTY) 120 120 TTY Lease 1200 1200 State tax on equipment, materials, 1203 200 OI ice supplias, postage 425 . 425 TOTAL OPERATING EXPENSES: $8173 $6970 TOTAL 1978/79:----------------------$29,307 1979/80: ------------------------------------------------- $10,720 GRAND TOTAL: . $40,027 00103 A26 • CURRENT AND FUTURE LOCAL SUPPORT In-kind contributions will consist of hundreds of staff hours and clerical back-up for this project. (See Budget Statement) As indicated earlier in the proposal, local support has been strong, both among agencies who work with the deaf and among members of the deaf community. The County Schools Department has offered its expertise in selection of materials appropriate to the reading level of the majority of deaf persons we will serve; they will also help us recruit a qualified sign language instructor. The Deaf- Counseling and Referral Agency will find a registered interpreter for our signed story hours and programs and has offered to publicize the project throughout its large service area. The California School for the Deaf has offered to help us select appropriate films for purchase and also to pub- licize the project. The California Department of Rehabilitation's District Office has offered its assistance in any way possible. In our conversations with the staff of Oakland Public Library's Office of Deaf Services, we have agreed that it would be mutually advantageous for their staff and ours to have joint workshops and to exchange films, books and information so that both programs of service to the deaf could be enhanced. Communication by TTY would be another area of cooperation with them, as well as with other agencies serving the deaf. We feel there is much we can do to strengthen each other's programs. PUBLIC RELATIONS Continue contact with all agencies mentioned in this proposal -- keep them informed by letter and by telephone as to the status of the grant request. Staff meetings with library staff to outline step-by-step program and time schedule. Begin co:,ni-t_e meetings for selection of A!'r ::aierials. Make personal visits to the agencies which F.re ised special assistance. Write articles for Deaf Cc.rselire and Referral Agency's Newsletter regarding the new service. This newsletter is mailed to 2000 deaf persons and agencies working with the deaf. ;iso shite article for California Association for the Deaf's Newsletger. 'Write news releases for local news outlets, and informational article for "News Sign 4" (signed news program for deaf persons on KRON-TV.) Prepare spot radio and TV announcements. Make wide distribution of flyers describing the service -- send to schools, physicians, churches, Community Colleges, County Health Dept. , County Social Service Dept. and to each agency mentioned in the proposal. Arrange book displays and publish reading lists. 04)1.04 A27 STATEWIDE SIGNIFICANCE As of the end of 1977 a small but important ne-Work of library services to the deaf is being formed throughout the state, mostly by grant money. There are still enormous gaps in this service and most of the deaf citizens of California are still not being served at all ; however, each library which initiates some measure of service helps to close this gap. Initiating TTY service will enable us not only to serve the deaf of this county better but will put us in communi- cation with anyone in the state who has access to a TTY, for our telephone number will be listed in the National TTY Directory. Our printed materials on problems of the deaf and beginning readers for deaf learners will be available for interloan anywhere in the state. As our project is publicized it will , hopefully, encourage other libraries in the state to step up service to this special group. ANTICIPATED SIDE EFFECTS It is possible that we may receive more requests for signed programs than we can offer. It will be important for us to document every request so that we will know where our next greatest areas of need are. We anticipate attracting a number of volunteers fron the deaf community, and, in -Fact, tiri11 work toward this, for it is felt that the more personal contact there is between library staff and the deaf the better the overall service will be. rie think we have planned a project which can be continued with our own resources after he grant period has ended. t .� 0111 ►5 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA AS GOVER14ING BODY OF THE COUNTY & OTHER ENTITIES Re: Registering Personnel per ) Government Code §§86100 ff. ) RESOLUTION NO. 78/ 10 ) The Contra Costa County Board of Supervisors RESOLVES THAT: Any person who is employed by or contracts with the County of Contra Costa (County) , or any agency for which this Board is the governing body, and who comes within the scope of Government Code §82039 and California Administrative Code, Title 2, §18239, shall register with the Secretary of State pursuant to Government Code §86100 before doing anything to influence legislative or administrative action. The County Administrator shall determine the particular individuals described above and shall cause them to register and to file periodic reports as required by law. The County, and any agency for which this Board is the governing body which employs or contracts with a person to influence legislative or administrative action as defined by Government Code §82039, is hereby declared to be an employer within the scope of Government Code §86108 and thus subject to the filing of periodic reports as required by Government Code §§ 36108, 86109, and 86110. The County Administrator shall file such reports on behalf of the County and cause such reports to be filed by (1) other agencies, for which this Board is the governing body, which employ or contract with a person to influence legislative or administrative action as defined by Government Code §82039; and (2) any other County official or employee who makes payments to influence legislative or administrative action of $250 or more Per month as set forth in Government Code §86108 (b) . Authority is hereby delegated to the County Administrator to sign on behalf of the County any authorizations or reports neces- sary to accomplish the above. Subject to the above Provisions, the County Administrator's Office is authorized to assign or employ persons to carry out the activities authorized by Government Code §50023. PASSED on .Ian. 3, 1978 unanimously by the Supervisors Present. cc: County Administrator County Counsel Auditor DCF:g RESOLUTION NO. 78/10 00106 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) RESOLUTION NO. 78/11 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 ; NO112 THEREFORE, BE IT RESOLVED that the County Auditor is authorized to correct the following assessments: For the Fiscal Year 1977-78 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 assessment roll should be corrected; and, FURTHER, in accordance with Section 4985 (x) 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 correction is entered on the roll or abstract record. The following parcels have been erroneously enrolled in Tax Rate Area 09060, due to clerical error. Therefore, these parcels should be corrected to be enrolled in Tax Rate Area 09059. 142-182-001-8 142-183-003-3 142-193-012-2 142-182-002-6 142-183-004-1 142-193-013-0 142-182-003-4 142-183-005-8 142-193-014-8 142-182-004-2 142-193-001-5 142-193-OIS-5 142-182-005-9 142-193-006-4 142-193-016--3 142-182-006-7 142-193-007-2 142-193-017-1 142-182-007-5 142-193-008-0 142-193-018-9 142-182-008-3 142-193-009-8 142-193-019-7 142-183-001-7 142-193-010-6 142-193-020-5 142-183-002-5 142-193-011-4 142-193-021-3 Assessees have been notified. I hereby consent to the above changes and/or corrections: 0 O. ATON JOHN B �CLAUSEN, County Counsel Assistant Assessor I t12/7/77 By . j . PASSED by the Board on January 3, 1978. D y cc: Assessor County Auditor Tax Collector RESOLUTION NO 78/11 page 1 of 1 00107 BOARD OF SUPERVISORS OF COIITRA COSTA COUNTY, CALIFORNIA , Re: Cancel Redemption Penalty and Fee on ) the 1976-77 Secured Assessment Roll. ) RESOLUTION NO. 78/12 TAX COLLE'CTOR'S MEMO: 1. Parcel No. 172-020-004-5 - Sale Ito. 76-30112. Redemption penalty and fee have attached to the above parcel due to clerical error in not timely, notifying the assessee that a corrected bill was issued. Having received payment, I now request cancellation of the redemption penalty and fee, pursuant to Revenue and Taxation Code Section 4985. Dated: December 21, 1977 FD:7AR.D W. LEAL, Tax Collector I corse to this cancellation. JOHN . LAUSEN, Co y C sel By: •.-ter�' • , Asst. i, ,3 L , Deputy xxxx-x-xxxxx-xxxxx-xx-xx-xxxX-X+I-xxxxx-r_xxxjx xxxxxxX IS 7 BOARD'S ORDER: Pursuant to the above statue, and showing that the redemption penalty and fee attached because of clerical error, the Auditor is ORMITED to- CANCEL thea. PASSED ON�a--=Lary-�.. i q7A , by unanimous vote of Supervisors aresent. APL:ja,-a cc: County Tax Collector (Redemption Dept.) County Auditor RESOLUTION 130. .78%12 00108 BOARD OF SUPERVISORS OF CONTRA COSTA COUINTY, CALIFOFIIIA Re: Cancel Redemption Penalty and Fee ) on 1976-77 Secured Assessment Roll. j IESOLUTION NO. -78/13 TAX COLLECTOR'S 1S+O: 1. Parcel No. 134-373-002-2 - Sale 'No. 76-1209. Dae to clerical error payment received timely Was not applied to the applicable tax bill, resulting in redemption penalty and fee attaching thereto. Having received timely payment, I now request cancellation of the redemption penalty and fee, pursuant to Revenue and Taxation Code Section 4°3$. Dated December 22, 1977 EDWARD 1•I. LEEP-L, Tax Collector I cone to this cancellation. JOKW B USE:3, County Co sel /17 By: Asst. f/'/f `n?� , De uty xxxxxxxxxx-xxxxx-xxxxxxxx-xx-xxxxxx- xxxxx-xxx BO.ARD'S ORDER: Pursuant to the above statute, and showing that the redemption penalty and fee attached because of clerical error, the Auditor is ORDET_FD to CANCEL thea. PASSED ON January 3. 1976 , by unanimous mous vote of Supervisors present. APL:jam cc: County Tax Collector (Redenption Dept.) County Auditor KEESOLUTIOTI NO. 78/13 . . of)109 s � : IN THE BOA 3D OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Changes ) of the Assessment Roll ) of Contra Costa County ) RESOLUTION NO. 78/14 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 years indicated below. 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 Revenue and Taxation Code Section 4831(a) , defects in description or form or clerical errors of the assessor on the roll, or other errors of the assessor not involving the exercise of judgment as to value which result in the entry on the roll of assessed values other than those intended by the assessor, should be corrected as indicated 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 upon the showing that payment of the corrected or additional amount was rade Within 30 days from the date the correction is entered on the roll or abstract record as it was impossible to complete valid procedures initiated prior to the delinquency date. For the Fiscal Year 1975-76 On Parcel No. 066-223-011 -3, Tax Rate Area 01002, Tressis Gosnell should be allowed a homeowner's exemption of $1,750 pursuant to Section 253.5 of the Revenue and Taxation Code. An alteration in the property title caused the exeimption to be erroneously terminated during machine processing. For the Fiscal Year 1976-77 The following assessees are eligible for the homeowner's exemption pursuant to Section 253.5 of the Revenue and Taxation Code. An alteration in the property title caused the exemptions to be erroneously terminated during machine processing. t _ . R. 0. , Asa stant Issessor t/12-20-7? Copy to: Assessor (Mrs. Rodgers) Auditor Tax Collector Page 1 of !} RESOLUTION NO. 78/14 Parcel Number Tax Rate Area Allow Assessee 066-223-014-3 -01002 $1750 Goonell, Tressie 113-153-011-3 02002 $1750 Clark, Phyllis M. 115-374-014 5 02002 $1750 Sheets, Rosemary 170-092-020-8 09055 $1750 Johnston, Katherine A. For the Fiscal Year 1977-78 The following assessees are eligible for the homeowner's exemption pursuant to Section 253.5 of the Revenue and Taxation Code. An alteration in the property title or parcel number caused the exemptions to be erroneously terminated during machine processing. Parcel Number Tax Rete Area Allow Assessee O1 -140-02 -0 5b01 i 0 nalfor , Stanley T. & 1Garon P. 065-235-020-6 01007 1750 Allison, C. W. & Flossie 066-214-003-7 010041750 Ferreira, Joseph E. et al 066-223-014-3 01002 �1?50 Gosnell, Tressie 067-()93-005;-6 01004 1750 Bundy, Robert C. & Gladys K. 076-283-016-4 01002 ;1750 Huset, Norman R. & Rose C. 097--032-020-6 79031 1750 Amerson, Eloise 098r-072-026-2 79019 1750 Smith, Carl Dean 115-374-014-5 02002 $1750 Sheets, Rosemary 125-155-003-2 79063 $1750 Leach, Mary L. 125;-185-026-7 79063 1750 Lewis, Arthur C. & Frances V. 134-453-014-0 02002 1750 Aarvey, James P. Jr. & Jerrie J. 145-063-019-7 02010 $1750 Woody, Joseph F. 154-434-005-0 12052 $1750 Tew, warren R. & Gloria B. 170-092-020-8 09055 4750 Johnston, Katherine A. 17130-003-0 09000 1750 Bryan, Lcvel R. & Isabel L., Tre 18W-190-032-6 98002 1750 -'rickitt, James W. & Yvonne E. 196-180-010-7 66035 $1750 Conroy, Daryl D. & Barbara T: 270--010-044-5 83004 1750 Nelson, Lila A. 416--032-004-2 850891750 Walker, Catherine T. 504-272-001-0 03000 $1750 Lavorini, Ernie 507-080-001-5 08002 $1750 Gachis, James T. & Christina A. The following assessees are eligible for the homeowner's exemption pursuant to Section 253.5 and 255.1 of the Revenue and Taxation Code. Additional information required for approval of the claims has been provided. Parcel Plumber Tax Rate Area Allow Assesses 011-261-603--5 60 0 echaty, Ernest F. & Alice V. 017-181-001-3 58004 '1750 Snell, Albert C. Jr. & Patricia A. 031-032-004-9 82007 1750 Piper, Cora E. 068.-133-016-3 01004 $1750 Robinson, Cleo L. & Phyllis N: 068-293-011-0 01004 $1750 Owenson, Dave T. & Jeannette M. 071-302-011-3 01002 1750 Reano, John P. & Sherry Rae 074-212-003-3 01004 $1750 Deaton, maria 076-020-004-4- 79081 $1750 Mangini, Ernest J. & Dorothy M. 087-056-003-4 07013 1750 Tiscareno, Conrad A. & Diary F. 110-086-007-9 02002 1750 Clark, Danny C. & Lawanda 111-032-010-6 02002 1750 Puckett, G. Jackson 112-031-012-1 02002 11750 Elswick, Arvil G. & Elmede P. 116-140-0511-2 02001 1750 Crook, Nuel B. & Dorothy B. 120-303-003-402003 1750 Ault, Edward L. & Lois J. R. 0. SEA.TON, Assistant Assessor `Page 2 of 4 0011 1 rarcel Number Tax Rate Area Allow Assessee 121-040-036-0 791C4 ;17 O Torba, Florence E. 128-190-066-0 02002 1750 Arcanin, Marjorie J. 132-030-033-6 02002 1750 McGhee, Thomas F. & Michele C. 132-233-008-3 02002 1750 McAnally, Harold P. & Elizabeth 134-188-003-5 090301750 ruse, Edward C. & Barbara J. 139-071-023-2 09059 1750 Buhlman, Joseph F. & Joan 14. 145-110-o10-9 09058 1,750 Cochrane, J. P. & Patsy Jean 149-020-001,9 12035 $1750 Lewis, Carol E. 152-010-007-2 12013 $1750 Werder, Maude E. 153-173-011-5 12058 $1750 Tibbetts, Gary F. & Janet L. 155-082-009-4 05011 $1750 Censoplano, Joseph Patrick 155-222-006-7 05012 ~$'1750 Kittredge, Charles &- Geraldine 169-321-006-2 09006 $1750 Olson, Stanley E. be Anne M. 169-352-011-4 090521750 Nauss, Yvonne D. 179-110-023-1 09003 1750 Tuttle, June ri. 179-182-007-7 09003 1750 Muscarella, Cere R. & Marianne H. 182-120-024-1 98002 1750 Tucker, Dennis P. & Doris M. 192-020-022-5 66066 11750 Bruzzone, Jeanne R. Bruzzone, Louis 193-421-001-2 66075 1750 iLemr-ienzind, Matthew & Marie 198-030-006-3 66065 1750 Sikes, William D. & Nadine H. 202-151-008-2 66035 1750 Appleby, Jack J. & Amy B. 212-391-021-4 66080 ~1750 Frank, Howard G. & Marjorie L. 216-162-010-1 66035 1750 Longden, Matthew L. & Martha A. 216-281-011-9 66009 1750 Humphreys, Roger G. & Kathryn 237251-010-3 14002 11750 Kowal, Hanry J. & Agnes G. 255--210-004-8 15004 1750 Rermansen, James C. & Ellen E. 255-572-007-3 15002 1750 Xasiel, Richard J. & Valerie D. 256-194-031-9 15002 1750 Nash, J. Emery Jr. & Nancy W. 256-221-004-3 15002 1750 Gates, John F. & Ernestine 270-090-011-7 83004 1,1750 Brown, Andrew J. & Lyla J. 370-061-008-6 05001 1750 hong, Todd J. & Deborah 372+14- 002-4 05001 1750 DuBois, Genevieve 374 163-020-0 05001 -11750 Russo, Virginia Rae 375-061-029-1 05001 1750 Belling, Robert G. & Sylvia A. 114-194-017-3 08024 X1750 Chappelle, Lois E. 426-31�2-011-1 08021 X1750 Bhattacharyya, Asit K. & Sibani 503-311-025-4 03000 $1750 Walker, Beatrice P. 504-241-006-7 03000 $1750 Appleby, -Emma L. 508-061-004-0 08002 $1750 Hughes, Fredda M. 514-120-023-7 08001 $1750 Wainscott, Winfred & Judith A. 515-070-005-1 06001 $1750 Richardson, Clarence E. & G. The following assessees are eligible for the homeowner's exemption pursuant to Section 166 of the Revenue and Taxation Code. The claimants have filed notarized statements to the effect that they timely mailed an application to the Assessor. Parcel Number Tax Rate Area Allow Assessee 129-190-166-br 020Kirr, Mildred L. 197-0601-015-9 66071 1750 Liston, E. Raymond Jr. & Patricia 218-283-022-0 66086 1750 Rollin, Grant E. & Margaret A. 519-280-028-1 08001 1750 Hyatt, Dana L. & Sarah E. 560-410-070-0 08001 $1750 Musser, Philip W. R. 0. SEATON, Assistant Assessor Page 3 of 4 x0112 The following assessees were erroneously not mailed a 1977 homeowner's exemption claim form. As the assessor did not conform to Section 255.3 of the Revenue and Taxation Code, the exemptions should be allowed. Parcel Number Tax Rate Area Allow Assessee 009-451-037-7600-TT- 1750 Hoover, Jack G. & Tommye R. 065-261-016-3 01004 t1750 Kushner, William & Karen L. 071-325-016-5 01002 $1750 Lasater, Robert B. Buckler, Valorie J. 076-452-023-5 01002 1750 Rodriguez, Mike A. & Donna C. 095-253-006-1 07023 $1750 Hampson, Ernest & Alice X. 119-190-003-2 79061 y1750 Kennedy, Michael C. & Sandra J. 133-141-005-6 02002 1750 Amato, Jerry & Karen A. 133-371-015-8 02002 1750 Cheung, Ronald & Leslie Ann 154-220-018-1 12012 1750 Carrin, William L. & Betty J. 155-300-242-7 05031 1750 Olsen, Gail M. 164-380-027-7 05016 X1750 Arnold, William ti. & Dena A. 175-252-004-7 09000 1750 Wells, Clinton R. & Dolores A. 185-140-007-5 14002 1750 Phillips, Charles E. & Marie K. et al 194-160-011-4 66059 1750 Nelson, George R. & Barbara Ann 216-351-005-6 66047 11750 Gowan, George A. Jr. & Barbara E. 218-760-031-3 66093 $1750 Koskinas, George J. 241-2$0-001-9 14002 1750 Lynn, James R. 266-280-016-4 83019 1750 Eberle, Henry G. & Vera M. 273-100-03?4 83004 1750 Dodd, Harold L. & Virginia M. 360-322-004-1 06006 x.1750 Bonds, Cynthia Sale, Harry E. & Lena J. 400-131-025-1 04000 $1750 Barrows, Robert L. & Carolyne Y. 410-265-009-2 11017 1750 Martinez, Flaviano & Rosa 411-044-014-8 11017 1750 hunt, James H. & Beverly A. N2--032-017-3 11029 1750 Kohl-, Richard J. -5-443-003-7 03000 1750 Llamas, Pelayo F. & Etsuko 0. 572-204-006-9 85061 1750 Kwok, Patrick S. & Susan C. a, I hereby ccnsent to the above changes and/or corrections: R. 0. SEATODt, Assistant Assessor JOHN B. C SEIY, County Counsel �pN 3 1978 By Adopted' the B--%a-.do:�__._ ._.... ___._.........- Deputy • t. r _ Page 4 of 4 1 )1.13 S 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. 78/15 WHEREAS, the County Assessor having filed with this Board requests for corrections 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 1977-78 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 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, the assessee may file a claim for cancellation or refund; FURTHER, in accordance with Section 4985(a), any uncollected delinquent penalty, cost, redemption penalty, interest, or redemption fee heretofore or hereafter attached due to such error should be cancelled upon 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 as it was impossible to complete valid procedures initiated prior to the delinquency date. Dynamic Management Company, Account No. 038370-E001, is erroneously assessed since the tax rate area is incorrect; therefore, the tax rate area should be corrected to TRA 53038 and an adjustment should be made to correct this assessment. Ziaeddin Adib and R. Adibnatanzi, Account No. 000760-0000, are erroneously assessed since the property was assessed more than once; therefore, this assess- ment should be corrected to show Personal Property, Business Inventory Exemption and Penalty zero value. Frances Allen, Account No. 002070-E000, is erroneously assessed for . Personal Property in amount of $1,650 full value, PS Improvements $3,750 full value, with Business Inventory Exemption of $25 assessed value since the property was assessed more than once; therefore, this assessment should be corrected to show Personal Property, PS Improvements and Business Inventory Exemption zero value. R. 0. SEATON, Ass't. Assessor t 12/19/77 cc: Assessor (Giese) Auditor Tax Collector RESOLUTION NO. 78/15 Page 1 of 6 00114 For the Fiscal Year 1977-78 Frank Banducci, Account No. 007620-0000, is erroneously assessed since assessee was out of business prior to the lien date; therefore, this assessment should be corrected to zero value. S. L. Best and J. F. Baird, Account No. 011230-0000, are erroneously assessed since assessees were out of business prior to the lien date; therefore, this assessment should be corrected to zero value, no penalty. Coesco, Account No. 025560-0000, is erroneously assessed since the assessee was out of business prior to the lien date; therefore; this assessment should be corrected to zero value, no penalty. Wilbert E. Cossel , Account No. 028820-0000, is erroneously assessed since assessee was out of business prior to the lien date; therefore, this assessment should be corrected to zero value, no penalty. Through a clerical error on Board Resolution 77/743, dated September 6, 1977, item 15 on page 2 of 5 pages (Curtis Industries, Inc. , Div. Curtis-Noll, Inc., Acct. #030810-0000), a correction was erroneously entered on the unsecured roll, and action should be rescinded on it; a correction is being made through an audit of this account. Dow Chemical Company, Account No. 0369804018, is erroneously assessed for Personal Property in amount of $381,800 full value, with business inventory exemption of $42,965 assessed value, since the property was assessed more than once; therefore, this assessment should be corrected to zero value. General Electric Company, Account No. 049380-0007, is erroneously assessed since the property was assessed more than once; therefore, this assessment should be corrected to show Personal Property zero value. General Electric Company, Account No. 049380-0009, is erroneously assessed since the property was assessed more than once; therefore, this assessment should be corrected to show Personal Property zero value. Rose McCain, Account No. 083500-0000, is erroneously assessed for Personal Property in amount of $2,180 full value since assessee was out of business prior to the lien date; therefore, this assessment should be corrected to zero value. Regina Park, Account No. 110397-0000, is erroneously assessed for Personal Property in amount of $980 full value with business inventory exemption of $12 assessed value, since the property was assessed more than once; therefore, this assessment should be corrected to zero value. Phoenix Leasing Private Fund 1975, Account No. 101235-0002, is erroneously assessed since a portion of the property was assessed more than once; therefore, this assessment should be corrected to show Personal Property $17,320 full value. J. E. Spencer & Assoc. , Inc., Account No. 121700-E000, is erroneously assessed for Personal Property in amount of $4,120 full value, since a portion of the property was assessed more than once; therefore, this assessment should be corrected to show Personal Property $3,220 full value. lee ."61� R. 0. SEATON, Ass't. Assessor - Page 2 of For the Fiscal Year 1977-78 Stamm Theatres, Inc., Account No. 122330-0000, is erroneously assessed for Improvements in amount of $25,000 full value, due to a clerical error; therefore, this assessment should be corrected to show Improvements in amount of $2,500 full value. Union Oil Company, Account No. 132810-EO90, is erroneously assessed since the property was assessed more than once; therefore, this assessment should be corrected to zero value. Alpine Leasing Company, Account No. 002447-E000, is assessed for an escape for 1976-77 enrolled on the 1977-78 unsecured roll . Due to a clerical error the property was erroneously assessed for Personal Property in amount of $4,480 assessed value, when the assessment should have been for $4,480 full value; therefore, this assessment should be corrected to show Personal Property $1,120 assessed value. FURTHER, it has been ascertained from papers in the Assessor's office that property belonging on the local roll has escaped assessment; and, therefore, pursuant to the Revenue and Taxation Code, Section 531, escaped assessment should be added to the unsecured roll as follows; and business inventory exemption allowed in accordance with Section 219 as indicated; and, as indicated, 10% penalty on net tangibles for failure to file w:thin the time required by law per Section 463: All Mechanical Co., Inc. Acct. #001860-E000 TRA 72005 Escape for 1977-78 Personal Property - $ 560 full value. Bonnie M. Allen Acct. #001925-E000 TRA 09002 Escape for 1977-78 Personal Property - $2,200 full value Bus Inv Ex - 22 assessed value American Flange & Mfg. Co. , Inc. Acct. #002870-EO01 TRA 85104; Escape for 1977-78 PS Improvements - $11,165 full value Marvin J. Anderson Acct. #003730-E000 TRA 01002 Escape for 1977-78 Personal Property - $1,820 full value Bus Inv Ex - 32 assessed value Burnup & Sims, Inc. Acct. #0178354000 TRA 02002 Escape for 1977-78 Personal Property - $4,947 full value Penalty - 494 full value Assessees have submitted signed business property statements. R. 0. SEATON, Ass't. Assessor Page 3 of 0011.6 For the Fiscal Year 1977-78 Eugene A. Callahan Acct. #019557-E000 TRA 79083 For year 1977-78 Pers Prop - $1 ,100 full value David Chew Acct. #023560-E000 TRA 66101 For Year 1977-78 Pers Prop - $1,740 full value Eugene R. Chisolm, M.D. Acct. #023730-E000 TRA 02002 For Year 1977-78 Pers Prop - $1,619 full value Brooke Crosby Acct. #030150-E001 TRA 79069 For Year 1977-78 Pers Prop - $1 ,560 full value E. L. & L. C. Dane Acct. #031455-E000 TRA 66085 For year 1977-78 Pers Prop - $45,100 full value Bus Inv Ex - 5,632 assessed value Diablo Valley Petro Dealers Ass'n. Acct. #035260-E000 TRA 09000 For Year 1977-78 Pers Prop - $ 180 full value Eaton Corp. Acct. #038930-S001 TRA 08001 ' For Year 1977-78 Pers Prop - $8,260 full value Eaton Corp. Acct. #038930-S002 TRA 01007 For year 1977-78 Pers Prop - $16,160 full value General Host Corp. Acct. #049440-E005 TRA 02002 For year 1977-78 Pers Prop - $ 1,720 full value Bus Inv Ex - 20 assessed value Assessees have submitted signed business property statements. R. 0. SEAT N, Ass t. Assessor Page 4 of 00117 For the Fiscal Year 1977-78 Hesco Wood Products, Inc. Acct. #059090-E000 TRA 58004 For year 1977-78 Pers Prop - $79,100 full value John G. Huffman Acct. #062370-E000 TRA 79028 For year 1977-78 Pers Prop - $48,000 full value Bus Inv Ex - 6,000 assessed value Hyster Company Acct. #063090-EO02 TRA 53004 For year 1977-78 Pers Prop - $11,162 full value Hyster Company Acct. #063090-S000 TRA 09000 For year 1977-78 Pers Prop - $12,124 full value J-D Graphics Enterprises Acct. #064410-E000 TRA 09000 For year 1977-78 PS Improvements - $30,120 full value Personal Property 10,040 full value W. W. Kelly Acct. #069020-E000 TRA 79063 For Year 1977-78 Pers Prop - $21 ,460 full value Payless Paint Mfg. Corp. Acct. #099000-E000 TRA 07013 For Year 1977-78 PS Imps - $ 7,660 full value Pers Prop - 29,840 full value Bus Inv Ex - 3,005 assessed value Rebco Utility Supply, Inc. Acct. #106060-E000 TRA 66035 For Year 1977-78 Pers Prop - $ 5,520 full value Bus Inv Ex - 385 assessed value Sandy Schroder and Dee Drost Acct. #114067-E000 TRA 02002 For year 1977-78 ` Pers Prop - $ 3,080 full value Bus Inv Ex 378 assessed value Assessees have submitted signed business property statements. O R. 0. SEATON, Ass't. Assessor Page 5 of 4��►11.8 For the Fiscal Year 1977-78 George R. Stubblefield, D.C. Acct. #125377-E000 TRA 02004 For year 1977-78 PS Imps - $ 6,640 full value Pers Prop - 1 ,800 full value Assessee has submitted signed business property statement. Allied Investment Company Acct. ;002187-S000 TRA 02014 For year 1977-78 Improvements - $11,625 full value General Air Services Acct. #049310-E001 TRA 79111 For year 1977-78 Possessory Interest - Land $ 9,680 full value is - Imps 4,360 full value William G. West, Sr. Acct. #139050-S000 TRA 02002 For year 1977-78 Imps - $ 1,325 full value Assessees have been notified. It has been ascertained by audit of the assessee's books of account or other papers that there has been a defect of description or clerical error of the assessee in his property statement or in other information or records furnished by the assessee which caused the assessor to assess taxable tangible property at a substantially higher valuation than he would have entered on the roll had the information been correctly furnished; therefore, such error on the roll should be corrected in accordance with Section 4831.5 of the Revenue and Taxation Code; and in accordance with Sections 4986 and 5096, the assessee may file a claim for cancellation or refund: Verdon Walker, Acct. No. 136367-0000, .is erroneously assessed for Personal Property in amount of $250,000 full value, plus 10% penalty in amount of.$25,000 full value in accordance with Section 463, since original assessment was estimated and subsequent information shows this assessment should be corrected. Therefore, this assessment should be corrected to show Personal Property.$53,800 full value, Penalty $5,380 full value. 'h hereby nsent to the above changes /Pr corrections: R. 0. SEATON, Ass t. Assessor JO LAUSE nsel`• 3 1978 Adopted Lythe Board �AN J. 0011.9 Page 6 of 00120 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 j RESOLUTION N0. 78/16 WiaREAS, the County Assessor having filed withthis Board requests for correction of erroneous assessments, said requests having been consented to by County Counsel; NOW, THEREFORE, BE IT RESOLVE that the County Auditor is authorized to correct the following assessments For the Fiscal Year 1977-78 It has been ascertained from the assessment roll and from papers in the assessor's office khat was intended and What should have been assessed; and, therefore, pursuant to Revenue and Taxation Code Section 4831(a) , defects in description or form or clerical errors of the assessor on the roll, or other errors of the assessor not involving the exercise of judgment as to value which result in the entry on the roll of assessed values other than those intended by the assessor, should be corrected as indicated 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 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 as it was impossible to complete valid procedures initiated prior to the delinquency date. Pursuant to Revenue and Taxation Code Section 275(c), claimants For the homeowner's exemption who filed a claim subsequent to April 15, 1977, and whom the assessor has ascertained to be eligible should be allowed the lesser of $1,400 or 80 percent of the assessed value of the property, as stated below. Parcel Number Tax Rate Area Allow Assessee 00 -030--00-7-.7- 60004 - Upshaw, Donald L. & Judy A. 006 -250-001-2 68003 1100 Bell, Harold E. et al 009-352-013-8 60019 0000 Perry, Marshall V. & Louise C. c/o Campbell, Dennis L. & Linn R. . SEATON, Assistant Assessor t/12-16-77 Copy to: Assessor (Mrs. Rodgers) Auditor Tax Collector Assessor (Mgrs. Giese)- -, Page 1 of 7 RESOLUTION N0. 78/16 0 121 Parcel Number Tax mate Area Allow Assessee 012-182---0-0-3--5 10001 $1 00 ir:ilson, Richard Lee & Linda A. 016-212-041-4 10001 X1400 Yonemura, Massaki & Shizuko M. 020-190-054-5 72005 1400 Donovan, Timothy & Kathleen 020-190-05d-6 72005 MOO Aquila, Louis A. & Ruth M. 028-130-014-5 82006 1400 I1cDaniel Ada June 032-182-012-8 82020 $1400 Tranchina, Salvatore J. & C. C. 032-240-023-5 820481400 Caperello, Thomas J. 041-041-02.4-5 53009 1400 Billeci, Cyril A. & Gail 051-074-007-9 5300k $1400 Dikes, Roy R. & Zelma E. 051-083-010-2 5302 $1400 Rodriguez, Jose J.. & Aurora A. 054-270-018-2 58010 T1400 Weder, William W. & 'Pauletta R. 067-151-026'-1 010041400 Lippow Development c/o Rogers, Beeler J. & Della 068-042-010-6 01004 $1400 Paslay, Thomas W. & Linda E. 068-291-016-1 01004 $1400 Reinke, Walter H. & Anne R. 068-381-007-1 01004 $1400 Barber, Dennis L. & Karen S. 068-392-010-2 01004 1400 Vissers, Richard H. & Mari T. 068-424-016-1 01004 1400 Wilson, Curtis L. & Dona N. 071-2?3-006-8 01002 1400 Gustofson, Douglas C. & Sally A. 073-162-022-5 07013 1400 Green, Harvey & Winifred 074-241-030-1 01004 1400 Jones, Michael L'. & Karen K. 076-263-033-3 01002 11400 1400 Stoffan, Michael Jr. & Patricia 076-371-039-9 01002 McMillen, Rick L. & Darlene 076--495-002-8 01002 $1400 Crocker Homes, Inc. Long, Frederick A. & Rhonda L. 086--062-044-2 07013 41400 Herrera, Linda 086-071-017-7 07013 $1400 Perkins, Gaylord E. & Lorene 087-352-007-6 07013 1400 Magliocco, Robert M. & Minja 087-352-012-6 07013y1400 Boyd, James E. & Mary L. 087-362-006-6 07013 $1400 Albert D. Seeno,Co. c/o Romero, Loney & Barbara J. 088-324-022-8 07013 $1400 Burton, Harold E. & 011ie M. 089-121-011-4 07013 $1400 Mueher, Hiawatha & Palestine 089-212-019-7 07013 $1400 Franklin, Deborah M. 089--233-011-9 07013 4400 Stephenson, Charles R. & Kathryn 089-242-024-1 07013 1.400 Murphy, William J. & Marion A. 089-303-006-4 07013 1400 Frost, Douglas W. & Charlotte C. 095-091-006-7 86003 1400 Hunt, Stella J. c/o Tinley, James R. & Sharon G. 095-102-008-0 66003 $1400 Davenport, Orville S. & Dorothy 095-106-001-1 86003 $1400 Vossekuil, Richard J. 09.5-213-006-0 07023 $1400 Wilkins, Arvis H. 095-241-046-2 07023 $1400 Forrest, Dexayne S. & Penny L. 097-034-026-1 79031 1400 White, Lon & Edith B. 097-041-012-2 79031 1400 Carroll, Frank H. & Vida M. 097-043-001-3 79031 1400 Wagner, Joseph E. Rose Marie 097-294-002-7 ?9031 1400 Kelley, Stephen D. & Waneta L. 098-072-030-1 79049 11400 Mendoza, John L. & Leda Ann 098-102-011-9 79049 1400 Schnadarle, Henry C. & Judith M. 105-212-013-4 02002 1400 Rangel, Tanis & Elizabeth A. 110-490-034-3 02006 11400 Baker, Mildred L. 111-092-001-2 02002 1400 Slaton, Joseph L. & Shirley M. 111-092-004-6 02002 1400 Honodel, Robert Bruce & Carol A. 111-111-016-7 02002 11400 Sargent, Andrew W. & Patricia A. Borzy, Helen Ryan h R. 0. SEATON, Assistant Assessor Page 2 of 7 00122 Parcel Number Tax Rate Area Allow Assessee 111-230-020.► 02002 TI0-0 Lippi, Loris F. R NcYlains, Maxine A. 111-292-011-9 02002 11+00 Bruce, Shelley & Bruce, Peggy 112-184-032-4 02002 1400 Guenther, Alma V. 114-043-003-2 02002 11}.00 Fullick, Geoffrey W. & Margaret 115-292-002-9 020021400 McPherson, John C. c/o C. F. McPherson 117-250-009 -0 79172 1100 Turner, Charles L. & Marianne 119-301-020-2 79019 11400 Palfreyman, David L. 7& Kathleen c/o Lipton, Mildred: 120-131-002-4 02011 1400 Sullivan, John M. & Mary A. 120-341-061-6 02024 1400 Kennedy, Donna C. 120-392-023-4 02003 1400 Schriener, Joan 121-143-007-7 02011 1400 Perry, William & Connie L. 125-293-004-3 79063 1400 Grange, Scott M. & Phyllis A. et al 126-410-012-2 02002 11400 Boyle, Marilyn L. c/o Lenore Elizabeth Bjorklund 127-121-001-3 12083 1400 Keenan, Dent F. & Catherine 128-044-002-3 02002 1400 Pilgrims Hyman I. & Lulaellen 128-1881-010-9 02002 1400 Whitman, Stephan J. & Roberta L. 128-211-014-9 02002 1400 Foster, Donald E. & Martha A. 129-222-012-4 02010 1400 Dodd, Pamela S. 129-231-026-3 02010 14.00 All American Realty c/o Ho, Ronald C. 129-374-003-9 02026 $1400 Sarver, Howard D. & Patricia J. c/o Filarey, William P. & Janet X. 130-040-012-2 79038 $1400 Larson, Paul R. & Vivien H. 132-050-005-9 02002 1400 Contreras, Alberto & Frances 132-136-002-4 02002 11400 Frantz, Marjorie Ann Bolmen, Ruth B. 132--185-017-2 02002 $1400 Ethington, Heber J. c/o Greenhill, Geoffrey H. & Janice 133-1550-103-9-9 02002 $1400 Hicks, Patricia 133-241-078-4 02002 t1400 Richards, Gary E. & Christine i+l. 133-371-018-2 02002 1400 Transamerica Title Insurance Co. c/o Cutino, Rudolph C. & Phyllis 134-312-033-1 02026 $1400 Motley, Graham Lee & Christy M. 131 -321-010-8 02026 1400 O'Sullivan, Daniel L. & Donna J. 13W-070-044-1 79144 $1400 Hollingsworth, Donald & D. Hollingsworth, Dennis X. - 140-024-003-0 09010 $1400 Gass, Louis A. & Ruth V. c/o Nelson, Clarence J. Jr. & Janice 140-322-001-3 09010 $1400 Gutierez, Joseph M. 140-393-052-1 09036 1400 Foreburg, Coral A. 140-3s80-006-1 09010 1400 Rickman, Carol c/o Carol J. Clark 144-132-066-8 79090 $1400 Clarke, Carolee A. c/o Brown, Ronald A. 144-140-043-7 09044 1400 Fraley, Maurice F. & Nina 144-140-050-2 090"4 1400 Leadley, Frederick H. & Shirlee 144-210-045-7 79002 1400 Davison, John R. 147-225-003-2 02031 $1400 Marcus, Steven & Adele c/o Case, Patrick & Donna 147-370-011-8 02031 1400 Hildebrandt, G. H. & Linda L. 148-070-007-7 02012 1400 serhune, William I. & Joan C. c/o Wright, Edward K. & Bettie W. R. 0. TON, Assistant Assessor Page 3 of 7 ��)�23 Parcel Number Tax Rate Area Allow xssessee 149-060-004-0 1201 00 Tuthill, Terrance A. & Joan M. 150-092-012-7 12058 1400 O+Dom, George W. 152-11 -010-;' 12060 $1400 Deutscher, Phillip G. & Lynne A. 153-111-CO4-5 12029 $1400 ?rice, Rial C. & Mable N. 154-210-040-7 79111 1400 Marsh, James E. & Virginia L. 154-272-013-9 12052 1400 Rafeat, Atollah & Catherine 154-281-021-1 12052 1400 Rountree, Robert E. & Sandra D. 154-302-004-2 12052 X1400 Benjamin, Paul A. & Edith 155-1-30-024-5 05011 $1400 Moskiman, Patrick J. & Karen L. X55-153-025-4 05012 $1400 Martin, Jerry D. & Vendy B. 155-320-058-3 05012 1400 Castle, Paul A. & Dorothy X. 155-360-006-3 05012 1400 Braun, Robert D. & Margaret K. 161-173-038-1 76051 1400 OfNea1, Robert T. & Karen S. 161-280-CC1-9 76051 $1400 Arnold, Philip M. & Mary L. 16k-301-006-7 05016 X1400 Nepodal, Michael J. & Christina 166-220-049-0 79.083 X1400 Owen, Roger & Mabel A. 167-130-028-1 73006 1400 Self, Jack W. & Lee Ann 169--051-003-5 79145 1400 Collingswortd, Robert P. Webster, Gail C. 169-332-003-6 09006 $1400 Nitake, Toyoo & Yutako Tama 173-102-009-3 09047 4400 White, Robert D. & Ann 174-060-018-8 98003 $1400 Robertson, Shirley L. 175-092-008-2 73020 1400 Fitzsimmons, Domer H. & Edella D. 177-231-002-3 98003 $1400 Selchau, Karl T. 179-201-006-2 09003 $1400 Watson, Arthur M. & Joan R. 180--330-005-0 -98017 $1400 Winters, Bernie & Trudy c/o Glockner, Gene & Vicki 182-052-002-9 98002 $1400 Kenna, William J. & Irene F. c/o Beath, Thomas Allan & Janeen 182-071-018-2 98002 $1400 Baca, Benito B. & Hosella K. 182-252-013-4 09061 1400 Perrin, Charles D. Jr. & Hester 182-262-011-6 09061 1400 Jaureguy, Nicholas Jr. & Nancy W. 187-232-015-3 66061 $1400 Wilson, Doyle T. & Martha M. 187-302-002-6 09028 Y1400 Barbour, George J. & Mary Anita 188--050-008-5 98002 1400 Rush, David R. & Elizabeth E. 192-030-014-0 66066 1.400 Foster, Joseph & Pamela K. 195-090-033-0 66035 $1400 Okamoto, Junichi & Nora _ 196•-1+61-012-3 66047 $1400 Chipley, Robert H. & Myung S. 197-310-015-7 66061 $1400 Thiebaud, M. A. 198-160-006-5; 66060 $1400 Fontius, John M. & Jane E. 201-240-011-1 66048 $1400 Kuss, Mabel E. c/o, Carola Cordell 202-010-011-7 66002 $1400 Brarens, Robert G. & Kathleen G. c/o Appel, Adriene L. & Bento, Gregory A. 204-C40-041-4 66008 $1400 Rockfield, Martin L. Jr. 8: Norma 204-070-023-5 66008 1400 Brown, Ernest K. & Dorothy L. 201.x.-070-029-2 660081400 Zimmerman, William E. Jr. & Carol 207-401-011-3 66C47 *1400 Brill, Harold J. & Betsy S. 209--040-001-7 66083 $1400 Thomas, Leslie E. Tr Thomas, Ernest A. Tr 209-322-004-0 66101 $1400 Swedberg, Jack M. Jr. & Jene L. 210-182-030-2 66085 f1400 Jensen, Howard Lee & Helen K. 210-403-013-1 66085 1400 Bonetti, Gary F. & Diane c/o Smith, Stephen M. & Norma C. R. 0. SEATON, Assistant Assessor Page 4 of 00124 Parcel Number Tax Rate Area Allow Assessee 210-442-02471- TWO Verdis Arthur A. & Mary 1i. 210-581-011-9 66085 1400 Woods, Jerry L. & Candace D. 210-710-020-4 66065 1400 Hargrove, Joseph L. & Evelyn A. 216-311-006-3 66047 11400 Pacific Structures, Inc. c/o Stokowski, Stanley E. & Marthe 216-340-034-0 66009 $1400 Winter, Bruce L. 218-171-001-9 66093 $1400 Walters, David R. & Cathie 218-340-00-7 66093 $1400 Remond, Hillary F. & Lydia L. 218-532-019-5 66138 1400 Ishii, Kunio & Tomoko 218-561-003-3 66138 :1400 Dame Construction Co-,, Inc. c/o Stephenson, Charles E. & Alice S. 230-190-CO2-9 14002 $1400 Hall, Jean H. 233-074-043-8 14002 1400 Riechel, Dixie L. 236-132-003-5 14002 1400 Harrison, Marilyn M. 237-142-004-9 14002 11400 {balker, Marvin E. & Sally J. c/o Brochier, William R. & Lucette 239-120-005-8 14002 $1400 Pardo, Oliver R. & Yolanda P. 247-050-007-1 14002 $1400 Kennedy, Kurt & Jane 251-110-010-5 14002 X1400 Morris, Edwin W. & Irene H. 255-051-003-2 15004 $1400 Horvath, Tibor Z & Merla M. Hooker, Leland W. 255-412-002-8 15002 $1400 Davis, Lance R. Sr. & Evelyn S. 258�,I�611006- c/o Gove, Larry W. & Elizabeth A. 9 15006 1400 Clark, Whaite M. & Patrice L. 262-102-020-1 830014 3400 Anderson, Kenneth B. 268-212-007-2 83004 1400 Thor, Eric & Ruth A. 268-371-012-9 83004 11400 Deahl, Thomas J. & Aileen C. 268-510-021-2 83004 $1400 Bowyer, C. Stuart & Jane A. 269-082-007-7 83004 1400 Williams, Richard A. & Mary E. 269-202-053-6 83004 1400 Nicolai, Iris E. 270-020-006-2 8300} 1400 Vernon, William C. & Diane C. 271-224-008-0 8301tS 11400 Paul, Geoffrey R. c/o Prescott, JoAnne 357-061-009-1 62031 '1400 Sloboda, Paul & Mildred E. 358-191-003-5 62042 :1400 Fimbres, Peter S. & Darlene V. 358-191-014-2 62042 $1400 Gruis, Gregg L. & Cathy J. 360-052-005-4 060021400 Luer:ia, David X. & Myra L. 360-091-007-3 06002 f1400 Auguston, Ken L. & Shelley 360-372-009-9 06002 1400 Hansmeyer, Stephen C. & Alberta 360-372-048-7 06002 1400 Hand, Ralph R. & Charline F. 3604442-020-2 06002 $1400 Prado, John & Patricia 370-201-015-2 05001 $1400 Johnston, Margaret J. Kelleher, William J. 375-053-030-9 05001 $1400 Perez, Richard J. 401-073-004-4 06002 1400 Koehne, Gerald M. & Lois A. 403-262-013-2 06000 1400 Rosanbalm, Dan F. & Lylah B. 403-321-010-7 85028 11 .00 Ludlow, James D. & TeVonne Kay 408-203-003-4 85105 11400 Ault, Larry J. & Audrey A. 409-120-CO7-3 85098 $1400 Braxton, John & Sarah at al 409-131-007-0 65098 1400 Crenshaw, Mary & Crenshaw, Roy 409-261-019-7 85098 41400 Post, Rosie Lee 41.0-253-002-1 11017 1400 Sheffer, Geraldine 411-253-005-2 11003 1400 Esparsa, Augustine & Margaret 413-064-002- 11031 11400 Ginn, Edwina G. 413-093-0121 11031 $1400 Vaughan, Clifford,A. & Clarice M. i , Assistant ssessor Page 5 of .7 RESOLUTION N0. 00125 Parcel Number max Rate Area Allow Assessee 3-300-015-0 11031 00 Nance, Patricia J: c/o Scroggins, Emma 414-065-005-4 08024 11400 Rogers, Blan & JoAnn 414-Oc4-010-9 08024 1400 Tims, Cynthia L. 414-173-011-1 08024 $1400 Buenrostro, Desiree M. 416-031-003-5 85089 $1400 Hofman, Charles L. & Cathleen R. 417-010-024-4 11017 1400 Malone, Ronald W. & iMarilyn S. 417-021-006-4 11017 1100 Montoya, Lucy M. et al 418-072-010-6 85080 1400 Delgado, Barbara Ann 419-124-001-1 85125 11400 Bitle, Kenneth F. &-Bennye L. 425-040-023-3 85004 �11r00 Durham, J. Donald & Sue C. 426-104-007-7 85004 �1400 Mildram, VIalter S. Jr. & ?Margaret 426-300-027-7 08021 -1400 Chapman, John E. & Darlene M, 426-361-028-1 08021 1400 Angeles, George & J. Carmen 430-301-003-9 06007 1400 Campos, Angelina 431-030-012-6 85127 T1400 Ziem, Steven P. & Wilson, Deborah L. 431-155-002-6 08018 1400 Anderson, Richard E. & Beverly E. 433-030-001-5 85127 2400 Delgado, Alfred V. & Esperanza 433-030-010-6 85113 1400. Myers, Robert H. 433-073-002-1 85127 T1400 Kennedy, Doris Jeanne 433-091-010-2 851271400 VanWinkle, John A. & Wendy L. c/o Horne, Charles P. & Marcia B. 500-160-006-2 03000 $1400 Avery, Hazel I. 500-190-018-1 03000 1400 Trevino, Juan & Isabel B. 500-272-015-8 03000 1400 Davey, Edna M. 500-360-005-2 03000 11400 Lindsay, Ann Lorelle 501-201-001-2 03000 1400 Carrico, Manuel S. & Marilia L. 502-310-003-4 03000 1400 Makishima, Dennis :Lei & JoAnne 503-373-014-3 03000 X1400 Komatsubara, Gary M. Komatsubara, Rose T. 503-432-020-9 03000 $1400 Chuck, Conrad & Dorothy Chuck, Nora Jo 504-031-002-0 03000 $1400 Suto, Robert G. & Fury H. 504-342-019-8 03000 $1400 Djavadi, Iraj c/o Djavadi, Todd Tooradj & Jerri Ann 505-351-012-8 03000 1400 Howell, Madison L. & Alice R. 505-382-008-9 03000 1400 Loo, Chenyee & Rosemarie 505-441-003-9 03000 11400 Cannon, Gene L. & Freddie 0. 505-.,..;� .1-010-!} 03000 -$1400 Beykpour, Hossein 507-090-013-f� 06002 $1100 Allen, Francis J. & Della B. 507-210-017-4 08002 $1400 Wood, Dorothy C. 508-062-008-0 08002 $1400 Howerton, Ernestine L. Marshall, Adrienne R. 508-140-002-9 08002 $1400 Koutsoukis, A. N. & Helen Koutsoukis, Nicholas 508-371-006-0 08001 $1400 Westphal, Russell T. & Jane E. Watkins, L. A. & Elizabeth S. 508-390-025-7 08001 1400 Christian, Charles M. & Bessie X, 509-080-006-0 03000 41400 Garrigan, Evelyn C. 509-320-033-4 08001 1400 Mallory, Elbert W. Sr. & Carrie G. 510-131-016-6 08002 1400 Villani, Jo Anne M. 513-295-013-9 08083 1400 Brown, Inca E. C. 51K-030-012-6 08001 1400 Gomez, Albert J. & Margaret M. 516-120-005-9 08001 $1400 Chester, Adolph Humphreys, Merle Ann 523-033-021-8 08001 $1400 Flores, Eainfa M. 523-034-007-6 08001 $1400 Peck, Howard R. & Bary K. R. 0. SEATON, Assistant Assessor Page 6 of 7 00126 Parcel Number Tax Rate Area Allow Assessee 23-093-011- 06001 Tl —00 Payne, Lorraine C. c/o John Payne . 524-030-025-0 08001 $1400 Clerk, Lowell & Eileen I. c/o Ortiz, Jose A. & Mary E. 524-220-016-9 08001 $1400 Caselis, Vincente & Sonia R. 526-012-018-2 08001 $1400 Wiens, Elizabeth 526-150-012-7 08001 $1400 Newkirk, Ernest 0. 526-260-025-6 08001 $1400 Richardson, James P. & Janiece R. 530-070-018-3 08001 4400 Vida, Serafin 11. & ImcIda J. 530-290-002-1 08001 1400 Bell, Harold Lamar . 534-011-011-2 08001 $1400 Pickett, John H. & Verna L. 534-032-020-8 08001 $1400 Smith, Venie 534-132-007-4 08001 $2800 Carter, Ernie B. , Sr. Carter, Wanda J. 534-202-015-2 08001 1400 Thomas, Samuel & Laura L. 53 -221-015-9 08001 1400 Avila, Jesse & Lily J. 53 -200-019-7 08001 y1400 Porter, Johnnie X, 540-230-024-7 08001 1400 Boiser, Pacifico & Margarita 558-012-010-2 08001 1400 Cort, Doris 558-051-001-3 08001 11400 Paasch, Walter & Gertrude 558-051-003-9 08001 1400 Edmonds, Lonald R. & Juanita E. 558-140-020-6 08001 1400 Frosini, Albert C. & Helene 558-170-038-1 08001 $1400 Brown, William R. 558-170-043-1 08001 $1400 Boswell, Hamilton T. & Eleanor B. 558-253-009-2 08001 $1400 Voigt, Ralph C. & Marion A. 561-261-016-1 08088 1!}00 Shields, John H. & Mattie L. 570-012-011-5 85064 1400 Amyx, Darrell A. & Eleanor W. 570-060-005-8 85064 1LOO Vevera, Godfrey F. & Semilia A. 570-072-001-3 85064 1400 Cole, Raymond & Lida H. 570-142-002-7 85064 1400 Anderson.- James M. & Ruth S. 570-351-022-3 65064 11400 Gallup, Jeffrey M. & Suzanne H. • 571-NI-011-6 0-013-4 85064 X1400 B odenhamer, Harold R. & Grace S. 572- 85064 11400 La Place, Edwin V. & Sally H. 573-112-014-2 08111 1400 Jan, Peter G. Jr. & Kathryn T. On Parcel No. 085-221-005-3, Tax Rate Area 07013, Pete J. Riso and Jennie Riso should be allowed a double homeowners exemption on their duplex in the partial amount of $3,150. The exemption of $1,750 now on the roll should be removed. On Parcel No. 534-033-001-7, Tax Rate Area 08001, Alice Conley should be allowed a partial homeowner's exemption in -the amount of $10400. The veteran's exemption of $1,000 now on the roll should be removed. On Account No. 011550-0000, :arcel No. 001-071-001-0, Tax Rate Area 60009, Pete Bianchi should be allowed a partial homeowners exemption in the amount of $1,400. This correction is to be entered on the unsecured tax roll. I hereby consent to the above changes and/or corrections: R. 0. SEATONO Assistant Assessor JOHN B. USEN, County Counsel Ado ted s the JAN 3 1978 T ..�.-.., By mac%"-�� j D y Page 7 of 7 00127 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Intention to Adopt Resolution ) of Necessity to Acquire Real RESOLUTION NO. 7 8/�_ Property b Eminent Domain, for Buchanan Field Airport ) - Runway 19-R Clear Zone ) (C.C.P. Sec. 1245.235) (Work Order 5438-927) ) ) RESOLUTION OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County RESOLVES THAT: It intends to adopt a Resolution of Necessity for the acquisition by eminent domain of Real Property in the Concord area, for airport clear zone avigation easements, a public improvement, which property is more particularly described in Appendix "A" attached hereto. This Board will meet on January 24, 1978, at 11 :35 a.m., in the Board's Chambers, County Administration Building, Martinez, California, to hear those persons whose property is to be acquired and whose name and address appear on the last equalized County assessment roll, and to consider the adoption of the Resolution. The Real Property Agent is DIRECTED to send the following notice to each such person by first-class mail : NOTICE OF INTENTION TO ADOPT RESOLUTION OF NECESSITY The Board of Supervisors of Contra Costa County declares its intention to adopt a Resolution of Necessity for the acquisition by eminent domain of real property in the Concord area, for airport clear zone avigation easements, a public improvement, which property is more particularly described in the attachment hereto. The Board will meet on January 24, 1978, at 11 :35 a.m., in the Board Chambers at 651 Pine Street, Martinez, California, to consider the adoption of the Resolution. Each person whose property is to be acquired and whose name and address appear on the last equalized County assessment roll has the right to appear at such hearing and be heard on: 1. Whether the public interest and necessity require the project. 2. Whether the project is planned and located in the manner that will be most compatible with the greatest public good and the least private injury; and 3. Whether the property sought to be acquired is necessary for the project. PASSED on January 3, 1918, unanimously by Supervisors present. Originator: Public Works Department, Real Property Division County Counsel County Administrator County Auditor-Controller RESOLUTION NO. 7P/ 17 00128 Buchanan Field Airport Runway 19R - Clear Zone APPENDIX "A" An avigation easement and right of way for the unobstructed and unrestricted flight of aircraft within the air space of the Clear Zone Approach Area of the northeasterly Runway 19R at Buchanan Field Airport, Contra Costa County, California, lying above the Clear Zone Approach Surface of said northeasterly Runway 19R, at elevations delineated on the map marked APPENDIX "B", attached hereto and made a part hereof. Said avigation easement areas are shown as parcels 9 and 10 on said attached APPENDIX "B" and are more particularly described as follows: Portions of Rancho Del Diablo situated in the City of Concord, County of Contra Costa, State of California, described as follows: PARCEL ONE: (R/W Parcel 9 - C.C.C.W.D. : Fee Owners) The parcel of land described as an easement in PARCEL B in the deed from Contra Costa County Water District to Galindo Associates, a limited partnership, recorded January 7, 1972 in Book 6559, Official Records, page 594. EXCEPTING THEREFROM the following described portion lying southeasterly and outside of the southeasterly line of said clear zone approach area; Beginning at the point of beginning of said PARCEL B (6559 OR 594); thence along the most easterly line of said parcel South 13° 23' 02" West (the bearing South 13° 23' 02" West being taken for the purpose of this description) 37.00 feet to the southerly line of sa;d parcel ; thence along said line South 82' 48' 02" West, 113.90 feet to the southeasterly line of said Clear Zone Approach area; thence along said southeasterly clear zone line North 330 00' 33" East, 74.83 feet to the northerly line of said parcel g (6559 OR 594); thence along said northerly line of Parcel B southeasterly to the point of beginning. Said Parcel One containing a clear zone easement area of 3.6 acres, more or less. PARCEL TWO: (R/W Parcel 10 - Galindo Assoc: Fee Owners) Portion of Parcel A as said parcel is shown on the Parcel Map filed February 9, 1972 in Book 20 of Parcel Maps, at page 42, Records of Contra Costa County, . California, lying in the Rancho Monte Del Diablo, described as follows: Beginning at the most southerly corner of said Parcel A (20 PM 42); thence, from said point of beginning along the westerly line of said Parcel A (20 PM 42) North 00 46' 02" East (the bearing North 0° 46' 02" East being taken for the purpose of this description), 379.69 feet to the northerly line of said Parcel A (20 PM 42); thence, along said northerly line North 820 48' 02" East, 523.33 feet to the southeasterly line of said Clear Zone Approach Area; thence along said clear zone line South 330 00' 33" West, 435.22 feet to the southerly line of said Parcel A (20 PM 42) ; thence, along said southerly line South 74' 23' 02" West, 298.20 feet to the point of beginning. Containing a clear zone easement area of 3.23 acres (140,800 square feet) more or less. Bearings used in the above descriptions are based on the California Coordinate System Zone III. 00129 ■ w,wam w+i ar.. r •nw m . ranra r aairrmi. a ar W r arum m i C e 1 O • r` t ` I a r41•' ' 4'Qya r r ti 11 f1 :4 Iy ra ' N " " ` yIc -- t 3000',��I-'-•a u _.. .r�RVdwl4Y.0_Ci.f,I�R,I4NE..�t\.i.. .. -. ....N 24•tE �r _ R O } Y' CEL r V t �i �tray;•' °a F� , Phil c E 1 l ° i � r � • SRC cF�,! Ita ,rr �p `• M3]•003s` 3 E'�+..,�., -4 / CONTSA COSTA COUNTY tU/LIC WOKKS DIPAKTMSNT wit.. •aa 1 .werawr�.. BUCHANAN FfCLO AIR° RY • , N•1 1aa r� irWatYal YttN1 alikt , ' '`*�,� ,�� � �� Y { � r�o •sa •,a •,a' '• RUNWAY 19R ' % �► ♦a �,a/ +a vas �4 i ' 1 I 1 CLEAR ZONE .•t^.{ 1Nr�r {rn�r •�� � �".�""i� �i N i} t i� r'_'"S1 �.n._..::�Sgd rw atiJliL.�. P RJU 1 stair I'a 100 "wit. i••3d Wrl .YY. tYt.r• t.. .. .cc.• APP NDtX 8 • B►xllssA�-� 1 r r ' IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Adoption of Final ) Alcoholism Budget for the 1977-1978 ) Fiscal Year and SB-38 Post Conviction ) RESOLUTION NO. 78/18 Drinking Drivers' Program. ) ) WHEREAS the Board on December 27, 1978 'fixed this time to consider the establishment of the Post Conviction Drinking Drivers' Program as provided for in SB 38 and for its inclusion in the Final Alcoholism Program Budget for the 1977-1978 fiscal year; WHEREAS Mr. C. L. Van Marter, Director of the Human Resources Agency, briefly explained the goals of the Post Conviction Drinking Drivers' Program and advised that the program is designed to be self-supporting from the revenue generated from. client fees; WHEREAS Mr. Van darter stated that the proposed program has been recommended for approval by the Alcoholism .Advisory Board and has the strong support and cooperation of the Courts, the District Attorney, the Public Defender, and the Acting Probation Officer; WHEREAS Mr. J. Nava, Alcoholism Program Director, and Mr. G. Strankman, Assistant District Attorney, spoke in support of said program; WHEREAS Board members discussed the merits of the proposal and determined implementation of the program to be in the best interest of the County; NOW, THEREFORE, BE IT RESOLVED that the Board APPROVES the following actions: 1. Adopt the Final Alcoholism Program Budget for fiscal year 1977-1978, including an additional County match of $975. 2. Adopt the SB 38 Post Conviction Drinking Drivers' Program as an amendment to the Alcoholism Program Budget for 1977-1978 and appropriate $108,242 as the budget for this program contingent upon approval by the State Office of Alcoholism. 3. Establish the following additional positions in the Health Department to staff the SB 38 program to be filled only upon approval of the program by the State Office of Alcoholism and upon classification by the County Civil Service Commission: Number of Positions Proposed Classification Drinking Drivers' Program Director 3 Alcoholism Rehabilitation Assistant 1 Account Clerk I 3 Intermediate Typist Clerk 10 (P.I.) Alcoholism Rehabilitation Assistant 12 (P.I.) Alcoholism Rehabilitation Aide PASSED by the Board on January 3, 1978. cc: Director Human Resources Agency County Health Officer County Medical Director Acting Probation Officer Public Defender District Attorney County Auditor-Controller County Administrator 00131 In the Board of Supervisors of Contra Costa County, State of California AS EX OFFICIO THE GOVERNING BOARD OF THE CONTRA COSTA COUNTY FIRE PROTECTION DISTRICT December 27, , 19 77 In the Matter of Approving Change Order No. 1 to the Construction Contract for the Contra Costa County Fire Protection District, Fire Station No. 6, Concord. (7100-4696) The Board of Supervisors, as ex officio the governing board of the Contra Costa County Fire Protection District, APPROVES and AUTHORIZES the Public Works Director to execute Change Order No. 1 to the construction contract with WECO Electric of Concord, for Fire Station No. 6. This Change Order increases the contract price by $1,766.63 and is to cover additional cost for a four-inch diameter conduit required by P.G. 3 E. and for removal of subsurface concrete obstructions in trench excavations. PASSED by the Board on December 27, 1977. 1 hereby certify that the foreporop is a true and correct copy of an order entered on the minutes of said Board of Supervisors on the dote aforesaid. Originator: Public Works Dept. Witness my hand and the Seal of the Board of Buildings and Grounds Supervisors cc: Public Works Dept. affixed this 27th &y of December _ 19 77 Agenda Clerk Architectural Division County Auditor-Controller J. R. OLSSON, Clark J. Dye By Deputy Clerk Contractor N.PODS Inspector H-24 4/77 15m 00132 - - OW 79 - C.0. FUND 7100-4696 Project. New Electrical Service at Fire Station No. 6 Contractor: WECO Electrical Construction and Maintenance In accordance with County request,.Contractor proposes to provide all equipment, materials , labor and services to accomplish the requested change to the contract documents for ;which the amount noted herein below shall constitute full compensa- tion and by which the contract price shall be adjusted. In all other respects the contract remains unchanged. Description of Change:_ 1 . Add one additional 4" diameter P.V.C. conduit (70 l .f.) for primary service as required by P.G.&E. (see attached cost breakdown , Attachment "A") $ 561 .82 Add 2. Additional labor and equipment necessary for removing 8" of reinforced concrete at trenching. This concrete was not identified on plans and was discovered only after over- layment of asphalt was penetrated. 1204.81 Add , t �_ doMmtachrtient $ Approval Recommended: Net Change in Contract Price S 1 ,766.63 O�crot Add Project Architect/Eng neer Last Contract Price 9,514.00 New Contract Price ?x,280.63 Approved: ; �� , it r� .:. Public ,:o rks Director . Accepted: by Contractor `" Date Microfilmed with board order MI�3 Telephone (415) 685-4333 _���-•�- _ `�,�.��,r � L� ' P.O. Sox 6124/C Concord,California 94524 ska-ral eoxtuctia License No. 297022 Noveriber 11, 1977 Contra Costa Countv Public Works Department 6th. Floor, Administration Bldg. Martinez, CA. 94553 Attention: Mr. Ted L. Smith Subject: Fire Station ;V6, Concord Gentlemen: we are pleased to submit our cost breakdown for additional costs *�--incurred by-Weco Electric due to the unknown concrete slab, (6" to """10" thick) under the asphalt pavement at the above subject job. Our cost breakdown is as follows; Labor 22 Hrs. labor @ $20.00 per hr. 440.00 22 Hrs. O.H. @ $3.00 per hr. 66.00• 506 .00 • lOti Profit 50.60 556.60 Direct Expenses (see attached) Compressor Rental 117.21 Backhoe 182.00 Thick (off haul) 36 .00 ' Dump 28.00' Concrete saw (75%) 60.00 Coreing 225.00• 648 .21 Total $1,204.81 Very ;truly yours; r / ElECO ELECTRICAL CONSTR. & 11-MINT. , INC. I-A-1/dw William Waidtlow Attachment A page 1 of 2 Microfilmed with boord orde► 00134 PRICING Sri ry E IF JOB ',,,�t T =..LCL t:a_'?L_ • _`—(i.• _ESTIMATE NO_ WOR�C� �t��� 7l - r� GL-:3�a SHEET NO ry f-�•f� ( .Z OF SHEETS ESTIMATED By PRiC.ED 3', F'-k IFN 11 D P• f MELKEOH*f GATE I r••u.•, c.,arfe. ,� , .. o.x I••Ir41• ���.• •\■ I•rt.•nr il' I '7 •t f f f � � f --• - - 007 1H - - T I 1I --- 14 ' I � —I I I: //1l-,Y I° IV ✓S�f1(:"� _ -F•.l �/r�-J." J{ - 1 1.��, 2.0 Ie _—:��r�..Ll�Zti'1-L'L�l[C.G� .. � �.•=�.�1 �i' _. _ �/'�� f�Ji�� — -� i. ! i�5�. i 70 i. 77 I i V 31 24 IvIt ' .--- ! i Par 2i}of 2 Mivofilmed with bmrc�. order 1 �! ( i •u.•:n�°f s.t..^ a r.,C'`,':AC'��S a,SJ�.a r.0 S•Ittr.4%) — -- ./• �. - SNti•S 0011 935 ,f S` C PU 9 i . _.. ,� . PUBLIC WORKS DEPARTN E IT 'T''•�~"� ,� � ' �� Telephone (415) 685-4333 P.O. Box 6124/Concord,California 94524 a,t:r ea.ialwaiaa & 7: z6aea4aw License No. 297022 September 22, 1977 Contra Costa County Public Works Department 6th. Floor administration Bldg. Martinez, CA. 94553 Attention: Mr. Ted L. Smith Subject: Fire Station #6 2210 Willo„,i Pass Rd. Concord, CA. Gentlemen: are pleased to submit our quotation and cost breakdown for furnishing labor and material to install one (1) additional __, ---4” .PVC. duct for.primary service at the above ^.Abject job. Our quotation and cost breakdown is as follows; Material $218.64' 10% O.H. 21.86 10% Profit 21.86 6�% S.T. 14 .21 $276.57 5 Hrs. Labor @ $20.00 100.00 5 Hrs. O.H. @ $3.00 15.00 115.00 10% Profit 11.50 126.50 Direct Expenses Trenching 35.00 Concrete, red, 2.25 yds. 123.75 158.75 561.82 Veryftruly yours, WECO ELECTRIC�AI. CONSTR. S I%UNINIT. , INC. WW/dw William Waidtlow, President Attachment 6 ^` Microfilmed with board oraer Page 1 of 3 ��0136 C 40 Z abed tzt 17 rj { J 7 0 t. R R tet' t � V i ' ~ ~ t•�` � [ V n I 1j i t L �s x ir �C in r• > ` t Z CUA ' �. �• t scCIt I t i VI 131 t Z 4 2} r -zi± , 0 • r ['+'w..b',,,[i !:• �I'�1'�" iJ:'"'• •.t...`� hyM, t. :r •� • • -�• 1 I;Yr..•,y4w* 'N•� .iY• �J�j•' +4.Swr_ t;-a ���,, »,•',,Z.n'i�1'mt*,fir, M� �/.±�. `•,Taa7�, y N a+,,..a• _.'',}_r• S k t �«x"�•M� •a's•.::•:•s t t•f•� a,•1. y {r t.._ +�/� •t �'1 } tt �++L it VZ'.. i .i. !•.5.. .i�• )•tsxt,'" :t.. Trl4 .• '" t + .t. s �`' t~L� •+Wi �� t n.Y a r.• • J,i-;':r ',-_- +'a ..�`t � i•' ° �'�f':�� �O ,r i i�1 w k:{r<< �xi FIS;f r t z:•s .3i�:�s7 3 x`.,}•�3: =N •.N-- fit. 1� �1[ w } ij'•_•- �, '" .• yt: ;I �r w•Z''•dS.':•' .ri 7. �f('� '••. t7: •+a t •yvpi�t +•.�:i3''i•�as•�G�.Y.�: r a t •r ti t •"Yt•.•i i �, _-)(/ F .� • er V+►l-•t�+ ,•� , +. Ss4'ial'==ns ii�:.MrA.--.• •c r :3 fl rir7 s- tT ik?t `r ; aJas if M R"•-^,`Jt• t.: (' of �":r•.tjt,•w••,t �,• • r M>r Sa. 1. '� : f� r.�?. +, ..• 3 .r „+<,jrt •v.•:....Ik:MZ:•.I irl�ijiijj ?- r. t 'i t ) Ml !-':J. t+•'r. r� ' "t}•� -':' •••tr4' .. � Y=.th?S•�t'i �•.t 1' .'y^iuj-j. .: 1 it s i # Ctrs x _ t f.> �•r: *.'Ri.�%:,yr.,i�,•i ';�.` _ _ - �ir••1•M.a�. a•r.�,r ♦ i Jl � t � r/ �••1 r Y 1� ,C1'•� ';'�`t:.���•ft Z:Y-' .�•... •I• - xi „°+ , •.yam +• ;i' ITt -ta'`1xt *•�.r ,Y = •,fit s7 tf,':t 31•t. •i� {=tt•,`.•..�,:yi,'�-(t �. ,. - , N s. "• •'f.'�.i: 4'ii'� 'k•' .,a 'S•'�DATEs�LJ 1. ) f� }t�•.'`r�'!1 ,{- ',- c,{, '" ••f. x' tt'r tys,.',_""�'' f" •.'• '�t:[�r:i a'•i. t:: aft�,I�x�rj tai i,.�{.� !{ .� r.� �� ...mat• a•' ?' x;+»x,� .� a� �* t +"4.`��i,�.�'�' � _ `tt:.«x¢! .� t. =t•'.!�'•., r_>::;•'•��•;-.IaY "• rM�/1yr. }K-•� �� ii' •i •T• r �' �t�.�*•Y -�•� .f•• �j +a r' +f J .r+ •;••,�.Z�i .t ����r' � s •��t t'�-%L Ott i'•'�.f. ;t C� .�, C.? . : :a5� C '�«�c•-�-^�r1,r..C ° .;•tet r=;, z 1•. S+ •J� •-• - ` a` t tf = •t - t s•Y.r� �+'i": i f• 'fCUST, Qrl!)Ill HO,^OAiE$HIPPED SHIPPEll YIA + TER ASp�l Ary ��f� SALESMAN, _ f.p.i.`~x OyR�ItGER:Mp t. 2�`S; 6 /:".,n,./;7 -it t:.�.�4�• Q'•i::�s�'•� L.aL:t h I: Yi3. . ,.. QUANT:TY* QUANTITY. OiiDERED - SHIPPED . ,DESCRY_p'T 10 �'i , .•,; y x -UNIT PRJCE�" �+ lNf .31 G ���, fir. �'�,.• �}.��� �»• �� •'['• ? ••� a: - •.• fir .n����'r �1� �t'�*i Yio�M,'ai'.:Liiii! 't"•• •'• � ;" '' •i1-•-4}•f ..- 2 AbI144Laft (IL�bulu chat a 24M :21 00 S; ,a. . • 1li,21 �GhW. �20;.0%+ cg�,07_E730 'Ig .. . t INVOICE '` 'a _"SEP 2 � , 7�. . Microfilmed-with board order - r Op . xS�, �/���1t//•�' /fit�r ' ,�I �/! • �/��I'�/fy�f'�,a � .e r A j 2964 MI Elono Circle 2964 Mi Elona Circle �t t Walnut Creek, California 94598 Walnut Creek, California 94598 N2 3773 ! 933.2691 %A + 9e No, 11 01 or,rrpclors License No.252921 License No. 341273 ! t 1P. �. /,/ ,//11 •y� /.`'.��i�:�f �/�de DATE 1Z•`�7''r- �7 � 0�/(';p�e J f..lhlf• '�'!'rs'<T � BILL TO- NO-201--56BIL,TO Y4 i✓f j ,..L/ DATE P.0 t r 43 a Joe No. t P:O.No. r- I 4 ,M-*I.N' NdIwJ.i� i Joss LacATtatt__ •!!� —_s _!'" ' --- JaEr tVo. C3 Joe LOCATION `2 I 0 (-.J I (d t,.� mss f,,,1�'- fir.. � Ci •`' tRAvit STAN08T WATER CONTROL LAYOUT TIME �� �tl� TIME TIME AND CLEANUP is, " E► DTV. HOLE SIZE HOLE DEPTH UNIT PRICE AMOUNT En tDtY. HDL[512[- HOLE DEPTH UNIT PRICE AMOUNT }4/ ,4", _i104 At/' twa m x 1 •j<�t•F'' rf i c?r t a�f FD i 1+ tg o75 . t e � M Q 1 1 t t••!•i.:tee r h tha•uI t+,Dam!tohlarnq Code e1 Cta:iTOTA �y ��/ Notice- "of the Mnhadp Deft tar Cotitorsiu Code of CMI '� rrer•dv►,Sn. tiwi •r vtr.a•y,rmm,to0.•uhranumtm. InMrn, AAL E+OV /raedrtta,S•c. ILEI tl '94-1- et q.t,any eanlraor,,vh.eowttaelar, tobe,er. TOTAL a•rperr o•w.t v*,-r—m-Iw Witq to-010-0 ta•,rrorerty but "PON e,ottr other per$"aha MIPs to Urpro"Taw propaNr Det (�ti•i �r'V ! • '"� '� � � r n-.0 p+at tnr ix+«a, or wpthn,hot a r,N 1.eAOyne a claim I I,not paid fat his wah or Ivppliet, hot a light to oetorco a claim + a•' f• •�� uga.wN roar prorrdy len rw...% 11.00. Glee, a 46x1 henri"g. yavr spam,,put preperty. IM,aeon,that.title, a covert#ambgp "or f ••t.� •:•I I rret•.•ty:m.M ht+nFd hY a,mar GIIArr and tla.iw<redt o1 tM wk McPe+q could M told by a cowl tiiliee,end IM proteid,of DM vela ` •• '•• 'i`• •%•. aNd to foblt/ler r-de111Mn w4f1 n• Cave horprn..r.it you he'll paid and M atUlp IM Iademadom This ton happen ana it pow#ovsOWp /oypal�/ ya.r..•w eve+•o.e.»x. twd d ihr-umtrcuu:ty.kibwtt ev swVVW . Tow awe,alai-"-in iwtl,N IM Wbtolomaer.him*,or k"INI t�-J a.,in.mrrod , MMM,ovoid. ' v , • • In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 Z& In the Matter of Executive Session. At 10:00 a.m. the Board recessed to meet in Executive Session in Room 108, County Administration Building, Martinez, California to discuss labor negotiations (Government Code Section 54957.6) with its representatives. At 10:40 a.m. the Board reconvened in its Chambers and approved the following order: Matter 1 hereby certify that the foregoing is a true and correct copy on t e minutes of said Board of Supervisors on the date aforesaid. witness my hand and the Seal of the Board of Supervisors affixed this3rd day of January , 19 7$, J. R. OLSSON, Clerk AMax4n(Ue-M%. /euf Deputy Clerk e H-24 3/76 15m 001 39 • • In the Board of Supervisors of Contra Costa County, State of California Januarvr_3� . 19 Z& In the Matter of Salary Retroactivity for United Professional Firefighters, IAFF, Local No. 1230 Mr. Charles J. Leonard, Director of Personnel , having reported for the Employee Relations Officer that good faith negotiations with United Professional Firefighters, IAFF, Local 1230, with respect to terms and conditions of employment, are continuing and therefore he recommends that the Board extend to January 17, 197E the time in which to make adjustments retroactive to January 1 , 1978 so long as there is continued good faith effort to reach settlement; and IT IS BY THE BOARD ORDERED that the recommendation of Mr. Leonard is APPROVED. PASSED by the Board on January 3, 1978. 4. 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: U.P.F.F. ,IAFF, Local n1230 Witness my hand and the Seal of the Board of Director of Personnel Supervisors County Administrator AN 3 1978 County Counsel aft this day of . 19 District Fire Chiefs (5) Chief of Employee Relations J. R. OLSSON, Clerk Auditor-Controller By i pity Clerk H-24 4/77 15m 00140 140 c- c In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 In dw Matter of Approval of Internal Operations Committee on Certain Referrals. The Board heretofore having made certain referrals to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) ; Said committee having reported and recommended as follows with respect to aforesaid referrals: Re`'erral Date Item Recommendation 10-18-77 Proposal to establish a Defer action at this time; County Youth Commission. but continue under informal Board consideration; remove as Committee referral. 11-8-77 Report of the County Committee reviewed report at Health Officer concerning a meeting with staff, dump public health hazards owner/operators and others. - associated with the At this time no firm answers Contra Costa Waste Service are as yet available on what Disposal Site near Antioch. should be done, but matter is under continuing review by the Solid Waste Commission; remove as committee referral. The Board having considered said committee report and determined the recommendations to be appropriate; NOW9 THEREFORE, IT IS BY THE BOARD ORDERED that the aforesaid recommendations of its Internal Operations Committee are APPROVED. PASSED by the Board on January 3, 1978. 1 hereby certify that the foregainp is a true and correct copy of on ander eetered on the minutes of said Board of Supervisors on the date aforesaid. cc: Director, Human Resources Wanew my hand and the Sed of the Board of Agency Supervisors Manpower Director axed this3rd day of J nuary 19 72_ County Health Officer County Administrator J. R. OLSSON, Clerk AV14 L2; Do" Clerkire tai. Dieu „eld H-24 3/76 ism 00141 BOARD OF SUPERVISORS OF CONTRA COSTA COU%M. CALIFONNIA Jan. 3, 3978dd ` P AmendePgeaainst NOTE TO CLADtAh'T the County, ) The copy o6 &iA eu_ &_t to you .ca you= Routing Endorsements, and ) notice o6 .the action .taken on yo" eta m by .Lite Board Action. (All Section ) Soatd of Supeavisa4-6 (Pcvragnapk III, betaut, references are .to_Caiifornia ) given pwtauaat to..GovetmwAt Code Sections 911.8, Government Code.) ) 913, 5 915.4.= Please x6te-the-"aartmaM it betow. Ciaimant: Russell Cook and Gloria Cook, 10001 Florida .Ave. , Richmond, C4 Attorney: Jack Werchick Address: Werchick & Werchick, 215 Market Street, Suite 1500 San Francisco, CA 94105 Amount: $390009000.00 Date Received: Nov. 28, 1977 By delivery to Clerk an By mail, postmarked onov. M 1977 I. FROM: Clark of the Board of Supervisors TO: County Counsel Amended Attached is a copy of the above-note4yNClais or lication to File Late Claim. mum: Nov. 28, 1977 J. R. OLS", Clerk, Ey Deputy Sandra LO Nieldon II. FROM: County Counsel TO: Clerk of the Board of Supervisors j (Chj� one only) ( ) Thisy - aim complies substantially with Sections 910 and 910.2. e.^-AW ( ) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for IS.days (Section 910.8). ( ) Claiufi -is not timely filed. Board should take no action (Section 911.2) . q ( ) The��i�Hoa) '- should deny this Application to File aClain911.6) . ::r rUUN$E� DATED: )� �" jarm B. CLAUSE,Y, County Counsel, By � Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check 'one only) ( XX) ThisvClaim is rejected in full. Amended ( ) This Application to File Late Claim is denied (Section 911.6). I certify that this is a true and correct copy of the Boardk Order entered in its minutes for this date. DATED: Jan. 3, 1978 J. R. OLSSON, Clerk, by Deputy, 1. 'Sandra L. -Nielshn MARY h TO CLA vernumtCode Sections 911.8 You have onty 6 montM atom Zte o no Y-0—a—wMin Which to 6 i,Ce a couat action on .thio nej ee ted C&IN (see Govt. Code Sec. 945.61 on 6 months Jwm the dewial of y " Apptication to Fite a tate Cta w4dzin gdzich to petition a count Jo-t &eliej iww Section 945.4'4 cCaip-jiting deadline (dee Section 946.6) . You may 4eelk the advice o6 any a..toaney o6 youa choice in connection with titin ma tten. 1i you want t4 eonautt_an a t_to_`•ney, you .6houtd do 4o imedi gd4. IV. FROM: Clerk of the Board TO: 1 County Counsel, (2) County Administrator, 6 (3) Public Works, Business F Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document,-and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED: Jan. 3, 1978 J. R. OLSSON, Clerk, By Deputy andra L. N 1 V. FROM: (1) County Counsel, (2) County Administrator, T0: Clerk of the Board (3) Public Worsts of Supervisors Received copies of this Claim or Application and Board Order. DATED: Jan. 3, 1978 County Counsel, By County Administrator, By Public llorks; By 8.1 ' Rev. 3/77 00142 FIRST AMENDED CLAIM AGAINST CONTRA COSTA MEDICAL SERVICES AND COUNTY OF CONTRA COSTA AND NOTICE OF INTENTION TO COMMENCE LITIGATION (Code of Civil Procedure 9364) T0: George Degnan, M.D. , Administrator Chairman, Board of Supervisors CONTRA COSTA MEDICAL SERVICES COUNTY OF CONTRA COSTA 2500 Alhambra Avenue 651 Pine St. , It: 103, P.O. Box 911 Martinez, California 94553 Martinez, California 94553 CLAL` MTS' NAME: Russell Cook and Gloria Cook 1LE CLAIMANTS ADDRESS: 10002 Florida Avenue F Richmond, California hU�' �8 1977 CLAIMANTS' TELEPHONE NUMBER: (415) 233-0107 J. R. 01.SSON CLERK OF AMO OF CLAIM: $3,000,000.00 (THREE MILLION DOLLARS) CONT C TA Co.�soRs _! C A CO ADDRESS TO WHICH NOTICES ARE TO BE WERCHICK & WERCHICK ?/ SENT: 215 Market Street, Suite 1500 San Francisco, CA 94105 Telephone: (415) 398-5656 DATE OF OCCURRENCE: On or about September 15, 1977 PLACE OF OCCURRENCE: Contra Costa County Medical Services (County Hospital) , 2500 Alhambra Ave. , Martinez, California 94553 HOW INCIDENT OCCURRED: A tubal ligation within the premises of Contra Costa Medical Services (County Hospital) on or about September 15 , 1977 was performed on GLORZA COOK, a patient at said hospital. During this operation, which was done under general anesthesia, claimant GLORIA COOK was caused, due to the negligent care, supervision, attention and/or treatment by said hospital and its employees and/or agents, to pass into a coma and to suffered other as-yet undetermined injuries causing claimant RUSSELL COOK to suffer the loss of his wife's consortium. This incident involved at least the follow- ing: Doctors Shepard, Hobert, Pearson, Fisher, Ross and Taylor; nurses Lindquist, Doty, and Dillon. ITEMIZATION OF CLAIM: Injuries to claimant GLORIA COOK'S nervous system and brain and other as-yet undetermined grave injuries. Claimant has required, and will require, additional medical care to her damage and RUSSELL COOK'S damage in an amount presently unknown. Claimant GLORIA COOK'S damages also include loss of earnings, in an amount presently unknown. TOTAL CLAIM: $3,000,000.00 (THREE MILLION DOLLARS) DATED: November 23, 1977 WERCHICK & WERCHICK ZqCA Ck Jlk;( %MCK- WERCHICK Attorneys for Claimants 0�`143 RETURN RECEIPT REQUESTED Microfilmed with board order CLAT11 AGAINST CONTRA COSTA MEDICAL SERVICES AND COUNTY OF CONTRA COSTA AND NOTICE OF INTENTION TO COMMENCE LITIGATION (Code of Civil Procedure §364) TO: George Degnan, M.D. , Administrator Chairman, Board of Supervisors CONTRA COSTA MEDICAL SERVICES COUNTY OF CONTRA COSTA 2500 Alhambra Avenue - 651 Pine St. , Ra. 103, P.O. Fox 911 Martinez, California 94553 Martinez, *,rT 5 CLAIMANTS' NAME: Russell Cook and Gloria Cook rF ft 13 CLAI1-WITS' ADDRESS: 10001 Florida Avenue Nov /V- 1977 Richmond, California UPERVISORS CLAI AMTS' TELEPHONE NUMBER: (415)--233-0107 cARICcUPE ONTR° oFs A CO- s .. - A2201RIT OF CLAIM: $3,000,000.00 (THREE MILLION DOLLARS) ENwRSEL) ADDRESS TO 14HICH NOTICES ARE TO BE WERCHICK & WERCHICK SENT: 215 Market Street, Suite 1500 San Francisco, CA 94105 Telephone: (415) 398-5656 DATE OF OCCURRENCE: On or about September 7, 1977 PLACE OF' OCCURRENCE: Contra Costa County Medical Services (County Hospital) , 2500 Alhambra Ave. , Martinez, California i HOW !NCIDENT OCCURRED: A tubal ligation within the premises of Contra Costa Medical Services (County Hospital) on or about September 7, 1977 was performed on GLORIA COOK. During this operation, which was done under general anesthesia, claimant GLORIA COOK was caused, due to the negligent care, supervision, attention and/or treatment by said hospital and its employees and/or agents, to pass into a coma and -to suffered other as-yet undetermined injuries causing claimant RUSSELL COOK to suffer the loss of his wife' s consortium. ITMIIZATION OF CLAIM: Injuries to claimant GLORIA COOK'S nervous system and brain and other as-yet undetermined grave injuries. Claimant has required, and will require, additional medical care to her damage and RUSSELL COOK'S damage in an amount presently unknown. Claimant GLORIA COOK'S damages also include loss of earnings, in an amount presently unknown. TOTAL CLAII'I: $3,000,000.00 (THREE MILLION DOLLAF.S) DATED: November 11, 1977 RCHICK & WERCHICK Q WJJ� Zoe. CK WEIMICK Attorneys for Claimants UI TUMI UI CEIPT PX-QUESTED Microfilmed with board order BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Jan. 3, 1973 NOV; TO CLAIX4NT - Claim Against the County, ) The copy o6 #;ti.a om-sent-m—a=to you .ib your Routing Endorsements, and ) notice o6 the action taken on yowl etaim by the Board Action. (AII Section ) Boand os Supenvcsou (pmagaaph II1, betau}, references.are. .to California ) given puA4uant to Govetownt Code Sections 911.80 Governmeftt Code-.)- .- - - * ) 913, 5 915:4.• please nb te-the-%mming b etow.' Claimant: Lloyd R. Gragg, 2246 Greenwich Rd. , San Pablo, CA 94806 Attorney: r• Address: Amount: $111.24,x45fl Via Public Works Date Received: Nov. 29, 1977 By delivery to Clerk on Nov. 29, 1977 By mail, postmarked on I. FROM: Clerk of the Board of Supervisors T0: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. DOTED: Nov. 29, 1977 J. R. OLSSON, Clerk, By Deputy Sandra L-. flivelson II. FROM: County Counsel T0: -Cle of the Board of Supervisors (Check one only) ( ) This Claim complies substantially with Sections 910 and 910.2. ( ✓) This Claim FAILS to comply substantially with Sections 910 and 910.2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a 4te'G sm (Sec 11.6) . DATED: I- 30 �7 J0:-IN B. CLAUSEY, County Counsel, By T t�-` Deputy III. BOARD ORDER By unanimous vote o Supervisors present (Check 'one only) ( X ) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boards Order entered in its minutes for this date. DATED: Jan. 3, 1978 J. R. OLSSOIN, Clerk, by 6Deputy anra Ile son WAR�YING TO CLAI"v.r (GoverrWpe Coe SeRions 911.3 & 813) You havi-6nty 6 mo axon the mu4uL9 05 ZtiA notice .to you =Btin whisk to S.i,Pe a sowxt action on tVA Itejeeted Min (see Govt. Code Sec. 945.6) on 6 months 6rt.om the deniat o6 .youn AppticatioK to Fite a Late Ctaim wUkin which to petition a count bon ne,e,�.e6 6itom Section 945.4',6 et im-6iZing deadt i.ne (see Section 946.6) . you may meek ;d.e advice oS any attorney o5 yours choice .in connection cui h this matters. la' you want to eonault an attotney, you shqutd do so immediate?-Y. IV. FRO:t: Clerk of the Board T0: 1 County Counsel, (2) County Administrator, & (3) Public Works, Business & Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or application by mailing a copy of this document,-and a meso thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED: Jan. ¢, 1978 J. R. OLSSON, Clerk, B !.G Deputy Sandra -r. 4liellon V. FROM: (1) County Counsel, (2) County "Ydministrator, T0: Clerk of the Board (3) Pub li c Works / of Supervisors Received copies of this Claim or Application and Board Order_ DATED: J_an. .4, 1 q:Zg County Counsel, By County Administrator, 9y Public Works, By 8.1 Rev. TOM M Rev. 3177 ale- a Costa Count ., aA r ost y F1 L. E D ,� , p 'rtment of Public Works Matonez, California NOV 2 � 1977 �- No\t 2 $ 1977 J. R. OLSSov CLERK BOARD OF SUPERVISORS p�9L�C WORKS ©EPARTk.`-.ni CLAIM AGAINST COUNTY OF CONTRA COSTA (Government Code, Sec. 910) Date: Gentlemen: The undersigned hereby presents the following claim against the County of Contra Costa: 1. Date of accident or occurrence: �] 2. Name and address of claimant: fv oL 3. Description and place of the accident or occurrence: K ✓�;,G�. Det. ,�,- � Q:��„ o .�� �/j�•L�2 ���au. , ,out � Aagtrr ,cCaut Af'A 4. Names o Count emp o ees nvol ved, and t e, ula ke an nu er o equ t pment if known: 5. Describe the kind and value of damage and attach estimates: Signa ure MiGObb-MCC with board order 00145 CkrTIFIEa,.SERVICE BEING ESTI.IATED Repair Estimate =U'JE UP WHEEL ALIGNMENT Iii Certified Automotive Service Union Oil Company of California r,B?•1'ES QAIR COnID!TtU"J14u' 1 ❑FtLSS+Jv CONTROL unman 1 Z:U,1 U:J:-R S t f—DELIV_.A T+ME DATE DEALER'S NAME: AND S.S. NO. WILL CALL 1ADOqEsS MAKE YEAR MODEL - tG3itii4µS 3733 tY.m Rd. CITY PHONE LICENSE NO. SPEEDOMETER i! 50birre, G. LS 39CI3 LIST PARTS AND LABOR REQUIRED PART NO. UNITS PART AMOUNT LARUR AMOUNT A-9-zin'AJ i A-17-Z ate ; - I : v I I S : I I I t I ; t , r ; r � i + I , I t ( r ; RETURN USED PARTS TO CUSTOMER ; LL��JJ r I MAY WE SUGGEST (NOT INCLUDED IN ESTIMATE) TOTAL LABOR TOTAL PARTS SALES TAX IP.,rI:: OnIY) OTAL ESTIMATE THF AFOVE AUTOMOTIVE SERVICE WILL 1 HEREBYAV:NG?t.'`E THE PERFO?61- I HEREBY AUTHORIZE P6,ITIO'.S O= THE 8E PERFUR\IEJ ACCORDING TO LINION ,CE OF TH= AEOVE ROurC ON THE 430VE VORK TO BE PERFOP!J=.1 BY OIL COMPANY OF CALIFORNIA STAND VEHICLE IDEfo TtFIED. BEFORE A-*JY OTHERS CFF THE SERVICE ST:T!O& PP:- ARDS FOR 76 CERTIFIED AUTOt ortVE AODITIO::AL EXPENSE IS I1`ICI:r4ED SERVICE. GN VY BEHALF MY VjRITTE% CR ORAL CO\SENT WILL BE CRTACJED. cALER�'s' -.IGNCuSTOMEP'S 5-GC NATiPE USIGNATURE1=R•S SIGNATURE R= :7. 2,0— F ORM 3.41,'50 'REQ'.8-73' P-;vrfU IN U-5.^- Microfi!=d with board order In the Board of Supervisor: of Contra Costa County, State of Califomio January 3, 19 78 In the Matter of Reconstructing Drainage System, Orchard Road, Orinda. W.O. 6117-665 IT IS BY THE BOARD ORDERED, that the Public Works Director's actions to arrange for the emergency reconstruction of the drainage system on Orchard Road at Scenic Drive is APPROVED. IT IS ALSO BY THE BOARD ORDERED that the arrangement made by the Public Works Director for the issuance of a Purchase Order to D. J. Spillane, General Engineering Contractor, for $5580, the lowest of two quotations received, is APPROVED. PASSED by the Board on January 3, 1978 I hereby certify that the foregoing is o true and correct copy of on order entered on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of Originator: Public Works Dept. Supervisors Maintenance Division affixed this 3rd day of January 19 78 cc: County Administrator Auditor-Controller J. R. OLSSON, Clerk Public Works Director ,fir. �� • /� By_`• .�Li'f. ,�.7 as �.�.-� Do" clerk i Sandra NieL-son t H-24 3/76 ISm x(114'1 1. In the Board of Supervisors of Contra Costa County.. State of California January 3, 1978 In the Matter of Approving Addendum 3 - Detention Facility Cast-In-Place Concrete, Martinez, California Project No. 5269-926-(51) WHEREAS Addendum 3 - Detention Facility Cast-In-Place Concrete (Project No. 5269-926-(51) ) , modifying plans and specifi- cations and bid due date approved on November 22, 1977, for the Detention Facility Project, has been filed with the Board this day by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public Works Director that Addendum 3 be approved and issued; IT IS BY THE BOARD ORDERED that said Addendum 3 to plans and specifications is hereby APPROVED. Bids for said work will be received on January 19, 1978 at 2:00 p.m. , and the Clerk of this Board is DIRECTED to publish a Notice to Contractors in the manner and for the time required by law, inviting bids for said work, said notice to be published in the MARTINEZ NEWS GAZETTE. PASSED and ADOPTED by the Board on January 3, 1978. I hereby certify that the foregoing is a true and correct copy of an order entered an the minutes of said Board of Supervisors on the date aforesaid. Originator: Public Works Dept. Witnen my hand and the Seal of the Board of Detention Facility Supervisors Project affixed this 3rd day of_January 197$ cc: Public Works Director County Administrator )-7 J. R. OLSSON, Clerk County Auditor-Controller By Do" Clerk County Counsel N. Pons Turner Construction (,,,,a P/M H -243/7615ai 0014 S CCC Detention Facility Cast-In-Place Concrete Addendum No.3' January 3, 1978 NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY CAST-IN-PLACE CONCRETE PROJECT NO. 5269-926-(51) Addendum No. 3 Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive bids until 2:00 PM on January 19, 1978 for the furnishirg of all labor, materials, equipment, transportation and services for: Detention Facility Cast-In-Place Concrete which includes: All poured in place concrete walls, concrete fill in metal deck and slab on grade. Work includes blockouts for work by other trades, and miscellaneous anchor bolts and shear studs. The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $1 ,400.000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference thereto. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 229-3610. Only bids submitted by Contractors licensed by the State of California will be considered. Each proposal is to be in accordance with the Plans and Specifications on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, E:>i Pine Street, Martinez, California. The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and Proposal forms may be obtained by prospective bidders at the Turner Construction Project Office, at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California 94553, upon request. a-1 Microfilmed with board order 00149 : - CCC Detention Facility Addendum No. 3 January 3, 1978 NOTICE TO CONTRACTORS (Continued) ,j Each bid shall be made on a proposal form to be obtained at the !� Turner Construction Project Office located in a construction trailer at the corner of Pine and Meilus Streets, (1035 Pine Street) Martinez. California. Rids are required for the entire work described herein. and neither partial bids nor contingent bids will be considered. i A PROPOSAL GUARANTY IN THE AMOUNT Of TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the fora of a cashier's check, certified check or bidder's bond, made payable to ' the order of "The County of Contra Costa'. The above mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to , furnish the necessary bonds after being required to do_ so by the Board of Supervisors of the County of Contra Costa. �• Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, on or before the � i9th Day of January 1978 at 2:00 PM I and will be opened in public and at the time due in the 6th Floor +� Conference Room; Administration Building. Martinez. California and j• there read and recorded. Any Bid Proposals received after that time ! specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent of the Contract Price, said bonds to be' secured firom a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor_ � Code of the State of California, or local law applicable thereto. the - Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality. in which this work is to be performed for each type of workman or mechanic required to exeucte the contract which will be awarded i A-2. ' • 09150 CCC Detention Facility Addendum No. 3 January 3, 1918 110TkE TO CONTRACTORS (Continued) to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. and is incorporated herein i by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shalt be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or, any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK . OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY, CALIFORNIA By ! � _ Deputy r DATED: DEC 2 7 1977 - PUBLICATION DATES: t A-3 CCCDF Addendum No. 3 Cast-In-Place Concrete January 3, 1978 (Bidder) PROPOSAL (Bid Form) BIDS MILL BE RECEIVED UNTIL THE 19th Day of January 1978 at 2:00 PM, in the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for the Contra Costa County Detention Facility Cast-In-Place Concrete in strict con- formity with the Plans, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums: namely: BASE BID Shall include all of the work for the construction and completion of all Cast-In-Place Concrete, Base Bid shall include the use of Finish Type A, See Addendum No. 2. For the sum of: Dollars ($ ) Miuofilmed with board order J-1 152 CCCDF Addendum No. 3 Cast-In-Place Concrete January 3, 1978 PROPOSAL (Bid Form) (Continued) ALTERNATES: 1 . Finish B: State the amount to be added to or deducted from the Base Bid for providing Finish Type 6, see Addendum No. 2. ADD THE SUM OF: Dollars DEDUCT THE SUM OF: Dollars 2. Substitute the use of Portland Cement: ASTM C 150, Type II in lieu of specified architectural cements in Section 03300, Page 9, 2.1 , B, 3. ADD THE SUM OF: Dollars DEDUCT THE SUM OF: Dollars ($ ). UNIT PRICES: Unit prices shall include all labor, material , equipment, shop drawings, taxes, fringe benefits, overhead, fee and all other costs and/or charges. Unit prices will apply to changes in the scope of work as defined in the Contract Documents. Reinforcing Steel Grade 40 in place Add or Deduct $ Reinforcing Steel Grade 60 in place Add or Deduct $ Select Structural Backfill Add or Deduct $ Blockouts for Precast Connections Add or Deduct $ T The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other Contract Documents and the local conditions at the place where the work is to be done. The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in raking up this bid. It is understood that this Bid is based upon completion of the work within 455 calendar days from and after the date of the Notice to Proceed. J-2 . -1►153 - CCCDF Addendum No. 3 Cast-In-Place Concrete January 3, 1978 PROPOSAL (Bid Form) (Continued) The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for himself an advantage over any other bidder. Attached is a list of the names and locations of the place of business of the subcontractors. Attached is bid security as required in the Notice to i Contractors. 9 O Cash O Bidders Bond O Cashiers Check OCertified•Check The following addenda are hereby acknowledged as being included ; in the bid: Addendum # dated Addendum # dated Addendum # dated . f Firm By Title ' Address Phone Licensed in accordance with •an act providing for the registra- tion of Contractors, Classification and License No. 1 Dated this day of . 19 • i J-3 �. ��,�54 • CCCDF - Addendum No. 3 Cast-In-Place Concrete PROPOSAL (Bid Form) (Continued) January 3, 1978 LIST OF SUBCONTRACTORS: Portion of Work Name Place of Bidders J-4 CCCDF Addendum No. 3 Cast-In-Place Concrete REQUIREMENTS--AN AFFIRMATIVE ACTION PLAN January 3, 1978 Certifications A. Bidders' Certification. A bidder will not be eligible for award of a contract under this invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: BIDDER 1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereto for which it is eligible under Part 1 of these Bid Conditions for partici- pation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part II on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being and 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. Signature of•authorized representative of bidder J-5 CONTRA COSTA COUNTY DETENTION FACILITY DETENTION FACILITY CAST-IN-PLACE CONCRETE PROJECT NO. 5269-926- (51) Addendum No. 3 Dated: January 3, 1978 1. The Bid receipt date is hereby changed to January 19, 1978, at 2:00 PM. 2. This Addendum must be acknowledged when you submit your Bid Proposal. 3. Pages attached to be included as part of this Addendum. 4. A new Bid Proposal Form is issued as part of this Addendum. 5. A new Notice to Contractors is issued as part of this Addendum. i F LF D i J. R. 01=N CLERK BOARD O� SUS*ERVISORS CON' C^vSiA CO. Bv. �.:.. ......._........... a _.De ut f i Microfi!=U WRIT board order 00157 CCCDF Addendum No. 3 Cast-In-Place Concrete January 3, 1978 CHANGES TO THE SPECIFICATIONS: 1. Section D, Information to Bidders Part II, add the following subparagraphs to Paragraph 1, Scope: �. The upper roof deck of the vehicle sally port is vermiculite fill. This is between column line 2 and 4, T & V. The Court Annex Roof is also vermiculite fill. All vermiculite fill is by others. R. The Cast-In-Place Concrete Contractor will provide blockouts in the floor slab to facilitate the instal- J r lation of precast panels after the floor slabs have been placed. Contractor should include eight hundred and fifty blockouts in his Base Bid. Blockouts will be approximately l'-6" x l'-6" . Variations in the actual quantity required from the above stated quantity will be added or deducted from the Contract at the unit price stated on the Bid Proposal Form. S. The Cast-In-Place Concrete Contractor shall coordinate withe the Glass and Glazing Contractor. If the Cast- In-Place Concrete Contractor wishes to install the concrete mullion on Sheet 20. 06, of the Project Manual, Volume 2 Details and Schedules, prior to the window installation, clearance to install window frame must be provided . See Sheet 45. 84 in Precast Panel Details which indicates the necessary modifications to the mullion. r T. Reinforcing trim bars around openings in slab at the third floor need only extend 2'-0" past the nearest framing member. (See Drawings 512.10 and S12.11. ) U. Where the upper portion of a shear wall is deleted (i.e. line K, Drawing Sll.1) the concrete encasement around the column need only extend as high as the wall, see Detail I/S12. 2. V. The steel plate with slotted hole and smooth pin at the head of wall section E on S12.1 are to be furnished and installed by Cast-In-Place Concrete Contractor. -1•- CCCDF Addendum No. 3 Cast-In-Place Concrete January 3, 1978 DRAWING CHANGES: A. Level 4 west, Sheet 510. 6, between column lines R8 and S9, The Section mark should be changed to 5/S12.13 instead of 6/S12. 13 as shown. B. The following Drawings are reissued as part of this Addendum. S10. 4 S11. 1 through S11.4 S12.15 -2- l (� f TYPE c�►. W-0 -TgAr M. N_Q Aoo BAA�� ql ,ADJAGear t E X�E��02 W ALL WA Lu`' --' ('t �l 4-(P 12 EVA CtYP.)-1 , i � 1 _ W o a n 'n _ T o O: tit1 4 -- - 44- A- 5� /AL)D*'-~X ' o r2 E.W. f As StfowN --- _ _.. SEE 5-d S-o 6AtY OAY TYIPIr-A L PLAN - 5LAF5 04 62APE AT LEVEL 1 5�cr S14E i GK aN SIZ.7 PDAY 6Prfl :*¢x.3o'_o e 12 t-W(T Yi?) _Aoo#Frio`-oe.l2 N -Vyylc At- STA66E.2 SI.iGES 04E W. A 05Rcr--1J T_�(�K� r BARS /M C?MEK D 4a -} {}Mt -"? - C TEJZ BARS IN SiA6 AS SttOWAS r ,Q1 f F 1 TYPIC.AL PLA4 SEc oN OF SLA 8 oN GIDE je&r jF Fir. ( ON Srz 7) 5k 00160 CCC Detention Facility Cast-In-Place Concrete Addendum N0.3 January 3, 1978 NOTICE TO CONTRACTORS CONTRA COSTA COUNTY PUBLIC WORKS DEPARTMENT MARTINEZ, CALIFORNIA CONTRA COSTA DETENTION FACILITY PROJECT DETENTION FACILITY CAST-IN-PLACE CONCRETE PROJECT NO. 5269-926-(51 ) Addendum No. 3 Notice is hereby given by order of the Board of Supervisors of Contra Costa County, that the County Public Works Department will receive bids until 2:00 PM on January 19, 1978 for the furnishing of all labor, materials, equipment, transportation and services for: Detention Facility Cast-In-Place Concrete which includes: All poured in place concrete walls, concrete fill in metal deck and slab on grade. Work includes blockouts for work by other trades, and miscellaneous anchor bolts and shear studs. The Project is located in the County Civic Center, Martinez, California. The Construction Manager's initial estimated construction cost is $1 ,400.000. The work shall be done in accordance with the OFFICIAL PLANS AND SPECIFICATIONS prepared in reference thereto. Any questions in regards to this Contract should be directed to Craig Braccia, Turner Construction Company, Telephone (415) 229-3610. Only bids submitted by Contractors licensed by the State of California will be considered. Each proposal is to be in accordance with the Plans and Specifications. on file at the Office of the Clerk of the Board of Supervisors, Room 103, County Administration Building, 651 Pine Street, Martinez, California. The Plans and Specifications may be examined at the Office of the Clerk of the Board of Supervisors. Plans and Specifications and Proposal - forms may be obtained by prospective bidders at the Turner Construction Project Office, at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California 94553, upon request. A-1 00161 CCC Detention Facility Addendum No. 3 January 3, 1978 NOTICE TO CONTRACTORS (Continued) Each bid shall be made on a proposal form to be obtained at the Turner Construction Project Office located in a construction trailer at the corner of Pine and Mellus Streets, (1035 Pine Street) Martinez, California. Rids are required for the entire work described herein, and neither partial bids nor contingent bids will be considered. A PROPOSAL GUARANTY IN THE AMOUNT OF TEN (10) PERCENT OF AMOUNT BID shall accompany the Proposal. The Proposal Guaranty may be in the form of a cashier's check, certified check or bidder's bond, made payable to the order of "The County of Contra Costa'. The above mentioned security shall be given as a guarantee that the bidder will enter into a contract if awarded the work, and will be forfeited by the bidder and retained by the County if the successful bidder refuses, neglects or fails to enter into said contract or to furnish the necessary bonds after being required to do so by the Board of Supervisors of the County of Contra Costa. Bid proposals shall be sealed and shall be submitted to the Public Works Department, 6th Floor, County Administration Building, 651 Pine Street, Martinez, California 94553, on or before the 19th Day of January 1978 at 2:00 PM and will be opened in public and at the time due in the 6th Floor Conference Room; Administration Building, Martinez, California and there read and recorded Any Bid Proposals received after that time specified in this notice will be returned unopened. The successful bidder will be required to furnish a Labor and Materials Bond in an amount equal to fifty percent of the Contract price and a Faithful Performance Bond in an amount equal to one hundred percent of the Contract Price, said bonds to be secured from a Surety Company authorized to do business in the State of California. Bidders are hereby notified that pursuant to Section 1773 of the Labor' Code of the State of California, or local law applicable thereto, the ' - Director of Department of Industrial Relations has ascertained the general prevailing rate of per diem wages and rates for legal holidays and overtime in the locality in which this work is to be performed for each type of workman or mechanic required to exeucte the contract which will be awarded A-2. .. 00162 CCC Detention Facility Addendum No. 3 January 3, 1978 NOTICE TO CONTP.ACTORS (Continued) to the successful bidder. The prevailing rate of per diem wages is on file with the Clerk of the Board of Supervisors. and is incorporated herein by reference thereto, the same as if set forth in full herein. For any classification not included in the list, the minimum rate shall be the general prevailing rate for the County. The said Board reserves the right to reject any and all bids or, any portion of any bid and/or waive any irregularity in any bid received. BY ORDER OF THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY J. R. OLSSON COUNTY CLERK AND EX-OFFICIO CLERK • OF THE BOARD OF SUPERVISORS CONTRA COSTA COUNTY. CALIFORNIA 8y . Deputy DATED: PUBLICATION DATES: I{I I 1 001f3 CCCDF Addendum No. 3 Cast-In-Place Concrete January 3, 1978 (Bidder) PROPOSAL (Bid Form) BIDS WILL BE RECEIVED UNTIL THE 19th Day of January 1978 at 2:00 PM, in the Public Works Department, 6th Floor, Administration Building, Martinez, California 94553. TO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY: Gentlemen: The undersigned hereby proposes and agrees to furnish any and all required labor, material , transportation, and services for the Contra Costa County Detention Facility Cast-In-Place Concrete in strict con- formity with the Plans, Specifications, and other contract documents on file at the Office of the Clerk of the Board of Supervisors, First Floor, Administration Building, Martinez, California 94553, for the following sums: namely: BASE BID Shall include all of the work for the construction and completion of all Cast-In-Place Concrete, Base Bid shall include the use of Finish Type A, See Addendum No. 2. For the sum of: Dollars J-1 00164 CCCJF Addendum No. 3 Cast-In-Place Concrete January 3, 1978 PROPOSAL (Bid Form) (Continued) ALTERNATES: 1 . Finish B: State the amount to be added to or deducted from the Base Bid for providing Finish Type B, see Addendum No. 2. ADD THE SUM OF: Dollars DEDUCT THE SUM OF: Dollars ($ ). 2. Substitute the use of Portland Cement: ASTM C 150, Type II in lieu of specified architectural cements in Section 03300, Page 9, 2.1 , B, 3. ADD THE SUM OF: Dollars ($ ). DEDUCT THE SUM OF: Dollars UNIT PRICES: Unit prices shall include all labor, material, equipment, shop drawings, taxes, fringe benefits, overhead, fee and all other costs and/or charges. Unit prices will apply to changes in the scope of work as defined in the Contract Documents. Reinforcing Steel Grade 40 in place Add or Deduct $ Reinforcing Steel Grade 60 in place Add or Deduct $ Select Structural Backfill Add or Deduct $ Blockouts for Precast Connections Add or Deduct $ The undersigned has examined the location of the proposed work and is familiar with the Plans, Specifications and other Contract Documents and the local conditions at the place where the work is to be done. The undersigned has checked carefully all of the above figures and understands that the Board of Supervisors will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. It is understood that this Bid is based upon completion of the work within 455 calendar days from and after the date of the Notice to Proceed. J-2 00165 • CCCDF Addendum No. 3 Cast-In-Place Concrete PROPOSAL (Bid Form) (Continued) January 3, 1978 The undersigned hereby certifies that this bid is genuine and not sham or collusive, or made in the interest or in behalf of any person not herein named, and that the undersigned has not directly induced or solicited any other bidder to put in a sham bid, or any other person, firm, or corporation to refrain from bidding, and that the undersigned has not in any manner, sought by collusion to secure for himself an advantage over any other bidder. Attached is a list of the names and locations of the place of business of the subcontractors. Attached is bid security as required in the Notice to Contractors. ; O Cash OBidders Bond O Cashiers Check OCertified"Check The following addenda are hereby acknowledged as being included in the bid: Addendum I dated Addendum I dated Addendum I dated Firm By Title ' Address Phone Licensed in accordance with 'an act providing for the registra- tion of Contractors, Classification and License No. :{ Dated this day of 19 A J-3 �. 1 00166 CCCDF Addendum No. 3 Cast-In-Place Concrete PROPOSAL (Bid Form) (Continued) January 3, 1978 LIST OF SUBCONTRACTORS: Portion of Work Name Place of Bidders J-4 00167 CCCDF Addendum No. 3 Cast-In-Place Concrete REQUIREMENTS--AN AFFIRMATIVE ACTION PLAN January 3, 1978 Certifications A. Bidders' Certification. A bidder will not be eligible for award of a contract under this invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDERS' CERTIFICATION certifies that: BIDDER 1. it intends to employ the following listed construction trades in its work under the contract and 2. (a) as to those trades set forth in the preceding paragraph one hereto for which it is eligible under Part i of these Bid Conditions for partici- pation in the Contra Costa Plan, it will comply with the Contra Costa Plan on this and all future construction work in Contra Costa County within the scope of coverage of that Plan, those trades being: and/or (b) as to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority manpower utilization goals and the specific affirmative action steps contained in said Part II on this and all future construction work in Contra Costa County, subject to these Bid Conditions, those trades being and 3. it will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontract under this contract the subcontractor certification required by these Bid Conditions. Signature of authorized representative of bidder J-5 ' 00168 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CAL1FOPINIA January 3, 1978 • L • 'COTE TO CLAIMANT Claim Against the County, ) Vie copy o VUz doctereiit mtffe to you a.,s YOWL Routin Endorsements, and ) notice o6 .the actZon .take►: un ycwt ctain by xdte Board Action. (All Section ) e"oa&d of SupeAvizer,s Wataatap't III, bet'.ow , references are to California ) given pursuant to Gove utme►�t Code Seettior,s 911.8, Government Code.) ) 913, 5 917.4. Pease rope the "axttn.i.ng" beeew. Claimant: Marsha Peggy Smith, Thomas Neil Smith, James Glen Smith and Jack Brian Smith. Attorney: John A. Meaden, III, Walsh, Morton and Meaden. Address: - 0• Box 559 Moraga, CA 94556 Lr. � o $750,000.� Amount: N-r cou,4sEt COU •1EZ. CALIF. 1„ 12/2/77 Date Received: By delivery to Clerk on By mail, postmarked on 1 I. FROM: Clerk of the Board of Supervisors TO: Court; Counsel Attached is a copy of the above-noted Clain or Applic tion to File Late Claim. DATED: 12/2/77 J. R. OLSSON, Clerk, By4L Deputy errez II. FROM: County Counsel TO: Clerk of the Bb#r of Supervisors (Check one only) ( )) This Claim complies substantially with Sections 910 and 910.2. ( V ) This Claim FAILS to comply substantially with Sections 910 and 910_2, and we are so notifying claimant. The Board cannot act for 15 days (Section 910.8) . . ( j Claim is not timely filed. Board should take no action (Section 911:2) . ( ) The Board should deny this Application to File aClaim ( cti.o 1.6) . DATED: a-q--77 JOHN B. CLAUSEN, County Counsel, B - Gni Deputy III. BOARD ORDER By unanimous vote of Supervisors present - (Check one only) ( XX) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6). - I certify that this is a true and correct copy of the Boarft _Order entered in its minutes for this date. - DATED: Jan. 3, 1978 J. R. OLSSON, Clerk, by Deputy ra a so WARNING TO CLAIMlANT Government X6de Sections 911.8 $ 913 you have onky 6 mo► .6 atom Vie maZuxg c notice to you UMin whi,.cit to S-iee a couAt action on this &ejected C,er..im (see Govt. Code Sec. 945.6) oc o mobttU Snom the den aZ oS you& AppZi.cation to Fite.a. Late C2.aim witiZi.whcch to petition a eowit Sot aeti.eS Snom Section 945.4'6 cta,im-S,i.Ung dead6bie (see section 946.61 . you may seek tie advice oS ary attorney ob you& choice. in eonnecti.ort With this mattert. Ii you want to coreutt an attoftneu,, you 4hoad do so .cmmedi.ateZy. IV. FROM: Clerk of the Board TO: (1) County Counsel, (2) County Administrator, & (3) Public Works, Business & Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document, and a memo thereof has been filed and endorsed on the Board's copy of this Claim in accordance with Section 29703. DATED: Jan. 4, 1978 J. R. CLSSOIN, Clerk, By , Deputy Sandra I;7-. '.A1ie,1sbn LA d V. FROM: (1) County Counsel, (2) County Alaministrator, TO: C erk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Jan. 4, 1978 County Counsel, By Countv A&ninistrator, By Public Works, By 8. 1 00169 rev. 3/7? December 1, 1977 FILE CLAIM AGAINST THE CITY OF WALNUT CREEK Cil. TO: Mr. Stanley Stephens Administrative Services Director J. R. t2MN 1445 Civic Drive CLERY,BOARD/-OF SUPERVISORS Walnut Creek, California 94596 U CLAIM AGAINST THE COUNTY OF CONTRA COSTA TO: Deputy Clerk of the Board of Supervisors County of Contra Costa P.O. Box 911 Martinez, California 94553 CLAIM AGAINST THE CONTRA COSTA CONSOLIDATED FIRE DISTRICT TO: Board of Fire Commissioners Consolidated Fire District 2010 Geary Road Pleasant Hill, California 94523 1. The claimant's names and addresses are as follows: Marsha Peggy Smith, Thomas Neil Smith, James Glen Smith and Jack Brian Smith. all of 1122 Wiget Lane, Walnut Creek, California 94596. 2. We desire notices to be sent to our Attorney whose name and address is: John A. Meaden, III, WALSH, MORTON AND MEADEN, Post Office Box 55, Moraga, California 94556. 3. The date, place or other circumstances of the occurance or transaction that gave rise to this claim are as follows: On August 23, 1977, Gaylord Neil Smith suffered a severe heart attack at his residence located at 1122 Wiget Lane, Walnut Creek, California. Gaylord Neil Smith was the husband of claim- ant Marsha Peggy Smith and the father of Thomas Neil Smith, James Glen Smith, and Jack Brian Smith. An emergency telephone call for medical assistance and an ambulance was made to the above public entities. Although the exact facts are not yet determined, an initial investigation indicates that through the negligence of the above public entities, their employees, or a combination thereof, there was an unexplained and lengthy delay in the arrival of the ambulance (Pomeroy Ambulance Service) called by the above public entities at the scene of the medical emergency, 1122 Wiget Lane, Walnut Creek. As a result thereof and as a result of the subsequent delay in Gaylord Neil Smith's Page One Microbimed with board order Il(. tQ arrival at the Emergency Room of John Muir Hospital, Gaylord Neil Smith died. A complete investigation into the above- referenced occurence has not yet been completed. 4. A general description of the damage or loss incurred is as follows: the death of Gaylord Neil Smith. 5. The exact names and identities of the public employees causing the damage or loss are unknown. 6. The amount claimed as of the date of presentation of this claim is $750,000. 00 General Damages plus Special Damages according to proof. I, JOHN A. MEADEN, III, am the attorney for the above claimants, and I am presenting this claim on their behalf. Dated: December 1, 1977 HN A. MEADEN, III ttorney for Claimants Page Two Microfilmed with board order IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Establishment ) of a Housing Element Advisory ) January 3, 1978 Committee and Technical Housing ) Committee. ) The Board on December 27, 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) recommendations of the Director of Planning that the Housing Element of the General Plan be revised and updated to comply with the recently adopted guidelines of the State Department of Housing and Community Development and that a Housing Element Advisory Committee be established by the Board to work with the Planning Department on said revision; and The Internal Operations Committee having recommended the following actions be taken: 1. Authorize the Director of Planning to proceed with the review and update of the Housing Element; 2. Establish a 20 member Housing Element Advisory Committee to fulfill specific functions and to work with and assist the Director of Planning, each Supervisor to nominate four members for Board appointment; 3. Limit members' compensation to necessary and reason- able expenses incurred in the attendance of meetings; 4. Discharge the Committee on or before April 1, 1979 at which time the revised Housing Element should be completed and adopted by the Board; 5. Instruct the Clerk of the Board to apply posting procedure for vacancies to be filled; and The Internal Operations Committee having further recommended that the Director of Planning be authorized to establish and appoint a Technical Housing Committee, consisting of staff members, to advise and coordinate housing programs of county cities, agencies, and departments; IT IS BY THE BOARD ORDERED that the recommendations of the Internal Operations Committee are APPROVED. PASSED by the Board on January 3, 1978. 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 CC: Director of Planning of the Board of Supervisors affixed County Administrator this 3rd day of January, 1978. Public Information Officer County Auditor-Controller J. ,,R�OLSSON, CLERK By Ronda- Amdahl Deputy Clerk 001 12 -RECEIVED luAUG, OF �Ittti IMIMNAL o:►�:t;UIONS arnuri1:E batt 3 1378 • January 3, 1978 j• assay ar w Oy The•Director of Planning has recommended that the Iloirsing Element of the County General Plan be revisdd and updated to comply with the guidelines recently adopted by. the State Department oC (lousing and Corm- unity•Devel- opment which make specific the general statutory mandate of Section 6S302(c) of the..Government Code.. Itis recommended. that the Director of Planning be authorized to,proceed with the revision and update of the Housing Element. To obtain citizens' input into this housing Element review, a Housing Element Advisory Committee" is recoirinended- to be appointed by the Board of Supervisors to work with and assist the Director of Planning by being charged with the following Yespon- sibilities: (1) Evaluate the existing Housing conditions in the County with emphasis on the definition of the major housing issues and needs affecting the various segments of the County's population; (2) Formulate goals and policies fo� addressing the County's housing needs, idlich goals should represent the interests of all economic segments of the County's present population- as well as those households which are expected to reside in the County in the future; (3) Formulate an action program which estab- lishes strategies and timetables for implementing the policies of the element with the resources available to the County, (4) Submit a recommended revised Housing Element of the General Plan to the Planning Commission in a form suitable for the initiation of the public hearing Process thereon. The Housing Element Advisory Com!!dttce is recoimended to consist of twenty members with each Supervisor having four appointments. This Conn.ittee :should represent .all geographical areas of the County. In addition, it should represent housing producers (builders, developers, labor) , housing sellers (realtors, financial institutions) , housing consumers (owners and renters) , special interest groups (minorities, low income, handicapped and elderly) and the general public. Inasmuch as the revised Housing Element is to be completed and adopted by April 1, 1979, the Housing Element Advisory Comittee shall be discharged- prior to or on that date. This Committee shall not receive any compensations. except necessary and reasonable expenses in 'the attendance o£ meetings. It is also recommended that the Director of Planning be authorized to establish and appoint a Technical llousirnl; Coitimittee which would advise and coordinate with respect to housing programs of County cities and other County anencies and departments. - This Coirmittee would be composed of staff members. In establishing the liousi.nR Flement Advisor, Coirnittee, the Clcrk of the Board should be instructed to advertise the establishment of the Cornittee and the'.."appointments to be .male. upervlsor Eric H. Hapseltine uperviso ancy G. Mden Microfilmed with board order IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Proposal to ) Separate the Functions of the ) Office of Sheriff-Coroner and ) January 3, 1978 to Establish the 'Position of ) - Medical Examiner. ) This being the time fixed for hearing on the proposal that the offices of County Sheriff and Coroner (which were combined in 1968) be separated and a position of medical examiner be created to perform the coroner function; and The County Administrator having submitted a report dated December, 1977 entitled "The Feasibility of Separating the Functions of Sheriff and Coroner, Abolishing the Coroner, and Establishing a County Medical Examiner," setting forth his recommendations, and having reviewed same and having urged that the proposal to separate the functions not be adopted; and County Sheriff-Coroner Harry D. Ramsay having submitted a statement dated January 3, 1978 on the subject and having also urged that the proposal not be approved; and The following persons having appeared in opposition to the proposed separation: Mr. William Shinn, Contra Costa County Deputy Sheriffs" ". Association; Mr. Richard Radford, representing Contra Costa Taxpayers Association; Mr. Donald Murray, Candidate for Sheriff; Ms. Virginia Semrau, President, Contra Costa Suicide Prevention and Crises Intervention Center; Lt. Albert Moore, Coroner Unit Commander, County Sheriff- Coroner; and The following persons having appeared in favor of the proposed separation: Mr. Henry L. Clarke, General Manager, Contra Costa County Employees Association Local No. 1; Mr. George Degnan, County Medical Director; Mr. Dave Borton, Mt. Diablo Chapter of the American Civil Liberties Union; Ms. Celia Comparini, Contract Medical Examiner at the Morgue (Forensic Pathologist) ; Jose Jesus Ferrer, M. D. , Forensic Pathologist; Ms; Barbara Vincent, West Contra Costa Conservation League; Mr. Harold Olson, 22 Wanda Play, Martinez; Mr. Joel Patrick, 1310 Marina Vista, Martinez; Mr. William Roberts, Candidate for Sheriff; and On the motion of Supervisor N. C. Fanden, seconded by . Supervisor J. P. Kenny the Board ordered the hearing closed; and ��1 13 Board members having then discussed the matter and Supervisor Kenny having moved that the functions of the Sheriff and Coroner be separated and that the office of Medical Examiner be established to perform the functions of Coroner, and Supervisor Fanden having seconded the motion; and Supervisor R. I. Schroder having noted that during the presentation of the County Administrator's report Supervisor Kenny had requested additional information with respect to the powers of the District Attorney in investia_ating in-custody deaths or those occurring at the hands of a policeman; and Supervisor Schroder having inquired as to whether Supervisor Kenny wished the Board to act immediately or wait until additional information was submitted; and Thereupon Supervisors Kenny and Fanden having withdrawn their motion and second, and Supervisor Kenny having moved that decision on this matter be deferred to January 17, 1978 at 11:30 a.m. ; and Said motion having been seconded by Supervisor Fanden, the same was passed by unanimous vote of the Board; PASSED by the Board on January 3, 1978. 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 3rd day of January, 1978. J. R. OLSSON, CLERK By Jamie L. Johnson, Deputy Clerk cc: County Administrator County Sheriff-Coroner Countv Counsel X411 14 REcc EIVED J. R. OlSSON CLERK BOARD O� SUPERVISORS C j�2A COSTA CO. Z A REPORT BY THE CFFICE OF THE COUNTY ADMINISTRATOR CONTRA COSTA COUNTY, CALIFORNIA on THE FEASIBILITY OF SEPARATING THE FUNCTIONS OF SHERIFF AND CORONER ABOLISHING THE CORONER, and ESTABLISHING A COUNTY ?MEDICAL EXAMINER ARTHUR G. WILL, COUNTY ADMINISTRATOR PREPARED BY -MARTIN J. NICHOIS LAW AND JUSTICE PROGRAM SUPERVISOR December, 1977 00-1 !WCMfilmed with 6ocrd order TABLE OF CONTENTS Chapter Page I. INTRODUCTION. . . . . . . . . . . . . . . . • 1. II. ORGANIZATIONAL OPTIONS . . . . . . . . . 1. A. Present Office of Sheriff-Coroner 1. B. Other Arrangements. . . . . . . . . . . 2. III. MAJOR POLICY ISSUES . . . . . . . . . . . 3. A. Conflict of Interest. . . . . . . . . 3. B. Conflict of Interest Under a Medical Examiner. . . . . . . . . . 6. C. Cost Savings. . . . . . . . . . . . . . . 7. D. Comnarative Practice. . . . . . . . . . . 12. E. Employee Training . . . . . . . . 13. F. Police and Coroner Duties . . . . . . . 14. IV. RECOMMENDATIONS . . . . . . . . . . . . . 16. APPENDICES: 1. History of Coroner Function . . . . . . . 19. 2. Survey of California Counties . . . . . . . . . . 22. 3. Final Coroner' s Bureau Budget . . . . . . . . . . 25. 4. Coroner Workload Statistics . . . . . . . . . . 26. 5. Summary of California Coroner Laws. . . . . . 30. 6. Departmental Organization Charts. . . . . . . 36. 001 i'S i At the November 15, 1977 meeting of the Board of Supervisors, Supervisor James P. Denny requested the Board to direct the County Administrator to conduct a study on the feasibility of separating the Coroner function from the Office of Sheriff-Coroner, and creating a position of Medical Examiner to perform this function. At this meeting, the Board directed the County Administrator to provide the report prior to the end of the calendar year 1977. The following is the requested report. r, I. INTRODUCTION The purpose of this report is to provide the information necessary to prepare your Board for the scheduled January 3 , 1973 public hearing on the Coroner-Medical Examiner issue, serve as basis for decision making, and provide you with my recommendations on this issue. The organization of thestudywas designed to provide the most relevant information in the main body of the report with the more detailed background data included as appendices. II. ORGANIZATIONAL OPTIONS AVAILABLE TO THE BOARD OF SUPERVISORS In directing preparation of this report, the Board requested specific information on the feasibility of separating the Coroner' s function from the Sheriff, and establishing the position of Medical Examiner to perform the Coroner' s duties. In this section of the report, it is our purpose to discuss the present organizational arrrangements of the combined Sheriff-Coroner function and describe all the options available for a reorganization of Coroner' s duties. A. Present Office of Sheriff-Coroner The combined office of Sheriff-Coroner has been in effect in Contra Costa County since 1968. That office has seven main organizational divisions (see Appendix 6 for organization charts portraying the Sheriff-Coroner' s Office) . Originally, in 1968 , the Coroner' s Bureau was established as a separate division of the office. Several years ago, however, the Coroner' s Bureau was made a part of the Investigation Division under direction of a Sheriffr' s Captain because the essential function of the Coroner' s Bureau is investi.;ative in nature. 1. 001 �` pattern is the one established in Contra Costa County whereby the Office of the Sheriff and the Office of Coroner are consolidated into one department. III. MAJOR POLICY ISSUES IN THE PROPOSAL FOR SEPARATION OF THE A COUNTY MEDICAL EX MINER This section will focus on the major issues involved in this matter, identify the salient facts, and draw a conclusion as to the importance of each issue in deciding on the proposed separation. A. Potential Conflict of Interest in the Present Svstem The main justification for separating the two offices of Sheriff and Coroner is that the responsibilities of the Sheriff as a law enforcement agency and as custodian of properly remanded prisioners can be in conflict with the Coroner' s duty to investi- gate the cause of death of persons who die in the custody of a police agency or in any other incident involving actions by a law enforce- ment officer. The concern is that the police agency involved could have a criminal or civil responsibility resulting from this type of death, and for this reason, the Sheriff should not be in a position to investigate actions of his own officers or those of another law enforcement agency. Discussion There is a possibility that a conflict of interest could exist between the duties of Sheriff and Coroner in circumstances surrounding police related deaths. The basic policy question is whether this conflict justifies creating a medical Examiner inde- pendent of the Sheriff. Following are some points to consider: 1. Legislative Recognition It should be recognized that the potential for a conflict of interest between the Sheriff and the Coroner is, in effect, sanctioned by the State in Government Code Section 24300 which authorizes this consolidation of functions. 3. At the November 15, 1977 meeting of the Board of Supervisors, Supervisor James P. Kenny requested the Board to direct the County Administrator to conduct a study on the feasibility of separating the Coroner function from the Office of Sheriff-Coroner, and creating a position of Medical Examiner to perform this function. At this meeting, the Board directed the County Administrator to provide the report prior to the end of the calendar year 1977. The following is the requested report. I. INTRODUCTION The purpose of this report is to provide the information necessary to prepare your Board for the scheduled January 3 , 1973 public hearing on the Coroner-Medical 'Examiner issue, serve as basis for decision making, and provide you with my recommendations on this issue. The organization of the study was designed to provide the most relevant information in the main body of the report with the more detailed background data included as appendices. II. ORGANIZATIONAL OPTIONS AVAILABLE TO THE BOARD OF SUPERVISORS In directing preparation of this report, the Board requested specific information on the feasibility of separating the Coroner's function from the Sheriff, and establishing the position of Medical Examiner to perform the Coroner's duties. In this section of the report, it is our purpose to discuss the present organizational arrrangements of the combined Sheriff-Coroner function and describe all the options available for a reorganization or Coroner' s duties. A. Present Office of Sheriff-Coroner The combined office of Sheriff-Coroner has been in effect in Contra Costa Countv since 1968. That office has seven main organizational divisions (see Appendix 6 for organization charts portraving the Sheriff-Coroner' s Office) . Originally, in 1966 , the Coroner's Bureau was established as a separate division of the office. Several years ago, however, the Coroner' s Bureau was made a part of the Investigation Division under direction cf a Sheriff ' s Captain because the essential function of the Coroner' s Bureau is investigative in nature. 1. 001 �'1 The Bureau operates at an annual budget of approximately $500,000 with 16 authorized permanent positions (see Appendix 3) . Pathological services are provided through a contract with the Chief Medical Exam- iner, Dr. William H. Bogart, who performs all necessary autopsies and hires additional pathologists when necessary under his contract with the County (the present amount of this contract is $60,000 per year) . The investigative functions of the Coroner's Bureau are handled by eight law enforcement personnel and body removals accomplished by six Coroner Aide oositions. The Coroner's Bureau receives support from the Sheriff-Coroner's Criminalistics Laboratory, the Communications Division, and depart- mental administrative staff. B. Other Permissive Organizational arrangements In addition_ to the current combi:ation of County-Sheriff and County Coroner, the Board has legal options (Government Code Section 24300) to meet its Coroner responsibilities in the following ways: 1. Elected Countv Coroner Under this organization pattern a separate department of County Coroner would be established, and the department head required to stand -for election every four years. Under the Law, the Countv Coroner need not be a medical doctor or pathologist to qualify to run for office. 2 . Medical Examiner Since 1969 California law has made provision for a Medical Examiner appointed by the Board of Supervisors. The Medical Examiner would head a separate County department devoted solely to Coroner functions. By law, a Medical Examiner must be a medical doctor with a speciality in pathology. 3. District Attornev-Coroner California law also prescribes that the Office of Coroner may be consolidated with the Office of District Attorney as an alternative to consolidation with the Office of Sheriff. No change in organization should be made prior to the end of the term of the present incumbent Sheriff-Coroner. C. Comparative Practice In Appendix 2, is a survey of Cali-fornia Counties which indicates the frequency with which the various options are used by California Counties. By far the most frequent organizational pattern is the one established in Contra Costa County whereby the Office of the Sheriff and the Office of Coroner are consolidated into one department. III. MAJOR POLICY ISSUES IN THE PROPOSAL FOR SEPARATION OF THE A COUNTY MEDICAL EXAMINER This section will focus on the major issues involved in this matter, identify the salient facts, and draw a conclusion as to the importance of each issue in deciding on the proposed separation. A. Potential Conflict of Interest in the Present Svstem The main justification for separating the two offices of Sheriff and Coroner is that the responsibilities of the Sheriff as a law enforcement agency and as custodian of properly remanded prisioners can be in conflict with the Coroner' s duty to investi- gate the cause of death of persons who die in the custody of a police agency or in any other incident involving actions by a law enforce- ment officer. The concern is that the police agency involved could have a criminal or civil responsibility resulting from this type of death, and for this reason, the Sherif should not be in a position to investigate actions of his own officers or those of another law enforcement agency. Discussion There is a possibility that a conflict of interest could exist between the duties of Sheriff and Coroner in circumstances surrounding police related deaths. The basic policy question is whether this conflict justifies creating a Medical Examiner inde- pendent of the Sheriff. Following are some points to consider: 1. Legislative Recognition It should be recognized that the potential for a conflict of interest between the Sheriff and the Coroner is, in effect, sanctioned by the State in Government Code Section 24300 which authorizes this consolidation or functions. 3. 001 !9 2. Statistical Perspective For purposes of nutting the potential for conflict into perspective, it is important to note that since the office of Sheriff and Coroner were consolidated in 1968, they have investi- gated a total of 11, 353 cases. Of this total, there has been 16 deaths of persons in the custody of the Sheriff-Coroner. In none of these cases were there anv responsible indications of wrong- doing on the part of the Sheriff' s Office. During the same period, there has been an estimated 30 (1 7 � additional deaths, of varying types, involving the police agencies of this county. Of these, 2 involved deputy sheriffs not assigned to the jail (one shooting and one vehicle accident) . From the above, it can be seen that the potential for a conflict of interest occurs in less than one-half of one percent of all Coroner cases. 3. Statutory Protections Against Conflict of Interest Following are the laws that are designed as a check against the abuse of power bv_ a Sheriff, a Coroner, or in our situation, a Sheriff-Coroner. a. Limits on Coroner' s Powers The law limits the Coroner to a finding as to whether the death was by 1) natural causes, 2) suicide, 3) accident, or 4) at the hands of another person other than by accident (GC 27504) . This same section prohibits the Coroner from any finding of civil or criminal responsibility. The decision as to criminal intent belongs to the District Attorney and the law (GC 27504.1) reauires that findings that the decendart met death "at the hands of another" carries a mandatory referral to the District Attorney. b. Role Of the District Attornev Standing also as a counter-balance to the Sheriff-Coroner' s powers is the District Attorney who is an independently elected official who heads an independent law enforcement agency which has an investigative capability and the powers of arrest and prose- cution. This constitutional officer has the responsibility to make a separate judgment as to criminal responsibility in all deaths involving Sheriff or police personnel. 4. - C. Role of the Attorney General The Constitution of California provides, in part, that one of the duties of the Attorney General is to supervise the activities of Countv Sheriffs and District Attornevs. In fulfillment of this responsibility, he can require written reports concerning the investigation, detection, prosecution and punishment of crime. When he has reason to believe that the laws are not being adequately upheld, he can assume all the powers of the District Attorney (State Constitution - Article 5, Section 21) . The Government Code (Section 12561) also authorizes the Attorney General to "appoint some competent person to perform the duties of Sheriff with respect to the investigation or detection of a particular crime and cause the arrest of persons in connection. therewith. In cases of a death of a person in custody, Government Code Section 12525 requires that the law enforement agency in charge of that facility submit a written report to tae Attorney General within ten days setting forth all the facts concerning the death. d. Role of the Grand Jury In addition to the investigative powers of the District Attorney and the Attorney General, the law also provides for a grand jury, report directly to the Presiding Judge of the Superior Court. she Grand Jury is emvo:aered to prasent an accusation against any county officer charging misconduct in office (Government Code Section 3060) and inquire into the management of public prisons within the county (Penal Code 919) . This investigative _Dower is independent of either the Sheriff or the District Attorney. e. Coroner' s incuest Generally inquests are held at the discretion of the Coroner, but the law does require that one be held if requested by the Attorney General, District Attorney, city prosecutor, city attorney, or a chief of police of a city in the county. All inquests are open to the public (Government Code Section 27491. 6) . f. Autopsies Under California law, the decedent's surviving so_ouse or next of kin can require the Coroner to perform an autopsy, the results of which are public information (GC 27520) . 7. (111 �1 4. Investigative Press it is also important to recognize the power of a free press which normally throughly reports on situations such as a death in jail, or death caused by a law enforcement officer, and which has the capacity to bring to the attention of one of the officials cited above, as well as to the public' s attention, any allegations of wrongdoing on the part of the Sheriff-Coroner. The press provides a further totally independent dimension to the other checks upon the potential abuse of power of a Sheriff-Coroner combination. 5. Review by the Electorate In this equation we should also add the element of the Sheriff- Coroner having to stand for re-election every four years. This obligation coupled with the other avenues of investigation and the viability of the media does make it possible for the people them- selves to make a judgement as to the merit of any alledged wrongdoing, even if not proven in law. Conclusion While there may be limited potential for conflict of interest in both functions being performed by the same county officer, the present system provides sufficient independent checks on Sheriff- Coroner' s activities to make this exposure negligible. I do not find the conflict of interest issue, by itself, to be a compelling reason to separate the Sheriff and Coroner functions. B. Potential Conflict of Interest Under An Independent Medical Examiner Before an ordinance to abolish the Coroner and establish a Medical Examiner is considered, it would be appropriate to ascertain if abuses could occur under this system and how onerous they might be. Discussion There is a potential for a conflict of interest to develop under- a medical examiner in two areas: 1. Deaths Involving a Physician A medical examiner (who must be a doctor by law) might wish to protect a fellow physician who caused a death through neglect or incompetence by not completely or accurately investigating a case, or by determining that such a case is not the medical examiner's responsibility. 6. � �. 091 S 2 . Autopsies For Medical Purposes A County Medical Examiner who is a trained pathologist and medical researcher may do an autopsy for purposes of medical know- ledge where cause of death may be determined through a simple investigation. This could possibly be illegal without the permis- sion of the next of kin and may expose the County to civil penalties. Such occurrences also delays the release of remains to morticians and complicate the preparation of the body for the funeral. Since it may be suggested that a Medical Examiner be established and organizationally be combined with the County Hospital, (or any other Hospital) this matter is being discussed. Each year about 60 coroner' s cases result from deaths at the Count✓ Hospital. The investigation of these deaths could be subjected to the same conflict of interest charges that accompany in custody deaths. Conclusion While the potential does exist, many of the checks applicable to the Sheriff-Coroner are also in affect in the above circumstances. A concern about the possible conflict situations is not substantial enough to rule out the creation of a Medical Examiner. Since the potential conflict is substantially larger in terms of coroner cases generated from the County Hospital, it is felt that this suggested organizational arrangement would be unacceptable. C. Cost Savinas Resulting From Creation of Medical Examiner A few of the proponents have argued that the County would save sizeable suns of money by abolishing the Coroner' s Bureau and creating a Medical Examiner. Discussion The comparison of operating costs under these two systems should only include those cost factors that are contingent on an organizational change. In our v_'.ew, these include the use of a county employee- Medical Examiner compared to our current contract situation, the retirement and salary savings of non-sworn deputy coroners as opposed to Deputy Sheriffs, the granting of education incentive pay, witness fees, and the Sheriff' s salary. The potential savings from reducing supe_-vision levels (the current sergeant positions) and reduced levels of service (closed on Sundays) are items that could occur under either arrangement and are therefore not an issue that should be considered a oart of this studv. 7. 00183 1. Pathologist Coverage Current Svstem Under the combined Sheriff-Coroner arrangement, all pathological services are provided through a contract with a local pathologist. This costs the County $60, 000 annually. Medical Examiner As provided in the Government Code (Section 24010) , the Board of Supervisors can abolish the Office of Coroner and provide instead for a Medical Examiner. The Medical Examiner must be a licensed physician and surgeon who is qualified as a specialist in pathology. The current annual salaries of the four California County Medical Examiners are presented below: Los Angeles - $48, 500 Santa Clara - 47, 952 San Francisco - 50,532 Ventura - 50,232 Based on the average of the above four counties, this comparison assumed that a Medical Examiner in Contra Costa County would receive an annual salary of $49, 300 plus annual fringe benefits costs of $8 ,300 (Retirement of 12. 7% of salary or $6, 300; Social Security of $1,000; Blue Cross medical insurance S1, 000) for a total compen- sation of $57, 0600. Since this employee would ordinarily only provide 40 hours per week of coverage, provision for additional 'help would have to be made. Based on a temporary employee at the same base salary as the Medical Examiner ($24.50 per hour) and based on current Coroner Bureau averages or six hours of pathologic work per day, the following supplemental coverage costs were calculated: Weekends (104 days) $15,300 Holidays (11 days) 11600 Vacation (15 days) 2,200 Sick leave (assuming a 50 percent utilization rate or six days) 900 $20,000 01911 8_1 SUMMARY - PATHOLOGIST COVERAGE Annual Cost Current System $60, 000 Medical Examiner 77, 600 Net Increase $17,600 2. Investigator Coverage Current System ' Presently five regular deputy sheriffs are assigned for 30 month tours of duty in the Coroner' s Bureau. Usually, these employees are at the top of the salary range and, at current rates, this equals $19,200 annually plus fringe benefits of $4, 800 (retirement of 20. 3% of salary plus Kaiser Medical of $800 per year - no Social Security) for a total compensation of $24 , 000 annually per employee. rsedical Examiner Under a Medical Examiner operation, the five investigator positions would be non-sworn personnel and, therefore, probably not receive safety retirement. This savings is substantially offset by their receipt of social security coverage. For purposes of comparing investigator costs, an average wage was computed from the actual salaries of five counties who use coroner investigator position (3 which have Medical Examiners and two with Sheriff-Coroner arrangements) : Annual Salary Los Angeles, Coroner Investigator $18, 396 Orange, Coroner Investigator 19, 620 Santa Clara, Coroner Investigator 20,256 San Francisco, Coroner Investigator 18, 816 Fresno, Deputy Coroner II 16,584 From the above survey, a hypothetical annual salary of $18, 700 is assumed for a Contra Costa, non-sworn, deputy coroner. The annual wage burden would be $4 , 200 (retirement - $2,400, Social Security - $1, 000, and medical insurance - S800) . 9. ON 85 SUMMARY - INVESTIGATOR COVERAGE Annual Cost Per Investigator Current Svstem $24,000 Medical Examiner 22, 900 Net Decrease - If the Medical Examiner were staffed with five non-sworn investigator positions, the annual savings over the current system would be S5,500. 3. Other Costs a. witness Fees Under the current arrangement, the contract pathologist gets paid witness fees for expert testimony in court in addition to the $60,000 paid annually for pathology services. During fiscal year 1976-77, this amounted to approximately $7,000 in additional costs (paid at the rate of $150 per appearance) . This cost would probably be eliminated under a Medical Examiner because that employee would testify as part of his or her regular duties. The witness fees for pathologists hired to cover vacancies would continue under the proposed new system. b. Lab Fees Some of the proponents of a Medical Examiner have suggested that some savings (unspecified) in toxicological and X-ray services would result because "better trained" coroner investigators would require that fewer autopsies be conducted. Since all autopsies are presently performed under a flat annual contractual payment no medical services savings would result from a reduction in autopsies. First, the assumption that fewer autopsies would be performed if we had a Medical Examiner and civilian investigators is subject to question. In those counties that have gone to Medical Examiners, there has been a tendency for more not fewer autopsies because the professional Medical Examiner, now given total authority to order autopsies , may do an increasing number for reasons of medical research and knowledge. Second, any savings that could be realized in tris area due to better training are not subject to the organizational arrange- ment. We could accomplish them under the present Sheriff-Coroner system. Also, with only $22,000 per year in lab fees being spent on about 875 autopsies, a substantial reduction in autopsies would have . ZO. MI S% to result to generate significant savings. For purposes of this comparison, no lab fee savings are recognized because of the equally possible increase in costs. C. Sheriff' s Salary Records in the Civil Service Office indicate that, effective January 1, 1970, the salary of the Sheriff-Coroner was raised about 10 percent ($193 per month) in recognition of the recently (October, 19691/ added coroner' s duties. If these duties were removed, some consideration to a lower Sheriff's salary may have to be given. Because of the multiple factors involved, including comparative salaries, no savings are recognized in this report. d. Career Incentive Pav Currently the Lieutenant, two Sergeant 's, and the Deputy Sheriff' s assigned to the Coroner' s Bureau receive additional Day for having obtained certain Peace Officer Standards and Training Certificates (POST) . This amounts to an additional $3, 600 per year being paid to these employees . Although Deputy Coroners are considered peace officers (Penal Code Section 330. 10) and could conceivable auali v for incentive pay based on a ruling by the POST Commission and approval by your Board, most counties with deputy coroners do not grant incentive pay. Therefore, the creation of a Medical Examiner utilizing organizationally equivalent positions would probably result in a $5 , 600 annual savings in this category. SUMMARY - OTHER COSTS Potential Savings Witness Fees $7,000 Lab Fees 0 Sheriff 's 0 Career Incentive Pay 5,600 Total $12,600 Conclusion An overall summary of comparative costs uncle: the two systems then as follows: 11. 001,87 SUMMARY COST COMPARISON Sheriff- Medical Elements Coroner Examiner Difference Pathologist Coverage $ 60, 000 $ 77,600 + $17,600 Investigation Coverage 120,000 114, 500 - 5, 500 Witness Fees 7, 000 -0- - 7,000 Lab Fees 22,000 22, 000 -0- Sherif" s Salary 41,700 41,700 -0- Career Incentive Pay 5, 600 -0- - 5,600 $256, 300 $255,800 - $500 Supervision Costs . The total annual salary and benefits of the two Sergeants who supervise the operation of the Coroner' s Bureau is $52, 200. This is not included in the above table because this cost is independent of the decision on the proposed separa- tion of Sheriff and Coroner. It appears that the creation of a Medical Examiner would save the Countv about $500 per year. Since this is equal to only about one-tenth of one percent of the budget for the Coroner' s Bureau, the potential for savings is not a significant basis for making a change. D. Comparative Practice In California Counties The `_act that the Sheriff-Coroner arrangement is the single most common wav for counties to discharge their Coroner duties and fairly uncommon among the larger counties has been cited as reasons for and against the subject proposal. Appendix 2, Table I, lists the actual arrangement, and Table 2 compares the fifteen largest counties in terms of population and density (a common index of urbanization) . Discussion It is evident from the referenced tables that 11 of the 15 (73°) largest counties have their Coroner function separate from the Sheriff. In the same group, there are equal numbers (4) of Sheriff- Coroners and Medical Examiners. (Fresno County has adopted an ordi- nance separating the Sheriff and the Coroner at the end of the current Sheriff-Coroner' s term) . The majority of Sheriff-Coroner arrangements are in counties of less than. 100,000 people (23 counties) . 12. Urbanization or population density does not appear to be a consistent criteria for one or another+arrangement inasmuch as the most dense (San Francisco) has a Medical Examiner, the second most dense (Orange) has a Sheriff-Coroner, and the fourth in density (Alameda) has an elected Coroner-Public Administrator. Conclusion f Simply based on prevailing practice among counties of similar rank, one could conclude that Contra Costa should return to the elected Coroner system even though this is generally considered less desirable than either the Sheriff-Coroner or the Medical Examiner. In my view, each county has to decide what is best for its own situation disregarding what others are doing. Prevailing practice should not be a compelling reason for any particular arrangement. E. Potential for Better Trained Emnlovees The possibility of utilizing non-sworn Deputy Coroners with experience and/or specific training in the investigation of the reasons for death, dealing with bereavement, and handling bodies has been advanced as a reason for the establishment of a Medical Examiner. Discussion As is evident from the workload statistics in Appendix 4 , the vast majority of Coroner's cases do not involve any criminal investi- gation. :chile the original mission of the coroner was to keep murders from going undetected, the responsibility to determine criminal liability has been given to the District attorney. The quality of Coroner investigations, in all categories, could be improved if employees were specifically trained in forensic medicine. Not only would this educational background better prepare Deputy Coroners in dealing with the medical profession, but might also be of valuable assistance to the pathologist in the autopsy room. A change from sworn officers would require that the new Deputy Coroners also receive specific training in criminal investigation. The current practice of using Deputy Sheriffs does offer some flexibility to the Sheriff's Department in staff assignments. A conversion from using Deputy Sheriffs to Deputy Coroners could be accomplished while leaving the Coroner' s function with the Sheriff. 13. Of 0189 Conclusion An improvement in the general quality of Coroner's investi- gations might result from the establishment of a Deputy Coroner classification and the recruitment of persons who are prepared to make a career in this field. It would not be necessary to create a Medical Examiner to accomplish this change. F. Sheriff (Police) Duties In Relation to Coroner Duties The different responsibilities of a policeman and a Coroner at a death scene have raised a question of the appropriateness of having both functions handled by the Sheriff (mainly a policy agency) . Discussion Generally, the function of the Coroner is to determine the cause of death and the police are to decide if there is suspicion that anv laws have been broken and apprehend the suspected wrongdoer. Obviously, both functions are investigative and essentially directed at law enforcement. Organizational logic would indicate that there are benefits of economies of scale, staffing flexibility, and combined resources in having these similar functions in one department. The potential Problem can occur at the working level where the main function of the Sheriff-Coroner (police investigaticn) can be given more importance than the Coroner's function. It is important that this not occur so that the Coroner can fulfill its legal role as the investigator of the causes of death The Government Code provides that the body of one who is known to be a coroners case shall not be disturbed or moved from the position or place of death without the Permission of the Coroner (Government Code Section 27491.2) . The following Section (Government Code 27401.3) provides that the Coroner shall, when it is apparent that a police investigation of a criminal Prosecution may ensue, the body or related evidence will not be disturbed until the law enforcement agency has had an opportunity to respond. Conclusion While it is possible for the Sheriff's Department to emphasize their police responsibilities at the expense of the Coroner's duties, it is equally possible for an independent Medical Examiner to pursue his or her duties in such a way as to impede an adequate police investigation. 14. � , 00190 In order that both functions are given the opportunity to meet their individual responsibilities, both should have equal organizational structure. This could occur by creating a Medical Examiner or by making the Coroner' s Bureau an independent, division in the Sheriff' s Office, reporting directly to the Sheriff. G. Other Issues While other minor issues have been raised surrounding this proposal, they are not discussed here because these remaining issues . even taken collectively, are not significant enough to affect the decision. To include them would serve to only further complicate the task facing your Board. 13. �s►1 ��1 IV. RECOM1 ENDATION From the review that generated the foregoing report, we have been through the laws, operating policies, and actual practices of the Coroner' s Bureau with as much thoroughness as time allowed. Based on the study, we have concluded that the proposal to separate the Sheriff and Coroner functions and establish a separate Medical Examiner Department should not be adopted. The Sheriff-Coroner combination should remain as the system Contra Costa County utilizes to discharge its coroner responsibilities so long as certain improvements are made as set forth below under "Other Recommendations. " In making this recommendation, we have concluded that the potential for a conflict of interest between the Sheriff and Coroner functions is adequately protected against by present constitutional and statutory provisions. Further, it is our conclusion that there is no cost advantage to a separate Medical Examiner Department and that there is, in fact, a potential for higher cost under such an organizational arrangement. By not changing the Sheriff 's responsibility for Coroner duties, the Coroner' s Bureau will continue to realize the benefits of Sheriff Department resources such as the crime lab, communications, investigative bureau, records capability, and administrative support. Further, the span of control of the Board of Supervisors and the County Administrator, as well as the services of the central staff agencies, will not be further extended by the creation of another department and the administrative problems of a separate small department will be avoided. Such a conclusion by your Bomar. ? will also recognize the highly professional and essentially; problem-free operation of the Coroner's Bureau by the Sheriff-Coroner since he was charged with this responsibility in 1968 . To create a new and untested agency could jeopardize the efficient handling of the vast majority of Coroner's cases which currently present no problems for your Board. Other Recommendations Some of the points raised by this study have enough merit to warrant further study; all of these can be accomplished under the existing system. It is, therefore, further recommended that your Board direct me to pursue the following points with the Sheriff- Coroner and the District Attornev. 1. To mitigate the potential confusion between police and coroner :unctions, the Coroner' s Bureau should be returned to division status (report directly to the Sheriff-Coroner) as was recommended when the offices were consolidated in 1968 . 16. 001,92 2. The use of non-sworn deputy coroner positions with specific training in this Meld would improve the overall investigation e=fort and afford about S12, 000 a year in cost savings . 3 . The Sherif'f should adopt very specific written depart- mental policies that require an inquest in all in-custody and police related deaths. 4. The Board might also support legislation that would strengthen the rights of the District Attornev to request and participate in inquests dealing with all police related deaths . He could also be given the right to demand an autopsy in such cases and be allowed to have an observer at these examinations . In addition to the above, I am a'-so prepared to respond to anv new issues that arise as a result of the public hearing on January 3, 1978 . 17 Aopendices 1. Coroner History 2 . Survey of California Counties 3. 1977--78 Final Budget for Coroner' s Bureau 4 . Coroner Workload Statistics 5 . Summary of Selected California Crews 6. organization Charts 18. APPENDIX 1. HISTORY OF THE CORONER The term coroner originated in England during the middle ages being derived from the Latin corona (the crown) and was so called because he enforced the orders of the crown and was the principal conservator of the peace. He had at that time the power to hear and determine felonies and therefore his court was analagous to the ordinary courts of law. These powers were later substantiallY abridged by the Magna Charta. Under the early common law the office of the coroner was one of great diginity, the coroner being next to the sheriff who was the most important civil officer it the county. His powers and duties were both judicial and ministerial and his authority extended to incuiries concerning the manner of death of any person slain or who died in prison, or who otherwise came to a violent or sudden death. His ministerial office was simply to act as the sheriff 's substitute, that is to perform the duties of that officer whenever the later was disabled from doing so. The coroner's principal duty, however, was to inquire into the manner in which persons came to their deaths where there was reason to suppose that death might not have been due to natural :Weans. The coroner was originally in -England an elective officer chosen by the freeholders in a county court held for that purpose. Later the Power of election was taken away from the freeholders by statutes invested in the county council. When created in 1194 in England, the office of the coroner served an important function in the administration of criminal justice principally related to homicides which was an important source of revenue for the crown. If a Norman was feloniously killed, the locality in which the death occurred was required to apprehend the felon and present him to the king's court for trial. Failure to do so resulted in a fine being levied on the locality. It fell to the coroner to protect the king' s revenues in cases of homicide by providing the justices with lists of to all the homicides committed in the locality. Thereby, the justice could check upon the community' s ability to apprehend and Prosecute a felon and assess fines for failure to do so. 19 . 00195 Although the office of the coroner grew in importance for a century it declined steadily from the end of the 13th Century. Next, came the gradual growth in the power of the justice of the peace, his function supplanted many of the coroner's functions and his authority included the power to decide questions of the coroner' s jurisdiction. Police forces were created which served the investi- gatory role once played by the coroner and the public prosecutor became responsible for bringing the accussed criminals to trial. Still the coroner continued to hold inquests and in some places issued warrants for the arrest of persons responsible for the death. Finally in both England and the United States the chief role of the coroner became associated with the authopsy. He was expected to conduct a medical examination in cases of unexplained death to determine whether there was a possibility of foul play. In the United States there was rarely_ any eligibility requiremt for holding the office. Further, the inquest juries were poorly suited to pass on the information provided by medical witnesses and as a result some states eliminated the coroner entirely and submitted a medical legal expert subordinate to the prosecutor. Thus most of the function performed historically by the coroner' s inauest are now discharged by other institutions. The investigatory roles performed by the police, the prosecutorial role by the district attorney. CONTRA COSTA COUNTY Pursuant to general law the the elective office of County Coroner has existed in Contra Costa County since the late 19th century. In 1958 the Board of Supervisors consolidated the offices of County Coroner and Countv public Administrator. in March, 1968 the Office of the County Administrator conducted an organizational review of the Office of Coroner-Public Adminis- trator-Public Guardian and recommended that upon the vacancy of the then present incumbent Coroner, the County Coroner function be consolidated with the Office of the County Sheriff and that the Public Administrator-Public Guardian function be consolidated with the District attorney. Aft?r extensive review of the Administrator' s recommendations by the Board' s Administration and Finance Committee and Following a public hearing on this subject, the Board on August 20, 1968, adopted County Ordinance Ny mber 38-45 which affected the consolidation of the Office of Countv Sheriff and Coroner effective January 2, 1971, unless the office of Coroner became vacant prior to that date. 20. On September 30, 1968 Dr. L. H. Fraser, the incumbent Coroner died in office, and on October 8, 1968 the Board appointed then Sheriff Walter r Young as the Coeroner of Contra Costa County. Consolidated functions of the Sheriff and Coroner have operated substantially unchanged from 1968 until the present time. In recommending the consolidation of the Office of Coroner and Sheriff, the Board' s Administration and Finance Committee stated that the suggested consolidations were in line with the policy of the Board of Supervisors at that time to effect consoli- dations wherever practical in the interest of improving County government organizational integration. The elective office of County Coroner was established at a time when only subjective methods such as inquest and investigations were available as the primary means of determining cause of death. It was felt that an elective office was necessary to provide a check against the arbitrary abuse of power by this public official. In deciding to consolidate the Office of Sheriff-Coroner, the Board of Supervisors recognized that that situation no longer prevailed because scientific techniques and methods were available to determine the cause of death objectively and that the essential element of this function has become the need for technical patho- logic expertise which could be most efficiently obtained on an appointed basis. It was also felt that consolidation with the Office of Countv Sheriff would provide substantially improved operational . flexibility because all Deputy Sheriffs would automatically become Deputy Coroners, thereby enabling 24-hour quick response by the County to possible Coroner' s cases. It was also felt that the availability of the Sheriff' s investigative division would substantially improve the detailed investigative work in connection with Coroner' s cases. As recommended to the Board of Supervisors, a contract was signed with Dr. William H. Bogart, Pathologist, on August 1, 1969 appointing hLn as the Chief Medical Examiner for the Coroner' s Office therebv assuring that the availability of the necessary technical expertise. In 1974, the County Morgue facility was opened having been built in conjunction with the construction of the Martinez Community Hospital. Financing of this facility was partially arranged by the Sheriff-Coroner who strongly supported a change from the then existing system under which private morticians served as Deputy Coroner's and autopsv work was performed at funeral homes. 21. 00197 Ai'i'E�pIX 2 ��ER E�CTIpt R T� C� 0 CALZFCR� Z_A CoUIATIES 22. Appendix 2 TABLE 1 Coroner Function in California Counties (Population rank, July 1, 1975, is shown in parentheses) Coroner-Public Medical Administrator/ Sheriff--Coroner Examiner. Coroner Guardian Y Alpine (58) Los Angeles ( 1) Marin ( 20) Alameda ( `,) Amador ( 50) San Francisco ( 8) San Diego ( 3) Calaveras ( 48) Butte ( 25) Santa Clara (4) Trinity (53) Colusa ( 52) CONTRA COSTA (9) Ventura (13) 3 counties Humboldt ( 27) Del Norte (49) comes Inyo (47) El Dorado ( 34) * Kern (1.4) Fresno ( 12) Kings ( 33) Glenn ( 45) Merced ( 26) Imperial. ( 32) Monterey ( 17) Lake ( 4 3) Rivers ide ( 1 1 ) Lassen ( 46) Sacramento (7) Madera ( 36) 1,:J, I W'' 'wl? San Bernardino (6) Mariposa ( 54) San Mateo ( 10) , Mendocino ( 35) i 4 , Shasta ( 31) htodoc ( 55) u � i ; . Solano ( 22) `v Mono ( 56) �:,<., :r �,. Tehama (41) Napa ( 30) 16 counties Nevada (40} * !' s �. • Orange ( 2) Placer ( 29) P.lumas ( 51) San Benito (44) ** 1 ' Iola+ San Joaquin ( .15) San Luis Obispo ( 24) Sante Barbara ( 16) Santa Cruz ( 23) Sierra ( 57) Sisk.iyou ( 39) Sonoma ( 18) Stanislaus (19) * Sutter ( 37) Tulare ( 21) *Sheriff-Coroner. -Public Administrator Tuolumne ( 42) **Sheriff-Coroner-`Pax Collector-Civil Defense Director Yolo ( 28) Yuba ( 38) '15 countN_; Appendix 2 C TABLE 2 Comparison of Coroner. Function in Fifteen Largest California Counties Persons Per Square Mile Population July 1, 1975 Population Density Rank County Coroner Function Population Density Rank 1 Los Angeles Medical Examiner 6,944,900 1, 706 .8 3 2 Orange Sheriff-Coroner 1,710, 200 2, 187 .0 2 3 San Diego Coroner 1,587, 500 372.6 10 4 Santa Clara Medical Examiner 1,173,400 962 .6 6 5 Alameda Coroner-Public Admin. 1,088,700 1, 485 .3 4 . 6 San Bernardino Coroner-Public Admin. 696,800 34 .6 33 7' Sacramento Coroner-Public Admin. 688,000 705.6 8 8 San Francisco Medical Examiner 668 ,800 14 ,862 .2 1 9 CONTRA COSTA SHERIFF-CORONER 584, 200 794 .8 7 10 San Mateo Coroner-Public Admin. 573,000 1, 281.9 5 11 Riverside Coroner-Public Admin. 526 , 600 73.4 23 12 Fresno Sheriff-Coroner 445,600 74 .7 22 13 Ventura Medical Examiner 438, 100 235.2 12 14 Kern Coroner-Public Admin. 343,700 42.2 30 15 San Joaquin Sheriff-Coroner 299, 400 212 .0 14 Appendix 3 1977-1978 Final Budget for Coroner's Bureau Office of the Sheriff-Coroner Budget Appropriations (Cost Center 0359) Salaries and Wages $344,230 Services and Supplies 149, 040 Fixed Assets 1,120 Total $494, 390 Authorized Positions Classification Number of Positions Lieutenant 1 Sergeant 2 Deputy Sheriff 5 Senior Coroner ' s Aide 1 Coroner ' s Aide 5 Senior Clerk 1 Intermediate Typist Clerk 1 16 Contract with Medical Examiner Included in the above presented appropriation for services and supplies is $60,000 to finance the contract with the County's Medical Examiner (pathologist) under which all autopsies are performed. County Morgue Also included in the appropriation for services and supplies is $28, 900 to pay the lease and operating costs for this facility. The morgue was opened in 1974 and is a single story building of about 4, 100 square feet located on the grounds of the Kaiser Hospital in Martinez. The County has a long-term (25 year) lease, at $18, 000 per year, and has an option to acquire the facility (at minimal cost) at the end of the lease. 25. iSV01 Appendix 4 Sheriff-Coroner Workload Statistics The comparison of workload, distribution of cases by type and activity required, and a demographic breakdown of coroner cases is adequately displayed on the following pages taken from the 1976-1977 Sheriff-Coroner ' s Annual Report. 26. CORONER CASES _w.. 1500 1331 1304 1267 1189 1192 1000 500d................ ..... 0 = 75-76 76-77 72-73 73-74 7475 COMPARASON OF CATEGORIES Non- Year Homicides Suicides Traffic MiK. Traumatic Total 72-73 577 82 100 137 956 1331 73-74 43 103 79 136 943 1304 74.75 56 103 75 148 810 1192 75.76 50 93 138 146 840 1267 76-77 44 97 108 50 890 1189 Note:Coroner statistics are countywide. 27. 00203 COMPARISON OF AUTOPSIES, INSPECTIONS, INQUIRIES AND BRIEF FORM CASES . 1976-77 197 .76 1 .O c 16+p Otn�S inquiries bt`z�\ �a0 142 brief forms inquiries 7 4 autopsies autopsies 874 925 1974-75 1973-74 alp brief fi ort' inquiries �n uiries brief forms autopsies autopsies AUTOPSY: The external and internal examination of a decedent to determine cause of death. INSPECTION: Body viewed for trauma or anything unusual. Cause of death determined by investigation. BRIEF FORM. Decedent not seen by a doctor within 10 days. Death reported but doctor is authorized by coroner to sign death certificate. INQUIRY: A reported death taken as a coroner case. determined not be after in- vestigation has been made. 28. 00204 COMPARATIVE DATA: Homicides, Suicides, Traffic Fatalities, Accidental Overdose, Drownings and Industrial Accidents Homicides Suicides Traffic Accidental ProwningsIndustrial Overdose Accident SEX Male 35 66 80 11 10 3 Female 9 31 28 24 2 0 RACE Negro 20 7 0 3 2 2 Caucasian 24 88 0 32 10 1 Other 0 2 0 0 0 0 AGE Fetal 0 0 0 0 0 0 0-10 1 1 6 0 3 0 11-20 7 5 23 5 2 1 21-30 19 30 43 10 3 0 3140 8 16 17 4 2 1 41-50 4 18 3 7 1 1 51-60 1 14 7 7 0 0 61-70 2 8 2 2 1 0 71-over 2 5 7 0 0 0 BLOOD ALCOHOL Not tested 1 5 26 2 2 0 Absent 24 59 29 20 3 3 .01-.09 7 13 14 5 1 0 .10-.19 4 11 17 5 3 0 ?0-09 6 8 20 2 2 0 .30-over 2 1 2 1 1 0 90901; 29. �' . . — = -APPENDIX 5'. Summary of Selected California Laws on Coroner's Functions' The following summary of selected laws governing the operation of the Coroner and the proposed Medical Examiner function in California was developed from Cal Jur (15 Cal Jur 3d) . I. GENERAL A. APPOINTMENT AND REIMBURSEMENT The Office of County Coroner is an elected position (1) . Compensation to the Coroner is regulated by the County Board of Supervisors (2) . However, in particular instances, State law provides for reimbursement for certain expenditures. There is a provision in the law for payment to the Coroner for certain embalming and burial services. B. CONSOLIDATION WITH OTHER OFFICES The Board of Supervisors may, by ordinance, consolidate the duties of the Office of Coroner with those of Public Administrator, District Attornev, or Sheriff (3) . C. DISCRETIONARY POWERS Although it is the function of the Board of Supervisors to supervise the conduct of the Coroner in relation to his official duties (4) , it is well within the Coroner' s discretion to decide when an inquest is necessary or an autopsy should be performed. D. TERRITORIAL JURISDICTION The jurisdiction of the Coroner is limited only by the territorial boundaries of the County for which he acts. Generally speaking, the location of a dead body determines which Coroner has jurisdiction. II. DUTIES A. IN GENERAL When a Coroner is informed that a person has been killed by violence, or has died under circumstances as to afford a reasonable ground to suspect that his death has been occasioned by the actions of another by criminal means, or that a person has died without medical attention, he must ascertain ne cause of death and sign a death certificate (5) . 3o. 0{1 �?� When a physician, funeral director, or other person has knowledge regarding the death of a person, he must notify the Coroner in the following situations: a. where a person has died either w_.thout medical attendance or during the continued absence of an attending physician, b. where the attending physician is unable to state the cause of death, c. where suicide is suspected, d. where death follows an injury or accident, and e. where a person has died under such circumstances as to afford a reasonable ground to suspect that the death was caused by the criminal act of another (6) . In the above circum- stances, it is the Coroner's duty to innestigate each death and ascertain as many of the facts- as are required for proper certi- fication of death (7) . Where the Coroner is required by law to investigate the cause of death, it becomes the person entitled to the custody of the ramins of the decedent until the conclusion of the autopsy or medical examination. He may demand of any person in possession of the remains that he surrender the remains to him (8) . In pursuit of this duty, he may summon a surgeon, physician, or chemist to hold a post mortem examination or to make an examination of the tissue of the decedent and render a profes- sional opinion as to the cause of death (9) . The Coroner must promptly furnish to the Bureau of Criminal Identification copies of the fingerprints of the deceased person whose death are in classifications requiring inquiry by him (10) . B. AUTOPSY Because the general purpose of an autopsy is to determine the cause of death, the Coroner may order this examination as an alternative, preliminary or supplementary to an inquest (11) and he has the discretion to determine who may be present in addition to the autopsy surgeon. The consent of the decedent's family is not required when the Coroner has right to the exclusive possession of the body. In cases of death without medical attendance and without violence, casuality, criminal or undue means, the Coroner may without holding an autopsy, issue a certificate of death based on statements of relatives, persons last in attendanc, or persons present at the time of death. The certificate of death may be issued after due medical consultation and upon the opinion of a licensed medical practitioner provided tAhe information shows clear grounds to establish the correct medical cause of death 31. 40 within the accepted medical practice and the standards of the State Department of Public Health (12) . When a request has been made in writing by a surviving spouse, or if no surviving spouse, by a surviving child or parent, or if no surviving child or parent, by the next of kind of a decedent, the Coroner must perform an autopsy (13) . The cost of such autopsy must be paid by the person requesting it. C. REPORT OF A DEATH OF A PRISONER In anv case where a person dies while in the custodv of any law enforcement agency or while in the custody of a local correc- tional facility, such law enforcement agency shall report in writing to the Attornev General within 10 days after the date of the death all facts concerning the death. This shall be available for inspection by interested parties except to those matters deemed privileged by the Attorney general (14) . III. INQUESTS A. IN GENERAL The Coroner may, in his discretion, if the circumstances warrant, hold an inquest and he must hold an inquest if requested to do so by the Attorney General, the District Attornev, the Sheriff, the Citv Prosecutor, the City Attorney, or Chief Police of a city in the Countv in which such Coroner has jurisdiction. Such request are open to the public (15) . The Coroner, an authorized deputy, or a Nearing officer must conduct the inquest (16) . The object of an inquest is to show not only the cause of death, but to exclude all supposable or possible causes. Although the inquest may be set aside by the court, or another one called by the Coroner if it appears that an error has been made in the identity of the decendent by the jury, the Coroner has the burden to show that the first inquest was unlawful if he undertakes to perform a second one for the same reason. Onl_v one inquest may be held either upon the body or upon the several bodies of persons killed by the same cause and who died at the same time unless that hearing is set aside by the court (17) . There is no question as to the authority for a Coroner to hold an inquest for the primary purpose of securing information for the use of those who are charged with the detection of the prosecution of crime and he cannot be prosecuted merely because it is deter- mined that a decedent died a natural death. Such an inquest is not a trial, a suspected person is not entitled to council as a matter of constitutional rights. Testimony given at the inquest must be reduced to writing or recorded and the Coroner is authorized to employ a clerk or steno- grapher to provide such service (18) . B. CORONER'S JURY Whether a jury is called to hear the evidence presented at an inquest is subject to discretion of the Coroner (19) . When an inquest is to be held and a jury is called, the Coroner must summon or cause to be summoned not less than nine nor more than 15 persons qualified by law to serve as jurors (20) and when six or more of those persons attend, they may be sworn by the Coroner to inquire into the circumstances of the decendent; s death (21) . No person is to be summoned as a juror who is related to the decedent or who is charged or suspected of killing nor may anyone be summoned who is know to be prejudiced for or against the decedent (22) . Jurors may request the Coroner to summon and examine any person as a witness if in their ouinion that person has any knowledge of the facts of the decedent' s death (23) . The fees paid to Coroner' s juries are those paid to jurors on criminal trials (24) . C. WITNESSES The coroner has the power to summon (25) or subpoena witnesses (26) to attend and testify at an inquest. This power includes the right to subpoena persons whose names and addresses have been furnished to him by the next of kin of the decedent, an attornev for the next o`_ kin, or t_he District Attorney when it reasonably appears to the Coroner that the person named are in fact necessary witnesses (27) . While the Coroner is a quasi-judicial officer, he is not empowered to adjudge a witness who appears by virtue of a subpoena and refuses to testify guilty of contempt. A witness who wilfully and without reasonable cause fails to attend and testify is guilty or a misdeameanor and the Superior Court has no jurisdiction to punish such a witness merely on the face of the warrant and order of the Coroner without a trial. D. VERDICT AND RECORD AS EVIDENCE Following the hearing, the jury, or Coroner where he is sitting without a jury, must render a verdict and certify it by a signed finding in writing setting forth the name of the deceased, the town and place of death, the medical cause of death, and whether the death was by natural causes , suicide, accident, or the hands of the another person other than by accident. However, the findings may not include or Blake anv reference to the civil or crim ^ai responsibility on the part of the deceased or anv other person (28) . If the findings are that the deceased met death at the hands of another, the Coroner must also file with the County Clerk and transmit his findings to the District Attorney, the police agency of the Jurisdiction where the dead body was recovered, and any other police agency requesting copies of the finding (29) . He 33. must also file the transcript of testimony of witnesses examined at the inquest and either his office or that of the County Clerk, as determined by the County Board of Supervisors (30) . The verdict or decision of an inquest is inadmissible as evidence in any civil or criminal proceeding (31) . It is mere opinion and hearsay. Thus, it is not admissible in subseauent proceedings to show the time and manner of death of two persons who were murdered together or to prove negligence on the part of t.ze defendant. IV. i'4EDICz,L EX-a-MINER Notwithstanding any other provision of law, the Board of Supervisors may by ordinance abolish the Office of Coroner and provide instead for the office Medical Examiner. The Medical Examiner is to be appointed by the Board and exercise the powers and duties of the Coroner. To aualifv as a Medical Examiner, the individual must be a licensed physician and surgeon and be certified as a specialist in pathology (32) . 34. � � Footnotes- Summary of Laws 1 . Government Code 24009 2 . Government Code 25300 3 . Government Code 24300 4 . Government Code 25303 5 . Government Code 27491 6 . Health and Sa-fety Code 10250 7. Health and Saetv Code 10251 8 . Health and Safetv Code 7102 9. Governmenn Code 27499 10 . Penal Code 11113 il . Government Code 27491 . 4 12. Government Code 27:91 . 5 13 . Government Code 27520 14 . Government Code 12525 15 . Government Code 27491 . 0" 16 . Government Code 27491 . 7 17 . Governnment Code 27511 18 . Government Code 27502 19 . Government Code 27491 .6 20 . Government Code 27092 21 . Government Code 27496 22. Government Code 27493 23 . Government Code 27499 24 . Government Code 27496 .5 25 . Government Code 27499 26 . Government Code 27498 27 . Government Code 27499 . 1 28 . Government Code 27504 29 . Government Code 27504 .1 30 . Government Code 27503 31 . Government Code 27502 . 2 32 . Government Code 24010 35 . APPENDIX 6 ORGANIZATION CHARTS CONTRA COSTA COUNTY SHERIFF - CORONER and the CORONER' S BUREAU 36 . APPENDIX 6. CONTRA COSTA COUNTY SHERIFF-CORONER'S DEPARTMENT Sheriff-Coroner Administrative Assistant Sheriff '—'— section a E mmunications Criminalistics Division Laboratory Engineering Laboratory taintenance Crime Scene Technicians Detention Division Division Division. Main Jail Felonv Rehabilitation Juvenile Center Branch Jail Patrol Service Burglary Bailiffs Division Division Special Services Work Furlough PatrolRecords Coroner Unit Transportation __ Civil Marine Inspect & Property Litter Control Dit, ion Photography Contract Cities Inspection Dispatching Internal:$airs Intelligence Community Relations '. Trainine Reserves Appendix 6 �fJLRIf=F�COfZO;Ii_fZ Coroner' s Bureau Contra Costa County Sheriff-Coroner. (December 1-977 ) A`;"I5IAJJf SHL-RIFF i . . I(1V l_`11 1 GAI l 0(J CAl'1 AI(J �. CORMIER UN IT COMHANOER Lieutenant SUP, GMTEF CLE Rv SHIFT SUPLIN I SOBS l-10 l CAL EXAMML.R Sergeants (2) TYI'IS1 LPAILUGIST CIA R!: DEPUTY DEPUTY OCP[ITY DEPUTY DEPUTY IIJVESTIGAT01 INVESTIGATO INVGSTIGATO ltIRSTIGAT01' INVESTIGATOR PATHOLOGIST SENIOR SENIOR CORO(JE(?'S CORONER' S CORONER S OROIJLI?'S COR(IPJ .R'S Olt( (I 'S AIDE Al� f,7_ )F ) COI?O�JI�It'S AI1'(i1TION PkOHOTAR!_E 10 S(:;110R ('01m,11 R' AIDE , • Sheriff-Coroner Contra H.E.•Bud'Hobert Assistant Sheriff P.O.Box 391 Costa L.A_Glenn Martinez.California 94553 Admin.Services Officer ,415,372- :2402 County Harry D. Ramsay SHERIFF-CORONER a January 3, 1978 RECEIVED JAN 3 1978 J. R. 0,4i1(%1J CLERK BOARD OF SUPERVISORS Warren N. Boggess, Chairman CO i COSTA CO. gg - B _G. Deputy J _.._.. ......... Contra Costa County Board of _ Supervisors Administration Building Martinez, CA 94553 RE Proposed Separation of Coroner's and Sheriff's Functions Dear Chairman Boggess and Members of the Board: I urge you to reject the proposed separation of the Coroner's and Sheriff's function. _ You have received a good deal of information on the subject from various sources, some of which is replete with unsubstantiated innuendos, uninformed opinion, and, in some cases, apparently deliberate misrepresen- tations. The Contra Costa County Police Chiefs' Association has endorsed con- tinuation of the Sheriff-Coroner services, and advised your Board that Coroner services now provided are "very professional" and "outstanding". The Deputy Sheriffs' Association has refuted a number of allegations presented to your Board and recommended retention of the present system. The County Administrator has presented a comprehensive report on policy issues of concern to your Board and recommended that the offices of Sheriff and Coroner remain combined. In our opinion, the majority of those engaged in the funeral industry are satisfied with the existing arrangement. - Proponents of the separation have primarily focused on two issues: "Potential" Conflicts of Interests, and costs. 0021.5 Microfilmed with board order AN EQUAL OPPORTUNITY EMPLOYER -2- It is of interest to note that no specific incidents of "Conflicts of Interest" have been alleged. Conflicts of Interests The primary concern appears to be with investigation of prisoner deaths. Our records indicate that 23 prisoners died between January 1, 1969, and December 16, 1977, in Contra Costa County. Of these, 16 deaths involved prisoners remanded to the Sheriff's custody and seven involved prisoners in custody of City police. We estimate that 198,000 prisoners were booked through County Jail facilities and City Jails in the 9 year period since the Sheriff's and Coroner's office were combined. Of these, 101,540 prisoners were booked in County Jail facilities (including persons sentenced to serve weekend sentences) . The 23 deaths represent less than 1/100 of 1% of all prisoners booked in the entire County. Of the 16 deaths involving Sheriff's prisoners, 9 occurred in hospitals, one in a contracting Jail and six in Sheriff's Detention facilities. Six deaths were from natural causes ranging from acute chronic alcoholism to cancer or heart failure. Four of the 6 died in County Hospital. Two died at the Main Jail . Of the remaining 10 deaths, three that were ruled "accidental" occurred at County Hospital. One from Heroin overdose, one from acute Hepatitis from a self-administered tattoo, and one from a head injury suffered in a fall prior to arrest. Another Hepatitis death at County Hospital also involved a homemade tattoo kit and was ruled either natural or accidental when no determination could be made if the inmate contracted Hepatitis before or after the tattooing. Out of the 6 remaining deaths, one occurred in San Francisco County Jail and was investigated by the San Mateo County Coroner and San Francisco authorities. This involved a suicide of an inmate in a one-man cell by hanging. 0021.6 A death of a prisoner from barbiturate overdose occurred at Brookside hospital, this inmate, who had been in custody of San Pablo Police, took Seco-barbital that had been concealed in her boot and was ruled a suicide. The remaining 4 deaths, all suicides, occurred in County Jail facilities. One inmate who was alone in his Main Jail cell--set fire to his mattress after stuffing rags and papers around air vents and died from Asphxia by smoke inhalation. Another Alain Jail inmate hanged himself in a single cell and left suicide notes. An inmate in an isolation cell at the Rehabilitation Center hanged himself after talking with other inmates of suicide. (The suicide threats were not reported to staff by the other inmates.) Another Rehabilitation Center inmate hanged himself while confined in a security cell. Inquests ruled suicides in both cases at the Rehabilitation Center. In the last case because the family questioned the circumstances of the suicide--an outside hearing officer was brought in to conduct the inquest with a Coroner's Jury. The Jury determined that the inmate had died by suicide from hanging himself while alone in the cell . All Jail deaths were reported to the State Attorney General. Police Related Deaths Only one Sheriff's Deputy has been involved in the fatal shooting of a suspect since the Sheriff's and Coroner's office were combined. In that case the suspect was cocking a loaded rifle aimed at the Deputy when he was shot. An outside hearing officer was also brought in to conduct that inquest. The Assistant District Attorney was present throughout. The District Attorney determined that the shooting was in self-defense and justifiable. One Sheriff's Deputy was involved in a fatal automobile accident. An outside police agency was summoned to conduct the accident investigation. In any matter involving the death of a suspect at the hands of a police officer of any other agency the Coroner's function is to determine the cause of death and whether or not the decedent died at the hands of another. -4- All such cases are referred to the District Attorney who must determine if the killing was justifiable or initiate prosecution. Criminal Investigation of Deaths Occurring in Other Police Jurisdictions Under Staze law City police are responsible for investigation of violent or questionable deaths occurring in their own jurisdictions with regard to prosecution of-suspects. The Coroner's function is to determine the time, manner, place, and cause of such deaths, and if the death occurred at the hands of another. In the isolated cases where any disagreement existed between the Coroner and the responsible police agency concerning a case the Coroner's office and Sheriff's investigative personnel have beery assigned to conduct an independent investigation to resolve the matter to the satisfaction of the Coroner. In addition to the checks and balances discussed in the County Administrator's report concerning conflicts of interest, other safeguards exist in the criminal justice system. The Federal Bureau of Investigation has a responsibility to investigate any violation of civil rights, including the wrongful taking of a life by a peace officer, and does so in every case where a complaint is received from any source. Federal and State courts have the duty to protect civil rights and do not hesitate to order investigations when allegations of wrongdoing are made. As Coroner, I have insisted on careful and diligent scrutiny of any case involving the taking of a life by police. I could ill afford to do otherwise. The system provides for criminal and civil penalties or removal from office for malfeasance or misfeasance, in any matter where a Coroner or Sheriff does not exercise due diligence. Costs Present staffing arrangements provide for rapid removal of deceased persons to the Central Morgue, autopsy on the following morning, prompt release of remains for burial whenever possible, and timely issuance of death certificates. -5- C Bereaved families can be placed in financial hardship between the time of death and issuance of death certificates. No insurance can be paid until a death certificate is issued. Timely processing of cases is also of extreme importance to private funeral directors. Rapid response to calls is important to police agencies. Bodies cannot be left lying on the stra ets in public view for extended periods nor do the police have time to wait at the scene. Timely removal of remains from residences, rest homes or other places of death is important to survivors. Present staffing levels provide for adequate administration and supervision of the Coroner's function. The current Coroner system established through the elective process provides local control--and at the same time is professionalized by the Medical Examiner contractual arrangement. A change in the system to an appointive Medical Examiner will take away one more elective prerogative from the Contra Costa County citizen. I am personally satisfied that we have done an outstanding job in developing an effective Coroner system for Contra Costa County. We are especially proud of the Central Morgue facility that we attained for the County. My staff and I are prepared to answer any questions that may arise at the public hearing and have supplemental data available if it is needed. Very truly yours, Y D. ISAY, S riff-Co sfer HDR:HEFT:lm cc: Arthur G. Will, County Administrator Board of Supervisors 002,19 COMIER DEATHS ASSOCIATED WITH LAW C'iFORCEMENT ACTIVITIES • SINCE CONSOLIDATION OF THE SHEi: iFF-CORONER FUNCTION Its CUSTODY OFFICER VEHICLE DEATHS SHOOTINGS ACCIDENTS Antioch Police Depa rtnen t 2 2 - Brentwood Police Department _ - - - California H i ghe:ay Patrol - - - Concord Police Department - 1 (Clayton) - Contra Costa County Sheriff 16 1 1 El Cerrito Police Department -- Not Heard From --- Martinez Police Department - - Pinole Police Department - - - Pittsburg Police Department - - Pleasant Hill Police Department - l Richmond Police Department San Pablo Police Department Walnut Creek Police Department - - - TOTALS 23 9 1 - - j 0.0220 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA Re: Ordinance Code publication, ) authorize contract renewal ') January 3, 1978 Upon recommendation of the County Counsel and County Administrator, the County Counsel is authorized to renew the present contract with Book Publishing Co . of Seattle , for publication of the County Ordinance Code with semi-annual supple- ments and semi-annual advance sheets , under the same terms as the present contract approved on Feb . 9 , 1971, except (a) that overruns will cost $3 .40 per pa-e for 100 or less copies and $3 .90 per page for 101 to 200 copies , and (b) that either party may terminate the renewed contract as of any January 1 st upon giving the other party notice -thereof on or before the preceding October lst . PASSED on Jan. 3 .31 1978. unanimously by the Supervisors present . GWP :df cc : County Counsel County Auditor (3) CERTIFIED COPY County Administrator t certify that this is a full, true & correct copy of the original document which is on file in my office, Book Publishing Co, and that it was passed & adopted by the Board of C/o County Counsel Supervisors of Contra Cm!a County, California. on the date shorn. ATTC:T: J. R. OLSSON. County Clerk &ex-officio Clerk of said Board of Supervisors, by Deputy Clerk. 00221 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of Outline ) of How Cancer Incidence } January 3, 1978 Study Will Be Conducted. } The Board on December 20, 1977 having requested the Director, Human Resources Agency, to provide an outline of the proposed County Health Department study concerning the incidence of lung cancer in Contra Costa County; and Mr. C. L. Van Marter, Director, Human Resources Agency, having submitted a December 27, 1977 memorandum transmitting an outline of how the Cancer Incidence Study will be conducted and a proposed list of individuals who will serve on the Technical Advisory Committee to the County Health Officer for said study; and Supervisor E. H. Hasseltine having expressed concern that the study is limited to Contra Costa County and on cancer rates as between residential and industrial areas, that data resulting from the study may prove inconclusive or may be misused, and having advocated expansion of the cancer study to include the whole Bay Area for comparative purposes; and Chairman W. N. Boggess having stated his understanding that cancer incidence in Contra Costa County is no different than in other Bay Area counties and that this study is a means to so demonstrate and having called on Dr. Orlyn good, County Health Officer, for comment; and Dr. Wood having stated that the Health Department had over a period of time received a considerable number of requests for a cancer incidence study, that the grant application states only that the incidence of cancer in the County is higher than it is in the State as a whole or the nation as a whole, but that cancer rates in the County are not higher than in other Bay Area counties, and that she supported the concept of expansion of the study to the Bay Area as a whole; and Supervisor N. C. Fanden having stated that she had reviewed the composition of the committee, that she felt it provided good representation, and that she hoped a good in-depth report would be forthcoming; and Supervisor J. P. Kenny having stated that for several years funding for a study had been sought from, agencies such as the State Department of Health, the Air Pollution Control District, the Cancer Society, and the John Wood Foundation and that the County Health Department had finally obtained the funding, that he favored an impartial study, and that expansion to the whole Bay Area is desir- able if funds are available; and The Board otherwise having considered the matter, receipt of the aforesaid information is ACKNOWLEDGED and this Board's support for federal and state funding of a Cancer Incidence Study expanded to the whole Bay Area REAFFIRMED. PASSED by the Board on January 3, 1978. CERTIFIED COPY. I eertw that this is a fall, true It correet copy of cc: Director, Human Resources Agency awn original document which is on file in my office. County Administratorrd ot on1onted y. the aisuf—lsors of CCosta County. on the date Shown. ATTEST: J. R. OLSSON, County Clerk&e"fficfo Clerk of said Board of Supervisors by Deputy Clerk.( 00222 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of. Hearing on the ) Housing and Community Development ) January 3, 1978 Act Fourth Year Program. ) The Board on December 29, 1977 having received the recommendations of the Contra Costa County Community Development Advisory Council with respect to projects for the participating cities and unincorporated areas in the County to be funded under the Housing and Community Development Act of 1974; and This .being the time fixed for public hearing on the proposals for the County's Fourth Year Housing-and Community Development Act Program; and Mr. A. A. Dehaesus, Director of Planning,• having advised that the County's completed application for block grant funds must be submitted to the Association of Bay Area Governments and the State Clearinghouse for review by January 20, 1978 in order to submit the final application to the U.S. Department of Housing and Urban Development (HUD) prior to April 1, 1978, as required by HUD regulations; and Mr. Nick Rodriquez, Chairman of the Community Development Advisory Council, having advised that two hearings and seven forums . were held to receive public input prior to the Advisory Council's unanimous recommendation to the Board; and Supervisor E. H. Hasseltine having questioned whether it was appropriate (because of HUD's pressure on the County to expend funds rapidly) to allocate funds to be held for use on- future projects as yet undetermined; and Mr. Heinz Fenichel, Assistant Director of Planning, having briefly described the Housing and Community Development Law, application and proposed program; and The following persons having commented on the activities: Ms. Margo Spaulding, Senior Citizen Advisor for the City of Martinez; Mr. Robert Gray, Executive Director of the Housing Authority of Contra Costa County; f Ms. Jeanette Jackson, representing Pre-School Coordinating Council, Inc. ; Ms. Lucy Zendejas, 168 E. Santa Fe, Pittsburg; Ms. Annel Grove, former member of Pre-School Coordinating Council, Inc. ; Ms. Karen Munoz, City of Pinole representative on Contra Costa County Community Development Advisory Council and Chairman of said Advisory Council; and Supervisor E. H. Hasseltine having stated that a need exists for day care centers in the El Pueblo area, and having suggested that the proposed projects be reviewed to consider the possibility of including funding for the Pre-School Coordinating Council proposal; and Supervisor R. I. Schroder having concurred that low-cost day care centers are needed in the County, but having questioned the projected cost of the E1 Pueblo Day Care Center; and 00223 No one else having appeared to speak this day, IT IS BY THE BOARD ORDERED that the aforesaid hearing is CONTINUED to January 17, 1978 at 11:00 a.m. PASSED by the Board on January 3, 1978. 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 ray hand and the Seal of the Board of Supervisors affixed this 3rd day of January, 1978. J. R. OLSSON, CLERK By o �J Jamie L. Jo son, Deputy Cle—rIF cc: Director of Planning Director, Building Inspection County Administrator Director, Human Resources Agency County Counsel Economic Opportunity Program Director 0 1)224 CONTRA CO.'--'TA COUNTY PLANNING DEPARTMENT TO: Board of Supervisors DATE: December 29, 1977 FROM: Anthony A. Dehaesus SUBJECT: Community Development Advisory Director of Planni Council's Recommended Fourth Year Program i /Iind, • Attached please the Community Development Advisory Council's Recommended Fourth Year Community Development Program. After many months of review and deliberation, 41he Council developed its pre- liminary program on December 10, 1977. The Advisory held a public hearing on the preliminary program on December 19, 1977 and sub- sequently had a special meeting on Lecember 27, 1977 to consider comments received. On December 27, 1977, the Council unanimously approved adoption of the preliminary program as its recommendation to the Board. The Advisory Council received 68 reL.uC5ts for over $15 million this year while only $1.9 million is available for unincorporated area projects. '17ie Council continued to consider 36 very worthy projects requesting $7.5 million after its initial cut in early November. The final Advisory Council recommendation includes the allocation of $1.9 million to 22 projects which appear to be the most appropriate and feasible this year. -.. ........... RECEIVED AAD/cad 9 77 DE C 2 19 Attachment I L OMON mAW OF SUPERO ON f Vivofilmed with bowl or&r 00225 Community Development Contra Advisory Council 6 Costa C% Planning Department '- t Couny County Administration Building. North Wing l P. O. Box 951 Martinez, California 94553 10 Phone: 372-203S December 28, 1977 Warren Boggess, Chairman Board of Supervisors Contra Costa County Martinez, CA 94553 Dear Chairman Boggess: On behalf of the Advisory Council I am very pleased to present to you its recommendations on the Fourth Year Community Development Program and Appli- cation, and to request their adoption. The Advisory Council worked within a number of constraints; requirements of the law as interpreted by the IND regulations; arrangements regarding fund distributions between the cities and the unincorporated area; and the need to provide the recommendations in time so as to allow considera- tion of the program and application by your Board in January in order to comply with the I-1UD deadlines and ABAG/state review requirements. The Advisory Council worked diligently, holding regular meetings monthly as a rule and more often as needed. It attempted to obtain as much pub- lic input into the program as was possible, including collection of com- ments by mail, phone, personal presentation, Public Forums and other means. Additional public input was provided during the meetings of the Council itself, and at the public hearings conducted by the Advisory Council on October 12, 1977 and December 19, 1977. The attached memorandum summarizes the recommendations of the Advisory Council. 17iese recommendations relate to the total area of the Urban County, both the unincorporated portions and the cities. I1Jhile the Council determined the program for the unincorporated areas in total, it was apprised of the cities' concurrent efforts in developing related programs within the city boundaries. hhen it developed the overall program for the County, the Advisory Council considered all of the activities proposed for the Fourth Community Development Program Year. The Council recommendations 00226 Warren Boggcss -2- December 28, 1977 cover the coniplete Fourth Year program and application. Sincerely yours, Nick Rodriquez Chairman NR/mg Encls: Advisory Council Recommendations Recommended Fourth Year Program Activity Priority System (Revised for Fourth Year) Citizen Participation Plan (Revised for Fourth Year) Draft Application to HUD 00227 OO tMITY DR.rELOPN§3\rl ADVISORY COUNCIL RE-004 3NDATIONS TO TILE CONTRA COSTA COWIT BOARD OF SUPERVISORS ' RELATII4-: TO 111E CONI UNITY DUVELOPNINT' BLOCK GRWF PROGRAM FOR THE FOURTH PROGRAM YEAR 1. Introduction The -Advisory Council was established in January 1975 to develop and recom- mend to the Board of Supervisors guidelines to be used in reviewing pro- posals for use of funds under the block grant program, including a prio- rity system and resulting ranking of proposed activities; to hold at least one of the public hearings required by law; and to recommend any desirable changes and improvements in the citizens participation and program develop- ment procedures to be used in coming years. The Council has timed its recommendations so that the Board of Supervisors will have adequate time to consider the program and application for sub- mission of the application to the Federal Department of Housing and Urban Development by March 24 (following a 45 day review by the Association of Bay Area Governments). Further, since Contra Costa County can qualify as an "Urban County" to participate in the block grant program only if it can join with several cities to participate in its application, an accommodation was reached between County and the cities. Pursuant to this accommodation, funds were allocated to program activities within each city based on the same HUD formula used to determine the County's grant. The cities, in turn, recommend their own activities for inclusion in the County's program. 2. Priorities and Ranking The attached priority system was adopted by the Advisory Council on Play 4, ,1977 and represents a refinement of the priority system utilized in the previous years. Between July 1 and October 21, 1976 the Advisory Council solicited propo- sals for program activities to be funded. On November 9, 1977 the Advisory Council established a "first cut", consisting of 36 activities witli a cost of approximately $7.5 million. This represented a reduction from an original 68 proposed activities costing approximately $15 million. On November 30 and December 7, 1977 additional presentations from the "first cut survivors" were heard, and on December 10, 1976 the preliminary Fourth Year Program was selected. The Advisory Council held a public hearing on the proposed program on Decem- ber 19, 1977. On December 27, 1977 the Advisory Council held a special meeting to discuss comments received at the public hearing of December 19, 1977. The Advisory Council reaffirmed their decision of December 10, 1977 unanimously and authorized transmittal of its recommended Fourth Year Program to the Board of Supervisors. 3. Recommended Fourth Year Program a. A list of the activities recommended for funding in the Fourth Program Year is attached. The major thrust of the program is the following: i. Increasing and maintaining the housing stock available to low and moderate income families and persons through the encouragement of rehabilitation and the distribution of rehabilitation grants and loans and code enforcement. Work is proposed to continue in the six unincorporated neighborhood preservation areas, North Richmond, West Pittsburg, Rodeo, %untain View, Montalvin Manor, and Oakley; six cities also have programs of this nature. Two cities will acquire sites for new housing construction for low and moderate income persons. In addition a site will be acquired for the provision of housing for the handicapped in Pleasant Hill and the Blue Goose Farm Labor Camp near Brenb,=d will be rehabilitated in conjunction with the State and the United Council of Spanish Speaking Organization. ii. Elimination of blighted conditions. The Advisory Council felt that the Housing Rehabilitation and Code Enforcement program would pro- vide an initial effort in the elimination of structural blight, and that rehabilitation of structures for the various Neighborhood and Senior Center facilities would further increase this effort. Appro- priate training of rehabilitation housing occupants would be instru- mental in assuring that these structures would not deteriorate again in the near future. Selected public works projects will also sup- port these activities. iii. Provision of needed community facilities. The Advisory Council in- cluded funds for a number of Neighborhood Facilities and Senior Centers, and for building renovation at the Mt. Diablo Rehabilitation Center in Pleasant Hill. iv. The program provides funding for several park and recreation acti- vities and historic preservation projects. V. Funding is provided for Elimination of Barriers to the Handicapped, with construction funds allocated to Lafayette, Martinez, and Walnut Creek projects. vi. Limited funds are provided for administrative costs which include provision of a housing "hotline" by the Housing Alliance to assist persons in locating suitable shelter, a loan packaging service in East County, and specialized handicapped housing counseling in Pleasant Hill. b. The proposed Fourth Year Program does generate a substantial amount of additional outside funds beyond those provided by the Community Develop- ment Block Grants Program itself. Additional funds for housing rehabili- tation will come from private lenders, with the rehabilitation grants and loans bridging the gap between the capability of the borrower and current market requirements. The Neighborhood Facilities will generate private funding, volunteer effort, and will provide the base for public service -2- 00228 programs utilizing various state and federal sources. The same applies also to park development. C. Tlie program provides a reasonable geographic distribution of Community Development activities based on need and location of the County's low and moderate income households. If the Community Development Block Grants channeled through Concord, Pittsburg, and Richmond are con- sidered, this geographic distribution is further reinforced. d. ' Two activities were conditionally approved by the Advisory Council. 1) llie acquisition of a Neighborhood Facility to house drug abuse prevention counseling services iin Martinez was allocated $22,500 (the unincorporated 1i41tch) subject to the City of Martinez providing an additional $22,500 by March 10, 1977. 2) The OE-0 home Maintenance training and counseling and neighborhood beautification program was allocated $150,000 subject to approval of a detailed work program which includes a concentrated neighborhood beautification effort for appro d- mately $50,000 in %ntalvin Manor utilizing local unemployed youth if possible. In summary, the Fourth Year Program recommended to the Board of Supervisors at this time addresses itself to many of the needs of the County, within the constraints outlined in the introduction to this memorandum. It is requested that the recom- mendations of this Advisory Council be adopted by the Board of Supervisors. 3- x(1229 Contra Costa County Community Development Advisory Council Recojinwnded Fourth Year Program Housing Support Activities Description Location Allocation Housing Rehabiliation Montalvin Manor, Mountain $300,000 (Unincorporated Neighborhood View, North Richmond, Revitalization Areas) Oakley, Rodeo and West Pittsburg Housing Counseling, Training Montalvin Manor, Mountain 150,000 and Neighborhood Beautifi- View, North Richmond cation Program Oakley, Rodeo and West Pittsburg Fair Housing Program County Entitlement Area 81,800 Loan Packaging Assistance East County 16,000 Program Community Development Activities by Community Antioch Storm Drainage Improvements - Cavallo Area $308,000 Bethel Island Neighborhood Center Renovation 409000 Brentwood - Neighborhood Facility Construction 161,000 Farm Labor Housing Rehabiliation 30,000 Crockett Neighborhood Facility Rehabiliation 80,000 El Cerrito (Neighborhood Revitalization Area) Site Acquisition Study for Elderly Housing 10,000 Housing Conservation Program 36,500 Redevelopment Plan 45,000 Fire Hydrants 17,000 Street Widening (Central Avenue) 40,000 Street Reconstruction (Ashbury Street) 30,000 X9230 Lafayette Site Improvements - Senior Housing and Center 70,000 Handicapped/Elderly Barriers Removal 40,000 Neighborhood Revitalization Study 16,500 Martinez/Mountain View (Neighborhood Revitalization Area)/Vine Hill Senior Center Expansion 134,000 Waterfront Park Development 102,000 Removal of Barriers to Handicapped 25,000 Walkway (Arthur Road) 15,000 Neighborhood Facility Study (Mountain View/Vine Hill) 20,000 Drug Counseling Center 22,500 North Richmond (Neighborhood Revitalization Area) Frontage Improvements 120,000 Frontage Improvements (Market Avenue) 60,000 Oakley (Neighborhood Revitalization Area) Swimming Pool 220,000 Pinole (Neighborhood Revitalization Area) Park Development 40,000 Frontage Improvements (Nob Hill Street) 19,700 Bike and Foot Path 20,000 Frontage Improvements (San Pablo Avenue) 15,000 Smoke Detector Program 6,000 Pleasant Hill (Neighborhood Revitalization Area) Street Widening - Buskirk 50,000 Storm Drainage (Belinda Drive) 50,000 Contra Costa Boulevard Tree Wells 10,000 Street Reconstruction (Lisa Lane) 60,000 . Handicapped Center Renovation 15,000 Housing Counseling for the Handicapped 12,100 Site' Acquisition for Handicapped Housing Development 169,000 Rodeo (Neighborhood Revitalization Area) Neighborhood Facility Renovation 15,000 Frontage Improvements (Garretson School) 30,000 Frontage Improvements (Parker Avenue) 20,000 San Pablo (Neighborhood Revitalization Areas) Sheffield Redevelopment Project 53,500 Senior Citizen Center 225,000 Historical Indian Site Study 10,000 Housing Rehabilitation Program Staff 73,000 Park Development 5,000 00231 Walnut Creek Neighborhood Facility 130,000 Elimination of Handicapped Barriers 11,000 Site Acquisition for Elderly Housing 107,500 Housing Conservation Program 5,000 Northwest Walnut Creek Facility Study 5,000 West Pittsburg (Neighborhood Revitalization Area) Neighborhood Facility Rehabilitation 250,000 Storm Drainage Improvements (Bella Vista Area) 99,000 Contingency 1601,900 Administration 200,000 TOTAL 4,057,000 Fourth Year Entitlement 4,051,000 Reprogrammed Third Year Funds 6,000 $4,057,000 Alternates Park Development - West Pittsburg Park Expansion - Martinez Park Expansion - Martinez Housing Conservation Study - Martinez Child Care Center - Martinez C.C.C.P.D. 12/13/77 12/28/77 r t COMMUNITY DEVELOPMENT ADVISORY COUNCIL PRIORITY SYSTEM FOURTH YEAR PROGRAM A. PROGRAM CLARIFICATION The primary objective and specific objectives Title I of the Housing and Community Development Act of 1974 as specified by the Act: "The primary objective of the Community Development Program is the development of viable urban communities, including decent housing, and a suitable living environment and expanding economic oppor- tunities, principally for persons of low and moderate income." (1) "The elimination of slums and blight and the prevention of blighting influences and the deterioration of property and neighborhood and community facilities of importance to the welfare of the community, principally persons of low and moderate income; (2) The elimination of conditions which are detrimental to health, safety, and public welfare, through code enforcement, demolition, interim rehabilitation assistance, and related activities; (3) The conservation and expansion of the Nation's housing stock in order to provide a decent home and a suitable living environment for all persons, but principally those of low and moderate income; (4) The expansion and improvement of the quantity and quality of com- munity services, principally for persons of low and moderate income, which are essential for sound community development and for the development of viable urban communities; (5) A more rational utilization of land and other natural resources and the better arrangement of residential, commercial, industrial, recreational, and other needed activity centers; (6) The reduction of the isloation of income groups within communities and geographical areas and the promotion of an increase in the t diversity and vitality of neighborhoods through the spatial decon- centration of housing opportunities for persons of lower income and the revitalization of deteriorating or deteriorated neighbor- hoods to attract persons of higher incomes; and (7) The restoration and preservation of properties of special value for historic, architectural or esthetic reasons." 00233 -1- Categories of eligibility for activities are also specified by the Housing and Community Development Act of 1974: A. Acquisition (and disposition) of real property which is: 1. Blighted, undeveloped, or inappropriately developed; 2. Appropriate for conservation or rehabilitation; 3. Appropriate for preservation of historic sites or provision of recreational opportunities or open space; 4. Needed for eligible public works; S. Needed for other public purposes where necessary to the Community Development Program. B. Construction or installation of public works and facilities, including parks, neighborhood facilities, senior citizen centers, centers for the handicapped, water and sewers, street lights, street improvements. C. Code enforcement, together with public improvements, in deteriorated areas. D. Clearance, demolition and rehabilitation of buildings. E. Special projects to assist the mobility of elderly and handicapped pe rs ons. F. Relocation and payments for temporary housing of persons displaced by Community Development activities. G. Payment of local matching funds for Federal grants. H. Payment of cost of completing existing urban renewal projects. I. Activities necessary to develop a Comprehensive Plan and a policy/planning/ management capacity for Community Development activities. J. Payment of administrative costs related to Community Development and Housing activities, including costs for citizen input. K. Provision of public services not otherwise available in areas where physical development activities are being carried out in a concentrated and coordi- nated manner if they are directed toward meeting the needs of residents of such areas anT-if the applicants Community Development Program indicates other physical development activities eligible for Commiunity Development funds are being carried out in a concentrated manner, and if the applicant determines such services to be necessary or appropriate to support the physical development activities. Many "eligible" activities must meet specific conditions not explicitly stated in the above. The most common potential activities for which additional regulations exist are: 1) Flood and drainage facilities if assistance for such facilities has been determined to be unavailable under other Federal laws or programs. -2- 00234 r 2) Parking facilities, solid waste disposal facilities, and fire protection facilities if they are located in or serve areas in which other activities included in the Community Development Program are to be carried out. 3) Code enforcement in delineated areas which are deteriorated or deteriorating and in which such enforcement, together with public improvements and services to be provided, may be expected to arrest the decline of the area. 4) Clearance, demolition, removal and rehabilitation of buildings and improve- ments, including (i) interim assistance to alleviate harmful conditions in which immediate public action is needed; (ii) rehabilitation of acquired pro- perties for use or resale in the provision of housing; (iii) demolition and modernization (but not new construction) of publicly owned low-income housing; and (iv) financing rehabilitation of privately owned properties, through the direct use of funds in the provision of grants, loans, loan guarantees, and interest supplements when provided in connection with other physical develop- ment activities described in the Community Development Program which are eligible for assistance under this Part. 5) Provision of public services not otherwise available and located in areas, or principally serving residents of areas, in which the recipient is undertaking or will undertake other activities assisted with Community Development funds, where assistance in providing or securing such services under other applicable Federal laws or programs has been applied for and denied or not made available. Such services shall be directed toward (i) improving the community's public services and facilities including those concerned with the employment, economic development, crime prevention, child care, health, drug abuse, education, wel- fare, or recreation needs of persons residing in such areas, and (ii) coord- inating public and private development programs. 6) Payment of the non-Federal share required in connection with a Federal grant- in-aid program undertaken as part of the Community Development Program pursu- ant to Section 570.303('0), Provided, that such payment shall be limited to activities otherwise eligible under this section. B. PROGRAM POLICIES The. Advisory Council has adopted the following policies in recognition of the intent of the HCDA and the needs of Contra Costa County: 1) The Advisory Council charge from the Board of Supervisors is to develop a recommended program for the County. Activity suggestions which primarily serve City residents will not be accepted directly but should be directed to the appropriate city. Proposed joint City-County proposals must be submitted to the individual cities also, and must be partially funded by the City in order to receive unincorporated funds. Such activities must serve unincorporated residents at least to the same extent that they serve City residents. 2) The Advisory Council recognizes a primary thrust of the HCDA to be the provision of expanded housing choices for low and moderate income persons. Therefore, the Advisory Council encourages activity suggestions which increase or conserve the housing supply. 3) The Advisory Council recognizes that the elimination of blight and prevention of deterioration is a major objective of the Community Development Program. Therefore, the Advisory Council encourages the submission of activity suggestions which emphasize rehabilitation and conservation to improve neighborhoods of low and moderate income families. 4) The Advisory Council recognizes the need, and in many cases, a legal requirement, that Community Development activities be provided in a concentrated and mutually supportive manner. The Advisory Council also recognizes that certain other specific needs exist in the County which can be addressed separately in lieu of a concentrated effort. During the past three years, the Advisory Council has allocated approximately 70 percent of its funds to activities located in concentrated areas, while utilizing the remaining 30 percent to fund single activities which address specific needs of other communities. For the Fourth Program Year (1977-78) the Advisory Council has chosen six unincorporated communities in which to continue its concentration of activities approach, and from which it will encourage activity suggestions to further the Neighborhood Conservation programs already underway. These communities are: North Richmond, Montalvin Manor, Rodeo, Mountain View, West Pittsburg, and Oakley. C. EVALUATION SCREENING SYSTEM Phase I Activities that are clearly ineligible according to the HUD regulations which apply to the Program will be eliminated from further consideration. The judg- ment as to eligibility will be made in conjunction with HUD area staff assigned to the County program. Phase II An activity suggestion must meet at least one of the following criteria: (1) Proposed activity would serve a significant portion of low to moderate income' families in a given area. (2) Proposed activity would serve a significant portion of low and moderate income elderly persons (aged 62+) in a given area having a median income in excess of the income level in Cl) above. (3) Proposed activity would serve a significant number of handicapped persons. (4) Proposed activity meets an extremely urgent need for which other fund- ing is unavailable. Phase III The activities surviving Phases I and II Will be grouped and considered for funding in two major categories: Cl) Activities to further Neighborhood Conservation in one of the targeted communities listed in policy B.4; and (2) Activities addressing other Community Development needs elsewhere in the County. Kithin these two major categories, the activities received or *Low to moderate income is defined as 800 or less of the median income. In Contra Costa County low to moderate income is an annual income per household not exceeding $12,208 (per 1975 Special Census, adjusted for family size) . t 4 00235 suggested by the Advisory Council or staff will be grouped by type as follows: Housing, Neighborhood Facility, Senior Center, Centers for the Handicapped, Historic Preservation, Public Works, Park-Recreation, Elimination of Barriers to the Handicapped, Public Service, Specialized Facility and Community Development Planning and Management. Activities within the two major categories will be reviewed and ranked according to evaluation criteria to assist the Advisory Council in its deliberations as to which activities should be included in the revised Fourth Year Plan and Program. Some of the Evaluation Criteria to be Utilized in Assessing Activities Submitted Under the Neighborhood Conservation Category are: 1. Proposed activity serves to further a coordinated effort to provide a combined package of improved Housing, Community Facilities, Public Services and Public Works within a designated Target Area of Policy B4. 2. Proposed activity would take advantage of a one-time opportunity that would otherwise be lost if not funded with Fourth Year funds. 3. Proposed activity would generate new capital improvements which will have a lasting impact or secure land for future capital improvements. 4. Proposed activity would serve as a basis of multi-purpose programs (for example, a neighborhood center serving for the delivery of a variety of social services, or a park serving as a basis for other programs in addi- tion to recreational services) . S. Proposed activity would be a continuation of a successful Community Development activity from the previous year for which alternate funding is not available. 6. Proposed activity would be finished by this year's Community Development grant because of other funding secured previously. 7. Proposed activity would foster preservation of local history. 8. Proposed activity's sponsor has or is forming an agency or non-profit organization to implement, operate and maintain the activity and has pro- vided documentation of funding for operation and maintenance. 9. Proposed activity has secured funding from another source for at least 25% of the anticipated project cost. Sponsor should provide documentation of secured funding. 10. Proposed activity would provide "Seed Money" to attract other public sector funding and/or private investment outside the Community Development Block funds. The sponsor should provide documentation of secured or potential outside funding. 5 00237 Some of the Evaluation Criteria to be Utilized in Assessing Activities Submitted Under the Other Community Development Needs Category are: 1. Proposed activity addresses a Community Development need of an area where other types of Community Development activities already exist and a coordinated program is not needed. 2. Proposed activity meets one or more of criteria 2 through 10 above. Phase IV Evaluation of the Fourth Year Program to ensure that a satisfactory program has been achieved within the funding limits will be performed by: 1. Ascertaining that all elements of the program meet the general and specific intent of the HCDA Legislation; 2. Evaluating the degree to which the short-term objectives of the CD Plan have been met in the first three years or will be met in the fourth year; 3. Reviewing the program as to multiplier effect of generating other sources of revenue; and 4. Reviewing the program package for each targeted community to ensure maximum coordination and concentration of effort. S. Ascertaining that all activities funded under the other needs category address a specific Community Development need in areas which: (1) require no other supporting activities; or (2) could use a concentrated program of activities in future years with the particular proposed activity being of special nature due to potential loss of the resource without imme- diate action. 6 0023S CONTRA COSTA COUNTY COMMUNITY DEVELOPMENT ADVISORY COUNCIL s : CITIZENS PARTICIPATION PLAN FOR 1977-78 PROGRAM YEAR The Citizens Participation Plan outlined below was prepared and adopted by the Community Development Advisory Council on April 6, 1977. It is intended to ensure that citizens of Contra Costa County are provided with information on the Community Development legislation, application and pro- gram and with an opportunity to participate in the assessment of needs, development of the program, and preparation of the application for funds. 1. Preparation of an updated publication, in English and Spanish, summarizing the basic provisions of HCDA of 1974, indicating the requirements for the County's participation in the Program, the amount of funds to be available, and the range of activities which may be undertaken. The publication to be made available after July 1977 in public places such as County and City offices, libraries, neighborhood meeting places, etc. It will be available at public forums and other CD meetings. Copies will be distributed to the news media (newspapers, radio, tele- vision, etc.) . Copies for internal distribution will be made available to active community organizations in the County. 2. News media will be kept informed on the application process and proposals for the Fourth Year Program so that news stories will keep the citizens apprised of the County's proposals for Community Development. 3. The Community Development Advisory Council, appointed to represent the citizens of the County in the preparation of the Application and to make recommendations on the same to the Board of Supervisors, consists of 10 members appointed by the Board and of 1 additional member nominated by each participating city -- up to 22 members in all. In addition, parti- cipating cities may appoint their own committees to obtain citizen input. All meetings of the Advisory Council are open to the public, and citizens are encouraged to attend and participate in the public discussion time set aside at the end of the business meeting. An agenda mailing list is maintained to notify interested citizens of Advisory Council meetings. 4. A series of public forums -- one general forum and several area forums -- will be held at different locations and times in several locations throughout the County in September 1977. The forums will. inform the public of provisions of the law, HUD guidelines and the current program, and obtain public suggestions and other input for preparation of new proposals. More than 450 organizations and individuals are expected to receive mailed notices of these meetings. News media will also be informed so that publicity would be available. 00239 Community Development Advisory Council Page 2 Citizens Participation Plan S. Additional special neighborhood meetings may be conducted prior to October 21, 1977 by members of the Community Development Advisory Council and/or County staff. Local groups and organizations may also request the Advisory Council and/or County staff to provide information on the Community Development Program at their respective meetings. 6. A mailing inviting suggestions for activities to be undertaken will be sent to more than 450 community organizations and individuals in July 1977. 7. Public hearings will be held both by the Advisory Council and the Board of Supervisors before a Fourth Year Program is finally approved and submission of the Application is authorized. The hearings will be duly advertised and noticed, and substantial news coverage and advance publicity is expected again this year. Under provisions of the Act, the County must certify that it has complied with the citizens participation requirements in the preparation and adoption of the Application. The County in turn, when accepting the portions of the program proposed by the cities, will look to the cities to certify that they also have given citizens full opportunity to participate in the development of their proposals. 00240 t i f 0115 Appsrwat Ne.29-AMO �.. CEDERAL ASSISTANCE 2. APPLI- 4 NUMBER j. PLATE NUMBER CANT'S 4th Year AIPLICA• TION I• TYPE - E] MEArFucsnDN APPLI• b. DATE IDENTI- b. DATE Year ntonth day OF Year month day ACTION APFLICATI N CATION 19 78 1 17 nth ASSIGNED 19 El NOTIFICATION OF 1lIW (Opt) L"ye MONSOON- 03.) r) yoprisb a 17 REMRT OF FERAL EDACTION Blank 04. LEGAL AP"LI:ANTIRECIPIENT S. FEDEP.AL EMPLOYER IDENTIFICATION NO. a. Applicant Raw : Contra Costa County 94-6000509W b. Ogenlation unit Planning Department e. �- c. Stmat/P,o. Bos : 651 Pine Street/P.O. Box 951 PRO- a• NUNEE] GRAM b.TITLE d• City {Martinez a Contra Costa (Frog, 1. State California 1. ZIPCWO: 94553 Federal ommunity Development h. Contact ham (Name Catalog) 3lock Grant Program E telephone No.) Dennis F372-2035 7. TITLE AND DESCRIPTION OF APPLICANT'S PROJECT 11. TYPE OF APPLICANT/RECIPIENT `e MStato H-Community Action Alen. Annual application for CDBG entitlement grant to B-IMMtata I-HilherEducetionalInstitution C-s,r,aaata J-I.dran Tribe $ provide housing, neighborhood facilities and D-°Wsl K-other (Specify): C� other appropriate activities for low and moderate E-City F-Sctraal Dherid income persons within the County entitlement s-Sa.rial Purpose, District Enter appropriota letter area. 55 activities are included in this year's program 9• TYPE OF ASSISTANCE A-8481c Grant D-lawrana (See attached application) 9-Supplemental Gram E-Otbor Enter appro. FLogn priate letter(.) FTA 10. AREA OF PROJCCT IMPACT (Names of cities,counties. 11. ESTIMATED NUAI- 12. TYPE OF APPLICATION 1 State&,ate.) BER OV PERSONS A-Ngw (}-Revision E-#ulatuitetion s• BENEFITING t. 8-Rtrswd D-Catinustiea Contra Costa County 390,947 Ritter oppreprktalater ® alt. 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF., 15. TYPE OF CHANGE (For tte or Rte) Mlnereass Dollars F-01hor (Specify): a. FEDERAL S 4 05 .00 a. APPLICANT b. PROJECT B-Dacresso CoUars b. APPLICANT .00 7 8 and 9 Countywide FD o«~::6�:: e t e. STATE .00 Ifi• PROJECT START 17. PROJECT E-Caac01140103 DATE Y road day DURATION Eater appro- d. LOCAL .00 19 7� 7 1 12 vonth. priato ktler(s a. WEP. C3 1B. ESTIMATED DATE TO Fear month e'ay 19. EXISTING FEDERAL IDENTIFICATION NUMBER BE SUBMITTED TO 1. TOTAL s 4,051,000 .001 FEDERAL AGFIICY► 19 78 3 24 11NA1 20. FEDERAL AGENCY TO RECEIVE REQUEST (Name.City,Stats.ZIP soda) 94111 21. REMARKS ADDED ' Department of Housin and Urban Development San Fra i p Yes No 22. a. To the bit el r.y inawladCo arl ballet, b. It raasired by OMB Circular A-95 this application was submitted, pu:want to In. No re,. Rupona* data in this ptaappiits:ita/a9rlication are dmciruw tharatn, to oweyriate c1e&rinshou:es mad all ra0onses am attached: *pangs et:a krJ j�. THE Nus grd correct. tho deeurrnt bas esus ... APPLICANT duly euthojUsd by tN governing Oat of Q) California State Clearinghouse ❑ ❑ I C CERTIFIES the torlicaat and tM W1100 will "PlT g (iTM( T14ATp ritb as 14K. d aaarances It me Association of Bay Area Governments ❑ ❑ onto is approved. (3) ❑ ❑ ., 23. a. TYPED NAVE AND TITLE w SIGNATURE c. DATE SICKED CERTIFYIYG Year month day REPR[- ,Chairman SENTATIVE Board of Supervisors 19 tL AGENCY NAME 2S. APPLICA• Year month day TION RECEIVED 19 rc 25. ORGANIZATIONAL UNIT VE OFriCE 20. FEDERAL APPLICATIO14 � IDENTIFICATION 29. ADDRESS 3L FATOOEITIICIN j ]}. ACTION TAKEN 32. FUNDING Year nsonUs day 31. Year nroath day STARTING ❑a.AWARDED a. FEDERAL S .00 33. ACTION DATE► 19 DATE 19 . ❑ b. REJtCTm h APPLICJMT OD ]S CONTACT FOR ADDITIONAL INFORMA- 36. }'car month day TION (Name and talaphoas number) [3L RETURNED FOR r- STATE •(•(1 ENDING DATE 19 AMLND;IENT d. LD:1L •00 37. REMARKS ADDED ❑d. DEFcGi:D le. OTHER .00 a M:THDCAMH I pot- I. TOTAL S W Yes C]r:o 38. a. In being aboo s:t:oa, any eman ns rectived trcre dowisgilemn w « are l• b. FEDERAL AGMCI A-55 OFFICRJS si�orri. it eta-icy mpcn;o Is duo sskf Ontisicas of Part 1.DAIS Circular A-35. (Nsard cad talsphone up.) FEDERAL AGENCY it h13 baa of Is balag nsoda. /��!� A-95 ACTION ,r 424-101 57"IDIARD FORM 424 PACE 1 (10-75) L - Praansad by Q.A.F•alard Manama*"COCOA"104-7 TZ`ji ►+� ) ly'�''{�•s .t' *^t ,Y.• y. .;� r ys .r.: t;,,,;f :c•t'�. �`•i •..ym-.4 e,7 ♦�r t- 1. _ •. - r.S� --wry •_�.- . r."' - •'• n-3.�!� 'f_ .. 'r:•�i -1...;.L.;'1..Ir• `•Gwy*Oka. U.S.DEPARTMENT OF 14OUSING AND URBAN DEVELOPMENT ASSURANCES The applicant hereby assures Andtetlifies with respect to the grant that: s (1) It poswsses legal authority to apply for the grant,and to execute the proposed program. (2) Its governing body has duly adopted or passed as an official act a resolution, motion or similar action authorizing the filing of the application, including all understandings and assurances contained therein, and directing and designating ' '= the authorized representative of the applicant to act in connection with the application and to provide such additional , information as may be required. plow (3) It has complied with all the requirements of OMB Circular No. A-95 as modified by Sections 570.300(c) (for entitlement applicants)or 570.400(d)(for discretionary applicants)and that either (i) any comments and recommendations made by or through clearinghouses are attached and have been considered prior to submission of the application:or j (ii) the required procedures have been followed and no comments or recommendations have been received, t (4) Prior to submission of its application,the Applicant has: f ,, (i) provided citizens with adequate information concerning the amount of funds available for proposed community development and housing activities,the range of activities that may be undertaken,and other important program requirements: s (ii) held at least two public hearings to obtain the views of citizens on community development and housing needs: and i (iii) provided citizens an adequate opportunity to articulate needs, express preferences abuut proposed activities, ! assist in the selection of ptiorities,and otherwise to participate in the development of the application. (5) Its chief executive officer of other officer of applicant approved by HUD: n (i) Consents to assume the status of a responsible Federal official under the National Environmental Poticy Act of 1969 insofar as the provisions of such Act apply to the applicant's proposed proVem pursuant to 24 CFR 570.603; and t• (ii) Is authorized and consents on behalf of the applicant and Wrmelf to accept the jurisdiction of the Federal courts for the purpose of enforcement of his responsibilities as such an official. (6) The Community Development Program ha.been developed so as to give maximum feasible priority to activities which will benefit low or moderate income families or aid in the prevention or elimination of slums or Might.Where all or part of the community development program activities are designed to meet other community development needs having a pi particular urgency, such needs arc specifically described in the application under the Community Development Plan Summar). (7) It will comply with the regulations, policies,guidelines and requirements of Federal Management Circulars 74-4 and 74-7.as they telate to the application,acceptance and use of Federal funds for this federally-assisted program. (8) It will administer and eniotce the labor standards requirements set loath to Section 570.605 and HUD regulations + issued to implement such requuements. . (9) It will comply with all requirements imposed by HUD concerning special requirements of law,program requirements, ` and other administrative requirements approved in accordance with Federal Management Circular 74-7. : (10) It will comply with the provisinns of Executive Under 112%,relating to evaluation of flood hazards. (11) It will comply with: (i) Title VI of the dvil Rights Act of 1964 lP L 88-352)and the regulations issued pursuant thereto(24 CFR Part l), which provides that no person in the United Stales shall on the ground of race,color,or national origin,be excluded from participation in,he denied the benefits of,or be otherwise subjected to discrimination under any program or activity for which the Applicant receives federal financial assistance and will immediately take any measures necessary to effectuate this assurance. If any real property or structure thereon is provided of improved with the aid of Federal financial asvrstance extended to the applicant,this assurance shall obligate the applicant,or in the case of any transfet of such properly,any transferee, for the period during which the teal property or structure is used for a purpose for which the Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits. _ ► ,�.� (ii) Title VIII of the Civil Rights Act of 1968 (PAL. 90-284) as amended, administering all programs and activities �• relating to housing and community development in a manner to affirmatively further fair housing;and will take I action to affirmatively further fair hoosine in rhe sale or rental of housing, the financing of housing,and the provision of brokerage services within the Applicant's jurisdiction. 00242 Nua�o�ss.�:tt vas► � -,. '•5�� � �� J.�w>�+�' ) s e=��� �'ii`�Ar�'��l+''•:Yom"'^^' .*"/'�I"���Sr i'��`�� '�-• i f _ (iii) Section 109 of the Housing and Community Development Act of 1974, and the regulations issued pursuant thereto (24-CFR 570.601), which provides that no person in the United States shall, on the ground of race, color, natioA21 origin or sex, be excluded from participation in, be denied the benefits of,or be subjected to discrimination under,any program or activity funded in whole or in part with Title 1 funds. (iv) Executive Order 11063 on equal opportunity in housing and nondiscrimination in the sale or rental of housing built with Federal assistance. (v) Executive Order It 246,and all regulations issued pursuant thereto (24 CFR Part 130),which provides that no person shall be discriminated against on the basis of race,color, religion, sex of national origin in all phases of employment during the performance of Federal or federally - assisted contracts. Such contractors and { subcontractors shall take affirmative action to insure fair treatment in employment, upgrading,demotion,or transfer; recruitment or recruitment advertising. layoff or termination, rates of pay or other forms of compensation and selection for training and apprenticeship. (vi) Section 3 of the Housing and Urban Development Act of 1%8,as amended,requiring that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to eligible business concerns which are located in, kssiss.. or owned in substantial part by,persons residing in the area of the project. (12) It will: r. (i) In acquiring real property in connection with the community development block grant program, be guided to the greatest extent practicable under State law, by the real property acquisition policies set out under Section 301 i 70 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970(P.L. 911146)and the provisions of Section 302 thereof: i f (ii) Pay or reimburse property owners for necessary expenses as specified in Section 303 and 304 of the Act;and { (iii) Inform affected persons of the benefits,policies,and procedures provided for under HUD regulations(24 CFR �- -+ Part 42). 113) It will: (i) Provide fair and reasonable relocation payments and assistance to accordance with Sections 202,203,and 204 of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 and applicable HUD regulations 124 CFR Part 42), to or for families,individuals,partnerships,corporations or associations displaced as a result of any acquisition of real property for an activity assisted under the program; (ii) Provide relocation assistance programs offering the services described in Section 203 of the Act to such displaced families, individuals, partnerships, corporations or associations in the manner provided under applicable HUD regulations; 1... (iii) Assure that,within a reasonable time prior to displacement,decent,sale,and sanitary replacement dwellingi will be available to such displaced families and individuals in accordance with Section 205(c?(3)of the Act,and that such housing will he available in the same range of choices to all such displaced persons regatdless of their race, r color,religion,national origin.sex,or source of income; (iv) Inform affected persons of the benefits,policies,and procedures provided for under HUD regulations;and (v) Carry out the relocation process in such a manner as to provide such displaced persons with uniform and consistent services, including any services required to insure that the relocation process does not result in different or separate treatment to such disptaeed persons on account of their race, color, religion, national origin. sex,or source of income. (14) It will establish safeguards to prohibit employees from using positions for a purpose that is or gives the appearance of " being motivated by a desire for private rain for themselves or others,particularly those with whom they have family, r= business,or other ties. (I5) It will comply with the provisions of the Hatch Act which limit the political activity of employees. ! s" (16) It will give HUD and the Comptroller General through any authorized representative access to and the right to examine ay+• all records,books,papers,or documents related to the grant. W-Va 00243 ���ss *GPO 691.605-1976 COMMUNITY DEVELOPMENT PLAN SUMMARY ; 1. NAME OF APPLICANT 2. APPLICATION NUMBER 3. ORIGINAL [J AMENDMENT 4. PROGRAM YEAR (Entitlement A.0PIKrantf Only) CONTRA COSTA COUNTY, CALIFORNIA �t'-. FRom:July I 1978 TO: June 30 1979 - A- jThe overall Contra Costa County Community Development Strategy is to provide programs and activities which will benefit low or moderate income families and aid in the pre- jvention and elimination of deterioration in identified low and moderate income areas. ( This strategy is exemplified by the concentration of Fourth Year Community Develop- ment funding (660) in neighborhood revitilization areas and housing related activites. �- iThe strategy is further supported by the remaining activities which receive 29% of f the funding allocation to provide neighborhood facilities, architectural barriersY� ; removal and other specialized activities to serve low and moderate income persons in areas where comprehensive neighborhood revitilization is not yet underway or not neves- , sary at this time. Only 50 of the entitlement is allocated to general program administration, During the Second and Third Program Years, the county conducted and then expanded a f Community Facilities Inventory and Target Area Study to assess the Community Develop- ment needs for 37 subareas of the county as well as the facility needs of the partici- gating cities. This study found several low-income Unincorporated Communities in the - county to be in need of comprehensive Community Development Programs to provide for housing, neighborhood facility, recreation, and public works activities. MOW 'rhe Fourth Year Program of Activities addresses many of the findings of this study through multiple activities in several Unincorporated Communities and in several sub- areas of the participating cities. The emphasis is on Neighborhood Preservation which addresses the housing and facility needs of the neighborhood unit. The Fourth Year Program thus includes ld activities to improve housing conditions in the Entitle- ment Area, including a Comprehensive County Rehabilitation Program, counseling and y training programs, the initiation and continuation of local housing programs in selecte target areas within several participating cities, the funding of a countywide fair housing organization to assist prospective and current households, and three site acquisition activities for low income, handicapped and elderly housing. Several Community Development financed public works activities are planned for housing rehab- J�y ilitation Target Areas in concert with previously scheduled improvement projects. Ten activities are intended to provide or improve facilities to house services and rI' Programs for the young, elderly, handicapped, and disadvantaged, especially in low and moderate income neighborhoods. Three activities reflect a commitment to improve accessibility of handicapped persons. Five activities are designed to increase or 17 �` renovate park, recreation, and/or historic facilities. Three Community Development �r. Studies have been funded to increase and maintain the ability of the County and participating cities to respond to the Community Development needs of the entitlement area. Several alternate replacement projects have been included for review in the +y' event that additional funds become available. L- In addition to these activities, the County and its participating cities have entered into agreement with the Contra Costa County Housing Authority for administration of the Section 8 Existing Rental Housing Subsidy program. Six of the cities and the 00244 .IUD-7015 2A ill-751 Pape of P8002 county are jointly funding a non-profit corporation which is to provide direct services to tenants and landlords in the field of fair housing. The activities in the Com- mWity -Development Program are in compliance with all elements of local General Plans and with the Regional Housing Policies of ABAG. The activities included in Contra Costa County's Fourth Year Community Development Program are listed by community in alphabetical order except for those housing related activities which serve more than one area, these are listed first. Every activity included in this year's application principally serves low and moderate income persons. All activities are located in and/or serve areas which have concen- trations of low and moderate income households exceeding 500 or are activities designed to specifically serve low and moderate income persons. Ih cases where this is not apparent due to census tract data, additional information is included in the area or activity description. All census references are to the 1975 Contra Costa County Special Census. Low and moderate income is defined as less than 800 of the 1975 median of $15,025 ($12,000 or less) . All census tracts for which housing rehabilitation is scheduled have support activities funded with CD funds or local monies in this year or in the past year as documented in-our last application. Support activities are not repeated in this year's application. r 00245 �r..t�r �� •.t��.... J. i �'{:�: 1. j.�� .�.Y..1c'�.LL�k��• ���.�i� ��� �'�. _2...tt 1.NAA,E OF APPLICANT 2.APPLICATION NO. 3,:90RIGINAL j t CONTRA COSTA COUNTY 7 AMENDMENT - DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CALIFORNIA I ENTITLEMENT APPLICANTS ONLY R COMMUNITY DEVELOPMENT PROGRAM 4,PROGRAM YEAR: ' IFRONI-.7/l/78 To� 6/30/79 CENSUS .ESTIMATED COST ISOOO) REi.ATEDTRACT( ENVIRONMENTAL BUI DGEO BLOCK GRANT FUNDS OTHER FUNDS i SHORT- EIUDGET ' ACTIVITY DESCRIPTION TERM ENUMER• REVIEW LINE ATION STATUS PROGRAM SU13SEQUENT TOTAL, AMOUNT SOURCE OBJECTIVE DISTRICT ITEM YEAR YEAR (() (2) (31 (41 (5) (6) (7) (81 (91 (10) HOUSING SUPPORT ACTIVITIES � 1. Housing Rehabilitation Program C-1-a 3020 Clearance 5 300 N/A* 300 200 Bank I providing technical assistance C-2-b 3141 No-EIS lever- grants and loans to rehabilitate 3142 aging substandard housing units occu- 3190 pied by low and moderate persons 3580 in six neighborhood preservation 3640 areas in the unincorporated 3650 portion of the County. The neighborhood preservation areas include North Richmond, a portio f of census tract 3650 with 95.40 low and moderate income house- holds; Montalvin Manor, a portio of census tract 3640 with over ti 50p law and moderate income e' households; Afountain View, a ' portion of census tract 3190 wit 55.80 low and moderate income f households; Oakley, a portion of } census tract 3020 with 66.50 low and moderate income households; ' Rodeo, a portion of census tract r' 3580 with over 50' low and mod- *N/A 4ot avai able. Tle County' CO Pro ram has been - f .,aerate income households; and develoed annually to e flexibl in mee ing ide ti- j. . Nest Pittsburg, portions of fied n eds, therefore, subsequen years unding � I Pensas tracts 3141 and 3142 with. which Ls tentative, is not allot ted in ost i.ns ante . 0-. 17.40 law and moderate income households. Continuation L. of activit funded in first three �"' '' y GRAND TOTAL i = : �' " � 4 4 years-. J �. � '�..:..a �-..rSa_�_.. _ . ._ _ ,��.rIC.._ � _j•s._��Y � +��/�,���,,,//��,4**��ri� •��'�,'�'r '�'''S+!•� f ," v. . i�it�i1._.L.i • ..lam%[— �'.�_—+iC�_��. ..._ _a_ i.NAME OF APPLICANT T 2.APPLICATION NO. 3. ORIGINAL _ cID AMENDMENT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CONTRA COSTA COUNTY I ENTITLEMENT APPLICANTS ONLY COMMUNITY DEVELOPMENT PROGRAM CALIFORNIA 4.PROGRAM YEAR: IFROM7/1/78 TO- 6/30/79 ' CENSUS ESTIMATED COST (S000) RELATED RELATED SHORT- TRACT/ ENVIRONMENTAL BUDGET BLOCK GRANT FUNDS ( OTHER FUNDS ACTIVITY DESCRIPTION TERM ENUMER- REVIEW LINE ATION STATUS PROGRAM SUBSEOUENT b. 1 OBJECTIVE DISTRICT ITEM YEAR YEAR TOTAL AMOUNT SOURCE �» 121 13) rat 151 rel (7) fsl (9) rlol j 2. Counseling and Home Maintenance C-1-b 3020 Clearance 9 150 N/A ISO 200 CSA ( Training and Neighborhood Beau- 3141 No-EIS 3pecial I tification Program to support 3142 rogram ` Activity #1 Housing Rehabilita- 3190 Funds & tion Program by providing resi- 3580 grants dents of the neighborhood pre- 3640 servation areas knowledge and 3650 I , . skills necessary to maintain housing in a safe, healthful, attractive and sound condition; and including miring of local under-priveleged youth to assist in neighborhood beautifi- cation efforts. Continuation of activity funded in first three -- years. } ,` 1 1. �I ice. S 4 GRAND TOTAL IS ! 0 ot ':r.is... .s3r. ,i�L:i�'.,'':. _�:. ♦..Ii.i�4...iii.�..tE.as.a...s..1rJc.i..�.::. ' -• 1,NAME OF APPLICANT T 2.APPLICATION NO. 3-:2;ORIGINAL AhdENDhIENT •- DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CONTRA COSTA COUNTY ENTITLEMENT APPLICANTS ONLY COMMUNITY DEVELOPMENT PROGRAM CALIFORNIA 4.PROGRAM YEAR: FROM: TO' .61 017g CENSUS ESTIMATED COST ISO= RELATED TRACT/ ENVIRONMENTAL RELATED SHORT- BUDGET BLOCK GRANT FUNDS OTHER FUNDS ` ACTIVITY DESCRIPTION TERENUMER• REVIEW LINE OBJECTIVE ATION STATUS TEM PROGRAM SUBSEQUENT TOTAL AMOUNT SOURCE a._ DISTRICT YEAR YEAR II r,� rxr r31 rot rs1 rel +» r81 19) rror 3. Fair Housing Service to provide C-2-d ounty- Exempt 14 81 .8 N/A 81 .8 Volunteer ser- direct services to low and mod- wide vices; other erate income persons and house- grants state holds of the County entitlement and fe eral area regarding landlord-tenant relations, housing discrimination del ingquency and default, and -the location of housing and housing resources, including maintenance of housing information hotlines. Continuation of activity funded in Third year. 4. Housing Loan Securement Assis- C-2-d East Exempt 14 16 N/A 16 None tance Program to provide direct County . r services to low and moderate in- 3010 { come persons and households in 3020 { the Eastern portion of the County 3031 including information and refer- 3032 I rat, Loan packaging assistance 3040 and the location of housing and housing resources. Continuation , of activity funded in frist three years t•• T ,jam GRANA ILA ) 1.NAME OFAWLICANT T2.APPLICATION NO. 3.XXORIGINAL DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CONTRA COSTA COUNTY t�AMENDMENT — �ENTITLEMENT APPLiCAt;TS ONLY _ COMMUNITY DEVELOPMENT PROGRAM CALIFORNIA 4.PROGRAM YEAR: " FROM: 7/1/78 To- 6/30/79 CENSUS ESTIMATED COST ($0043 RELATED TRACT/ ENVIRONMENTAL RELATED BLOCK GRANT FUNDS OTHER FUNDS SHORT- BUDGET a ACTIVITY DESCRIPTION TERM -ENUMER• REVIEW LINE ATION STATUS PROGRAM SUBSEQUENT TOTAL AMOUNT SOURCE OBJECTIVE DISTRICT ITEM YEAR YEAR If/ 12i, 0) (41 15) /Bl l71 181 191 (10) COINSIUNITY DEVELOMENT ACTIVITIES by Community Antioch 5 . Storm drainage construction to C-4-b 3060 Clearance 2 308 N/A 308 To be eter- alleviate severe flooding pro- No-EIS mined ocal blems in the Cavallo Road- taxes Woodland Drive area. The area benefitting from project has'ove 620 low and moderate income households. 6. Bethel Island r Neighborhood Facility Improve- C-1-c 3010 Clearance 2 40 N/A 40 None ments including handicapped C-3-b No-EIS access, new floor and parking lot for area with 57.4% low and moderate income households, r ;t' I •r,. a _77•'�iM GRAND TOTAL : 3 f t -:•�, �j 1 .�. � ...,...�+�1.�.... ._ '.fl. .. .. ._ i�f....1 ': �%... . � �lJir.���!� .���.S'�r'�s��i►_,Z"rJt;�"„'�,_ _�...__»i_ i r + i - 1.NAME OF APPLICANT '2.APPLICATION NO. AL DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CONTRA COSTA COUNTYLlAP.tENDMENT ` COMMUNITY DEVELOPMENT PROGRAM CALIFORNIA ENTITLEMENT APPLICANTS ONLY A.PROGRAM YEAR: FROM: 7/1/78 TO. 6/30/74 RELATED CENSUS RELATED ESTIMATED COST ISODO) SHORT- TRACT/ ENVIRONMENTAL BUDGET SLOCY, GRANT FUNDS OTHER FUNDS ACTIVITY DESCRIPTION TERM ENUMER' REVIEW` LINE OBJECTIVE ATION STATUS ITEM PROGRAM SUBSEQUENT TOTAL AMOUNT SOURCE DISTRICT YEAR YEAR (11 (21 13/ 1 14J (51 161 (7) (81 19) (101 , Brentwood . 7. Neighborhood Facility Construc- C-1-c 3031 Clearance 2 161 N/A 161 To be eter- tion, to complete Phase I of C-3-b No-EIS mined '. facility to provide recreation C-3-c youth, senior citizen and social - delivery programs, serving the ' - City of Brentwood and surround- j ing rural communities in eastern Contra Costa County. Portions l of census tracts served have l over 550 low and moderate income households , ? R 8. Rehabilitation of 1S units of C-1-a 3031 Clearance 5 30 N/A 30 175 State Farm Labor Housing in coopera- C-2-d No-EIS tion with State Department of F, Housing and Community Develop- ment and the United Council of Spanish Speaking Organizations. t�R i '�>', 1 iP i. liiiANC ECTAL � f � f `�':•+ ., � .. •.. _ � ell .a7it -a� 1.NA OF APPLICANT r 2.APPLICATION NO. 3. INA r .. ORIG L , CONTRA COSTA COUNTY Ar�tENDr___LENT DEPARTMENT OF ROUSING AND Ut1BAN DEVELOPMENT ENTITLEMENT APPLICANTS ONLY COMMUNITY DEVELOPMENT PROGRAM CALIFORNIA 4.PROGRAM YEAR: 1FsOM:_7/y74 TO: 6/30/79 111 RELATED CENSUS RELATED ESTIMATED COST {5404} ENVIRONMENTAL BLOCK GRANT FUNDS OT14ER FUNDS TRACT! SHORT, TRACT/ BUDGET ' ACTIVITY DESCRIPTION TERM NUME • REVIEW LINE ATION STATUS PROGRAM SUBSEQUENT OBJECTIVE DISTRICT ITEM YEAR YEARTOTAL AMOUNT SOURCE tI (!1 121 (31 (41 15) (6) (71 (8) (9) (101 t Crockett � 9. Additional rehabilitation of C-1-c 3570 Clearance 4 80 N/A 80 50 Local existing building to provide a C-3-c No-EIS Funds neighborhood facility including j senior citizen center. Continua- , tion of activity funded in Third Year El Cerrito (Neighborhood Preser- vation Area) 10.Continuation of site acquisition C-2-a 3860 Exempt 13 10 N/A 10 None studyfor elderly housing develop 3870 ment 3880 3891 3892 11.Housing Conservation Program C-1-a 3860 Clearance 3 26.S N/A 26,5 To be eter- including code enforcement and C-2-b 3870' No-EIS 5 10 N/A 10.0 mined '# low interest loans in neighbor- 3880 t hood irevitilization area in- 3891 '• cluding Contiguous portions of 3892 5 census tracts having 50% low and moderate income households. _ Continuation activity. .j - a �i GRANA Ta7�c ik . I I • i i i 1.NA IE OFAPl'LICANT t?.APPLICATION NO. 3.X ORIGINAL DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CONTRA COSTA COUNTY �- AF.i£NDMENT ENTITLEMENT APPLICANTS ONLY COMMUNITY DEVELOPMENT PROGRAM CALIFORNIA 4.PROGRAM YEAR: IFROM: 7/1/78 To, 6/30/79 CENSUS ESTIMATED COST IS0001 RELATED RELATED TRACT/ ENVIRONMENTAL BLOCK GRANT FUNDS OTHER FUNDS i ACTIVITY DESCRIPTION SHORT. ENUMER• REVIEW BUDGET TERM ATION STATUS LINE PROGRAM SUBSEQUENT TOTAL AMOUNT SOURCE OBJECTIVE DISTRICT ITEM YEAR YEAR r 111 121 13) 141 151 1 161 171 181 19t 1101 El Cerrito (Neighborhood Preser- vation Area) - ..Refinement of Comprehensive Re- C-7 3860 Exempt 13 45 N/A 45 None development Plan with neighborY C-8-a 3870 hood preservation area to deter- C-8-d 3880 mine appropriate phasing of acti 3891 vities to be funded with CD 3892 c :ponies to redevelop blighted; underdeveloped and inappropriate- ly nappropriate ly developed areas. Continua- tion activity, Installation of several fire C-4-e 3891 Clearance 2 17 N/A 17 None •:: hydrants to increase fire sup- 3892 No-EIS pression capabilities in portion of neighborhood preservation area. 4.Widening of Central Avenue to C-1-d 3891 Clearance 2 40 N/A 40 None 4 adequate width for proper traffi C-4-a No-EIS � moveIAent and reduction of traffi on neighboring streets. 3.Reconstruction of portion of C-1-d 3891 Clearance 2 30 N/A 30 None Ashbury Street to support neigh- C-4-a No-EIS borhood preservation activities. ` ,3 GRAND TOTAL •s.: ,� - �,,,;+� t1 -':�"_ 3 T���/'+,� �4�. '1 tom,}'.Y'.'���s�� 1_�-'f j_ �� _ __ 1 "� �...r'.�=_ �__.. .. _. •i�l �s:.,.__fYS.. �.+c+.`..a+i.�u�- .� / la�.T.�7.L �.c�.,.'.,�i :r��.r - ;. _i_- +•' i 1,NAME OF APPLICANT r 2.APPLICATION NO. 3. JRIGINAL C3 AIAENDMENT DEPARTMENT OF IfOUSING AND URBAN DEVELOPMENT CONTRA COSTA COUNTY ENTITLEMENT APPLICANTS ONLY COMMUNITY DEVELOPMENT PROGRAM CALIFORNIA d.PROGRAM YEAR- COMMUNITY TO' 6/30/79 f CENSUS ESTIMATED COST ISO= RELATED TRACT/ ENVIRONMENTAL RELATED SHORT- BUDGET BLOCK GRANT FUNDS OTHER FUNDS ACTIVITY DESCRIPTION ENUMER• REVIEW ` TERM ATION LINE PROGRAM ;ti}BSEOUENT OBJECTIVE STATUS ITEM YEAH YEAR TOTAL AMOUNT SOURCE . ;_ DISTRICT !rl (21 13) !41 (5) /61 !71 f81 191 (10) I Lafayette 16.Site improvements, including G-2-a 3490 Clearance 2 70 N/A 70 None ( t recreation center improvements, C-3-c No-EIS $ storage space, landscaping, and walking bridge access construc- tion between senior housing site V and commercial areas, as part _ . of low and moderate income sub- sidized elderly housing develop- mens. Site purchased and writte down first three year CDBG. 17"Elimination Of Architectural C-3-f 3490 Clearnace 6 40 N/A 40 None Barriers to the Elderly and 3500 _ Handicapped - curb cuts and ramps 'I' 18.Neighborhood Revitalization C-1-a 3490 Exempt 13 16.5 N/A 16.5 None Study to determine feasibility C-8"d 3500 and eligibility of housing con- servation program in older• secti n v~ ' of city. >1 + GRAND TOTAL t. . •y: : I _+`-..r,.�`�.� ; �j,far s fi � Y. T'f'{•,�?•t ^��.�!'� T+ t . •..r•ti..e• �. -..� i�. _�_. '4�`4•�. y .�i--..,+r.'�w f t�Ftia�..-�►��..r at'.�.1.� r ~� i •• k 1.NAME OF APPLICANT T 2.APPLICF TION NO. 3•=ORIGINAL AP,1ENDIAENT DEPARTIMENT OF HOUSING AND URBAN DEVELOPMENT Contra Costa CountyENTITLEMENT APPLICAf;TS ONLY COMMUNITY DEVELOPMENT PROGRAM 4.PROGRAM YEAR: California IrRom: 7/1/78 To: 6/30/ CENSUS ESTIMATED COST IS0001 "- RELATED TRACT/ RELATED ENVIRONMENTAL BLOCK GRANT FUNDS OTHER FUNOS s ACTIVITY DESCRIPTION SHORT. BUDGET TERM ENUMER• REVIEW LINE DIATION STRICT STATUS PUOEGQUM SUBSEQUENT TOTAL AMOUNT SOURCE OBJECTIVE ITEM ttl 121 /31 141 151 161 171 f81 191 I101 `dartinez/Mountain View (Neighborhood Preservation Area) Vine Hill 19. Expansion of Se-aior Citizen Center adjacent Senior Housing Projects. C-3-C 3170 Clearance 2 134 N/A 134 10 iousing uthorit i .additional development of Community Park Sections within C-5-d 3160 Clearance 2 102 N/A 102 Hone :Martinez Waterfront Park C-S-e No - EIS 21. Elimination of Architectural C-3-f 3160 Clearance 6 25 N/A 25 None Barriers to the Elderly and 3170 No - EIS the Handicapped - curb cuts 3180 :. and ramps 3190 22. Construction of safety pathway C-4-e 3200 Clearance 2 15 N/A 15 None asphalt sidewalk, between Inte - No-EIS ` state 680 and Karen Lane on , Arthut. Road to provide school access path for school age children and others. �• ,4.3. Neighborhood facility Study C-3-a 3190 Exempt 13 20 N/A . 20 None in the L%Iountain View and Vine C-8-d 3200 Hill area, to determine appropriate locations, of .1 neighborhood facilities and the appropriate agency for � , . operation and maintenance GRAND TOTAL s * s •+ J r 1.NAAIE OF AWLICANT t 2.APPLICATION NO. 3.Z)ORIGINAL DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT 1 AMENDMENT •' COMMUNITY DEVELOPMENT PROGRAM Contra Costa County 1 ENTITLEMENT APPLICANTS ONLY 4.PROGRAM YEAR: " California j FROM; 7/1/78 TO• 6/30/ CENSUS ESTIMATED COST IS0001 RELATED RELATED ACTIVITY DESCRIPTION SHORT- TRACT/ ENVIRONMENTALENUMER• REVIEW BUDGET eloCk GRANT FUNDS OTHER FUNDS TERM ATION STATUS LINE PROGRAM SU13SEOUENT OBJECTIVE DISTRICT ITEM YEAR YEAR TOTAL AMOUNT SOURCE IlJ (21 131 141 151 (61 (7) 181 191 (10) I 24. Acquisition of building to C-1-c 3190 Clearance 2 22.5 N/A 22.5 To be letermin,,d serve as neighborhood facility C-3-b No EIS City of Nartinwz for drug prevention relating Y. counselingand referral North Richmond tNeighborhood Preser�-ation Area) 25. Frontage Improvements - Com- C-1-d 3650 Clearance 2 120 N/A 120 None pletion of Construction of C-4-a No EIS 4 ,, Sidewalks, curbs and gutters in the residential areas of North Richmond. Continuation Activity. T. 26, Fron;:age Improvements - Cons- C-1-d 3650 Clearance 2 60 N/A 60 None truction of frontage improveme is No EIS on Nqrket Avenue including C-4-a upkrading of railroad crossing at entrance to North Richmond WIM GRAND TOTAL III 1.NAME OF APPLICANT �2.APPLICATION NO. 3-;t ORIGINAL 1 AMENDMENT - GEPARTIMENT OF MOUSING AND URBAN DEVELOPMENT ENTITLEMENT APPLICAt,TS ONLY COMMUNITY DEVELOPMENT PROGRAM I Contra Costa County 4.PROGRAM YEAR: California FROM: 7/1/78 TO• 6/30/79 RELATED CENSUS RELATED ESTIMATED COST ISOD03 SHORT- TRACT/ ENVIRONMENTAL BUDGET BLOCK GRANT FUNDS OTHER FUNDS r } ACTIVITY DESCRIPTION ENUMER• REVIEW TERM ATION STATUS LINE PROGRAM SUBSEOUEN7 TOTAL AMOUNT SOURCE 4i OBJECTIVE DISTRICT ITEM YEAR YEAR ; (1) 121 131 141 151 (6) (7) (81 (9) (10) a )akley (Neighborhood Preservation %rea) 27. Construction of swimming pool C-5-d 3020 Clearance 2 220 N/A 220 None on school district park land. i C-5-e No EIS housing rehabilitation target IV ::rea. School use to be incidental only. '- -)i.nole (Neighborhood Preservation '.rea) The Pinole neighborhood ' - �reservation area is composed of R " several blocks within the older area t' if census tract 3591 . This area has i1 .5" low and moderate income it iouseholds. y 'S. Initial development of park C-5-d 3591 Clearance 2 40 N/A 40 to be City of i siker which is to be acquired No EIS deter- Pinole with Third Year CD local opticn mined , funds. 29. Frontage Improvements includi g C-1-d 33591 Clearance 2 19.7 N/A. 19.7 None curb, gutter and sidewalk C-4-a No EIS a in the area of Nob Bill Street . GRAND iv Ai 1.NAME OF APPLICANT 2.APPLICATION NO. 3. .. 0 ORIGINAL 0 AMENDMENT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT ENTITLEMENT APPLICANTS ONLY COMMUNITY DEVELOPMENT PROGRAM Contra Costa County 4.PROGRAM YEAR: California FROM: TO' RELATED CENSUS RELATED SHORT- BUDGET ESTIMATED COST IS0001 TRACT! ENVIRONMENTAL BLOCK GRANT FUNDS OTHER FUNDS HO ACTIVITY DESCRIPTION ENUMER• REVIEWTER —' - OBJECTIVE ATION STATUS TEM LINE PROGRAM SUBSEQUENT TOTAL AMOUNT SOURCE DISTRICT YEAR YEAR I (1) (2) 131 14! I's) 16! 17J (81 18J 1101 s 35. Improvement of tree wells alon C-4-c 3240 Clearance Contra Costa Boulevard to reduce No EIS 2 10 N/A 10 None pedestrian hazards and beautif area. 36. Street reconstruction - Lisa C-4-a 3240 Clearance Lane in housing rehabilitation No BIS 2 60 N/A 60 None area. i 37. Handicapped Rehabilitation C-3-g 3212 Clearance Center reraoueling to provide No BIS 2 l5 N/A 15 None expanded capacity for new programs. Service area is not limited to census tract location, handicapped considered to be principally low and moderate income. 38. dousing Counseling assistance C-2-c Central Exempt 14 12.1 N/A 12.1 None ! tolthe handicapped to provide Contra s referrals and information Costa regarding accessible (living County complexes and home improve- me 11 t S mprove-me11tS I i . s GRAND TOTAL f f f .1 1.NAME OF APPLICA14T r 2.APPLICATION NO. 3-::;ORIGINAL AMENDMENTDEPARTMENT OF HOUSING AND URBAN DEVELOPMENT Contra. Costa County V Et1TIT1ENT LEtrAPPLICA%7S ONLY i COMMUNITY DEVELOPMENT PROGRAM California 4.PROGRAM YEAR: ' i FROM: TO CENSUS PVT MATEO COS 150001 RELATED TRACTI ENVIRONMENTAL RELATED BLOCK GRANT FUNDS OTHER FUNDS ACTIVITY DESCRIPTION SHORT- BUDGET TERM ENUMER• REVIEW LINE , ATION STATUS PAM SUBVfARENT TOTAL -MOUNT SOURCE OBJECTIVE DISTRICT ITEM 111 121 131 141 151 f61 171 181 f91 1101 39. Site acquisition for construc- C-2-a 3212 Clearance ` tion of subsidized housing for No EIS 1 169 N/A 169 Construction handicapped persons, to be financed thru Ho sing Authority or Non-profit corp, HUD 202 Funds. rodeo (Neighborhood Preservation , %rea) :0. Final renovation of Neigh- C-1-c 3580 Clearance borhood facility acquired and C-3-b No EIS 4 15 N/A 15 None rehabilitated in first three =1 years. 41. Frontage Improvements in C-1-d 3580 Clearance z Housing rehabilitation area C-4-a No EIS 2 30 N/A 30 None + contiguous to elementary ScHool Mir 12, Frontage Improvements on C-4-a 3580 Clearance 4 Parker Avenue to provide No EIS 2 20 N/A 20 None ; adequate access in vicinity 1 of post office '# 3 GRAND TOTAL i � s i r'~� , f� r• — � ~.,:fit_:• �. � _.r`J_._�__ — _ i���•.,., '�. !��� .i +� .J'�,tii'.a ��'�' +�.ji �'��' '� ~� ' s , 1 t.NAME OFAWLICANT r2.APPLICATION NO. 3.0 ORIGINAL � �• DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT 0AMENDMENT — ENTITLEMENT APPLICANTS ONLY I COMMUNITY DEVELOPMENT PROGRAM Contra Costa County 4.PROGRAM YEAR: California iFnom: 7/l/78 TO. 6/30/79 RELATED �'- CENSUS ESTIMATED COST IS000) RELATED SHORT' TRACT/ ENVIRONMENTAL BUDGET BLOCK GRANT FUNDS OTHER FUNDS ACTIVITY DESCRIPTION TERM ENUMER• REVIEW ATION STATUS LINE PROGRAM SUBSEQUENT OBJECTIVE DISTRICT ITEM YEAR YEAR TOTAL AMOUNT SOURCE r I 111 121 131 141 151 161 171 181 191 1101 ;an Pablo (Neighborhood Preservationi seas) 43, Sheffield Redevelopment Projec C-2-a 3660 Clearance 1 53.5 N/A 53.5 To be d termine Acquisition of land for the 3680 No EIS development of lora income housing. Continuation actiVit �. ;4. Construction of Senior Citizen C-3-c 3690 Clearance 2 225 N/A 225 None j• Center adjacent new civic cent r No EIS complex, I :5. Study to determine appropriate C-3-e 3690 Clearance 13 10 N/A 10 None Preservation and research No EIS {•:t procedures for registered - Indian burial site adjacent to historic buildings portion of lit't. new civic center complex. V 46. Coatinued funding of staff C-1-a 3660 Clearance •• 5 73 N/A 73 To be City of , for implementation of 3672 No EIS deter- San housing rehabilitation program 3680 mined Pablo funded in second program year 3690 ;� and supplemented with state P5� funds and bonds. ° ____• _ - GRAND TOTAL y. 1.NAME OF APPLICANT �2.APPLICATION NO. 3.:D ORiGINAL v AMENDMENT DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT I ENTITLEMENT APPLICANTS ONLY COMMUNITY DEVELOPMENT PROGRAM Contra Costa County d,PROGRAM YEAR: California FROM: 7/1/78 TD' 6/30 79 CENSUS ESTIMATED COST ($0001 RELATED TRACT! ENVIRONMENTAL RELATED SHORT- BUDGET BLOCK GRANT FUNDS OTHER FUNDS i ACTIVITY DESCRIPTION TERM ENUMER• REVIEW• LINE ATION STATUS PROGRAM SURGEOUENT TOTAL AMOUNT SOURCE RR ° OBJECTIVE DISTRICT ITEM 12) (31 (41 (51 16) (7) (81 4 191 00) 47. Development of Neighborhood C-5-e Clearance 2 5 N/A 5 None -_ park with San Pablo Housing No EIS Authority, Vista Del Camino Project. Walnut Creek i 48. Final construction payment C-3-b 3390 Clearance 2 130 N/A 130 None ` increment for neighborhood C-3-c No EIS facility funded in first three program years. 49. Elimination of architectural C-3-f 3390 Clearance 6 11 N/A 11 None barriers to the elderly and No EIS handicapped. 4w 50. Acquisition of site for C-2-a 3390 Assessment 1 107.5 N/A 107.5 To be d termine ;t subsidized elderly housing. 3400 t , - 0 Clearance 5 S N/A 5 To be d termine 51. Colltinuationof pilaf housing. C 1 a 340 ,> Conservation Program regard- No EIS " ing home maintenance, loans, , and rebates. Target area is �t a subsection of CT 3400 and , includes over 500 low and moderate income households. ; 4 ,., GRAND TOTAL i � s � -:�:,"� �•� ::.r3t..: � ..-}S___.�... .z i�l..S..i:._�. /.i�Rta7i_.L.�R.►tt.�'.�i����a'..r.�. -"�'- .i_ 1.NAME OF APPLICANT T 2.APPLICATION NO. 3."-ORIGINAL , + ..J RI .A .. U G L � AMENDMIENT OEPARTMENT OF HOUSING ANO URBAN DEVELOPMENT ENTITLEMENT APPLICANTS ONLY j COMMUNITY DEVELOPMENT PROGRAM Contra Costa County 4•PROGRAM YEAR: California FROM: 8 TO. 6/30/79 CENSUS ESTIMATED COST (5000) RELATED TRACT/ ENVIRONMENTAL RELATED BLOCK GRANT FUNOS OTHER FUNDS ACTIVITY DESCRIPTION SHORT- ENUMER• REVIEW BUDGET ' TERM ATION STATUS LINE PROGRAM SUBSEQUENT TOTAL AMOUNT SOURCE OBJECTIVE DISTRICT ITEM YEAR YEAR (1) (2) (3) (4) 151 161 (71 (81 19) )10) i 52. Feasibility study to deter- C-8-d 3400 Exempt 13 5 N/A 5 None mine appropriations and C-3-b , location of a neighborhood facility in northwest Walnut Creek housing rehabili- tation target area. . l West Pittsburg (Neighborhood Pre- servation Brea) 53. Major rehabilitation of C-1-c 3141 Clearance 4 250 N/A 250 200 State abandoned school acquired with C-3-b No EIS and r third year CU monies to local provide a multipurpose neigh- funds boyhood facility in West 't Pittsburg. i S4. Storm drainage improvements C-4-b 3141 Clearance t in Bella Vista area of No EIS 2 99 N/A 99 None housing rehabilitation target area to alleviate poor drain- t age and ponding. 55. General Program administration C-8 County- Exempt 14 200 N/A 200 SO County Wide and I City ' �. General Funds Mt GRAN?TOTAL s Is is Is .moi.:... .t:�i.���•r.�a.1�1. ..t:._,. .._._ _i, • I t 1,NAME OF APPLICANT T2.APPLICATION N0. 3•J ORIGINAL _ u I CEpARTMENT OF HOUSING AND URBAN OEVELOf'tv1ENT AMENDMENT COMMUNITY DEVELOPMENT PROGRAM Contra Costa County I ENTITLEMENT APPLICANTS ONLY i. California 4.PROGRAM YEAR: � 1FROM:7/1/78 TO- 6/30/79 RELATED CENSUS ESTIMATED COST ISODO' TRACT/ ENVIRONMENTAL RELATED ACTIVITY DESCRIPTION SHORT- ENUMER• REVIEW BUDGET ©LOCK GRANT FUNDS OTHER FUNDS TERM ATION STATUS LINE PROGRAM SU13SEOUENT OBJECTIVE DISTRICT ITEM YEAR YEAR TOTAL AMOUNT SOURCE r, 11/ (2) 13/ (4) (5) 161 (7) 181 191 (10) ,Iternate Replacement Activities Development of a small neigh- C-5-d 3141 Clearance ,y borhood park in the Bella Vista No EIS Area of Nest Pittsburg Acquisition of land adjacent C-5-d 3170 Clearance Rick's Park for park expansion. C-5-e No EIS Acquisition of land adjacent C-5-d 3180 Clearance the Municipal Park for park No EIS expansion. i. Pilot Housing Conservation C-1-a 3160 Clearance Program in older Martinez areas 3170 No EIS 3190 .i .. Expansion of building for day C-3-d 3190 Clearance care center in Martinez No EIS • �a K GRAND TOTAL � . � ,It z�,t� �e�:h .!i.��a.."1' �o�t 1.,•r 4.� i,`. t":.f i Xy'v' .,`*N�1,� �` � �.,ri.`e.��Y� .� t:`-. _ r :W. r '�.. :�,rf•' _.ti,1.'aT;'t,j..1 �1cr .t '•:w-•W1't' T. .. e �:a f I A. B. APPLICATION NO. U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT ORIGINAL COMMUNITY DEVELOPMENT BUDGET ❑ AMENDMEN C. NAME OF APPLICANT D. PROGRAM YEAR CONTRA COSTA COUNTY, CALIFORNIA FROM:JU1y 1, 1978 TO:June 30, 1979 IO. E. PROGRAM ACTIVITY AMOUNT USOEAHUD N 1. ACOUISITION OF REAL PROPERTY~4� 330.000 ,ts,l --I ~ 2. PUBLIC WOOKS.FACILITIES.SITE IMPROVEMENTS 2.128.200 .?. 3. CODE ENFORCEMENT 26 500 �'►{ 4. CLEARANCE.DEMOLITION,REHABILITATION �.. 345,000 5. REHABILITATION LOANS AND GRANTS 424 000 6. SPECIAL PROJECTS FOR ELDERLY AND HANDICAPPED _,�•-� 76.000 7. PAYMENTS FOR LOSS OF RENTAL INCOME 8, DISPOSITION OF REAL PROPERTY 9. PROVISION OF PUBLIC SERVICES 150,000 .tir• r 10. PAYMENT OF NON-FEDERAL SHARES I..'.'I 11. COMPLETION OF URBAN RENEWAL/NOP PROJECTS 12. RELOCATION PAYMENTS AND ASSISTANCE i - 13. PLANNING AND MANAGEMENT DEVELOPMENT 106,500 14 ADMINISTRATION 309-900 15. CONTINUATION OF MODEL CITIES ACTIVITIES ir. 16. SUBTOTAL(Sum of Linn 1 Mru 15) 3,89§.100 +moi. 17 CONTINGENCIES ANO/OR UNSPECIFIED LOCAL OPTION ACTIVITIES (Not to excead 10%of line 16) 160,900 18. TOTAL PROGRAM ACTIVITY COSTS ISwoofLino 164nd 17/ 4 057,000 LINE F.RESOURCES FOR PROGRAM ACTIVITY COSTS NO. —�J 1. ENTITLEMENT OR DISCRETIONARY AMOUNT y . 4,051 000 1 .ts. 2. LESS DEDUCTIONS 3 � 3 ENTITLEMENT/DISCRETIONARY AMOUNT FOR PROGRAM ACTIVITIES kine 1 minus 2J 4.051.000 4. PROGRAM INCOME 5. SURPLUS FROM URBAN RENEWAL/NDP SETTLEMENT 1 6. LOAN PROCEEDS 7. REPROGRAMMED UNOSLIGATED FUNDS FROM PRIOR PROGRAM YEAR 6,000 -�� B. TOTAL RESOURCES FOR PROGRAM ACTIVITY COSTS ISum ofLMM3•7/ ,057,000 1 ❑Check Dux if coils include in0rect co:a which require apprc.IW of a cost au"agw/1M ar rtgWnd 1r Fsdsra/MawfMawawf Circular�dl. EDITION OF 10.74 IS OBSOLETE HUO.701ii(11.76) 00261 COMMIINI I Y 11CV ' O1'M17NI P1 AN :IIMMAl1Y (S 1A 11 "IN 1 0/ NI FOS) 1Nnr,11 IU AI•I.1 $4 Aril 7. AI.1'I ICA110r1 NUti1Rl:l+ 1. (1/IICINAL `•/ _— CONTRA COSTA COUNTY, CALIFORNIA _4 rf+ocf+nfn yr All Il nulbvnenl J1pphtanfs Only) — Fnow July 1, 1978 To' June 30, 1979 A-1 ELIMINATION OF BLIGHT: The need exists to eliminate blight and to prevent further deterioration of existing housing, neighborhoods, and urban and rural communities by providing a comprehensive program of conservation, rehabilitation and redevelopment of existing structures, facilities, and infra- structure. Data Sources: Preliminary Housing Element, Contra Costa County Community Development Public Forums, 1977 Housing Assistance Plan, 1978 Community Facility Inventory and Target Area Study, 1976-1977 A-2 HOUSING: There is a need for adequate housing for all segments of the population in the entitlement area of Contra Costa County. Based on a net increase of 140,000 persons by 1990, there will he a ' need for 104,486 additional housing units by that time. Of those added, 55""0' are projected to be single family, 38036 multiple family, 6% mobile homes, and l% other units. Within these � broad projections, specific housing needs exist for: persons and families of low and moderate income; for the elderly, especially those of low to moderate income; for identified low income minorities; for the disabled and handicapped; for low income female heads of households; and for emergency housing for the displaced and destitute. For all of the above there is an on- going need for conservation, rehabilitation, and redevelopment of the existing housing stock, in i addition to construction of new units. There are special needs for rehabilitation of substandard housing in areas where minority and/or female heads of households concentrations exist. I Data Sources: Preliminary housing Element, Contra Costa County Land Use and Transportation Study, (-ontra Costa County County Social Services Department, 1973 Caseload Community Development Public Forums, 1976 Housing Assistance Plan, 1977 Census, 1970 and 1975 Community Facility Inventory and Target Area Study, 1976, 1977 Housing Element Background Report, 1977 1 le 4 - Pogw 1 of 13 Poge•s - HUD-7015.2 (11-75, (1(►262 Cr,nar IMI1Y 1111 v' ' 01TAIA1 r1 AN Sr►n MA11Y (.WAf! "INC Olt- N!!OSI I PJ AMI W APPLICANT 2. APPt_ICAf 1(IN NUM111.It t. x'nnlr;INAL ,•�_ { AM r7i r)w N i 4. PnocrtnitiI vr.An (fntil/cnrnnt Applicants On/yl CONTRA COSTA COUNTY, CALIFORNIA r-non+: July l 1978 TO: June 30 1979 A-3 COMMUNITY FACILITIES: There is a need for neighborhood facilities, senior centers, child care centers, and public meeting places to accommodate recreational activities and programs aimed at low and mod- erate income groups including senior citizens, minorities, the young, women, and the handi- capped, for delivery of social service programs. Also needed is efficient joint use of existing and proposed public buildings (including schools), coordination of user groups to provide ,joint use of facilities where practical, and the development of a program to localize response to these needs. Further there exists an urgent need for preservation of historic properties, and for removal of architectural barriers to the handicapped and for the provision of centers for the physically, mentally and/or developmentally handicapped. There is a special need to expand child day care facilities for low income female heads of households to increase their employment potential and provide security for their children. Data Sources: CD Public Forums and Meetings, 1977 City-County Goal, April 1970 County and City Planning Departments, 1976-1977 California Association for the Physically Handicapped Census, 1970 and 1975 Community Facility Inventory and Target Area Study, 1976-1977 Contra Costa Children's Council A-4 PUBLIC WORKS: The need exists to provide improvements within public rights-of-way including traveled way, curbs, gutters, street lights, sidewalks and landscaping to help arrest blight and deterioration { in a number of neighborhoods; to provide public utility improvements in areas where health and safety are endangered; and to increase mobility for low and moderate income persons between their places of residence, employment and public facilities. Data Sources: City-County Goals Study - April 1970 County Public Works Department County Building Inspection Department County Flood Control District Public Forums (1977) Community Facilities Inventory and Target Area Study, 197.6-1977 4 Hage Z o, 13 Popef Hu0-7015.2 (il-m �(�263 4.1IMMIINI I Y III V (H'MI11I i'I AN SIIMMAItY IS[A II � NI' OF Nl I-f).;) I UAt.11 (11 AI`PI II:ANi - - - _-- - _- 2. APPI-ICAI I(ttd NUt.II1F-It _ �. -0 It Ir.1NA1_ - CONTRA COSTA COUNTY, CALIFORNIA 4. I.110GIIAM YI_AII (Fnndcment/Applicants Orr/v) FROM: July 1, 1978 TO: June 30, 1979 A-5 OPEN SPACE, PARKS, AND RECREATION: There is a need to provide a comprehensive open space, parks, and recreation system for all present and future residents of the entitlement area; open space preserves for protection of water and other natural resources; preserves for agricultural production: areas to guide, define and enhance urban development so as to prevent the future spread of blight; designation and preservation of areas where development should be precluded due to overriding safety hazards; preservation of natural wildlife habitats; preservation of prominent natural features; acquisition and development of sufficient park lands to meet active and passive recreation needs, especially in areas with concentrations of low and moderate income families and indi- viduals;. and provision of a recreation program brised on open spaces, parks, bikeways, and playgrounds. Data Sources: Public Forums and Meetings (1977) County Recreation Element (1970) County Open Space-Conservation Plan (1973) Land Use and Transportation Study (City-County Goals - 1970) Community Facilities Inventory and Target Area Study, 1976-1977 A-6 PUBLIC SERVICES: The need exists to provide social and other human services to all needy persons within the county and its incorporated cities. To facilitate full access to services, provide staff and facilities to develop and implement a comprehensive needs assessment; staff and funding to expand and improve existing programs; staff funding; to develop and implement needed new programs for disadvantaged groups such as minorities and the handicapped, women, and the aged; facilities for use in the delivery system of social programs; coordination and consolidation of existing and anticipated programs; joint use of existing facilities for program dispersal; and the effective participation of citizens in advisory planning roles. Data Sources: Community Development Public Forums, 1977 Human Resources Agency, Contra Costa County Community Facilities Inventory and Target Area Study, 1976-1977 it Pulte 3 0l 13 pages HUD-7015.2 (1I-751 ---- ___ ____ 00_264 __ c;11r'AraIIr11( Y ()( V 1(' N (41 V( Au ;((aarltA((Y f:1A II "' NI r7r N7 10!,1 6nC.11 ill Al'I'l H Atli Arl'i l(:: I IOrJ NI)1.1111 11 _ AL71 r1tlt.,lt N-r _ - ---- • CONTRA COSTA COUNTY, CALIFORNIA 1. rrlo.IIAh.+ Yt All (frrrrNrnlenf!/tpbC,a rz On/rl V ROM July 1, 1978 ro. June 30, 1979 A-7 COMMERCIAL REVITALIZATION The need exists to arrest the physical deterioration of existing commercial facilities serving the low and moderate income areas of the County. Commercial revitalization programs can serve as a means of enhancing the physical appearance of low and moderate income communities, increase the availabilitv of goods and services, expand employment opportuni- ties, and enhance economic conditions. Data Sources: Overall Economic Development Program 1976-1977 Public Forums and Meetings 0977) A-8 ADMINISTRATION - COMPREHENSIVE PLANNING: j There is a need to provide an on-going, comprehensive community development planning, j evaluation and implementation process, including collection of basic data and analytical studies and implementation programs oriented toward low and moderate income persons, including the elderly, women, minority groups and areas with special urgent needs on a localized geographical basis, with emphasis on improvement of housing and environmental conditions and employment opportunities needed to coordinate and help implement the objectives of the Community Development program. There is also the need to implement the adopted Citizen Participaton Plan to assure that citizens are to the maximum extent possible, involved in the development of the County Community Development Program. Data Sources: Contra Costa County, and Participating cities Community Facility Inventory and Target Area Study, 1976-1977 1 4 01 13 Pog, HUO-7015.: i11-751 �?J1�5 c110.1hIIINI I Y III VI :IM11 N i I'I AN tit MANIA ItY OR I/. + •:n.n +u nrrl r+ Artl nr•rl u,Alrfw rrr+:ntl n _ r _.. .. - - %`I h lrr r,,.If l A r. .. - - ._. AMI Pllrrd1 rl I- - -- CONTRA COSTA COUNTY, CALIFORNIA ' ""' " Y' "" !1 nbNfnrrnf ilpplrfdnfS U�fvl - f 1101,1 July 1, 1978 To June 30, 1979 B-1 ELIMINATION OF BLIGHT: a.. Meet the 1990 estimated needs to rehabilitate (meeting approximately 5% of the total need per year) 3,800 housing units, and replacement of those housing units not suitable for rehabilitation, estimated to be 9,375 units. b. Undertake a comprehensive code enforcement and rehabilitation program in a number of Target Areas to be identified for purposes of activity coordination and concentration. c. Provide counseling and home maintenance training programs to inform and educate participants in the conservation, rehabilitation and redevelopment process. d. Provide renovated, rehabilitated and new public facilities in deteriorating and dilapi- dated areas where such efforts will help stabilize those neighborhoods. e. Provide public improvements in deteriorating and blighted areas where other concerted efforts are being made to stabilize the housing stock and neighborhood, and where neighborhood facilities are being established. f. Undertake redevelopment activities including the acquisition of blighted, deteriorated, or inappropriately developed real property, in areas of need. Support Necd(s) No: A-1 B-2 HOUSING: ' a. By 1990 provide approximatley 5,747 additional housing units based on 1977 HAP for non-elderly persons and families of low to moderate income, including minorities and women (yearly goal being 5% of total need). b. By 1990 provide a projected 3,500 additional housing units for low and moderate income elderly (based on 1977 HAP needs and attaining 5% of these needs per year). c. Meet the special housing needs of the disabled having sensory, physical, and/or mental disorders. d. Provide emergency housing to meet the estimated demand. e. Establish it referral system for all types of assisted housing for low and moderate income families and persons to make them aware and able to take full advantage of available housing opportunities. Supports Need(s) No:• A-2 Nub-7015.3111_751 Page of 13 P,g, --- o ft6 s (A)MM IV Ill V1 ' :11'f:11'NI ►'LAN sI1MNIA1IY (( ruV(; 1' MIOVIICIIV/:l NA NII fff At I•$ It ANI AL1•I WA It IN IVl M1111.11 (,IUNr.lttnf f A41t 11114ll rf I CONTRA COSTA COUNTY, CALIFORNIA r ,:SIAM YI All f/wah-menf,i+,+,+,,.,,,,: I MUNI July 1, 1978 r,, June 30, 1979 f B-3 COMMUNITY FACILITIES: a. Define potential service areas, users and programs for neighborhood facilities in areas with concentrations of low and moderate income families and individuals; enunciate standards and criteria for their implementation; and explore sources of funding to help lease, acquire and construct facilities needed. b. By 1990, arrange for multiple use of public structures, where feasible, to augment new neighbohood facilities. c. By 1990, establish, expand or include as a multiple use in other public facilities, centers for senior citizens, especially for low and moderate income persons. d. By 1990, provide child care centers primarily as part of multiple purpose centers for low and moderate income families with special emphasis on female heads of households. e. By 1990, identify and analyze significant historic properties, prepare a Historic Conservation Element of the County General Plan, and undertake implementation of that Plan. f. By 1990, remove architectural barriers to the handicapped in all public facilities. g. By 1990, establish, expand, or renovate centers for physically, mentally, and/or developmentally handicapped persons. Supports Need(s) No: A-3 B-4 PUBLIC WORKS: a. By 1990, undertake public works improvements in deteriorating and blighted neighbor- hoods in which concentrations of low and moderate income families and individuals reside, including precise plans, design and improve curb, gutter, sidewalk, street lighting, and landscape beautification projects within housing Rehabilitation Target Areas. b. By 1990, provide special transportation facilities for low and moderate income and handicapped persons for improved access to public facilities, especially those included in the Community Development Program. Supports Need(s) No: A-4 riLIP-)01SA(11-751 rage 6 004"`l 1.1ININIIINI1Y III V1 I •I'MI NI hl AN AINIMA11Y r� (tiv(; I f l lV.71 C1l1'l t • .)1 ,11 4I.1.1 Il :.ri I AI1111 1( A l It)rl "It"1111 11 (IIIc/l, Irl At Ar.1t FII oro 1 I11 CONTRA COSTA COUNTY, CALIFORNIA V II,I,.IIAr.'1 At• �r,1r,r,,:,r,r.,rAllp7u..utrt ��,�i�•i I II(1ti1 July 1, 1978 To June 30, 1979 B-5 OPEN SPACE, PARKS, AND RECREATION: a. - Preserve and use for multiple recreation purposes, consistent with continued water quality protection controls, the approximately 18,600 acres currently in watershed preserve and the more than 70 square miles of slough and off-shore waters. b. Coordinate the Open Space-Conservation Elements of the General Pians of .Contra Costa County and its incorporated cities, to ensure consistency in definition of open space areas and corridors used to define growth; explore additional sources of funding for the acquisition of lands to meet this objective. c. Control areas of significant safety hazard as defined in the Seismic Safety, Conservation, and Public Safety Elements of the County and the City General Plans, with multiple recreation use made of areas proved safe, desirable and practical. d. Preserve prominent natural wildlife habitats and land features identified in the County and City General Plans in their essentially natural state, and make these available for public use consistent with conservation measures. e. Based on a park standard of 4 acres per 1,000 population, provide a total of 1,550 acres of park land, compared to a current inventory of about 850 acres, representing a long- range need for almost 700 more acres of incremental park land. By 1990, this need is expected to increase by at least 600 acres, based on population projection. f. Provide coordinative services by Contra Costa County to ensure that both incorporated and unincorporated area residents receive maximum recreation program benefits from existing and projected parks, and playground facilities. Supports Need(s) No: A-5 IlU[}-701 5.3(I 1-75i Page 7 0l 13 V-; 1:MIMI IN 11' 111 VI I 'r1'Mi N I VI AN '.I IMMAItY r( 11N1; tr '111R%!1'1/1'1':1 • rl•i•.r1 II ,`,rl'1u r.r:I nl'1'I Ir.A 1Ir R1 Irl l.tftl 11 ( ti{ /y 1111 it 1r,Ir1%•f I I A411 11114+1 r 1 CON'I'NA.COS'I'A COUNTY, CALIFORNIA A 1'll1H;I1A4t Yi All rill(ItIrsrrrYr(nNttimann u%lirt i 111 July 1, 1073 ►o June 30, 1979 B-6 PUBLIC SERVICES: a. - Continually update and quantify data on the level, type and location of users of social programs. b. To meet local needs, programs to serve individual communities, cities and identifiable unincorporated areas should be developed by use of existing and new local facilities such as neighborhood centers. c. Continually pursue potential sources of funding for specialized social service programs. d. Develop mechanisms to involve citizens, including users, in planning and implementing service activities. e. Develop programs for the integration of human services in terms of planning, administration, and delivery. Supports Need(s) No: A-6 B-7 COMMERCIAL REVI'f ALIZATION: a. Identify low and moderate income communities and neighborhoods with deteriorated commercial areas. b. Identify resources available to assist in the development of businesses to serve the unserved or underserved needs of low and moderate income communities and neighborhoods. c. Identify, describe and analyze methods available to distribute information regarding business opportunities to organizations and individuals with the interest and skills necessary to develop and operate such businesses. d. Undertake studies designed to develop comprehensive commercial revitalization programs, including appropriate capital improvements and other improvements neces- sary to create or stimulate private economic investment. e. Identify sources of funding for those desiring to develop new businesses. f. Identify sources of funding for specific projects designed to further commercial revitalization efforts. g. Undertake studies which will evaluate general plan and zoning considerations as they relate to the ptittern of development in commercial areas serving low and moderate income communities and neighborhoods. Supports Need(s) No: A-7 HLIP-7PIS.,I 111-751 Pogr 8 of 13 Fa,,% 00269 i I.I)r.1r:111N1 I V I31 vi I whit N I I'1 AN '.I IMMAItY 0 /7pit; 1111t11,lt Cilvl .:l - ,,.;•, 111 r,r I 1 Ir At41 Al 111 Ir .,I I(,I1 rit"" l) 11 1 , Illllrn,innr ( 1 A Wra 11 Ml u •1 1' r CONTRA COSTA COUNTY, CALIFORNIA _ _-- -- ---_ -___-- -- ___-- ` 11(-)(;11 1,ht vl All l/(r f�tlf:rr(err( !IlrP(•f.r/,f3 fJnlyf July 1, 1978 To June 30, 1979 13-8 ADMIN. - COMPREHENSIVE PLANNING: I a. - Provide staff as needed to develop, update and administer the Community Development Program and to coordinate the efforts of the participating cities and the unincorporated areas. b. Update and expand General Plan policies of Contra Costa County and its participating cities to further the objectives and purposes of the Community Development Program. c. Collectand update data as needed, and establish and improve capability to store, retrieve and evaluate information relevant to the Community Development program. d. Assist in the development and implementation of an on-going r'itizen Participating Plan for local citizen involvement in preparing and monitoring the Community Development Plan and Program. e. Develop area studies and plans to address the Community Development needs of subareas by geographic, physical development, population, and service system charac- teristics. Supports Need(s) No: A-1, A-2, A-3, A-7 J 13 aJ" !�(12i'0 i'JIt1/i! 1! /;A1 t r'.!! ('1!1'!.'.l rrnr, r r nrrr a .ver nrri I Ari,ur NUM 111 n t. nrf t)IM irrnr. nrAr N000FNI CONTRA COSTA COUNTY, m a, ,,r,.,,,.,,r s�,, r tJ,,,,,,- 1100. ,July 1, 1973 Fo: June 30 1979 C-1 ELIMINATION OF Bwo HT: a. Within the next three years, continue a comprehensive code enforcement and housing rehabilitation program and conduct rehabilitation and abatement proceedings in the Target Areas of West, Northwest, North Central, Northeast, and East County. b. During the next three years, establish and maintain a counseling and training program for potential recipients of rehabilitation loans and grants, and those families and individuals who must be relocated. c. Within the next three _years, locate or expand neighborhood centers, senior centers, and child care centers in areas where blight can be reduced or eliminated. d. Over the next three years, provide curb, gutter, sidewalk, street lighting, and landscape beautification in Housing Rehabilitation Target Areas. Supports Need(s) No: A-1 C-2 HOUSING: a. Provide housing for the elderly, handicapped, and families of low and moderate income as specified in the goals of the 1978-79 Housing Assistance Plan. b. Provide relocation assistance, as needed, for households affected by the construction or rehabilitation of housing units under this program. c. Provide fair housing assistance to low and moderate income households and to assist small landlords and tenants in the utilization of housing subsidy programs. Supports Need(s) No: A-2 Paq.! or P,O.. 01271 %A J 1�I H I11'7I I I 111.101 1 1Jt. J 1 1 I.J%14 ..1 nh u'.i J\11 1 tsfrulr i 11 /111 1 11.1tClIvI sl 1 -tJAMI (II APPLICANI Ar.if NOMI-NI CONTRA COSTA C'OUNT'Y, CALIFOl1NIA 4, PIIO(IMAM Yt All (f/imleerlfnl fpolkantJ Onlyl rnom: duly 1, 1978 TO: June 30, 1979 C-3 COMMUNITY FACILITIES: a. Update and coordinate City and County General Plans to achieve consistency between jurisdictions within the three-year Plan period. Include analyses to establish standards and criteria for neighborhood facility usage and size. b. In the next three years create, expand or continue development of at least five neighborhood facilities to serve the established urgent needs in the following subareas: West, Northwest, North Central, Northeast, and East County. c. Within the next three years, create or expand up to 6 senior citizen centers throughout the county, with primary emphasis on areas with concentrations of low and moderate income persons. d. Within the next three years, include up to three child care centers as part of multiple- purpose centers in low income areas of the West, Central, and Eastern portions of the county. e. Within the next three years, analyze the inventory of existing signficant historic sites, adopt a Historic Conservation Element of the County General Plan, and initiate at least one additional restoration of a historic structure. f. Within the next three years, remove architectural barriers to the handicapped in one- third of the public facilities. g. Within the next three years, create, expand or renovate two centers designed to serve the needs of the physically, mentally, and/or developmentally handicapped. Supports Need(s) No: A-3 C-4 PUBLIC WORKS: a. Within the three-year Plan period, repair and resurface streets and pedestrian paths, as in the Target Areas selected for code enforcement and rehabilitation activities. b. Provide drainage improvements in housing rehabilitation Target Areas, as needed. c. Provide appropriate street landscaping and appurtenances in areas where other concentrated activities are undertaken. 4 d. Provide special transportation assistance in concentrated activity areas including non- motorized vehicle routes. e. Provide pedestrain paths and other improvements designed to eliminate or minimize apparent safety hazards in low and moderate income neighborhoods. Supports Need(s) No: A-4 Page 11 of lJ Poges HUD-7015.1 (11-751 110272 CUMMIINI I Y III.y11I.0111 r !JI PLAN :AIMMAIIY tstlutrttrt�nr I nttc:ttvt:/ / NAMI lif APPLICANI �J AI'PLICAIIrIN NUM 11111 �- M 011ifi RlA 1. CONTRA COSTA COUNTY, CALIFORNIA - -- --- ------ CJAMrNOWNT _^ A. PIIQGIIAM YLAr1 /Enrrri.nrmt AOpN[snff On/0 1`110M: July 1 1978 To: June 30 1979 - C-5 OPEN SPACE, PARKS, AND RECREATION: a. Within the three-year Plan period, improve public accessibility to a significant portion of the watershed preserves, sloughs and offshore waters. b. Within the next three years, prepare, update and review for consistency Open Space and Conservation Elements of all of the cities and the county to define areas critical to shape urban growth patterns, and to coordinate the use of contiguous open spaces. c. Within the three-year Plan period, update the Seismic Safety, Conservation and Public Safety Elements of the cities and the County to designate additional land areas with safety hazards which can and should be put to public use. Potential demonstration areas of joint public acquisition and development should also be defined during this period. d. Within the three-year Plan period, acquire approximately 400 acres of park land (by fee simple, development rights , easement or gift basis) and develop a portion of these lands to meet the defined long-term need. e. Within the three-year Plan period, improve existing park facilities and accessibility to meet the needs of the elderly, handicapped and those of low and moderate income. Supports Need(s) No: A-5 C-6 PUBLIC SERVICES: a. During the next three years quantify current and projected public service needs for planning purposes. b. Continue to execute joint use agreements between community facility providers and social service delivery agencies. c. Continue and, where feasible, expand existing workable and successful human service delivery programs. d. Design and make operational in the county a method of integrating human services. Supports Need(s) No: A-6 Pape—_ 01 0906 HOG-7015.4 111-751 0027`3 l.t lt.,:., ,� 1•I' �•1 .� I Lha. ... ..,\11 i ('.I MH I If RAf N,Il.(:i IVI SI I NAMI OF AN't.11.AN1 ' - APPIACAt ION NI)M11111 .-_._ 7. < 01116,INAt. CnNTf A COSTA COUNTY, r'ALIFORNIA --- - - - t 1 AMfNOMr.NI " ; O ( - `-� 4. IMOG11AM YEAH l!n(itf!rnvn(APP7iCentt UnJy) r1,nM July 1, 1978 ,o. June 30, 1979 C-7 COMMERCIAL REVITALIZATION: a. Within the next three years undertake one study designed to develop a comprehensive commercial revitalization program. b. Identify other commercial areas serving low and moderate income communities and neighborhoods in need of commercial revitalization efforts. e. Provide assistance and advocacv to individuals and organizations in identifying and obtaining funds to establish new businesses, expand existing businesses, and to undertake appropriate capital improvements which further commercial revitalization. Supports Need(s) No: A-7 C-8 ADMIN. - COMPREHENSIVE PLANNING: a. Complete and detail comprehensive Community Development Plans of the county anO the participating cities, specifically as they relate to needs, objectives and implementa- tion related to housing, safety and environmental conditions of low and moderate income persons, including senior citizens, minorities and women (particularly female heads of households). b. Review and improve the Citizens Participation process utilized for Community Development process. e. Provide staff, as necessary, to prepare, administer, monitor and evaluate the Community Development Program. d. Continue to formulate coordinated and comprehensive area pians for implementation of Community Development activities to maximize the impact of available funds for purposes of neighborhood conservation, the elimination of blight, and arresting deterioration. Supports Need(s) No: A-1, A-2, A-3, A-7 POQI-� HUD-7015.1 (11_75) - -_: --- ------------ f&-4 U r. vid OMl3 Wo. 63R.1471 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT r r HOUSING ASSISTANCE PLAN — TABLE 1. SURVEY OF HOUSING CONDITIONS A. HOUSING STATUS AND CONDITION OF ALL HOUSING UNITS Ill THE COMMUNITY .__ I. NAME O> APPLICANT I. APpI.ICATION/GRANT NUMBER P ORI{'i1NAt CONTRA COSTA COUNTY ENTITLEMENT AREA S AMENOMENT, OATE:(Omiis Concord, Pittsburg and Richmond) 4. PROGRAM YEAR tE OF HOUSING SURVEv 151 USED Update to 1/1/77 FROM: July 1 , 1978 TO: June 30, 1979 417/75; 111116, 111177 a'tuafr<ff:OF HOUSING UNITS YEAR AL1. UNITS OWNER Malian STATUS AND CONDITION OF ALL HOUSING UNITS OF SUBTOTAL SUBTOTAL SUBTOTAL ESTIMATE SUITABLE SUITABLE I TOTAL FOR TOTAL FOR TOTAL 1 SUITABLE FOR FOR REHABILITATIONe REHABILITATION ! REHABILITATION' {ol 1►1 {el {d) {e) {() 1. Occupied Units — Total 143,102 105,020 38,082 : a.Subitoodord 3,683 3,247 ,295 2 553 2 1 ,130 3 b. Standard at►d All Other (line 1 mines line la) 1 39,419 102,467 3 r 4 2. Vacant Available Units — Total 4.765 2,654 2,102 o. Subuandord 407 259 285 137 122 122 • b. Standard and All Other(line 2 minus line 2a) 4,358 2,369 1 ,980 ' 3. Housing Stock Available — Total (sum of lines t and 2) 147,867 3,506 107,676 • 4. Vacancy Rats(lino 2+ 3) 3.22% 7.39% 2.47% 5.62% 5.23% }Units-Suitable for Rehabilitation"must be included as a subtotal if the applicant is proposing a rehobihmian program an Table III, Goals for Lower Income Housing Assistance. 8. DEFINITIONS, DATA SOURCES, AND METHODS(Attach additional pages) See MAP Methodology packet for Fiscal Year 1978-79 I. Definition of "substandard" used. Definition of "suitable for rehabilitation" used. Data sources and n►clhods used. ..T .«_. _.. HUD-1415.1 (12•-75) 211 U.S. DEPARTMENT OF MOUSING AND URBAN DEVELOPMENT Pat* 7el3f HOUSING ASSISTANCE PLAN — TABLE II. HOUSING ASSISTANCE NEEDS OF LOWER INCOME HOUSEHOLDS 1. NAME OF APPLICANT I. APPLICATION/GRANT NUMBERH - 1 t 1 - 1 S. ORIGINAL , CONTRA COSTA COUNTY ENTITLEMENT AREA [TI _ �] AMENDMENT. DATE$ (Omits Concord, Pittsburg and Richmond) Update to 1/1/77 PROGRAM YEAR 1 7B6130/29 PROVIDE DATE FOR EACH CATEGORY OF MINORITY HOUSEHOLD, AS APPROPRIATE (Cheek apprep►1•te Oea) (Check appropriate be*) (Check • p ) 1• BLACK/NEGRO 4. Q ORIENTAL 1, ppre rt•t• bo■ Q •LACK/NEGRO 1,Q ORIENTAL I. BLACK/NEGRO 4, Lr:3 ORIENTAL STATUS OF I. SPANISH-AMERICAN S.0 ALL OTHER 2.M SPANISH-AMERICAN 5. 0 ALL OTHER 2. l__J SPANISH-AMERICAN S.Q ALL OTHER HOUSEHOLDS REQUIRING MINORITIES MINORITIES MINORI TIES ASSISTANCE S AMERICAN INDIAN 3.0 AMERICAN INDIAN 2.C] AMERICAN INOIAN ELDERLY OR FAMILY LARD! ELDERLY OR �V'AMILY LARGE LARGE TOTAL HANDICAPPEO FAMILYFAMILY ELDERLY OR FAMILY (� or lel TOTAL ANOICAPPEO rr leis TOTAL HANDICAPPED FAMILY (J 4I TLr! t s or More (1.2 per:onsl pasolls) persons) (1.2 persons) persons) persons) (1.2 persons) (persons! (5 or more P person s) 1•) le•Il �.•» to-4l le•Sr 11.11 (1.7) (1.1) 11.0 t •1) 18-2) 1 •1) ( .41 1 A. OWNER HOUSEHOLDS (exclohly di. ttacee.)• Tobi 123 25 76 22 199 35 102 62 13 3 4 2 B. RENTER HOUSEHOLDS eseladin ris locee4 -Total 152 23 113 16 299 35 194 70 44 10 29 C. HOUSEHOLDS EXPECTED TO BE DISPLACED 5 IN PROGRAM YEAR/Sum o/lines / and 2) 1 0 1 0 1 0 A297 0 0 0 0 0 Owners Isq-L Renlets ID.—T—OTAL(51,nt o/floes A.B. and e) 270 48 190 38 499 70 132 1 57 13 35 9 _ NUG-•1015. (17..751 r. r , 'r,r:,'d OMS tlo. 63R.1471 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT r HOUSING ASSISTANCE PLAN — TABLE 1. SURVEY OF HOUSING CONDITIONS r A. HOUSING STATUS AND CONDITION OF ALL HOUSING UNIT IN THE COMMUNITY 1. NAME OF APPLICANT 2. APPLICATION/GRANT NUMBER S. ORIGINAL CONTRA COSTA COUNTY ENTITLEMENT AREA 161 - - Q AMENoMENT. DATE: (Omits Concord, Pittsburg and-Richmond) 4. PROGRAM)YEAR 5. DATE OF HOUSING SURVEY IS) USED Update to 1/1/77 FROM: July 1 , 1978 TO' June 30, 1979 4/7/75; 1/1/76, 1/1/77 NUMaER OF HOUSING UNITS YEAR ALL UNITS OWNER ROOTER STATUS AND CONDITION OF ALL HOUSING UNITS OF SUBTOTAL SUBTOTAL t SUBTOTAL ESTIMATE SUITABLE SUITABLE t SUITABLE TOTAL FOR TOTAL FOR TOTAL FOR REHABILITATION* REHABILITATION* ! REHABILITATION't (ai (N lel (d) W (0 ( ) 1 1. Occupied Units - Total 143,102 105,020 38,082 : o. Substo.ldo[d 3,683 3,247 2,553 2.295 S b. Standard and All Other (line I minus line !a) 139,419 102,467 36,952 ' 4 2. Vacant Available Units — Total 4,765 2,654 2,102 s a. Substandord 407 259 285 137 122 122 s b. Stortdotd and All Other(line 2 miners line 2a) 4,358 2,369 1 ,980 T 3. Housing Stock Available — Total (sum of lines 1 and .2) 147,867 3,506 107,676 2,432 40,191 1 -074 • 0. Vacancy Rote(line s; 3) 3.22% 7.39% 2.47% 5.62% 5.23% tUnit• "iuitabl•for Rehabilitation"must be included as a subtotal if the applicant is proposing a rehabilitation program on Table 111, Goats lar Lower Income Housing Assistance. 8. DEFINITIONS, DATA SOURCES, AND METHODS(Attach additional pages) See HAP Methodology Packet for Fiscal Year 1978-79 1. Definition of "substandord" used. ' Definition of "suitable for rehabilitation" used. ` Data sources and welhods used. �1 'Ori ii, , 9, , ��rr OMB N..63111-1471 f:S•1 *13 1 U.S. DEPARTMENT OF MOUSING AND URBAN DEVELOPMENT HOUSING ASSISTANCE PLAN — TABLE II. HOUSING ASSISTANCE NEEDS OF LOWER INCOME HOUSEHOLDS �. NAME OF APPLICANT 2. APPLICATION/GRANT NUM99M S CONTRA COSTA COUNTY ENTITLEMENT AREA fb - _ TI - I [ E] UD ORIGINAL (Omits Concord, Pittsburg and Richmond) p AMENDMENT, DATE: j I 4. PROGRAM VCAR S. DATIL OF MOUSING SuRvEV ISI USED July 1 , 1978 TOs June 30, 1979 4/7/75, 1/1/76, 1/1/77 NUMBER OF HOUSEHOLDS STATUS OF HOUSEHOLDS ALL HOUSEHOLDS ALL FEMALE-HEADED HOUSEHOLDS ALL MINORITY HOUSEHOLDS REQUIRING ASSISTANCE LARGE ELDERLY OR FAMILY LARGE LARGE FAMILY ELOERLY OR FAMILY ELDERLY Olt! FAMILY TOTAL HANDICAPPED o► Tess FAMILY FAMILY ( (S or more TOTAL HANDICAPPED (d or Less Ser more TOTAL HANDICAPPE (d or fess (1•?persons) persons) persons) (1.2 persons) persons) (Sof (1-? persons pea's pfrsoss) persons) 4-21 P (4.2) 6.31 (W) (s-I1 (e-2) W11) te•4) (4-4) A. OWNER HOUSEHOLDS I (Excluding displacees) 5,718 2,451 2,714 553 2,428 1 ,256 1 ,078 94 454 89 255 110 2 B. RENTER HOUSEHOLDS(Fxcluding dis lacees 8,751 2,558 5,515 678 4 445 1 705 2,519 221 648 109 432 107 C. HOUSEHOLDS EXPECTED TO BE DISPLACED IN PROGRAM YEAR(sum o/ lines Cl and C2) 36 7 24 5 13 3 9 1 2 0 2 0 1. Owners 8 2 6 1 3 1 2 0 0 0 0 0 s 1. Renters 28 5 19 4 D. ADDITIONAL FAMILIES EXPECTED TO RESIDE is IN COMMUNITY(sum o lines 01 and 02) 1 ,031 370 589 . +"•. ' �� ' ' 71 1. As a result of canned employment 280 72 106 154 .,�. .�.: �� -�•.L.:.:�.;: ^,: 1. Alr ady 75 20 e e em to ed in locality 1 264 435 52 9 E. TOTAL HOUSING ASSISTANCE NEEDS ' (sum o/lines A, ll, C, and D) 15,536 5,386 8,842 1308JL + Io Percent of Total 100% 34.7 56.9 'X 8.4 ,... F. DATA SOURCES AND METHODS (A teach additional paces) SeeHAP Methodology Packet for Fiscal Year 1978-79 . .. .. „ .. Jl.. s i . xi ,:'i,\ .7ff •life . ' .. i• r .. HUG-701!.1(12—%5► Page 2 of 3 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT f HOUSING ASSISTANCE PLAN — TABLE II. HOUSING ASSISTANCE NEEDS OF LOWER INCOME HOUSEHOLDS 1: NAME OF APPLICANT 2. APPLICATION/GRANT NUMBER 2. ORIGINAL , CONTRA COSTA COUNTY ENTITLEMENT AREA F 7 1 1111_ _ Q PROGRAM YEAR AMENOMENT. DATES Omits Concord, Pittsburg and Richmond) Update to 1/1/77 + I I- I 1 1 4. 1 1-.- . 1 7/1/78 6130!79 PROVIDE DATE FOR EACH CATEGORY OF MINORITY HOUSEHOLD, AS APPROPRIATE (Chock appropriate ken) (Chock appropriate Dor) (Chock appropriate box) I• BLACK/NEGRO4.Q ORIENTAL 1- Q BLACK/NEGRO 4• Q ORIENTAL 1- Q BLACK/NEGRO 1. U ORIENTAL STATUS OF 2. SPANISH-AMERICAN S. Q ALL OTHER 2. IM SPANISH-AMERICAN 5. 0 ALL OTHER 2.Q SPANISH-AMERICAN 5.0 ALL OTHER HOUSEHOLDS REQUIRING MINORITIES MINORITIES MINORITIES ]. AMERICAN INDIAN ].Q AMERICAN INDIAN S.CU AMERICAN INDIAN ASSISTANCE ELDERLY OR FAMILY LARGE ELDERLY OR FAMILY LARGE LARGE FAMILY FAMILY ELDERLY OR FAMILY FAMILY TOTAL HANDICAPPED (4 or Jess TOTAL HANDICAPPED J o► Ires (S or wore TOTAL HANDICAPPE (� or lei s • persons) tomore /S or more (J ? ersons/P p personsl (1-2 persons) persons) persons) (1-2 personal personal persons/ 1.1 le•I) 1e-21 (e•4) lo•Sr U•Il II.21 11.7) cl•4l •1) l •?1 Is-3) I •41 1 A. OWNER HOUSEHOLDS (ercllali alis lat:ees)- Total 123 25 76 22 199 35 102 62 13 3 6 4 2 B. RENTER HOUSEHOLDS (excluding dis daeees -Total 152 23 113 16 299 35 194 70 44 10 29 5 ] C. HOUSEHOLDS EXPECTED TO BE DISPLACED IN PROGRAM YEAR(Sum of lines 1 and 2) 1 0 1 0 1 0 1 0 00 0 0 4' Ownels S Rentels D. TOTAL (sum of tinea A,9, and Q 270 48 190 38 1 499 70 297 132 257J213 35 9 1 Pt e.�o U.S. DEPARTMENT OF MOUSING AND URBAN DEVELOPMENT HOUSING ASSISTANCE PLAN -- TABLE 11. HOUSING ASSISTANCE NEEDS OF LOWER INCOME HOUSEHOLDS 1. NAMt OF APPLICANT !. APPLICATION/GRANT NUMYtRS. ORIGINAL. CONTRA COSTA COOKY ENTITLEMENT AREA s _ p AMENDMENT, DATE: (0mits Concord, Pittsburg and Richmond) — PROGRAM TEAR Update to 1 1 77OMI 7/1/78 TOx 6/30/79 PROVIDE DATE FOR EACH CATEGORY OF MINORITY NOUSENOLD. AS APPROPRIATE (Cheek opprgrlore kse) (Chock yProprlere key (Cheek npPnprl.f• Na+) 1• •LACK/N[ORp 4.thORIENTAL i• Q ACKEOAO •LACK/NEGRO k- ORIENTAL STATUS OF 2. tiPAN1iN•AMERICAN R.[� ALL OTHER L Q SPANISN•AMBRICAN G. ALL OTHER f.Q 01ANISH-AMERICAN S.[rJ ALL OTHER HOUSEHOLDS REQUIRING. MINORITIss MINORITIES MINORITIES ASSISTANCE S' AMERICAN INDIAN 1,0 AMERICAN INDIAN 3.Q AMERICAN INOIAN WHITE ELCGRLV OR FAMILY LARGE ELDERLY OR FAMILY LARGE tLD[RLV OR FAMILY LARGE F AMI LY FAMILY ILY TOTAL HANDICAPPED (4 Pir less , TOTAL ANDICAPPEO IS at lensof TOTAL NANOICAPP[ or more 11.2 persons) persons) S rs more (I-? ersonsl persons (S persons) f p or fest f 5 or mors persons) P P 'ersonsJ (1•?personal persons/ persons/ !o) le-Il A. OWNER (s-4) (o-Sy (1.1) 11.21 (I•a1 10.4) 41-1) ( -1) ( •11 19-41 1 HOUSEHOLDS foxcloop kiss ees)-Total 56 8 35 13 63 18 36 9 2,836 1 ,106 1 ,381 349 = B. RENTER HOUSEHOLDS eeelldin Lis ce" -Total 65 22 34 9 88 19 62 7 3,658 744 2,564 350 C. HOUSEHOLDS EXPECTED TO BE DISPLACED IN PROGRAM YEAR Isim o/lines i and 2) 0 0 0 0 0 0 0 0 19 4 11 4 Owners 0 0 0 0 0 0 0 s Rentals 0 0 0 0 0 0 14 3 8 3 D. TOTAL(Suns o/lines A.B. and e1 121 30 69. 22 151 37 98 16 6,513 1 ,854 3,956 703 ' MUD-7015.911=+75) Form Appoovod OMS No. 63R-1471 Popo I of 2 es U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HOUSING ASSISTANCE PLAN TABLE Ill. GOALS FOR LOWER INCOME MOUSING ASSISTANCE CURRENT YEAR GOAL I. NAME OF APPLICANT �. IX I ORIyINAL CONTRA COSTA COUNTY ENTITLEMENT AREA (Omits Concord, Pittsburg and Richmond) I_J AMENDMENT. OATE: Uvdate to 111/7 2. APPLICATION/GRANT mums Em e. AWOGRAM YEAR B - - - FROM. 7/1/77 TO: 6/30/78 NUMBER OF HOUSEHOLOS.TO BE ASSISTED ELDERLY OR LARGE TYPES AND SOURCES OF ASSISTANCE ALL HANDICAPPED FAMILY FAMILY HOUSEHOLDS (i or less (1—='persons) te persons) (persons) TA. NEW RENTAL UNITS ' 1 1. Section"UD 330 116 -- 2 2. Sat A — (Saw o lines a and 6) s o. Section 8 • b. Other 5 3. other Assisted New Rental Housing (identify) - Total 6 7 1 b. e 14. Total (Saw of lines 1.2.and 3) 211; 33 16. REHABILITATION OF RENTAL UNITS E 1. Section 8-IiUD —-_ _ 10 2. State Agency—Total(Sam of linos n and__b) I 1 0. Section 8 Iz b. Other ----- •-- -- --- 13 �3. ID+Ar Assis'ed Rehabilitation of Rental ""Si" Rdenti fr) — Total IS b. lE 14. Total (saw of lines 1.2.and 3) 50 17 28 5 G EXISTING RENTAL UNITS +7 1. Section 8-HUD 40 to 2. State Agency—Total (San of lines a and 6) 1e 1 a. Section 8 201 b. Other 21 3. Other Assisted Existing Rental Housing (identify) — Total 22 eL 413b. 24 4. Total (Sou of lines 1.2. and 31 400 14f) 40 D. REHABILITATION ASSISTANCE TO HOMEOWNERS OR PROSPECTIVE HOMEOWNERS 2s I. CD Block Grants 163 51 89 22 2e 2. Section 235 27 3. Other Rehabilitation Assistance to Howeewaers or Prospective Homeowners(identify) - Total 2e a Section 312 Loan Program 29 b, tate of Calif. Marks-Foran Rehab 1 20 4. Total (Son of lines 1.2. and 31 312 95 156 61 E. NEW CONSTRUCTION ASSISTANCE TO HOMEOWNERS OR PROSPECTIVE HOMEOWNERS sl 1, Section 235 s2 2. Other lderagZ) — Total » @.CALIF SB 99-Residential New Construction 270 :;n 170 50 34 b. as 3. Total (San of lines 1 and 2) 270 50 170 5 3e F. ALL HOUSING ASSISTANCE GOALS (San of lines A4.B4.C4.D4. and E3) I 1 ,462 518 755 " '1889 MUD-7015.10 02-75) Pop 2 of Z pops U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT MOUSING ASSISTANCE PLAN TABLE Ili. GOALS FOR LOWER INCOME HOUSING ASSISTANCE THREE YEAR GOAL 1. NAME OF APPLICANT �• 1XXl OIHGINAL CONTRA COSTA COUNTY ENTITLEMENT AREA (Omits Concord, Pittsburg and Richmond) AMENOMENT. OATE: U2date to 111/77 2. APPLICATIOWGRANT NUMSE11 PROGRAM TEAR FROM: 7/1/78 6/30/79 NUMBER OF HOUSEHOLDS TO!E ASSISTED ELDERLV OR FAMILY LARGE TYPES AND SOURCES OF ASSISTANCE ALL MANDICAPPEOFAMILY (!or lcx; NOUSE110LDS (i-2Persons) f i or Warr p crson3) persons) (ol (il (c) (d1 (o? A. NEW RENTAL UNITS 1 1. 5ectoon"UD 348 543 2 2 tote A en -T tel(Sum of lines a and b) s IL Section$ 4 b. Other s 3. Othw Assisted New Renal Housing Udesti ) . 'Total 6I a. TurnkeviCounty Hou5ing Authority 100 100 0 7 e 4, Total (Sam of lines 1,2.and 3) 1 ,090 ---- B. REHABILITATION OF RENTAL UNITS s 1. Section S-HUD __ - to 2. StateAgency-Total (Sum of liar., a and b) - -� 1 1 Q. Section 8 -- --- -- — - 12 b. Other _ 13 Fher Assisted Reimbilitation of Rental Housing crai)j) - Total 1 s b. 16 4. Total (Sum of lines 1.2. and 31 150 51 84 15 C. EXISTING RENTAL UNITS. 17 1, Section g�0 _ 11200 420 660 120 es 2. State A t -Total (Sam of liars a and b) - se a. Section - _. -_-,-• -.- 20 b. Other _-- .- 21 3. Other Assisted Existing Renal Horsing (identif))- Total 2a 4. Total (Sum v f lines 1.2. and 3) T,200 420 660 120 0. REHABILITATION ASSISTANCE TO HOMEOWNERS OR PROSPECTIVE HOMEOWNERS 2s I. CD Block Gants _ _- 26 2. Section 235 _ 27 3. Other Rehabilitation Assistance to Hmeoweers or Prospective Homeowner s;lien rif.) - Total as a ection 312 Loan Program 29 b. tate of Calif. Marks-Foran Rehab Bond 3-0 14. Total (Sun of lines 1.2.and 3% 693 214 -1 9 i2n E. NEW CONSTRUCTION ASSISTANCE TO HOMEOWNERS OR 1 PROSPECTIVE HOMEOWNERS » 1. Section 235 32 2. Other(identify)- Total 39 a.Calif SB99-Residential New r 170 50 34 b. as 3. Total (Sam of lines l and 2) 270 50 170 50 3s F. ALL HOUSING ASSISTANCE GOALS (sun of lire•s A4.B4,C4,os,and f-V 3,403 1 .183 �i 37 PERCENT OF ALL HOUSEHOLDS 100% 34.8 '); 53.4 % 11 .8 5 G. EXPLANATION OF PRIORITIES(A«eA additional Panes) Ny��� HUD-7015.10(1275) VA�H r. vim.• U.S.DEPARTMENT OF HOUSING ANO URIAN DEVELOPMENT MOUSING ASSISTANCE PLAN TABLE IV - GENERAL LOCATIONS FOR PROPOSED LOWER INCOME HOUSING 1. NAME OF APPLICANT 1. ORIGINAL CONTRA COSTA COUNTY ENTITLEMENT AREA (Omits Concord, Pittsburg and Richmond) AMI<NOMENT. GATE: U date to 1/1/77 Z. APPLICATION/GA^NT NUMREN 4. PROGRAM TEAR 7_1 FROM: 7/1/78 TO: 6/30/79 A. IDENTIFY GENERAL LOCATIONS ON MAP IN THIS APPLICATION 1. New Cansttuden: Census Tract limbers 3031 , 3040, 3050, 3060, 3071 , 3072, 3080, 3160, 3170, 3180, 3212, 3250, 33909 3400, 3430, 3440, 3451 , 3452, 3461 , 3462, 3490, 3521 , 3522, 3553, 3570, 3591 , 3601 , 3630, 3640, 3660, 3672, 3680, 3690, 3860, 3870, 3880, 3891 , 3551 , 3592, 3020, 3032, 3142, 3440, 3461, 3462, 3580. 2: Rdlebilitaticn: Census Tract Ns*ets 3010, 3020, 3031 , 3050, 3060, 3071, 3141, 3142, 3160, 3170, 3180, 3190, 3200, 3240, 3390, 3400, 3430, 3452, 3490, 3570, 3580, 3591 , 3630, 3640, 3650, 3660, 3680, 3690 S. EXPLANATION OF SELECTION OF GENERAL LOCATIONS L New Constfadien The above census tracts were chosen as suitable for new construction based on the following criteria: a. Under 251M non-white in population. b. Less than 100 publicly assisted units existing within the tract. c. Near sources of employment and public services. d. Furthering community development. e. An existing need for assisted housing within the area. f. Conformance with specific plans and goals of individual cities and the county. g. Existence of sites which meet HUD Site and Neighborhood Standards for New Construction. 2 Rehsbilit*oI _ These tracts -contain 40 or more deteriorated housing units which are suitable for rehabilitation. For an explanation of the methodology used to derive the above tracts, refer to Housing Assistance Plan Methodology Packet. MUD►�701Sr11 (1275) C In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 78 In the Matter of - Approving Addendum No. 1 - Detention Facility Glass and Glazing, Martinez, California (Project No. 5269-926-(52) WHEREAS the Board approved plans and specifications for the Detention Facility Project, Glass and Glazing (Project No. 5269-926-(52) , December 13, 1977; and WHEREAS Addendum No. 1 , Detention Facility Glass and Glazing, Project No. 5269-926-(52), dated January 3, 1978, modifying said plans and specifications was filed with the Board on January 3, 1978 by the Public Works Director; and WHEREAS the Board CONCURS in the recommendation of the Public. Works Director that the Addendum be approved and issued; IT IS BY THE BOARD ORDERED that the Addendum to plans and specifications is hereby APPROVED. Bids for said work will continue to be received on .January 19, 1978 at the time and place specified previously. PASSED by the Board on January 3, 1978. 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. Originator: Public Works Dept. Witness my hand and the Seal of fhe Board of Detention Facility Proj%�,, cc: Public Works Director affixed this 3rd day of January 19 78 County Administrator County Auditor-Controller J. R. OLSSON Clerk County Co _)-,4, / ,� , Deputy Clerk Turner Construction (via P/W) By K POU$ H-24 4/77 15m �!�� CONTRA COSTA COUNTY DETENTION FACILITY DETENTION FACILITY GLASS AND GLAZING PROJECT NO. 5269-926- (52) Addendum No. 1 Dated January 3, 1977 1. The Bid receint date remains unchanged. 2. This Addendum must be acknowledged when you submit your Bid Proposal. 3. Pages attached to be included as part of this Addendum. J. R. OLKON [CLERK SOARD O� SU?:RVISORSCONT COSTA CO,}cy D� microfilmed with board ordee CHANGES TO THE SPECIFICATIONS 1. Section 08520, Aluminum Windows; page 5, 2.2.G: Change first line to read as follows: "Provide steel subframe only for windows in cast-in- place and precast concrete walls. . ." (rest of sentence unchanged.) 2. Section 08800, Glass and Glazing; page 4, 2.1.D.2: Delete text and substitute "Not Used." 3. Section 08800, Glass avid Glazing; page 4, 2.1, add new paragraph F as follows: "F. Polycarbonate Glazing: Polycarbonate sheet, mar-resistant, 1/4" thick, grey transparent color with light transmittance of 41c/o; color and light transmittance to match that of grey glass specified. Sandblast the louver portion of the exterior face to form a translucent smooth, matte finish where shown or scheduled; mask off areas to remain trans- parent to form sharp division line. Lexan MR-4004- 713 by General Electric, or approval equal." 4. Section 08800, Glass and Glazing; page 4, 2.1.D.3: De- lete last sentence: "Provide one translucent interlayer. . . ." 5. Section 08800, Glass and Glazing; page 10, 3.5.A, change to read as follows: "A. Provide ten extra lights of glazing of each type and size used in cell windows." Add the following new paragraph: "B. For each type of tempered glazing (type meaning thickness, color, and whether single thickness or laminated) and for each production run of each type, provide two pieces of glass to be tested by the County according to specified standards. Each Sample and bind all tempered glazing to be used shall be identified by manufacturer's and processor's pro- duction numbers. Failure of any sample of any pro- - duction run to conform to standards shall 'be cause for rejection of the entire production run and re- placement at no extra cost to the County. All re- placement glazing shall be subject to the specified test requirements and conditions. " 6. Section 08800, Glass and Glazing; page 3, 2.1.B.1, add the following: "The glass shall meet the requirements of ANSI Z97.1-1976 and F.S. DD-G-1403 B, and bear an identification mark certifying this." -1- 00284 7. Section 08400, Aluminum Window Wall and Entrances: Page 1, 1.4.B.1, first line, change ' Corc" to "Core". 8. Section 08520, Aluminum Windows; page 4, 2.2.A.2: De- lete text and substitute Not Used." 9. Section 08520, Aluminum Windows; page 5, 2.2.J, K, and L: Delete text and substitute Not Used" for each item. 10. Section 08400, Aluminum Window Wall and Entrances; page 4, 2.1. , add new paragraph K as follows: "K. Provide projected windows opening to the exterior, all with insect screens and locks, where shown. " CHANGES TO THE DRAWINGS 1. Sheet A2. 4: Change window at 2Q03 from Type J-2 to H-2. 2. Sheet A2.6: a) Windows at 3D09 and 3D11: change from Type H-5 to H-6. b) Large window opening shown on diagonal precast concrete wall at 7-U and on Elevation 7/A7.4 should be deleted. Small windows at the sides of the panel remain. CHANGES TO DETAILS 1. Reference: Plans A2. 3 Level 2 East A2.4 Level 2 West Window Schedule - Section 26.00 Window Details - Section 27.00 The window framing at Level 2 surrounding the central courtyard shall be changed from security type aluminum windows per Spec. Sect. 08520 to commercial grade tubular aluminum frames per spec. sect. 08400. See plans, sections elevations and replaced details for surrounding wall construction which will remain as shown. Adapt similar details as required for appearance to fit construction. See Note 5, Sheet 27. 00, for definition of extent of security and non-security windows. Windows affected: Al - Sht. 26. 1 Room 2P20 only. A3 - Sht. 26.2 E2 - Sht. 26. 19 E3 - Sht. 26.20 Fl - Sht. 26.22 -2- DETAILS TO BE REISSUED Section 26: 26. 00, 26. 1, 26. 2, 26. 6, 26,7, 26. 8, 26. 9, 26. 10, 26. 11, 26. 12, 26.13, 26. 14, 26 . 15, 26. 16, 26.17, 26. 18, 26. 19, 26. 20, 26. 21, 26. 22 , 26. 23 , 26. 24, 26. 25, 26.26 , 26 , 27, 26. 28, 26. 29, 26. 30, 26. 32, 26. 33, 26. 34 , 26. 38, 26. 41, 26. 42, 26. 4.3, 26. 44 , 26. 45, 26. 46, 26. 47, 26. 48, 26. 49, 26. 53 , 26. 54 , Section 27 : 27. 00 , 27 . 1 , 27 . 2, 27. 3 , 27. 4, 27.5, 27.6, 27. 7, 27. 8, 27. 9, 27.19 Section 29: 29. 04, 29. 05, 29. 13, 29. 15, 29.25, 29. 27, 29. 29, 29. 30, 29. 32, 29. 34 , 29,37 Section 39: Legend Sheet (Following 39. 00) 39. 03A, 39. 05A, 39. 06A, 39. 07A, 39. 08A, 39. 09A, 39. 10A, 39. 11A, 39. 16A, 39. 19A, 39. 25. Section 45: All -3- J L Index to Section 26 - Exterior Window Schedule 26.00 Index and Notes 26. 01-26.58 Exterior window schedule NOTES TO EXTERIOR WINDOW SCHEDULE 1. All elevations of window types are shown as viewed from exterior. 2. All windows shall have expansion joints per manufacturers' recommendations. 3. For glazing types, see Specifications. 4. Dimensions shown on window types are rough opening. Contractor to verify all rough openings in field prior to fabrication of windows. 5. Windows are keyed on the 1/8"=1'-0" scale floor plans. 6. It shall be the specific duty and responsibility of each trade and supplier to examine the plans, details and specifications, to furnish proper equipment, hardware, fixtures, etc. , whether listed or not. If there are any omissions in regard to the above, they shall be called to the attention of the Architect prior to bid opening for instruction; otherwise, the list will be considered complete. No extras will be allowed. 7. Rough openings are dimensioned from face of concrete walls, steel tubes, steel channels or metal studs. _. 8. See Section 27.00 for frame types and details. 9. Glass types TLG tempered laminated greyPG polycarbonate sheet, grey TG grey tempered GP grey plate !� SG laminated security grey TC tempered clear 10. Window numbers listed correspond to room numbers. Repetitive window numbers indicate quantity of windows for each room. 11. Framing of windows is shown on facing page for each window type. - 12. Most elevations of this window schedule are oriented (or read) from the length or side of each sheet and are referenced by "T.O.C. " (Top of Concrete) . 13. ZTGglass shall be 1/4" unless otherwise noted. Kaplan/MCLaughlin ATE 213.7 CONTRA COSTA C�OUVTY DETENTION F LITIr ARCHITECTS PLANNERS �- 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 26.00 EXTERIOR WINDOW SCHEDULE 415.398.5191 q 03B34 UGH OPq:::ZING TYPE TH H J —6 " ' TG — 3/8-16 —0" '-6;s' 'A -6 5'-9 " G — -3/81-0)& N Otct ����fi 's, t p C4 N r N � Cm � � V � � c► ID � l q 3P11 =10" 151— " SG 7 12'-0" SG - J O N 7/0 N dN d" Q � ADV• � Kaplan/McLaughUmDATE CONTRA COSTA COUNTY DETENTION FACILfTY ARCHITECTS PLANNERS 12- EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 26.1 415.398.5191 yy" wwm OPEI iI(' TYPE A A WIORH HEKiIf� GLAZf1�K; 3 2P13 26'-0" 5'-64" TG - M v toll . a �A — fs �a _ fin. cl d 4 AAr2tp *t - �f�kMtE IZcV{S 101 Kaplan/McLmighlin 'T' aWM COSTA aXfM DETEWUN FACUTY MITECRS PLANNERS � EXTERIOR WINWN SCHEDULE STREET swE SAN FRANCISCO CA, 94111 26.2 00089 415.398.5191 TYPE B W�H OPP.I+NNG GAZING 2 Heal 3E34 6�-3 '-9h" TG-3/8" cs - gi+j � N d � FtoN Q � es O c, S 72 EE%5A-4- LL � N Kaplan/McIAWAM z •-�1 OOWRA Coss C XJNW DETE ffM FACL" ARCHITE PLANNERS EXTERIOR WINDOW SCHEDULE 901 BA STREET sr+ SAN FRANCISCO CA. 94111 2 6,.6 00290 415.398.5191 TYPE B � GL/1ZNNG 3D35 MM" 5'-91- TG-3 8- 017Q 4 � r 3D40 5'-9 " TG-(3/8") & SG N stl � 7 ca VZ M4 N lil ac,r i1N �N i ora 4 0 s o D 0 i �! NDO 1 Kaplaln/MCIaughlin ATE CONTRA COSTA 00Lff Y DETENTION FACILITY ARCHITECTS PLANNERS EXTERN WINDOW SC"WE 901 BATTERY STREET -%-CET FRANCISCO CA. 94111 26 7 t 415.398.5191 TYPE BN tl3'-8"MTG-3/8w H GLAZMi1G \.4 D •Wim, `_' ----- 11 11 N O o t= A Pop 1 Kaplan/McL.sughlin DATECOWRA 009%COUYTY DETENTION FAM" ARCHITECTS PLANNERS t2�13'�7 EXTERIOR WINIDO�VVSCHEDULE 901 BATTERY STREET SHE SAN FRANCISCO CA. 94111 415.398.5191 26.8 0 292 P�{a►� • � M-8 � � 19" SG TYPE .gyp 4C 1 �• far '� -- � ct M, :� � � � . ^.,. 4 �� � � I,,.,,.-- r R ". 'a ���� ��� . � �'rAaa� +�'N aa� a� �N►CMd� �'�� �� � • .t3.-n 'fiXT�'R' ��- ���.� �� ca�� ge�111 P��►�"�,�K��o ���5191 415 W� A fir+ ,O'W41s'� �,. 1� $�f •.. " 3 8a LtLk1 rr s y 3E34 $ —pa 151-9 AA %Al p 5'_w �k C o 4 Y � N N r c� N aask c t�4 c 90��RP��O CP• SAN 51y� 05'x` PAX)GH 4PENNNG GIAZNW TYPE C WOO HEMW j . 3p05 _ SG a T — « s�- and - SG 3D 51-6 4 ca , i _ A i r •0 i �tj. ADD• t DATE CONTRA COSH COUNTY pETENTICy[V FACN.fTY Kaplan/ 12•I3: EXTERIOR WINDOW SCHEDULE AMHIT_fJTS PLANNERS EETsHEET �{`��;5 901 E FRANNCtSCO CA. 94111 26-1-1 , - 415.398.5191 — - - ROUGH OPENit O GLAZWQ TYPE C Wormm HEIGMT V651-935 3-0 �. 3A35 3-0� 5'-9h" TG-3/8" JN � � d m NIS, WSJ DATE COMM 00STA COMITY DETENTM FAM" �,I-./M RS asis-11 EXTERIOR WIN[M SCHEDULE {T $TS MBATERYSTREET 0 04 6 FRANCISCO GA. 94111 26.12 OPENWO TYPE D GLAMM. 1 3F41 11'-3" 51-%" TG-3 8" 1M37 13'-0" 5'-9h" G-3/8" r q Q 4 � - Ib� �41 M n KaplaWMcLaur.hlki � COUNTY' COSTA COUNDETENTION FACILITY ARCHITECTS PLANNERS SHEET EXTERIOR WINDOW SCHEDULE SAN FRANCISCO CA 94111 25.13 00297 415-398-5191 ROUGH OPENWA TYPE WOO I HEIGHT GLAZING 2 IQ28 16'-0" 5'-9 1T22 13'-9h" 5'-% d� Il t Q a - r Qa N d � .�- . J 0 r 4 /$ pcd• i KBp�tiIIIMCLSiT 1I1 DATE CONTRA CMA COUNTY DETENTION FAiCN_RY ARCHITE TS PLANNERS �2'.I$, EXTERIOR WINDOW SCHEDULE 901 BA RY STREET SHEET SAN FRANCISCO CA. 94111 26-14- 0 M298 415.398.5191 D Rp" OPEMNG GLA� TYPE Null WIDTH HEIGHT 1 993 3B34 18 t-1 " 5'-% G-3/8" 18 i1 " �- " TG-3/8- Is-Z'Pec av[Z 3F40 15t-415" 5'-%" TG-3/8" li Salt vim . V r r i r- r � N � d � � i J Q ADDA Kaplan/M�I.a�ughlin DATE CONTRA COSTA COUNTY DETENTION FACILITY ARCHIT,WCTS PLANNERS EXTERIOR WINDOW SCHEDULE 901 BA ERY STREET SET SAN FRANCISCO CA. 94111 26.15 , 00299 415.398.5191 v , m . SG 0� . � DULE 16 ' . • • TYPE ROUGH OP NI GLAZING 4 m t=v1 1522 3'-11� 5'-9 TG-3/8" hand SG Z: E-1 'eIng F—� - -- --- - Qd- It � d E I IN Fo m Kaplaim/MCUWMin COMRA CMA COUNTY EXTENTM FAQ L" ARCMIT c- PLANNERS EXTERIOR WINDOWSCHEDULE 901 BATTERY STREET SAN FRANCISCO CA. 94111 26.17, 00301 415.398.5191 TYPE E ow GLAZING 1 2031 2'-84" 5'-6v G-3/8" 1<1 _- ,Z J J � N �N i i .s. f Q A00.1 Kvkn/McLaug;h DATE CONTRA COSTA COMITY DETENTION FACLI Y ARCHITECTS PLANISIERS ' EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET s SAN FRANCISCO CA. 94111 2.6-.18 �(, r12 415.398.5191 TYPED • � � r ITO Alf a --- , qat VA M A 0303 r.. • • yhptN MEIGNf TYPE N i .3 39'_y» 5'-5 ill r� ,bt�•i7r . I � t s i i p d t , i FgAmrs cc WHEQULE Kaplan/M�La�� -� '�? EXT W1 p,�H1TEGTS p�ANI�RS SHEET 1/��t11)4 901 BATTERY STRELI � 84111 415-398-5191SAN � ��aCt3 a , GL.!►ZM .. G 51'6�t � x9 Y�L a i `t t r t 1 , 941AA °16• ` 3yg.5191 TYPE F Wom 11E GLAZWO 12 30'-0" 2'-10" G IIS S 11,41 o1 C4 2 Q - A plcw F, cp-1 ti� Al qpG. KVtan/McLaWjflk DAM CONTRA C WrA COMITY m-n9 M Fi41CIUTY ARCHITECTS ' PLANNERS 12'13''T EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 26.22 NOW�,6 415398.5191 TYPE G IAI GLAZWO 1 3833 1 —6" 1-6" TG-3/8" 3E32 11'—6" 0-6" 9 TG-3/8 3C34 111-60 3!-6" f c' r A { t 3 ADP. Kaplan/M�Lewghlin °"� oONM COSTA COUNTY DE I NTM FACL" ARCHITEc PLANNERS �2'f3'77 EX WINDOW E 901 BATTE� STREET TF SAN FRANCISCO CA. 94111 2,6-.23 415.398.5191 TYPE WIN ROUGH OPEWNS G d �a IRWASER WIDf11 HEIGHT GIALNG 2 0 � A33 6'-0" 3'-6" TG-3/8" FNM 6'-0" 8- " TG-3/8" t tl� 3033 6'-0" 3'-6" TG-3/8" 3A34 6'-0" 3'-6" TG-3/8" 3D39 61-0m 3'-6" TG-3/8" M ' 3E33 61-0" 3'-6" TG-3/8" � a p J ADD. 1 Kaplan/McLaughUm t3 .7 7 CONTRA COSTA COUNTY DETENTION FACUrY ARCHITECTS PLANNERS EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SAN FRANCISCO CA. 94111 2 6.24 �� {�� 415.398.5191 pOUGM GLAZMG 1N1�N ��t1' H " 4' TU TYPE 1 2245 —$ 4+-3" Tt' 2TO6 —�" T& 2207 ,-$" 4'-3" 'Cf� -pN !- M vv TGA 4'—3" TO 41-3" TC3 41-3w TCi 1 •—8" V-3" TC2 �- y v '-8" 4�-3" 1� 2215 4'-3" 2216 -N = Sol F. . 4 '— " - ,_3" IN TCS 'TCa ,_$" 4'-3" 5 1,_809 4'-31,_S„ 4`-3" 2006 Tt7 Sol 41-3" 1T3 - 8 1•-8" 4'-3" 19_8n 4`-3 , _ " 2010 1�!Sol4 _3" TC9 —$" 41 TCa 4'-3" 2012 1 4 _3" 'i•'Cs 2,Q131 $ll 14 1'—a" 41-3" 24 1' Ira 8" 4,,3" 2415 '_3" _ —3" TCS 2417 ZU *-3" 2019 „ 2028 2 21 +_8 „ 1_3 2 22 - _g„ 2424 jD Act)- 1 DETFA KAY 005�.��•�� ER10R y��ND�NV KatjLE pianlN� �,�,� . EXT (1(1�t19 IT CTS 901 "BA' r � 94111 26.25 4�39g 5191 ROUGH TYPE H �W OPEl� GLAZ�+13 1 1004 '-8" •_3" - mi 1005 .�" . _ " TCa 1006 '-8" '-3" 1007 '-8" '`3" TG i 1Q08 '-g" '-3" I 1009 8" ,-3" 1"G f .. � 1010 '-8" '-3" T* 1011 '-3" 1012 '-$" '-3" Tfs 1013 '-B° '-3" (a j 1014 '-3" 7b 1Q15 '-:8" '-3" Th 1016 1017 '- 8" '-3" Tb '-3" Th 1021 '-g" '-3" 1022 '-8" '-3" Tel 1023 T(a ! 1024 '-g" '-3" TL7 I - i 2M04 Trj 2Nl05 '-8n TG 21D7 '-8" '-3" 1Zj lb t 2M09 '-8'4 '-3" 'r.j j 2M10 '-g" '-3" 2M11 11-8-5 41-3" T(3 f " V-3" TC2 2M13 V-6" 41t 2M23 '�" '-3" TG 2M23 1'-$" 4'-3" TG /j { K " 1,_.811 -3.1 TG r 2M15 1'- 8" 4'-3" TrS ! 2M16 V-. 811 SOD 2M17 1'- 8" 141-311 f Kaplan/McLaughlin DAM COWPA COSTA COMP DETENTION FACL" ARCHITECTS PLANNERS 2 13 ,17 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SET i SAN FRANCISCO CA. 94111 26.26 oo,!-1 o 415.398.5191 I TYPE H � HEIGHT GLAZJIdO 1 - 1SO4E 1'-_ 8" 4'-3" 1M03 1'- 8" 4'-3" 1M04 1'- 8" 4'-3" T& ]M05 1'-. 8" 4'-3" T& 3W6 1'-. 8" 4'-3" YC7 1M07 1',. 8" 4'-3" TCa 1.M08 11-. 819 41-3" 'T'6 1M09 1',-8" 4'-3" T& 1M10 1'— 8" 4'-3" "� f 1M11 1'— 8" 4'-3" TG IM12 1'— 8" 4'-3" 'ns " " "CCS iml-5 ll—All 8" 4'—3" T(1 1M16 11— 8" 4'-3" TG 1M17 1'-- 8" 4'-3" r 1T01 if— 8" 4'-3" 1`02 1'—. 8" 4'-3" 1T03 1'— 8" 4'-3" z 1T04 1'— 8" 4'-3" 16 1T07 1' 8" 4'-3" Tz:? i ITOR 8" 1T09 1'—: g 4'—3" T� 1 1T10 1'— 811 141 -T 1T11 1'— 8" 4'-3" "T(? 4'-3" ._ 8,. 4@-3'@ 1 -rtz E f 1T14 1' 8" 4'-3" 1TIC; 1 11 Rif 49-311 " '- " TZ3 1T22 1'— g.. 4'_38' TG 1T22 1'— 8s, 4'-3" i T iP10 1'— 8-- 4'-3- T(,T t 1Q03 111—801 4"'—3" -r& AD ` 1T12 it 3" 4'-3" T61 Kaplan/ DATE CONTRA CMA COUNTY DETENfWFAUM ARCHITECTS PLANNERS 12.13-_71 EXTERIOR WINDOW SCHEDULE 901 BATTERY tERY STREET SHEET SAN FRANCISCO CA. 94111 26:.27- 003-11 L415-398-5191 ROUGH OPENNO TYPE H NUMMW GLAZJI�K; 1 8 11- 4'-3" TV 2M19 V-81' 40-30 I M1 t m ADD-i Kaplan/M�Laughrm 12: ..� conrrRA cosrA Counrnr DETENTION FacQlTlr IT 901 BA RY STREET^�� SHEET EX WINDCAN SCHEDULE SAN FRANCISCO CA. 94111 26.28 003-12 415.398.5191 TYPE H W NOW GLAZMQ VJ %3 Q 4A26 1'- 8" 4'-3" TG 4A27 1'- 8" 4'-3" TG 4A28 1'-.8" 4'-3" TG 4 et Z 5rcb rt 1t 1 � 4A29 1 - 8" 4'-3" TG 4B27 1'-.8" 4'-3" TG 41328 1'-.8" 4'-3" TG 4B29 1'-.8 0' 4'-3" 'IG N all 4B30 1'- 8" 40-3" IG � fi m �, N 4027 1'- 8" 4'-3" TG' 4028 1'-. 4'-3" IG 4029 1'-.8" 4'-3" 4G 4030 if- 8" 41-3" 1,7G 4D33 1'- 896 4'-3" p 4D3 - _3" PG 4D35 1'- 8" 4'-3" PG 4D36 I.-. • 4'-3" PG 4E27 1'-:g 46-3" 4E�8 1'-.8" 4#-3" TG 4E29 1'-.g.. 41-3" TG 4E30 1'-_8" 4'-3" .TG 4F 1' 4'-3" V29 1'-.8" 4'-3" TG V30 1'-_ 4'-3" V31 1'-.8" 4'-3" TG V32 V- 8." 41-3" 'IG 2Q25 1'- 8" 4'-3" TM (OBSCURE) 2Q35 1'-.8" 4'-3" TM (OBSCURE) 2Q35 1'- 8" 4'-3" :71G. (oe. w) 2Q35 1'-.V V-3" ;TIS; (OBSCURE) 2Q03 1'-8" 4'-3" TG P. Kaplan/ °A . CXXqM COSTA COWN DE I NTION FACILITY ARCHITECTS PLANNERS r� .1 EXTERIOR WINDOWSCHEDULE 901 BATTERY STREET E SAN FRANCISCO CA. 94111 26.i.9 003.13 415.398.5191 /�H \ MINING G GLAZIAIG TYPE WIDTH HEIGHT 3 3D04 1'-.8" 4'-3" PG (Lawer 2/3 Ob ) O3D05 1'- 8" 4'-3" PG I(bower 2/3 ) 3D06 11- 8" 4'-3" PG (Lower 2/3 Obsm re) S 3D07 1'- V 4'-3" 1 PG (fix 2/3 ObscL re,% �r 3D12 1'- 8" 4'-3" PG (bower 2/3 Ob e) E 3D13 1'-.8" 4'-3" PG Lower 2/3 e) 3D14 Z'-_8" 4'-3" PG (Lower 2/3 Ob ) 3D16 it- 8" 40-38 PG (Lower 2/3 e) 3D17 1'-B" 41-3- PG (Lower 2/3 Ob ) u, -il 3D18 11-.8@0 40-310 PG .(Lower 2/3 e) 3D19 i'- 8" 4'-3" j PG (Lower 2/3 Ob ) 3D20 11- 8« 4'-3" PG (Lower 2/3 e) 3D21 1'-.8" 4'-3" _ PG (Lower 2/3 Ob ) t� 4D06 11- 81, 49-3"' PG (Lower 2/3 e) 4D07 1' 8 4'-3" PG (fir 2/3 Obs ) 4D08 10- 801 49-3" f PG (Laver 2/3 Ob e) 4D09 11-8.1 49-3"' PG (Lower 2/3 Obscure) r 4D14 1'-8" 4'-3" PG 1�(LOwer 2/3 Obs ) 4D15 1'-8" 4' .3" s PG '(Lower 2/3 Ob ) 4D16 1'- a" 4'-3" PG `(Lower 2/3 e) 4D18 12- 8" 4'-3" PG (Lower 2/3 Ob ) 4D19 V 8 41-3'0 �� PG (Ia4wer 2/3 Ob ) 4D20 Z'-. "* 4'-3" PG (LOWer 2/3 Ob e) 4D21 1'-8!1 4'-3" PG (Lower 2/3 Ob ) % 4D22 1'=g« 4'-3" PG %(Lower 2/3 Ob e) 4D23 It-.811 49-39' PG f(fir 2/3 Ob e) ............. Kaplan/M�La� DATE CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS '-77 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 00314 415.398.5191 26. 30 OUGH OPENING TYPE H RGLAZING 5WIDTHHEIGHT 3A15 1'-8" 4'-3" Tc--2 wr 3A15 1'-8" 4'-3" T& 3B01 1'-8" 4'-3" -1-6 3B11 1'-8" 4'-3" T G A 3B11 1'-8" 4'-3" M liiO1 . 3B24 1'-8" -4'-3" TCG 3B24 1'-8" 4'-3" T& �l� 3Cll V-8" V-3" Trs 3Cll l'-8" 4'-3" T� r 3E14 1'-8" 4'-3" -rG i , I 3E24 l'-8" 4'-3" TCS 3F07 l'-8" 4'-3" TCS 3F07 1'-8" 4'-3" TCS 3F10 1'-8" 4'-3" TJ 4A35 1'-8" 4'-3" 'r(� 4A35 1'-8" 4'-3" TLS 4B02 1'-8" 4'-3" TC-, 4B22 1'-8" 4'-3" 7-& 4B35 1'-8" 4'-3" TG 4B35 1'-8" 4'-3" 7 T6 4035 1'-8" 4'-3" 75 4035 l'-8" 41-3" T"C� 4E22 1'-8" 4'-3" Taj 4E35 1'-8" 4'-3" �G 1 4E35 V-8" 41-31' 4F09 l'-8" 4'-3" TG - 4F11 1'-8" 4'-3" T�1 & fes• 1 � l.11�mct � 11 DATE CONTRA C )STA COLWY DETENTION FACILITY ARCHITECTS PLANNERS iZ EXTEl;*R WINDOWSCHEDULE 901 BATTERY STREET SWET ��{) SAN FRANCISCO CA. 94111 26.32 415.3985191 ROUC41OPEN" GLAZWG N v�norrf+ r��cHr TYPE `Iz 2/3 3D09 �� $„ � _3„ I 2/3 3D11 1•-8„ 41+3„ QJ04er 2/3 Zl.(P V 4D11 1+-$„ 41 3 - -9„ 41-3" lower 3 l 1 1 1 1 I 4 , , i ti t . I } C0 A ,DE-fFP,«lr�+, Fac+!-1TY I c �� INCA SCHEp�ULE Kaplan/M NERS HE EXTERK R W f►t1 16 ARCHITECTS STREET ! cs�ANBFRANWC GA' 94111 26.33 415.395.5191 TYPE J ROUGH OPENING GLAZING 1 3B349hw 4'-3." 3B34 94" 4'-3" 3B34 9k" 4'-3" IG A 3B34 9hu 4'-3" rG -7 3B34 94" 4'-3" W. 3B34 94" 4'-3" IG 21� A S 7•G 2�fo 3C01 73 2� 3C01 9h" 4'-3" IG 3002 9h" 4'-3" IG Y. 3002 9k" 4'-3" IG 27. cr '�•a 3B34 9;1" 4'-3" TG 3B34 9h" 4'-3" TG u TI Gj I��i nl I''1• 3B34 914" 49-3" IG 0' 3B34 94" 41-3" 3B34 9h" 4'-3" TG 3B34 W 4'-3" IG 3D01 9v 4'-3" PG 3D01 9h" 41-3" pG 3D02 9i" 4'-3" PG 3D02 914" 4'-3" PG 3E01 9h" V-3" TG 3E01 914" V-3" TG 3E02 94" 4'-3" TG 3E02 9h" 41-3" TG 3E34 94" 3E34 9h" 41-3" TG 3E34 9h" 4'-3" TG 3E34 9h" 41-3" TG 3E34 9h" 4'-3" TG 3E34 931" V-3" TG 3F40 9h" 41-3" TG 3F40 91" 4'-3" TG 3F40 9:" 4'-3" TG 3F40 94" 4'-3" TG • � 3F40 W 141-3" TG GATE CONTRA COSTA COUNTY DETENTION FACILITY Kaplan/McLaughlin ARCHITECTS PLANNERS 12. 13 77 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 26.34 415.398.5191 003TJ ROUGH OPENING TYPE J R GLAZING wom HEIGLAZING 1 4D01 94" 4'-3" PG 4D01 94" 4'-3" APG 4D02 9h" PG 4D02 9V PG 4D03 9h" 4'-3" PG 4D03 9lC" 4#-3"t PG 4D04 93t" 41-3" PG 4D04 9h" 4'-3" PG 4D28 911" 4'-3" JPG 4D28 911" 40-3" MPG 4D29 9k" 4'-3" PG 4D29 94" 4'-3" PG 4D31 9k" 4'-3" PG 4D31 4'-3" PG 4D32 94" 4'-3" PG 4D32 9:" 4'-3" PG 4D37 94" 14'-3" PG 4D37 9." d4' PG 4D38 9'�" PG 4D38 9�t" PG 4D40 93j" PG 4D40 9 PqJA 4E01 V-3" TG 4E01 94" 4'-3" 'IG 4E02 934" 4'-3" TG 4E02 94" 4'-3" TG 4E03 94" 4'-3" TG ; 4EO3 94" 4'-3" TG 4E23 9k" 4'-3" TG 4E23 94" 4'-3" TG 4E37 9:" 4'-3" TG 4E37 9�" 4'-3" TG [1J ADD` I 4E37 9:" 4'-3" TG Kaplaghlin DATE CONTRA COSTA COLOM DETENTION FACUTY ARCHITECTS PLANNERS 12 i3 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 26.38 415.398.5191 OPENNG TYPE J � GL 2 3A01 1'- 8" 141-3" TG 3A02 1'-g„ 4 0-3" -TG 3A03 1'-8 4'-3" 3A05 -'8 ' - TCa q �jIM G 3A06 1'-.8_" 4'-3" TG 3A07 1'-8p 4'-3" TZ3 3A08 1'-8" V-3" TC7 3A10 V-8-91 4'-3" TG 7.l0 n 5 3A11 11-81, 4'-3" TG 3Al2 1'-8" 1 4'-3" Tv 27" N .r 3A15 1'-8" 4'-3" TU 3A16 1'-811 4'-3" TCa 3A17 1'-8,, 4'-3" T� 3A19 1'-816 4'-3" TZ, 3A20 1'-,8" V-3" TG E 3A21 V-8" V-3" TG 3A22 1'-8" 4'-3" T6 3A24 V-8' 4'-3"- T6 3A25 1'-8" 4'-3" T6 f _ TC1 ! 3B02 1'-8" 4'-3" Trj 1 3B04 1'-B'.' 4'-3" 3B05 1'-B" 4'-3" TG 3B06 1'-B" 4'-3" TC7 3B07 1'-8" 4'-3" T(� 3B09 1'-B" V-3" '(Ca 3B10 1'-8" 4'-3" TCk C 3B14 1'-811 . 4'-3" Tb 3B15 1'-8,, 4'-3" T(;) 3B16 1'-8" ' 4'-3" TL'- /t ` 3B18 1'-8" 4'-3" To /p 3B19 1'-8" ' 4'-3" T(7 Kaplan/MCLl,tl,ghlin DATE CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS 3 '77 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SAN FRANCISCO CA. 94111 26.41 0031 415.3%-5191 �. . TYPE `� WYWrH GLAZING 2 3B20 11-8- 14t7lr 3B21 1'-8" 4'-3" T 3B23 11-816 49-3" Tra 3004 1'-8" 4'-3" 3C05 1'-8" - 4'-3" 3006 1'-8" 4'-3" Tb 3007 1'-8" 4'-3" 3009 1'-8" 4'-3" T6 3C10 1'-8" 4'-3" '(7j 3014 1 -8" 14'-3! `17� 3015 1'-8" 4#-3" Tb 3016 1'-8" ' 4,-3" 3018 1'-8" 4'-3" Tel 3019 1'-8" 4'-3" TG 3020 1'-8" 4'-3" Tb 3021 1'-8" 4'-3" J TU 3023 1'-8' 4'-3" 3024 1`-8" 4'-3" 3025 1'-8" 4'-3" 3D23 1'-8K 141-318 �A� T6 3D24 -.6" V_3" 3D25 1'-8" 49-3" _ 3E04 1'-8" 4'-3" 17-1 3E05 1'-8" 4'-3" T6- ,' . V-3" ._ " . " 3E09 1'-8" 4'-3" T"G 3E10 1'-81' 4'-3" TU 3E11 1'-8" 4'-3" TG Apo• ( 3E15 1'- " 4'-3" TU Kaplan/Mc "A ECOry M COSH COlxvrY DE FACILITY ARCHITECTS PLANNERS 12_.t3-_,77 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SET SAN FRANCISCO CA. 94111 26.42 100320 415.398.5191 - ROUGH TYPE J HEN GLAZING WIDTHMff 3E15 10- 8" 4'-3" 3E16 1'- 8" 4'-3" 3E18 1'-.8" 4'-3" -� ' 3E19 1'- 819141-3" T-6 3E20 1'- 8" 4'-3" TZ5 3E21 1'- $" 4'-3" 1 16 3E23 1'- 8" 4'-3" 1 TC, 3F40 1'- 8" 4'-3" lT� 3F01 1'- 8" 4'-3" 3F02 l'-*8-, 4'-3" 1Za f 3F04 1'- 8,, 4'-3" -TG 3F05 1'- 8" 4'-3" TL1 3F06 1'- 81, 14'-3" 3F11 1'- 8" 4'-3" T6 3F12 1'- 8" 4'-3" 3F13 1'- 8" 4'-3" Tt'j 3F15 1'- 8" 41-3" 7n !f 3F16 1'- 8" 4'-3" Tis 3F17 1'-_8" 4'-3" T5 3F18 1'- 8" ,4 -3" Tib 3F19 1'- 8 4'-3" 3F20 141-390 4A01 1'- 8" 4'-3" _ TE, 4A02 1'- 8" 4'-3" Tl 4A03 1'- 8" 4'-3" 4A05 1'- 8" 4'-3" 4A06 1'- 8'' 4'-3" TCS 4A07 1'- 81,141-3" T- 4A08 1'- 8" 4'-3" T , AA 4A10 1'- 8" 4'-3" TG LD ��•1 4A11 10- 8" 4'-3" �G K lan/McLwWiUn DATE CONTRA COSTA COLMY DE iLtTY ARCHITECTS PLANNERS ,3_•�7 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 26.43 � 21 415.398.5191 ROUGH OPENING TYPE J WIDTH HEIGHT GLAZING 2 4Al2 10— Be' 4'-3" 4A13 1'—.8" 4'-3" l� 4A14 1'— Be' 4'-3" TG 4A17 11- 8" 4'-3" 4A16 11— 8" 4'-3" T� f 4A18 1'— 8" 4'-3" 4A19 1'— 8" 4'-3" • �7 r 4B03 V- 8" 4'-3" 4B05 1'- 8" 4'_3" TG 4B06 10-8" 4@-3" 4B07 1@--8t' V-3" Tv 4B08 11-8" 4'-3" TG 4gi o 11-81 4'-3" T(] 4B11 it- 8" 4@-3" 4B12 l'-8" V-3' �j € 4B14 ll-811 4'-3" T 4B16 11-8" 4'-3" 1 K.7 4B17 19-811 41-311 j 4B18 1`811 4'-3" T 4B19 1'-8,, 4'-3" -� 4B21 11-811 49-3- jrr 4C05 11-81* 4'-3" TG 4C06 10-81, 4'-3" TCi 4C07 11-811 41-3" T& 4C08 1'- 8" 4'-3" TZi , 4C10 11- 8" 4'-3" 4Cll 11- 8" 4'-3" T� DD' f(aplaI],McLaWh n DATE CONTRA COSTA CDL TY DETENTION FACLfrY ARCHITECTS PLANNERS 12"3.'1 1 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 26.44 0322 415.398.5191 - - FIOtJGH TYPE ', OPEfT GLAZING 2HEIGi rc7 4C12 1'-8" 4'-3" 4013 1'-8" 4'-3" 4C14 1'-8" 4'-3" -Tr- 4C16 1'-8" 4'-3" 4017 1'-81' ' 4'-3" 4C18 l'-8" 4'-3" Tr- 4019 1'-8" 4'-3" 4C21 1'-8" 4'-3" 4022 1'-8" 4'-3" 4023 1'-89 4'-3" lTa 4D25 1'-8" 4'-3" PG 4D26 1'-8" 4'-3" PQ AD27 1'-8" 4'-3" PQ 4E05 11-8" 4'-3" Tb 4E06 1'-8". 4'-3" / 4E07 1'-8" 4'-3" 4E08 1'-8" '-3" 6 4E10 11-8" '—3" TCS 4Ell 1'-8" 4'-3" TG 4E12 1.-8" 4'-3" T-rl 4E13 11-8" 41-3" Tta 4E14 1'-8" '-3" T6 4E16 1'-8n 4'-3" TZ7 4E17 1'-8" 1-31@ 4E18 l'-8" '-3" T" 4E19 1'-8" '-3" 4E21 11-8,l 41-3" TZ7 4F01 1'-8° '-3" 4F02 1'-8" '-3" 17, 4F03 1'-8" '-3" 4F05 1'-8" '-3" TZS I(Vlan�Mc a CONTRA COSTA COUNTY FACILITY ARCHITECTS PLANNERS �z• i3'�7 EXTERIOR WINDOW SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 26.45 415.398.5191 - O P���� r ''3 W06 1. 8 .,3" .t-IPE z VOS 1, g •-3" � 3 SO 1 , B" ,-,%" 4F14 1'- g., g++ 4F1� 1,�, 1-3" 1-3" 4F19 41?2d 4F21 p -c STS c3A,,, '26_ 415 VIKn� � TYPE 3 384 1, 1� q1.� 4A 0 gp�BP►� SP1 FA519� 415'3� c � r ■■■■■■■■■■ • • • f ""\ ROUGH OPENWMQ TYPE K �Mfl C�UIZNNrti 1 1I63 1101-6 5'- zoidal .il � t d. J L1 J O N Ile KaplanlMmil iin 'ATE MORA COSH CotiM IX I NTM FACUTY ARCHL��RY PLANNERs 1z� ►3'�7 EXTERIOR WINDO�NSCHEDULE 901 aSTREET SWE SAN FRANCISCO CA. 94111 415.398.5191 26.49 . 0U:�2 l TYPE FAXM OPENMNNQ 7 llvlom l' LAZWO 23 t4 /1 2? 27 LJRL� 2 ;z P;tiL Ih AW-1 KaplajM � i t, ..� C(1NTRA C09TA COUNNTY taETEMXJN FArCNJTY 1 SW� 7 E 94ff1 SCHEDULE WINDOW SAN FRANCi:;Op CA 4f5 398.5m 26.53 ()()tl ROUGH TYPE L * MEOP G GLAZWO 8ff 1P1 228'-0" 7'-3" (Clearestory) Qti a 1.: Q r' Imp. I _-- fM"lI]IMcLauWWnDA-M CONTRA COSTA COUPM. DETENTION FACL" ARCFiIT CTM PLANNERS 1Z'.)�J7 EXTERIOR WINDOW SCHEDULE sol BATTERY STREET SWE SAN FRANCISCO CA. 94111 26.54 0 329 415.398.5191 Index to Section 27 - Exterior Window Details 27_ -' Index and Notes 27. 1 27. 19 Exterior window details 0 NOTES TO EXTERIOR WINDOW DETAILS 1. Rough openings are dimensioned from face of steel tube, stud, channel, angle or concrete wall if not shown on drawing. 2. Provide isolation tape, shims, etc. as indicated in specifications but not necessarily showy, on detail. 3. Refer to other sections for interior wall details, hollow metal door details, etc. which are not shown on these details. 4. Steel framing at jamb,head, and ,si31 are shown on the facing page of the window schedule. 5. Windows detailed on 27.10, 27.11, 27.13, 27.14, 27.15, 27.16, 27.17, 27.18, 27.19 are as specified in Section 08400, Aluminum Window Wall and Entrances. All other windows are as specified in Section 08520, Aluminum Windows. Kaplap/McDAT!2 13-7 7 oOiNm Co6TA OMM DETENTION FACUTY ARCHITECTS PLANNERS _ 901 BATTERY STREET SHEET n; SAN FRANCISCO CA. 94111 27.00 EXTERIOR WINDOW DETAILS 415.398.5191 F .gzte w}s s i �. i h�•uir'i. 'SME E3 _ AM Di2�.Q - )HIM M,oj�c 90 i MT faev--- AIS ��✓11 � ,� JAMS/ mo _ fa t p o _ P'%AD Kaplan/M��hlin ATE CONTRA COSTA COUNTY DETENTION FACLffY ARCHITECTS PLANNERS 901 BATTERY STREET EXTERIOR WINDOW DE SAN FRANCISCO CA. 94111 �'� >_ }fh 415 398.5191 _ - - -J or- Oil 4:^ �.01M•) I . Gores ` ZOuuc f — / htf l-• �JfOOL D JAMS H�A0 JAMP> (,01M.))_ Al -k, lor- OL D MI IMMCAL, — M. AWWT t IxEt� �c�i1%D "Ik:VT Jf -A: MuLL-1 ON � o F I art Kaplan/McLaughlin DATE, CONTRA COUA COMM DE I N'T N FACLIW 'ARCHITECTS PLANNERS --- 901 BATTERY STREET EXTERIOR WINDOW DE SAN FRANCISCO CA. 9411 ,� _ _ 415.398.5191 /11P• 7 • _ && 1 SIL, C 3,awr TO c0 -rr;rjpq �L• r�H tHC _ e e-W1N= 5GH6 Lp 19501,410-11 `Aeg� A,l m 'rf-�F., /'SLUM, STG�!.:T_ -T A�.UM raN'i� - - i yds; box "pw WHO 71 15o�At(oN '� - H :,►�D - . (tel J!'v, � 00 Kaplan/McLAughlin °"Tf CONTRA COSTA COUNTY DETENTION FACrim � ARCHITECTS PLANNERS 901 BATTERY STREET EXTERIOR WINDOW DETAILS SAN FRANCISCO CA. 9411 :Z-7 .3 i _ I 415.398.5191 pb . I . - � L t , k4�:evgv 1V G Vl• 13 k�:D A%�. PM-Mfo FAI �oAp JAM 41H.) , ---_ 4-arx ef-L ew'f to Flt rl 1 6;FOU1 ri tL • I� i � i �) II't� ,,I,IT OF • •• I LLM- _ ori.. Lomat-.H.7ff ICI , Kaplan/McLmghlin °" q4-- COt M COSTA COUNTY DETENTION FALL" ARCHITECTS PLANNERS 901BATTERY STREET EXTERIOR WINDOW DETAILS SAN FRANCISCOCA. 941117 415.398.5191 ADD. -- - i ���►9K M�TI�. 5Ts1 AN1 .A AI K PgA""fi A.UM• FliANf M fl 7o Ali l i OM � _ �OOiz H PAD MU LL I Oil - oP AL-OK P"O' AL,LJM r� l om nook. .,1�►'� MJL�i ON iL B � 3 V009 JA1-'-1 UjA� C -_ -_ Sl Kaplanlin/M�LaughDATE CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS 901 BATTERY STREET EXTERIOR 1N11�OVV , DETAILS 1 SAN FRANCISCO CA. 941 t> 415.398.5191 pop, I __ � s i ;T a — STEEL-SUBFRAM9 — -MYWOW - =1Wif��Oi� =5ut�t.i�,� z AVV- JAMP 0 a w nit - _ 1J%. - - . - Corte• Ex?cop , -so - F(,I hH oa V,45- COriG. FB - � s �•D Kaplan/MCLaughlin °� cavrRa cosra CourvrY oETEnrnoN F� ARCHITECTS PLANNERS 901 BATTERY STREET EXTERIOR WINDOWf DE T� SAN FRANCISCO CA. 941 _ 415.398-5191 L E � --� ,� _ �_•vM. ftp _ ;:i{ _ _ _ _ 7- s - -- 'if _ IoK VIP; i1M'��i _------- Ts WyCIj. PAs _ A► '00,C T 111!"hilt;: _ Kaplan/McLaughlin DATE� CX*J ►COSTA COUNTY DETENTION WL" ARCHITECTS PLANNERS ---: 901 BATTERY STREET EXTERIOR WINDOW j DETAILS ; t SAN FRANCISCO CA. 9411 7 .:. I 415.398.5191 DD- I a� WAA- .a1 W1NGE'Jt�I-r��ce� TAW Lohy;FpGF., ��. -• AIM cow G ► '/��' '► u �Do. rt1 - Kaplan/McLaughlin GATE CONTRA COSTA c OMY DETENTM iFaC� ITY ARCHITECTS PLANNERS �- ��7 - 901 BATTERY STREET T r� SAN FRANCISCO CA. 9411 EXTERIOR WINDOW' DETAILS 415.398.5191 ADD. 07 f GOyG. CpLLMN .�' . Pj.Ar?';� :�N•1. o �Gfiieht7G3 O i j c�-�• Pn�yl• C�viJT - i da 1 : _ -e , - I t •fir r,i± ... - � � ;�' - .... - 7 Kaplan/McLaughlin �"� ff7x* c�'U DETENTION FAY ARCHITECTS PLANNERS A BATTERY STREET WINDOVY DETAILS SAN FRANCISCO CA. 94111 415.398.5191 ' ./ D 1 p S X 6 x U4 WL-ow I ir y i Q � 1 � AL WM. C-Wrvu MtJLWON vC! 4i.AKr Mri-Trull _ AL-61M.X11..1► r 1 Kap�anlM�I,aughlin `AZ- CONTRA COSTA COEX+ITY` DETNTbN FAICLIMY ARCHITECTS PLANNERS 901 BATTERY STREET (T �L� � pETAI L'O SAN FRANCISCO CA. 94111 415.3985191 00340 DOOR FRAME S� E anc w►rn� MTML H0+"a REMARKS W FINISH N NOPE 1 NONE 2 NNE 3 NNE 4 H J J NOPE S SEE WINDOW 1127 D 30 68 SH ISP SC AM N SW SW SH-13E SW FRAME HH 2 SEE WINDOW 1I27A D 30 68 SH 1rP SW N SW SW SW &R-13E FRAME HH 3 SEE WID1D(��l ' 1128 D 3° 68 SH MP SW 20 SW SW SW SH-7E SFE WINDOW (12" " 1I28A D 30 68 SH MP SW 20 SW SWE SWE SH-7E FRAM II 3 1I29 A 3° 68 SH MP - N 17 17 17 SH-2 1129A C 3° 68 SH MP T C N 1 19 19 SH-2 i 1130 C 30 68 HM MP %Z!C j N 1 1 1 BH-9 1130A A 26 68 HM MP - N 1 1 19 BH-7 12"X12" Louvre ' 1I30B A 26 68 HM MP - N 1 1 19 BH-7_ 12"X12" louvre 1130C A 126 68 HM MP - N 1 1 19 BH-10 121IX12" louvre t 1I31 A 26 68 HM MP - N 1 1 19 BH-12 121IX12" louvre 1I32 A 26 68 1 HM MP - N 1 1 19 1 BH-I1 12"X12" Louvre 1133 F 30 68 SH MP SC N 10 10 10 SH-17 121IX12" Louvre ith 1-N7500 1I33A F 3° 68 SH MP 20 10 10 10 SH 27* Closer corridDr-sde 1134 F 30 68 SH MP SC N 10 10 10 s'H-17 12"X12" louvre 1I35 F 3° 68 SN MP SC N 10 10 10 SH-17 12"X12" louvre 1136 F 3° 68 SH MP SC N 17 17 17 SH-17 121IX12" louvre 1137 F 3° 68 SH MP SC N 10 10 10 SH-17 12"X12" Louvre 1I38 F 3° 68 SH MP SC N 101 10 10 SH-1-7 12"X12" louvre 1I39 D 3° 68 SH MP SC I N 10 10 10 1 SH-17 12"X12" louvre DATE KBpIaII�MCL� IZ 13. 7' rDOO!R COSTA COUNTY DETENTION FACL" �ITW S, STPLLMNERS REET � SCHEDULE rM FRANCISCO CA. 94111 29.04 l 1 West 00341 415.398.5191 *louvre @ bottom of door, modify glass area accordingly. DOOR FRAME DOOR T� SIZE i�F� �T DETAIL '0*" REMARKS W N !NOTIEINONE 2 3p 4 N J J I NOTE S 1I40 D 30 168 SH MP SC N 10 10 10 SH-17 12"X12" Louvre SEE WINDOW 1I41 D 30 168 SH MP SC N SIS SWS SH-13E FEE JJ I SFE D 3° 6 8 SH MP SC N Sas sws sws SH-13E *occurs @ct.yd FRAME XK 1 ZI42 A 39 68 SH MP - N 10 10 10 SH-9E ad .lMl7.Note6 1143 3° 8 SH MP _ N 1 1 19 SF-21 1144 A 3° 68 SH MP - N 1 1 19 SH-21 1145 AA 69 68 HM MP _ N 10 24 10 BH-13 1I48 C 3° 68 HM MP TC N 8 8 20 BH-3 1149 C 3° 68 HM MP TC N 5 5 20 BH-3 1I50 C e° 68 HM MP TC N 5 5 20 BH-3 U51 I51 C 3° 68 HM MP 7C N 5 5 20 BH-3 1152 D 3° 68 SH MP TC NXA SH-2 142.19 See Details D 3° 68 SH MP TC N 1 1 19 SS-2 1I53 D 3° 68 SH MP TC N 1 1 19 SH-2 1154 A 26 68 HM MP - N 1 1 19 BH-14 12"X1211 Louvre 1I55 G 30 68 HM MP - 20 1 1 19 gK-15 1155 J 30 32 HM MP SC N 1 1 19 SH-2* sill B431%12 1 pair butts 1156 A 26 68HR MP _ N 1 1 19 BH-14 12"X12" Louvre 1159 A 26 68 HM MP - 20 1 1 19 BH-16 112"X12" Louvre 1160 A 26 68 HM NP - 20 1 1 19 BH- 16 12"X12" Louvre 1I61 A 26 68 HM NP - 20 1 1 19 BH-17 12"X12" Louvre 1I62 A 30 68 HM MP 20 1 1 1 Ui-17 12"X12" Louvre 1163 D 30 68 HM MP VTG N 1 1 1 BH-18 12"X12" Louvre flanian/McLaughUn DATE CONTRA COSTA COUNW DETENMN FACL" IT%IX PLANNERS DOOR SCHEDULE T �,�STR CA. 94111 ET �� AN FRANC it;v 29,05 Level I West 3985191 �003- 4215 . mm�.- M;I.-M'T,I M MOM= ME man mommu�i� ePi�ems Efflusssseme�� MME M. ssomu�� DOOR FRAME °iN TYPE SIZE A FPQ c FUT�No DETAIL mDwft REMARKS NOTE t WM 2 3 4 M J J NOTE 5 1S10 AA 60 66 HM MP - 20 17 24 17 BH-28 1S10C A 26 68 HM MP - N 10 10 10 BH-38 1Sll A * 30 68 SH MP - BH-47 Isee detail A/3 .18 1S12 SS 60 68 HM MP - 180 10 24 10 BH-28 1513 AA 60 68 HM MP - 90 6 24 6 BH-35 1S14 A 40 6 HM 14P - 20 5 5 5 BH-24 1515 A 30 68 HM MP - 20 5 5 5 BH-17 1S16 AA 60 68 HM MP - 20 5 24 5 BH-28 1516 A 30 68 HM MP - N 5 5 20 BH-10 12"X12" Louvre 1S17 AA 60 68 HM DW - 20 1 24 1 BH-28 1S20 A 30 68 SH MP - N SH-13 or 12" 1 x 31.02 Details L.) 1S21 A 30 68 SH MP - N XXX SH-13 31AFor 02 Details 1S22 H 3° 74 AE R� TG N BH-18SEE 'XM4 10 x x WINDOW 1S24 EE 78 68 HM MP Fcir 90 10 10 10 BH-5 1S26 C 4° 68 SH MP SC N SWS AWS SWS SH-13 Both S a e in. Both Sides Fr HH8 1S26 C 40 68 SH MP SC N SWS SWS SWS SH-13 Armour Plate in. Both Sides Fr HH7 1S26 E 30 68 SH MP - 90 6 6 20 BH-51 12"X12" Louvr, 1526 A 40 68 SH MP - N 6 6 6 SH-11 1S27 A 30 68 SH IMP - N 110 10 10 SH-20 Frame 6 1S27A A 30 68 SH MP - N 110 10 10 SH-20 Frame 6 Kaplan/MCLftwghlin COMM GWA COM Y oEMOM FACL" A CHI TIF TTER TREETNERS 1 DOOR SCHEDULE AM I SHEET SAN FRANCO CA- Level 1 East 0(��` 4 415.398.51M DOOR FRAME °Q TYPE sizE aFcN RI►nNG DETAIL HDwm REMARKS W H NOTE 1 NONE 2 3 NOTE 4 M J J NOTE 5 3A21 F 26 68 SM NP IC N 1 19 1 SH-lE C 6 8 31.02 For Details 3A23 A 2`4 68 SK NP - N 1 1 19 SH-22 C 3A24 F 26 68 Sm IMP ZC N xx SH-25E 31.02 For Detail s 3A25 F 26 168 SM NP TC N 1 19 1 SH-� 3A26 C 26 168 HM NP CW 60 1 1 19 BH-1 12"X12"Louvre 3A26A C 26 68 HM NP TC N 1 1 19 BH-2 12"X12"Louvre 3A27 C 26 168 511 NP SW 60 1 1 1 19 SH-3E 12"X12"Louvre 3A27A C 26 168 SH NP SC N 1 1 1 19 SH-3B 12"X12"Louvre 3A28 C 28 68 SH NP SW 60 XXXSH-7E3102 For Details A 3A28A C 30 168 SH NP SC N XXASH-7E 3102 For Details A 3A29 C 28 68 SH NP SW 60 X >([XSP.-7E -j102 For Details A 3A29A C 3° 68 SH NP SC N x SH-7E 3102 For Details A 0 C 26 68 SH mp SW 60 x SH-7E 3102 For Details \ A 3A30A C 30 68 SH NP Sc N SH-7E 3102 For Details 6 16 8 19 - 12"X12"Louvre 3A31A IC 26 68 HM NP TC N 1 1 ASH-2 BH-2 12"X12"Louvre D o 7 4 SH MPGA SEE MR. G 3A33N SH-2 WINDOW 2 3A34 D 30 74 SH t1P TG N \• See Extr. G Window 2 plAlllMC ilg� DAM CONTRA COSTA C UNN DETENTION FACILITY ARCHITECTS PLANNERS 11��3 X77 DOOR SCHEDULE RPP- 1 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 29.25 revel 3 East 00345 415.398.5191 DOOR FRAME °OOR 9 TYPE SIZE FACING ASS RATING DETAIL HDwR REMARKS W H NOTE 2 3 4 H J J NOTE S C 31321 F 26 68 SHM AP ZC N �` SH-25E 31..-0 2" For De ails 3B22 A 24 68 SH NP - N 1 1 19 Sy-22 3B23 F 26 68 Sm NP 4C N _ -25E C For De ails 3824 F 26 68 SFM mp Tc N 1 19 1 L�]E 31325 C 26 68 HM NP CW 1 20 1 1 19 BH-1 12"X12"Louvre 6 8 NP TC IN 1 1 1 13H-2 121IX12"Louvre 31326 C 26 68 SH NP Sw 20 1 1 19 SH-3E 12"X12"Louvre 3B26A C 26 168 SH NP SC N 1 1 19 3E 121IX12"Louvre 3B27 C 28 68 SH NP SW 20 SH-7E 3 A 02 For Details 3B27A C 30 68 SH mp Sc N SH-7E A xx A 3828 C 28 68 SH IMP SW 20 SH-7E 3102 For Detail 3B28A C 30 68 SH 1V SC NXIXX SH-7E A 3829 C 21Q2 For 6 16" SH NP SW 20 XSH-7E A 3B29A C P 68 SH NP SC N X� SH-7E A 3B30 C 26 68 HM NP CW 20 1 1 19 BH-1 12"X12"Louvre 3B30A C 26 68 HM NP ZC N 1 1 19 11311-2 12"X12-Louvre 3B32 ID 30 7 4 SH -MP TG N SH-2 � �' G WINDOW. 2 3B33 D 30 68 SH PP TG N SH-2SEE R. D �IAII�MCLaughUn a►TE SRA C06TA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS !Z-1'&j'77 DOOR SCHEDULE AO° I 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 00•`46 415.398.5191 29.27 Level 3 Fast DOOR FRAME DOOR SIZE CONSM FACING AATIN(i DETAIL HDWR. REMARKS TYPE PASH W H NOTE 1 NOTE E 22 3 4 HZ J J NQIE 5 i C 21 F 26 68 SHK MP TC NXX, 111-25E X02 For Deta is 3C22 A 24 68 SH MP - N 1 1 19 H-22 C 26 8 SII ! MP TC N 3H-25E 3� For Deta is 3C24 F 26 68 SIM MP TC N 1 19 1 H-lE F 26 68 SM MP TC N 1 1 19 H-IE 3C26 C 26 68 HM MP CW 20 1 1 191311-1 12"X12" Louvre 2 C 26 68 HM MP TC N 1 1 19 H-2 12"X12" Louvre 27 C 26 68 SH MP SW 20 1 1 19 H-3E 12"X12" Louvre 3C27 C 26 68 SH MP SC N 1 1 19 H-3E 12"X12" Louvre A 3C28 C 28 68 SH MP SW 20 H-7E 3102 For Details 3C28 C 30 68 SH MP SC N H-7E A 3C29 C 28 68 SH MP SW 20 AIXII-7E 102 ForA 3III2-For Details 3C29 C A 30 68 SH MP I Sc NXXSH-7E3102 For petails 3C30 C 26 68 SH MP SW 20 SH-7E A x A 2 For Details 3C30 C 30 68 SH MP SC N \ SH-7E A For Details { 1 3Q3 1 C 26 68 HM MP C14 20 1 1 19 BH-1 12"X12" Louvre 3C31 C 26 68 HM MP TC N 1 1 19 BH-2 12"X12" Louvre 3C33 D 30 74 SH MP TG NX XSH-2 SFE EXTR. G A2 3C34 D 30 74 SH MP TG N ><X X SH-2 SEE EXM- D f ATE Kaplan/McLaughHn �,I,i 3-77 CONTRA COSTA COUNTY DETENTION FACILITY -ARCHIT%TS PLANNERS DOOR SCHEDULE &ALPO• 1 .- 901 BAT RY STREET SET SAN FRANCISCO CA. 94111 29.29 Level 3 East 415.398.5191 f DOOR FRAME DOOR SIZE FACING RAT NrG DETAIL ►�C1NVii. REMARKS TYPE W H NATE t NOTE E�2 3 NOSE 1 H J J NOTE S A 3D01 B 26 168 SH MP TC N X PII-5E 3102 For Details 3D02 B 26 68 SH MP TC N H-26E -C 4 3D03 A 2 68 HM MP - N 1 1 19 H_14 A (12"X12" ) 3D04 B 26 68 SH MP TC Nxx H-26E ForC A 3D05 B 26 168 SH MP I TC N xx H-5E 3102 Detai 3D06 B 26 68 SH MP TC N X X H-5E A3102 Fbr Detail C 3D07 B 26 168 SH MP TC N x H-26E 3D09 B 26 68 SH MP TC N H-26E C hir tai 12"X12" Louvre 3D10 AA 50 68 HM MP - N 1 1 H-41 (One door only' 3Dll B 26 68 SH MP TC N H-5E A tail A 3D12 B 26 68 SH MP TC N H-5E 3102 Fbr Details 3D13 B 26 68 SH MP TC N XX H-5E A C 3D14 B 26 68 SH MP TC N H-26E 3102 For Details 3D15 A 24 68 HM MP - N 1 1 19 H-14 A 9 T x12" 3109 Threshold XC 3D16 B 26 68 SH MP TC N H-26E 3D17 B 26 68 SH MP TC N XX H-5E —02 For Details X X 3D18 B 26 68 SH MP TC N 4H-5Ek--3102A For Details 3D19 B 2668SH MP TC Nxx H-5E3D20 B 2668SH MP TC N x 1102 Fbr rkm-t-ail-q H-5E 3D21 B 26 68 SH MP TC NH-26E C Kaplan/McLaughHn D` 3102 Par Details - CONN COSTA COunM DETENTM FACiLmr ARCHITECTS PLANNERS LI-15--77 DOOR SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 29.30 Level 3 west ����4 415.398.5191 DOOR FRAME DOOR SIZEEFACINGIGLASS RATING DETAIL "D+"� REMARKS TYPE W "NWOTEHA0F"TE 3 NOTE 4 M J J NOTE S 3D36 C 30 68 1 SH MP SC N 1 1 19 S11-14 0 8 SH MP SC N SWS SWS SwS Wincbw Frame 3D37 C 3 6 SH-16 3D38 n 30 4 SEE EXTR. B SH MP TG NXX X SH-3E WINDOW q 3D38 A 30 68 SH MP - N 17 17 17 SH-14 3D38 D 30 74 SH MP TG N XXXS11-3E EEMWaNDOW . 2 xxx SEE EXTR. B 3D40 D 30 74 SH MP TG N SH-3E WIDIDQa 3 Kaplan/M�Laughlin 'DATE SRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERSZ���" DOOR SCHEDULE ADO• I 901 BATTERY STREET SAN FRANCISCO CA. 94111 29.32 Level 3 west 415.398.5191 DOOR FRAME DOOR SIZE FACING RATS DETAIL mo' a REMARKS NQ TYPE aFINIM W N NOTE t NOTE 2 3 4 N J J N=5 C 6 8 HM MP TC N SH-25E �2 For Det ils 3E22 A 24 68 SH MP - N 1 1 19 SH-22 C 3E23 F 26 68 SHM MP TC N X SH-25E 31� For Det ils 3E24 F 26 68 SHM I MP TC N 1 19 1 SH-1E 3E25 I C 26 68 HM MP CW 20 1 1 19 BH-1 12"X12" Louvre 3E25A C 26 68 HM MP TC N 1 1 19 BH-2 12"X12" Louvre 3E26 C 26 68 SH MP SW 20 1 1 19 SH-3E 12"X12" Louvre 3E26A C 26 68 SH MP SC N 1 1 19 SH-3E 12"X12" Louvre A 3E27 C 28 68 SH MP SW 20 SH-7E1 x x 3102 For Details 3E27A C 30 68 SH MP SC N 1 1 19 SH-7E 3102 For Details A 3E28 C 28 68 SH MP SW 20 1 1 19 SH-7E 3102 For Details 3E28A C 30 68 SH MP SC N 1 1 19 SH-7E 02 For Details A 3E29 C 26 68 SH 14P SW 20 1 1 19 SH-7E 3102 For Details 3E29A C 30 68 SH MP Sc N 1 1 19 SH-7E 3102 For Details 3E30 C 261 68 HM MP CW 20 1 1 19 1 BH-1 12"x 12" Louvre 3E3 OA C 26 68 HM MP TC y 1 1 19 BH-2 12"X12" Louvre 3E33 D 30 74 SH plP T G N XXX SH-2 SEE G WINDOW. E33A A 30 68 SH MP - N 17 17 17 SH-14 SEE EXTRR. B 3E34 30 74 SH• I4P N SH-2 Window 2 3E34A A 30 68 SH MP - N 17 17 17 S11-9E 3113 Lock Details DATEL IAII�MCI.81 �1�1I1 i3 - CONRRA C06'TA COIXVTY DETENTION FiaCILfTY 901 CHI TECTS STREETNERS DOOR SCHEDULE ROD• 1 - BMRY Sm FRANCISCO CA. 94111 29.34 Level 3 west 00349 415.398.5191 DOOR FRAME °Q TYPE SIZEFACING TWO DETAIL mmm REMARKS W N NATE 1 NOTEF�g2 3 4 M J J NOSE S 3F35 C 26 8 HM MP CW 20 1 1 19 BH-1 12"X12" 3F35A C 26 68 HM MP NTC N 1 1 19 BH-2 12"X12" Louvr 6 81 HM VIP 20 1 1 19 BH-1 12"X12" Louvr 3F36A C 26 68 HM MP N 1 1 19 BH-2 12"X12" Louvr 0 8 SH MP SC N 1 1 19 SH-2 I 3F39 C 30 68 SH MP SC N 1 1 19 SH-2 SFE OM. D 0 74 ' SH MEX X TG N SH-2 3 4 3F40A C 30 68 SH MP SC N 1 1 19 SH-2 3F41 D_ 30 74 SH MP TG NX XSH-2 SEE ECM. D _ _ Window 1 0 8 A (12"X18"Lo7 ) 3F42 D 2 6 SH MP SC N SH- E 3102 For Details t a 3F43A A 30 68 SH MP - N 17 17 17 SH-14 i I i i s i i 1 i s r i i i i f 1 t I Kaplan/McLaughlin a►71 COMM C UA COUNTY DETENTION FACL" ARCHHITHERS 12�i3.71 DOOR SCHEDULE d� APD- ,hila 1 g01 BSTREET �� SAN FRANCISCO CA. 94111 050 415.398.5191 29.37 Level 3 West !� INDEX 70 SBCTION 39 INTERIOR WINDOW SCHEDULE & M AU S 39.00 - INDEX AND GENERAL NOTES 39.01 - TYPICAL INTERIOR WINDOW FRArIING 39.02 39.03 - 39.370' WINDOW MAILS S 39.0 1A-3 9. 30 A INTERIOR WINDOW SCHEDUIE " NOTES TO INTERIOR WINDOW SCHEDULE 1. Dimensions shown on interior window schedule and types are from outside face of frame to outside face of frame. 2. All safety, security and bullet resistant glass shall have. all edges isolated by 1/8" thick, continuous neoprene gasket. There shall be no metal to glass contact whatsoever. 3. Interior windows are keyed on the 1/8"-1'-0" scale floor plans. 4. See door schedule where door is included in frame. S. Radiation protection of lead glass and lead-lined frames in lead windows shall be equivalent to that of the lead-lined wall in which it is installed. 6. It shall be the specific duty and responsibility of each trade and supplier to examine all plans, details and specifications and to provide and furnish proper equipment, hardware, fixtures, materi- als, etc. , pertaining to his part of the work shown or listed in any part of these documents. Schedules are for the convenience of the contractor to assist him in understanding and constructing the project. It is the contractor's responsibility to verify that all items in the detail schedules reflect the plans and details. Any omissions or contradictions in these documents shall be called to the attention of the Architect prior to bid opening. Bids re- ceived shall be considered to include all items for a complete project. No extras will be allowed. 7. See sheets 39. 01 & 39.02_ for, structural framing of window openings. Steel framing is not shown on window details. Kaplan/McLaughUn DATE CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS " PLANNERS NL-*--?7 901 BATTERY STREET SHEET INDEX AND NOTES FOR SAN FRANCISCO CA. 9411139.00 INTERIOR WINDOW SCHEDULE 0 351 415.398.5191 WINDOW Wim TYPE . A f J mac11 elk . � t 2 I I �I F�w1l: �I II II 1 it II � FRAME ROOM DIMENSIONS - DE TAILS GLASS TYPE/ NO NQ WIDTHHBGW SILL A B C DI E F IG REMARKS AA27 H11 3'-2" 31-6 31-4111 1 xx 1 1 SC AA28 1I303._0•, 3'-6" 3'-4 1 1 x x 1 1 T C Typ. Door Fr. Left AA29 3F37 2'-6" 3'-6" 3'-4 1 1 xxxi AA30 3C32 1'-0" 3'-6" 36-4ml 1 X1 1 SW ; AA31 3B31 11-0" V-6" 31-4' 1 1 1 1 SW ~-~- xxx AA32 NOT USEDxxx ff k AA33 N(Ol USEDxxx t t AA34 NO , USEDxxx 1 AA35 NOT USEDxxx � - AA36 - NO USED AA37 NOT USED - i AA38 NO USEDxxx j AA39 NO USED i Kaplan/McLaughlin °" COM'RA COSTA COlJN7Y DETENTION FACILITY ARcI cTS PLAN12"�3- 77 901 BATTERY STREET SSWET INTERIOR WINDOW �SCHEDULE 415.3SAN 98 5119911SC0 CA. 94111 �.o3A Ai2�� r n�0 52 i WINDOW TYPE A II II jl � II �� II II E—e�c .� I{-_. . (i II0" FG Zf LL 11 _� ��c,M. = c�M.�►e�.5c.li - it FRAME ROOM DIMENSIONS DETAILS GLASS TYPE/ NO. NO, WIDTH SILL A B C Q E F G REMARKS AA53 3C29 I'-6" 3'-6" 3'-4 Elec. Lock 1 1 1 1 SW Door @Right AA54 3C30 2'-4" 3'-6" 3'-4 1 1 xx @ 1 1 SW Elec. Lock Left AA55 3D28 2'-4" 3'-6* V-40 1 1xxx 1 1 SW Elec. Lock Door @ Right AA56 3D29 V-6" 3'-6u 3'-4 1 1 1 1 Sw Elec. Lock I xxx Door @ Left. AA57 3F33 1'-2" 3'-6" 31-4 1 IXXA 1 1 SW Elec. Lock Door @ Left AA58 3F34 2'-10" V-6" 39-41 1 1xxx 1 1 SW Elec. Lock Door @ Left AA59 tT USE -. AA60 1SO4D 31-4" . �� XXTC Door131-6" 3 -4 2 2 2 2 Fr. @Left. AA61 1SO4E 3'-4" 3'-6" 31--4" 2 223 2 TC AA62 1I05 2'-0" 3'-6" 3'-4" 17 17 17 17 CW TYP• Door xxx @ Right Typ r AA63 1I52 21-41' 3'--6" 31-41 1 36 XXX1 1 `!' C @ Right Trp. Door AA64 1I55 31-01' V-6111 3#,,49 1 1x x 1 I CW @ Right AA65 OT USt xxx . Kaplan/McLaughlin °" OONTRA COM COUNTY DETENTION FACILITY ARCHiTOR STREET PLANNERS U -F,77 INTERIOR WINDOW SCHEDULE got B T. 415398 5191ISC0 CA. 94111 D5 CLIVI» ' �+.�c;�3 SIA WINDOW TYPE A F I II I� Ileo„ FRA Mill- FRAME ROOM DIMENSIONS DETAILS GLASS TYPE/ NO NQ WIDTHHEIGHT SILL A B C D E F G REMARKS AA66 2MO3 11-411 3 '-6" 3@-4" 1 1 XXX 1 1 SW Typ' Door Fr. . @ Left ` AA67 2PO4 3' -2" 3 '-6" 31-4" 2 2 XXX2 2. CW Typ. Door Fr. Left AA68 2T02 V-13" 31-611 31-4" 11 XX >dl 1 Typ. Door Fr. La Right AA69 3A27 11-3" 3'-6" 31-4" 1 1 xxxi 1 SW Typ. Door Fr. AA70 3B26 11-3" V-6' 31-4- 11 1 1 SW Typ. Door Fr. — XXX I @ Ri ht AA71 3D32 1'-3" 3'-6" 3'-4" 1 1 XXX 1 1 SW Typ' Door Fr. @ Left AA72 3E28 11-6" 3'-6" 39-4" 1 1 1 1 SW Elec. Lock Door @ Ri ht AA73 3E29 21-4" 3'-6" 39-4" 1 1 1 1 SW Elec. Lock X X Door @ Left i AA74 3F32 11 -3" 31-69' 31-4m 1 1X X1 1 SW Typ. Door Fr. @Riht AA75 3P12 19-381 39-611 39-4" 1 1xxx 0 Tkaff 1 1 TG Typ. Door Fr. SG-ext:window AA76 1I04 3'-0" 5 '-9" 1'-81 2 43Xxx45 46 @courtyard AA77 1I04 2 '-11 '5 '-9" 1'-81'42 45 \ 9.2 6 @G courtyard w Y AA78 1I04 30 30 3 '-4" 1 1X 1 1 SW Kaplan/McLaughlin DATE 11 C=A COM Y DETENTION FACILITY ARCHITECTS PLANNERS 12 if TRA 901 BATTERY STREET SrEET INTERIOR WINDOW SCHEDULE I SAN FRANCISCO CA. 94111 �b A 415.398.5191 I P►�'+ WINDOW W i DTH L TYPE A Fr iF 6W,.=K !L II you fit— Fs �� II �I 3 11 wm-' sac,[ I I �� II lI li FRAMEROOM DIMENSIONS DETAILS GLASS TYPE/ NQ NQ WIDTIT SILL A B C D E F :�G REMARKS AA79 1P08 2'llh5'-9" 1' 8 " 44 44 xxx 44 44 PCG (extr) AA80 USE xxx - = AA81 2T01 1'-6" 3'-6" 3'-4" 1 1 XX]X 1 1 SW AA82 2T01 2'-0" 3'-6" 3'-4" 1 1xxv 1 1 SW AA83 1P03 2'-8" 6'-5" 3'-4" 19 19x XV A&VP%A 8 419B] 3 AA84 1P16* '-83' � 1. b *Above Door 4 A7.6A7.63 301P15 AA85 1P16* 4"_g3Elgv Elea G q , *Above Door 4 1.30 30 / 1P15 AA86 2P13 4 '-6" 61-2h" )"-731" 1 19 / � 19 1 SC- Guar raz see Detail A/44 13 AA87 2P13 3'-0" '-0" '-10" 1 1 1 1 Sc AA88 E6]41-0" 4'-0" '-10" 19 19x I x 19 19 BR3 jVjaLn/MCL8111:bjk DATE -ll SRA C=A COLKN DETENTION FACILITY 'aRc"ITF% PLANNERS �Z 3 INTERIOR WINDOW SCHEDULE RY sTREET&BA FRANCISCO CA. 94111 415.398.5191 o �.15 TN WINDOW 2 EQ• 5Pa'►C05 TYPE A IK II it FILIW. i� - � I I l'4R l s M. j_ i e FRAM -I I �I FRAME ROOM DIMENSIONS DETAILS GLASS TYPE/ NO NQ WIDTHSILL A B c D E F G REMARKS BB1 OT USrD xx BB2 NOT US BB3 40T USED �- u *- " V- u BB4 1I24 10 3 6 3 4 1 1 26 1 1 Sc BB5 1I48 -5" 31-611 -31-4111 1xx 26 1 1 T•C BB6 1I48 V-5" 3'-6" 3'--4" 1 1 VX26 1 1 T C BB7 1252 1-5" 3 '-6" 3'-4" 1 1vx 26 36 1 T"C BB8 1I52 '-5" 3'-6" 3'-4" 1 36xx 26 36 1 Tc BB9 1I52 '-5" 3'-6" 3'-4" 1 36 261 1 T C BB10 1152 r'-l" 3'-6" 3 '-4" 1 1 36 1 T.0 i BB11 1I52 '-1" 3 '-6" 3 '-4" 1 36 X X 26 36 1 T C BB12 OT US D _ XX I BB13 p xm - - -, _ J OT USED - Kaplan/McLaWjlj n PATE CONTRA COMA COUNTY DETENTION FACILITY 12-13-7� �BA RY STREEETNE SKU INTERIOR WINDOW SCHEDULE 415.398 51�91�SC0 CA. 94111 W+07TH 3 WINDOW it 2 041. AC-03 TYPE A r=== !I '� IIE10 � +1 �j I L�--� 230 lI FRAME ROOM DIMENSIONS DETAILS GLASS TYPE/ NO NQ WIDTHkjEIGHT SILL A B C I D E F G REMARKS BB14 1SO4 7'-7" 3'-6" 3'-4" 2 2 26 24 2 TC T P. Door F . @ Left BB15 1SO4 5'-1" 3'-6" 3'-4" 2 24xx 26 2 2 TC BB16 1SO4 5'-Z" 3'-6" 3'-4" 2 23xx 26 24 2 TC BB17 1SO4 51-9" 31-6" 30-4" 2 2 XN26 23 2 TC - BB18 1S 04 V-711 V-6" 31-4- 2 24 XX26 2 2 TC . BB19 1S05 5'-5" 3'-6" 3'-4" 1 1 XX26 1 1 CW Typ. Door F . @ Left BB20 1S06 5'-5" 3'-6" 3'-4" 1 1 XX26 1 1 CW BB21 2M01 48-3" 4v-0n 2'-10" 1 1 XA26 1 1 SW f BB22 2M01 61-11, 41-00, 2'-10" 1 1 XX26 1 1 SW BB23 2P05 4'-5" 3'-6" 3'-4" 2 2 XX26 24 2 CW BB24 2P19 5'-9" 3'-6" 3'-4" 2 2x x 26 2 2 CW BB25 3A28 4 '-61 '-6" 3'-4" 1 1 26 1 1 SW BB26 3B27 4 '-6' 3'-6" 3'-4" 1 11 x 26 1 Z SW Kaplan/ DATE CONTRA COSTA COUNTY DETENTION FACILITY 90,HITT PLANNERS SHEET INTERIOR WINDOW SCHEDULE SAN 191SCO CA. 94111 .�a A It/11� ��1 ?H WINDOW EG21 60ACSjS TYPE A Z loll LL I : II I� II II FRAME ROOM DIMENSIONS DETAILS GLASS TYPE/ NO NQ WIDTP3--6- BB33 SILL A B-' C: D .E F G* REMARKS BB27 3C28 '-63'-4" 1 1 26 1 1 SW BB28 3E27 4'-63'-4" 1 1 26 1 1 SW A I- x c BB29 3F31 6'-43'-4" 1 1 26 1 1 SW X X BB30 3F31 6'-410 3'-6" 3'-4" 1 1 26 1 1 SW i BB31 3F40 5'-9" 3'-6" 3'-4" 1 36 26 1 1 SC BB32 3P03 61-4" 3'-6" 3'-4" 2 24 26 2 2 TC t 3P03 6 '-4,, 3'-6" 3'-4" 2 2 26 24 2 TC i BB34 3P10 5'-8" 3'-6" 3'-4" 2 _2 26 2 2 TC , r BB35 qOT USEMxx I BB36 NOT US Dxx BB37 NOT SEDxx ! E f BB38 1I25 31-4 3'-6" 3'-4" 1 1 26 1 1 SC TYP• Door F I x @ left. BB39 3A28 4 '-0„ 3'-6" 3'-4" I X.1 6 1 1 SW Elec. Lock Fr. @ Rich Kaplaia/McLaughlin o+►� CONT CMA COUNTY DETENWN FACILITY 9011 E TTERY STREET ��s3��� INTERIOR WINDOW SCI' E SAN FRANCISCO CA. 94111 11t.�� 415.398.5191 .10 _ LJ!pTH b WINDOW - 2 EQ. 5r' = TYPE A it II II , E-= o`su�'x�= II i of Fol I I I ji � 11 DlM. - --- D►, .I�-� I I FRAME ROOM DIMENSIONS DETAILS GLASS TYPE/ NO. NQ WIDTH SILL A B c I D E F G REMARKS BB40 3B27 4 .-o" 3'-6" 3'-4" 1 1X 26 1 1 SHl Elec. Frame Lock ht BB41 3C28 41-011 V-6' V-4' 1 1 26 1 1 SW Elec. Lock I x x I Frame @ Ri ht BB42 3 D30 41-011 31-6" 3'-4" 1 1XX26Elec. Lock 1 1 SW Frame @ Left BB43 3D37 31-94" 71-0" 124-018 1 10xx 26 125 25 1 SC BB4 4 NOT USED' IXIA BB4 5 MO V-61' 3'-6" 3'-4" 1 1 26 1 1 SC 'Yp. Door Fr. I x x i -Rj _ BB46 1I11 51-2" 3'-6" 39-411 1 1 26 1 1 SC Typ• Door Fr. x x @ Left BB47 1149 50-5" 3'-6" 3'-4" 2 2 XX26 2 2 'EYP• Door Fr. @ Left BB4 8 1150 5'-5" 3'-6" 3'-4" 2 2XA" 6 2 2 EYP• Door Fr. @ Right BB4 9 2PO5 41-5" V-6" 31-4" 2 24 XX26 2 2CW TYP• Door Fr. @Riht BB50 3E21 41.-5" 4 '-0" 2 '-10" 1' xx .26 1 1 SW Elec. Lock BB53 3F39 6 --0" 31-6" 31 -411 1 1 XX26 36 1 SC TYP- Door Fr. BB52 3F41 5'-9" 31-6" V-4111 366 1 1 SC �' Door Fr. @ Right Kaplan/McLwAghlin DATE CONTM CMA COUM DETENTION FACILITY ARCHITECTS �"E+RsT INTERIOR WINDOW SCHED LE UN BATTERY ST r415 3 8NCISCOCA. 94111 ��1 /� f 1 J S- WINDOW ID'fH TYPE B Ow. 5PA CE 5 A - Lo O . i o N FRAME ROOM DIMENSIONS DETAILS CLASS TYPE/ NQ N4 WIDTHHEIGHT SILL A B- C D E r IT REMARKS EE1 3D37 21'-21-; 1 21 9 26 10 1 SC pl$I]f MCliSilg ltl DATE CO AM CMA COMM DETENTION FACILITY 'aRc"I PLANNERS ? x"13 INTERIOR WINDOW SCHEDULE 9018A ETTERY STREET s►+EEr 4S�N3F NCWO CA. 94111 3q.I b A 01: 60 ►2 ►�,� WINDOW TYPE A SE u(5i g [q] F,---1 _ CONG.WH9ft-SI4�- O=URS Ipp OFCL� I lf T T6 fl rOF OF ILA=K-- ( milli - ENG�O.�uRI:,-- - _ _Fl 610E_WNIGH G?xtJRB: L FRAMEROOM DIMENSIONS DETAILS GLASS TYPE/ NO. N4 WIDTH SILL A s C- D E F t; REMARKS HH1 1I01 6'-6" 3'-6" 3'-4" 1 8 32 30 39 1 SC 30Door HH2 1I275 _6" 6'-10" At 1 1 32 30 x39 35 SC-O.H. HH3 1127 5'-6" 6"-10 F Flo 19 19 31 29X40 34 BR3 HH4 1Q27 6._8" 3'-6" 3'-4" 1 1. 32 30 x 39 1 SC HH5 12401 6'-2" 3'-6" 3'-4" 1 1 32 30 X39 1 SY HH6 1M01 6'-2" 3'-6" 3'-4" 1 1 32 30 X39 1 sC HH7 1503 81_5" 6'-10 Floor 19 19 31 29 9 34 4';30" Door HH8 1526 81-5" 61-100 At 19 19 31 29 39 34G Floor 4 �oor HH9 2M26 5'-4" 3'-6" 3'-4" 1 1 32 30 1 1 SW HH10 2M26 6'-6" 3'-6" 3'-4" 1 1 32 30 1 1 SW 0.H. HHll 3P14 5'-113� 3'-6" 3'-6" 32 30 >"I SC"-0-H- _,A y �, B A ii2 1P15 '�'�� 6•i 1�q. t - 7 q.,o 5 frame TC -o.H. - NIX 0, x )r Kaplan/McLaughlin CATE_13„ ?] a'KM C=A COUNTY DETDNTION FACILITY "',W$� STREET PLANNERS � INTERIOR WINDOW SCHEDULE 901 BA4 5 39 51MLSM CA. 94111 .Iq �,.�L�l,� 0 361 �W � o NOTES TO PRECAST PANEL SCHEDULE 1. All dimensions are to center of point between panels or to top• or face of in situ concrete structure. 2. Width of panel dimension is the greatest width of panel and includes width of miter, if any. 3. (R) MIT means that a miter indicated by detail reference is located on right edge of panel. (L) MIT indicates left edge miter. 4. To locate window, assume the location of the opening is fixed relative to its nearest vertical edge. Panel width is mea- sured from this edge. For example, the Q-type panel has a window located 1'-3" from its left edge. All Q panel widths assume opening placement 1'-3" from left edge while varying in total width according to schedule. 5. Panel height is measured from top of panel down U.O.N. 6. Typical fascia detail is 45.788. 7. Typical reveals are detailed at 45.77B. 8. All openings and bottoms of panels which overhang shall. include a cast-in drip-, detail 45.77C. 9. Typical concrete rib texture, where applicable, is 45.77A. 10. Asterisk (*) on panels on building elevations refers to detail 45.78A. 11. Traffic decking pocket, detail 45.78C, is typical on all 10" panels -located where decking is indicated. 12. Inserts for security netting are indicated on building elevation sheet A7.4. 13. The following sheet• numbers are not used; 45.021 45.45- 45.74; 45. 82-45. 89; 45.92 and beyond. 14. Delete 45.27, 45.28, '45.81, 45.90, 45.91. Add 45.82, 45.84, 45.85. For precast mullion detail, see 20.06. AT ADDENDUM 2 20 December 1977 Kaplai /McLaughliDATE10-24-77710-24-77 CONU A COWL" COLNW DETEN M L" ARCHITECTS PLANNERS 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 PfECAST PAIL SCI- DIJIF► 415.398.5191 45. 01 • T a1t7 o _ t CA - � d1� �► - INv. Irril¢ Y •�j a +_. . 2 3 JL d ADDENDUM 2 20 ecember 1977 ' - ADDENDUM 1 8 NOVEMBER 1977 i flaplala/McLaughlin 0124 rRECAST TE COSTA COunmr DETEtYTM FACUTY ARCH TEC S PLANNERS 901 BATTERY STREET �+� PANEL SCHEDULE SAN FRANCISCO CA. 94111 <}5,OS00364 415.398.5191 PRECAST PANEL SCHEDULE -/- /A\ TYPE HEIGHT WIDTH END COMMENTS A/1 24'-8" 7 '-6" STR. A/2 24'-8" 6 '-8" (L)MIT. 45. 82A 0 A/3 24'-8" 7'-2" (L)MIT. 45.75A A/4 24'-8" 7'-6" STR. SEE FIG. A/5 NOT USED A/6 24' -8" 4'-5-1/4 (L)MIT. 45.75A A/7 21'-8" 7'-1-1/2 (L)MIT. 45.75B A/8 21'-8" 4'-5-1/4 (R)MIT. 45.75A A/9 21'-8" 7'-6" STR. A/10 Q� AA/12 21, 8"�� 6�_8" (L)MIT. T4 /1 24'-8" V-2" (L)MIT. 457 AV SEE FIG.. FIGURES A A N QI r I r. 6,14 r 1'-0p f ' (a'-bu I _ NOTES Q2 ADDENDUM 2 20 DECEMBER 1977 Kaplan/M�LaughUn COSTA COUNTY DETEM1oN FA�CIUTY ARCHITECTS PLANNERS -- 901 BATTERY STREET SHEET T _-PII= D SAN FRANCISCO CA. 94111 45. 04] if'36 p" 415.398.5191 q _ • !3 'rFIF'FAI `� �' �� �i��INlllllllll�I�II_IIIINNNNIIIINNNINI __3N��0.C- _ _ . r A ` a - m d F.F. p)QA WINIo� Fy1Q N _ 2 �ePE�+CNGC 0 1�`(• N.T.g. -� � � .4 IIIIIIIINIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIN _ n A2 IL © , ,' J N F!< r- j A ® A B 1-I INIIJLATION nA 7v - -- 2 5' 71i 7W 3'-I I/4' 5' _ 2 ADDENDUM 2 20 December 1977 4 ADDENDUM 1 & NOVEMBER 1977 f Kaplan/McLaughlinkDAToMOIRA COSTA Colum DETBff N FACILrnr 901CBATTERY STPRE-AENT,NERSE pRECAST PANEL SCHEDULESAN FRANCISCO CA. 94111 ,05 415.398.5191 093�s PRECAST PANEL SCHEDULE p TYPE HEIGHT WIDTH END COMMENTS B/1 24'-8" 7'-6" STR. 0 24'-8" 6'-8" (R)MIT. CN " B/2 2A B/3 B/4 21'-8" 7'-6" STR. B/5 21'-8" 6'-8" (R)MIT. 45 882A 02 B/6 Vbf U ED B/7 21'-8" 7'-1-1/2 (R)MIT. 45.75B B/8 21'-8" 7'-2" (R)MIT. 45.75A FIGURES NOTES © ADDENDUM 2 20 DECEMBER 1977 _ i Kaplan/IVIcLaughlin ooNTr�n cosi DATE A CQNTY' DE I NJ FACILITY ARCHITECTS PLANNERS I����- m- ` � ' /. ' ' I 901 BATTERY STREET SET f�'�'► -9-,.will U j- SAN FRANCISCO CA. 94111 45. 06 00367 415.398.5191 i zo S its S.S� '�` � _ 1#ffff#fffffffffl#l#ffffif#fff##ff###f##ff##fflffl#fN#f#1##f##� - =W.EmAb Q h A a =� N.Y. Krg F . 1 1 ADDENDUM 2 20 DECEMBER 1977 i • DATE aplanlM�Uughlin pl Ci�NT�;A CASTA fAUMY DE tiON FAICIL.#TY ARCHITECTS PLANNERS � L� f 901 BATTERY STREET SKEY SAN FRANCISCO CA. 94111 4�i,07 00368 j 415.398.5191 PRECAST PANEL SCHEDLLE c TYPE HEIGHT WIDTH END COMMENTS C/1 24'-8" 9'-4" STR. C/2 24'-8" 9'-2" STR. C/3 21'-8" 9 '-4" STR. FIGURES _ t NOTES Kaplan/McLaughlin DTE COSTA COUNTY DETENTM FACILITY ARCHITECTS PLANNERS ��, - - - --__ _- 901 BATTERY STREET 4 ET ��� SAN FRANCISCO CA. 94111 8 n�69 415.398.5191 Eq. EQ• �a n - a,�urrEl� • IIIIIIIIIiIllifilliliNNiNNiNNIIIII�NI�NNiIINIiI� __ -_ _ o • in P, Q -.�- i := 11111111111 IIIIIII;,11lIIIf1111iiNilliiililf11111iIIINNIfiI� c r i '7 ql 4.1 n2 ADDENDUM 2 20 DECEMBER 1977 ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughlin OATE 0/24 CWA COLUN DETENTM FACILITY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE 1r��c)1(U SAN FRANCISCO CA. 94111 415.398.5191 ' PRECAST PANEL SCHEDULE n TYPE HEIGHT WIDTH END COMMENTS D/1 24'-8" 9 '-4" STR. D/2 24'-8" 9'-2" STR. D/3 21'-8" 9'-4" STR. FIGURES NOTES KaVlaWMOLaughlin DATE rew COSTA 001.114 Y DETENTM FACILITY ARCHITECTS PLANNERS901 BATTERY STREET l0 � �ANFoo L� 415398 5N911SG0 CA. 94111 003 , �3,; M" E-!, ELM 04A 73 '� � ��� >Illlllllllllll1111ilIIllllllllllllllllllllllllll�Ill Illlllill Illflllilfl 1f III l�WG. FnK AQ I� rNGC -Gi _" � � �_• •.t �II I��I�I�I��I�I�II�����11�1���� r � . IIIIIIIIIIIIIIiIIIIIIIIINI�If11IIIIIIHIIIIIIIiII I i �- _ r i0-"1l - „ «�- ;X ��-r-�N� � j ��'�`✓y I ADDENDUM 1 8 NOV 197 -rtr axtri4r ADDENDUM 2 i .? 20 DEC 1977 KaplanllVl�ug 1 10 E CONTRA COSTA CO PM DETENTION FACILITY ARCHITECTS PLANNERS 901 BATTERY STCA. 94111- SET PRECAST PANEL SCHEDULE 003 f 2 4'15.398.5191 45,11� PRECAST PANEL SCHEDULE E TYPE HEIGHT WIDTH END COMMENTS E/1 24'-8" 10'-9" STR. E/2 24'-8" 10'-9" STR. SEE FIG. E/3 NOT USED E/4 NOT USED ! E/5 24' -8" 10'-9" STR. SEE FIG. E/6 24'-8" 10'-9" STR. SEE FIG. i i 1 1 1 I FIGURES \�V s ILA M vPTio,� r i _jL L`1 oI1.3M t NOTES ' f a ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughlin (CONTRA COSTA O0MM DETENTION FACILITY ARCHITECTS PLANNERS �,V 24 _ t 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 45. 12 415.398.5191 003 j ?NF�DED �15EK1' IIII II��.IIIINN''''IIII'II uu J F� 4/A E2 f f � f A j teEFElzENCE� ONLY. NTy. N - �T DF A M74- 0 0 5 I 10 _ M,TF,<j?t GSIZ'MAi10 f��F � , - ADDENDUM 1 8 Nov 77 .Tv PF-TAILj��°�"L-�E� Td r !�H__PWHADDENDUM 2 20 D"ec 77 �-� . DATE � Kaplan/MidLa�hlin DATE f2� CA)NM COSTA COUNW DETENTMI FACLITY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 n`��► 415.398.5191 .. <4 PRECAST PANEL SCHEDULE F TYPE HEIGHT WIDTH END COMMENTS F/1 24'-8" 10'-9" STR. F/2 21'-8" 10'-9" STR. F/3 NOT USED F/4 24'-8" 10'-9" STR. SEE FIG. F/5 24'-8" 10'-9" STR. SEE FIG. f r r i t i i t FIGURES F F 4 5 f o a 2 IL_�6,1 1-S 'I oY� NOTES i - a ADDENDUM 1 8 NOVEMBER 1977 KaplaWMCLailghlin- 1pE/2. CONTM COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS PRECAST PANEL SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 45.14 )3`145 1 415.398.5191 ra ya (i ff fifi II � ,,Tqq}�RE,AD� rl f 7'-,1' 1-7 0 -7 - f- 5' � � I n!4• ---------------- 3'- fit - �� 6i 104 r A ADDENDUM 2 20 DECEMBER 1977 { Kaplan/McLwghiin all r IT'RA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS I 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 10 f 1' `'' 415.3985191 � . c ! a r E PRECAST PANEL SCHEDULE - TYPE HEIGHT WIDTH END COMMENTS G/1 24'-8" 6'-8" (R)MIT. 45.75A G/2 21'-8" 6'-8" (R)MIT 45.75A FIGURES NOTES Kaplan/McLaughlin DATE (CONTRA C GTA COUNTY DETENTION FACILIV ARCHITECTS PLANNERS l x'22+17 AK901 BATTERY STREET SHEET --_--� �J►-___----_-_ _ -- SAN FRANCISCO CA. 94111 45. 16 415.396.5191 Of 13 l 1 fn PANEL o .�^ z . � • pW6. Fv}t IQEP.G s t• - a- _y r ••R" i A ADDENDUM 2 20 DECEMBER 77 ADDENDUM 1 8 NOVEMBER 1977 Kaplan/MclAaughlin DATE C+CNM COSTA Colm mTENTM FACILITY ARCHITECTS PLANNERS 941 BATTERY STREET PRECAST PANEL SCHEDULE SAN FRANCISGQ CA. 94i1i ,� .�7 00378 415.398.5191 PRECAST PANEL SCHEDUJE /H\ TYPE HEIGHT WIDTH END COMMENTS H/1 24'-8" 6'-8" (L)MIT. 45. 75A H/2 21'-8" 6'-8" (L)MIT. 45.75A t f . E — s i FIGURES ` 1 1 J t s . E _ f NOTES - - i ATE Kaplan/McLaughlin to f2. CONT'RA COSTA COUNTY DETENTION FACNJTY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET __ � % •.7� __ _ �LJ�' - --_ � __ SAN FRANCISCO CA. 94111 45. 18 nr►� ��9 415.398-5191 • J 17'-10 J t -4? Vv s G 1 auTuN>:. ©F 2 Si-IvoT-H C-O"WOR TE a rxO�e�b Got�JG. _ 7 ADDENDUM 1 8 Nov. , 1977 Kaplan/MCLaughlin 1©la+ C WRA COSM COUNTY DETENnON FACUJTY ARC901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 7°J � 4 415.398,5191 J PRECAST PANEL SCHEDULE /J\ TYPE HEIGHT WIDTH END COMMENTS J/1 6'-1-1/ - 15'-0- STR. J/2 10'-1-1/ " 17'-10 STR. J/3 7'-11-1 2. 81-3-1/4- STR, VOID J/4 7'-11-1 2" 9'-10 3/4"STR. V ID f t i . I FIGURES s NOTES 1Q ADDENDUM 1 8 Nov. , 1977 Kaplan/McLaughrm °10/24 CONTRA COSTA COUNTY DETENTION FACLITY ARCHITECTS PLANNERS 901 BATTERY STREET S14EET SAN FRANCISCO CA. 94111 45.20 PRECAST PANEL SCHFC 415.398.5191 K ' i 1 f - 7 7 © ADDENDUM 1 8 Nov. , 1977 i KaplaWMcLaughlin DA0�24 CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET PRECAST PANEL SC SAN FRANCISCO CA. 94111 45-21 I ft.3 2 j 415.398.5191 PRECAST PANEL SCHELIA EAz\ TYPE HEIGHT WIDTH END COMMENTS K/1 13 '-2" 6 '-6" STR. 1 FIGURES NOTES e F • i Ka lan/M� DATE CONTRA COSTA COUNTY DETENTM FACILITY P �_ V124 ARCHITECTS PLANNERS — — 901 BATTERY STREET 22 SAN FRANCISCO CA. 94111 00TS3 415.398.5191 -gyp ANEL. it • JT. LfN� u +' C1 � 1'-3° 2F- 61/Qp _. _ . ?�-9 /21 1 ADDENDUM 1 8 NOVEMBER 1977 ATE Kaplan/McLaughlin 1a/2,,�F CONTRA C )STA C UNN DETENTION FACILITY ARCHITECTS STREETPLANNERS SHEET 901 PRECAST PANEL SCHEDULE 4155--3%5119911SC0 CA. 94111 0 384 PRECAST PANEL SCHEDULE TYPE HEIGHT WIDTH END COMMENTS L/1 7 '-5." 1'-7" STR. FIGURES E I i f NOTES ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughlinA /2` --- CONTRA COSTA C NTY DETENTION FACUTY ARCHITECTS PLANNERS 901 BATTERY STREET ISHEET PRECAST PANEL. SCHEDULE 4SAN FRANCISCO CA. 94111 003S515-398-5191 M M } 1 2 IKAND t . 4 `�1' i i { ir ADDENDUM 1 8 NOVEMBER 1977 L L� , ATE Kaplan/McLaughlin 10/24 CONTRA COSTA COLIM DETENTION FACILITY ARCHITECTS PLANNERS PRECAST PANEL SCHEDULE 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 45.25 415.398.5191 PRECAST PANEL SCHEDU-E M TYPE HEIGHT WIDTH END COMMENTS M/1 P19--2;4" -21, 7'-6" STR. M/2 7'-6" STR. OPP. HD. M/1 FIGURES NOTES Q ADDENDUM 1 8 NOVEMBER 1977 KaplaWWJIAu Jilin DATE CONTRA COSTA COWY DETENTION FACILITY ARCHITECTS PLANNERS 1 0/!Z4 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 45.,2& (���'��►1 415.398.5191 - - P L 7 *1 , it N c� N FF a - Wit) s .e — ' G lV _ 45.98 _ 5 __- •� o�. M1 la — o _ I pie .` -- A - 4& ADDENDUM 1 8 NOVEMBER 1977 Kaplan/ �p��+ CONTRA COSTA COIRM DETENTION FACILITY ARCHITECTS PLANNERS 901 BATTERY STREET SET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 4-5.gq 415.398.5191 PRECAST PANEL SCHEDULE TYPE HEIGHT WIDTH END COMMENTS P/1 21'-8" V-6" STR. P/2 14'-0" 7'-6" STR. P/3 14'-0" 7'-10" (L)MIT. P/4 14'—0" V-8" 1� STR. n P/5 14'-0" 7 4h" (L)MIT. Y 4_ 45 v76A P/6 1012-1/2' 9'-7-1/4" STR. NOT USED ' P/7 10' 2-1/2"7 '-0-1/2" STR. NOT USED. FIGURES - T.t NOTES /a ADDENDUM 1. 8 NOVEMBER 1977 U ADDENDUM 2 20 DECEMBER 1977 - - Kaplan/MCLaughlin °V TEp/24, rPRECASIT COSTA COUNTYDETENTIONFACILITY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET PANEL SCHEDULE SAN FRANCISCO CA. 94111 x-5,3 0 01.1389 415.398.5191 8 ' r ' f n � I r " F _ I M V41�-- - 45.�n j I r 10 - 71_0 - . i - - AN ADDENDUM 1 8 NOVEMBER 1977 i Kaplan/McLwgW �r/24 CONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS j 901 BATTERY STREET SHEET PRECAST PANEL SCHEDULE ������� SAN FRANCISCO CA. 94111 4r2 31 i L415-398.5191 PRECAST PANEL. SCI�EC)L E _ Q TYPE HEIGHT WIDTH END COMMENTS 0/1 21'-8" 7'-6" STR, Q/2 14'-0" 7'-6" STR. Q/3 14'-0" 7'-10" (R)MIT. 45.75A Q/4 14 '-0" 6'-8" (L)MIT. 45.75A 0/5 14'-0" 6'-8" (R)MIT 45.75A Q/6 21'-6" 11'-7" 1 STR. Q/7 14'-0" 7'-6k" (R)MIT. 45.7,6A Q/8 1012-1/2"7'-l" STR. NOT USED FIGURES NOTES ADDENDUM 2 20 DECEMBER 1977 U ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughlin DATE12 - - coNTRA COSTA COUNTY aET04mav FacLrrY ARCHITECTS PLANNERS _ PRECAST PANEL SCHEDULE SANG FRANCISCO STREET 94111 '�' ��2 _ 00391 415.396.5191 o - . 1 t - .7b : = lit- l�n '-7`'Ap 2�6 4� ADDENDUM 1 8 NOVEMBER 1977 i • Kaplan/McLaughlin 0�2 - CONTM COSTA CouNTY DETENTION FACILITY ' ARCHITECTS PLANNERS E 901 BATTERY STREET SHED 33 PRECAST PANEL SCHEDULE 1 SAN 5•3VFRANCISCO R 5 91�O CA. 94111 g-5, 00392 i PRECAST PANEL SCHEDULE TYPE HEIGHT WIDTH END COMMENTS R/1 -211-80 10'-9h' (R)MIT. 45.76A R/2 21'-8" 10'-9h" (L)MIT. 45.76A Y FIGURES t 3 _ _ � z NOTES ADDENDUM 1 8 NOVEMBER 1977 Kaplan/M�Laughlin zo/2 - ooNTRa COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS 941 BATTERY STREET SHEET PRECAST PANEL SCHEDULE j SAN FRANCISCO CA. 94111 (� )•`;� 415.398.5191 z 5 v - ZO Ft - i i i t� A i Kaplan/McLaughlin °"0 4 �COSMA CoUNW DETENIM FACS ITY ARCHITECTS PLANNERS SHEET 901 BATTERY STREETrKt I SAN FRANCISCO CA. 94111 �.0 S O ► 94 415.398.5191 { PRECAST PANEL SCHEDULE � TYPE HEIGHT WIDTH END COMMENTS S/1 NOT USED S/2 NOT USED S/3 14'-0" 9'-8" (L)MIT. 45.75A S/4 14'-0" 7'-5-5/8 (L)MIT 45.76A S/5 14'-0" 71-5-5/8" (R)MIT 45. 76A S/6 14'-0" 71-3-3/8" STR. FIGURES NOTES Ka lan/McLa NTY DATE CONTRA COSTA COUDETENTION FACILITY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET ft -------- --- SAN FRANCISCO CA. 94111 �}-5�•6 n�� �; 415.398.5191 r " v - - .- Ff IN0 J r- - 1 45 t ,70 �! ---------- 41 4a ®eDDENDUM 2 20 DECEMBER 1977 ,tNDow uF�eT��� - Kaplan/MCLaughlin- A�ple* CXXIM COSTA COLIM DETENTION FACILITY 901 BATTERY STREET �� _ ���ST �p�� __ __ SAN FRANCISCO CA. 94111 45, r-7 - 00396 415.398.5191 PRECAST PANEL SCHEDULE T TYPE HEIGHT WIDTH END COMMENTS T/1 21'-E" 11'-11-1 " (L)MIT: 45.75B FIGURES NOTES Kaplan/MCLaughlin DATE _ CONIPA COSTA CCXNN DETENTIMI FACLTY ARCHITECTS PLANNERS 901 BATTERY STREET SHEET _ ` SAN FRANCISCO CA. 94111: =4 S,_3�T = 00397 415.398.5191 IL 00 F F � O 1141 ly 5.7 _ --- 2,--71 f 0" 14 74 ADDENDUM 2 20 DECEMBER 1977 DATE Kaplan/McLauCONTRA COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS �rjr 901 BATTERY STREET SET SAN N 8 5 91 0 CA. 94111 45.%�1 ___ 01131!; , PRECAST PANEL SCHEDULE AX TYPE HEIGHT WIDTH END COMMENTS i i i U/1 21'-8" 11'-11-1 4" (R)MIT. 45.75B f r s. FIGURES NOTES Kaplan/McLaughlin DATE 24 C WTM COSTA COUNTY DETENTION FACILITY ARCHITECTS PLANNERS �l 901 BATTERY STREET SHEET WF AAST SAN FRANCISCO CA. 94111 4-5_+a ��'���� 415.3985191 .•i i - 2 r FF i. I N 1 ,lktl ADDENDUM 1 8 NOVEMBER 1977 i K a C COSTA COLKrY DETENTION FACUTY_ TRA ARCHITECTS CONITECTS PLANNERS 1O/2� 901 BATTERY STREET SET RECAST PANEL SCHEDULE `1� SAN FRANCISCO CA. 94111 45. 4-1, 1 n�� 0 0 415.398.5191 PRECAST PANEL SCHEDU-E V TYPE HEIGHT WIDTH END COMMENTS V-1 24'-8" 10'-9" STR. V/2 24'-B" 101-91, STR. aIPF HP V/ FIGURES .ti NOTES Kaplan/McLaughlin 'IE �- CONM CMA COUNTY DETENTM FACS." ARCHITECTS PLANNERS 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 45;.A-?- 1415-398-5191 2415.398.5191 "Oox J I I i I 7 j J ' i v I I _ i f i C r9DATECONTRA COSTA COLINN DETEN M FACILM Kaplan/M LamARCHITECTS PLANNERS901 BATTERY STREET 5�SAN FRANCISCO CA. 94111 �5,q'3 00402415.398.5191 PRECAST PANEL SCHED-11-E /X\ TYPE HEIGHT WIDTH END COMMENTS X/1 21'-8" 7'-6" STR. X/2 NOT USED X/3 21'-8" 7'-4" STR. X/4 NOT USED X/5 NOT USED X/6 21'-8" 10'-10" (R)MIT. 45.76A X/7 21'-8" lo,-10" (L)MIT.. 45,76A X/8 21'-8" 7'-6" STR. SEE FIG. X/9 21'-8" 7'-6" STR. OPP. HD. X/.8 X/10 21'-8" 7'-6" STR. SEE FIG. NOT USE _X71 I 1°1'-2',4" 7'- �" ea Fib FIGURES }C X x �j 1 d 11 73 .F. LiO j " L 5'-7' 11p vaIa NOTES -~ ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughlin °41-4-4- fPrRECAST cosTa cc�uNrY oETENnaN FAcruTY ARCHITECTS PLANNERS 901 BATTERY STREET �£T PANEL SCHEDULE SAN FRANCISCO CA. 94111 --�.4 400403 415.39$•5191 °_ 00 �Rif l u A _ f�'I{TEIQ EQUAL 7-HICKNE05 I°ANEL&D X04 -. �•• : _ -_- 10� f°ANEL- - -- . Do _ = - 00 120 rANF—I;. _- - lot Dc �� t MITER 10'' 11! PANELS - -- - Kaplan/McLaughlin °"�a f2� coiviw►C WA COUM DETErvrM FACL" ARCHITECTS PLANNERS ST 901 BATTERY STREET SHEET FRF-(, P �s—— - 4 N 8 51910 CA. 94111 �}-�r,7 Fj �` `A RANEL CPO A M1 TEh & '0' TYtoE• PANEL CaNNEGTION { , 1 1 ADDENDUM 1 8 NOVEMBER 1977 Kaplan/McLaughlin ATE 3 i� OOWRA COSTA COUNTY DETENTioM FAC�ITY ARCHITECTS PLANNERS - -- --- --- -- - - -- 901 BATTERY STREET SWET PRECAST PANEL SCHEDULE SAN FRANCISCO CA. 94111 �Cj•7G 415.398.5191 j i - i -� - rKOFILE TO MATCH INTEfQFvhM 1574" OR erpWN Tyra 15, feley jjjj���J� 00 o . o0 . o -- A -rFF-CAST (211313 QETAILro15 ----- - ---_ - CWH � _ _: v . D . A�°pL) 'j; D• 1/120 _ __ -- > - --- - - o . Q ADDENDUM 1 8 NOVEMBER 1977 Kaplan/AlcLaughlin "10/2 , rRECAST CMA COLUff DETENTM FACIL" ` ARCHITECTS PLANNERS 901 BATTERY STREET SHED PANEL SCHEDULE 11��4��5 SAN FRANCISCO CA. 94111 ,r 415.398.5191 00 o 5M L w fl O O :�� Oo po.. . 00 . �10- .. Do 0 O '1"7/41 1/4N FAe^"GIA - �,/2„ _ 11_011 O0 . o op log Q ADDENDUM 1 8 NOVEMBER 1977 Kaplan/MCLaughlin °A io/ CONTRA COSTA COLM Y DETENTION FACILITY ARCHITECTS PLANNERS PRECAST PANEL SCHEDULE 901 BATTERY STREET s�CET 4 5N3FR 5 911SC0 CA. 94111 4.5.7 f'!7 �}�y4�►6 A V491 r),& WINDOW Gd EXTEICIOIQ J'ANEL .r �N 1� 'D°:•. . + -- - � . ?.M:• • _ - -- - --_ •000 • '• e• -- _ o ' ' . . -- J yy2u �• _. _ o '�° • .Doc 3yap q�/4M 5' 61 Vio 4 2�-wy2 k3 WINDOW 63 CoUR2T`ff Je' 0 © ADDENDUM 2 20 DECEMBER 1977 • DATE Kaplan/McLaughlin Iv�24, rVj2FLA6-r casrA Counrnr oErEnrnoni Fac�uT�rARCHITECTS PLANNERS 901 BATTERY STREET SWET _ RAOMCS SAN FRANCISCO CA. 94111 ��+�4�`►1 415-398-5191 —! A o _ o ' jo A W 1 MWO 4 & QT' V" IPANELj* I %QI'= 1! O E • f _ I i © ADDENDUM 2 20 DECEMBER i 2v•77 CONTRA COSTA COUNTY DETENTION FACILITYKaplan/McLaughlin ARCHITECTS PLANNERS 901 BATTERY STREET SHED 415x398 51910 CA. 94111 I - IL OV � 0 ©a - - 0 -- __ = I IAZII= 1►-o N ADDENDUM 2 20 DECEMBER 1977 C DATE CONTRA COSTA COUNTY DETENTION FACH_1TY Kaplan/M Laughlin le . 20 ARCHITECTS PLANNERS 901 BATTERY STREET SET �f Q�T rANrzL� SAN FRANCISCO CA. 94111 t5.J>2 _ -_ A 454 r fy9! WCL AW.-AMO o `— Crig- I. , o 00 j °o° o ° -7 %" 5a �YZ,� 7%� 11± --- -A WINOPW 4 rANCL - J%21' A IIS s OQ O oa , e � 1a+, 7VZ' 16" 71 3 - k3 WINtX1W (3 "&" ,' ' H" foANE O -- ----- 1.IV = 1L-all ® ADDENDUM 2 20. DECEMBER 1977 Kaplan/McLaughlin °i 2.20�-,� conlrRA cosrA couvnr oETEnrnortic�.mr ARCHITECTS PLANNERS 901 BATTERY STREET SHEET !°feEG4T_.--PANF-L5- . SAN FRANCISCO CA. 94111 4rp-?�3 415.398.5191 • a (90- MRAlla 94/41 X _1 c avo X 1/4a 0 - -- - PPLI. OCALZ - N ® ADDENDUM 2 20 DECEMBER 1977 K,aplaWM�Laughlin 112-10- 111 � COSTA COUNTY DETENTION Fi4iCILfTY . ARCHITECTS PLANNERS 901 BATTERY STREET SHEET SAN FRANCISCO CA. 94111 45. foo 415.398.5191 ;�; . . 00. • • ..�\do . 0 . O o 1i . . o Q .• o a " 0 • � • o . p.. . • 0 • -- -A- WIN W 65r=CTIo;-4 e ML;LL fON ADDENDUM 2 20 DECEMBER 1977 Kaplan/McLaughHn-- 12.20. :CONTRA Coss COUNTY DETENTM FACILITY ARCHITECTS PLANNERS • 901 BATTERY STREET SHED SAN FRANCISCO CA. 94111 4V Vs_- n��a1 2 415.398.5191 • In the Board of Supervisors of Contra Costa County, State of California +N 3 1978 , 19 _ In the Matter of Agreement with Boeing Computer Services , Incorporated On the recommendation of the County Auditor-Controller, IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute an agreement with Boeing Computer Services , Inc . , which company will code and test the Martinez Data Processing Center data input and processing programs , which are part of the County' s Law and Justice System, at a cost of $36 ,000 for the period January 3 , 1978 through April 28 , 1978 . Passed by the Board JAN 31978 1 hereby certify that the foregoing is a tnm and correct copy of an order catered on the minutes of said Board of Supervisors on the dab aforesaid. Witness my hand and the Sed of the Board of Orig . Dept . - Auditor-ControllerpN� cc : Contractor, c/o Data Proc . J�J 3 1978 fq Auditor , c/o Data Proc . affixed this — Law & Justice , c/o Data Proc . /, �, q, pISSON, Clerk Data Processing �� ClerkAdministrator , c/o Mfr Data Proc . H- 24 i/i( 15m ���� AGREEMENT 1 . Special Conditions . _These Special Conditions are incorporated below be reference. (a) Public Agency: CONTRA COSTA COUNTY (b) Consultant' s Name and Address : Boeing Computer Services , Inc. 100 Pine St. , Suite 2125 San Francisco, CA 94111 - (c) Effective Date: January 3, 1978 through April 28, 1978. (d) Project Name , Number & Location: Municipal Courts Criminal Calendaring System--Martinez Data Processing Center Data Input and Processing . (e) Payment Limit: $36,000.00. 2. Signatures . These signatures attest the parties ' agreement hereto: CONSULTANT BOEING COMPUTER SERVICES, INC. By IZ 57c .. Designate official capacity in business R. S. Orr, Contracts Representative State of Getxha ss GcfiAAftxJaWmxCounty) ACKNOWLEDGEMENT King The person signing above for Consultant, known to me in those individual and business capacities , personally appeared before me today and acknowledged that he signed it and that -the corpor- ation or partnership named above executed the within instrument pursuant to its by-laws or a resolution of its Board of Directors. Date :— 12/22/77 (Seal ) Notary Public PUBLIC AGENCY FORM APPROVED Contra 'stay W • Bo99hs John B. Clausen, County Counsel By, ✓ � MICHAEL' D. FfjiiR Y• ha 'rman , Board of Sup ;, ors Microfilmed with board order 3. Parties . Effective on the above date, the above named Pub is Agency and Consultant mutually agree and promise as follows : 4. Employment. Public Agency hereby employs Consultant, and Consultant accepts such employment, to perform the profes- sional services described herein , upon the terms and in consideration of the payments stated herein. 5. Scope of Services . Scope of service shall be as described in Appendix A attached hereto. - 6. Insurance. The Consultant shall , at no expense to Public Agency, furnish certificates or other evidence acceptable to Public Agency of (a) public liability insurance of at least $250,000 for all damages arising out of bodily injur- ies or death to any one person and at least $500,000 for two or more persons in one accident or occurence ; and (b) property damage liability insurance providing for a limit of -not less than $50,000. Thirty days ' notice of policy lapse or cancellation is required. 7. Payment. Public Agency shall pay Consultant for professional services performed at the rates shown in Appendix B attached hereto , which include all overhead and incidental expenses , for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the payment limit specified in Sec. 1 (e) without prior written approval of Contra Costa County. Consultant' s statement of charges shall be submitted at convenient intervals . Payment will be made within thirty (30) days after receipt of each statement, net cash , without discount. S. Termination . At its option , Public Agency may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such termi- nation , Consultant agrees to turn over to Public Agency every- thing pertaining to the work possessed by him or under his control at that time , and will be paid, without duplication , all amounts due or thereafter becoming due on account of services rendered to the date of termination. Consultant may also terminate this agreement at any time by written notice to Public Agency. 9. Status . The Consultant is an independent contractor, and is not to be considered an employee of Public Agency. 10. Indemnification . The Consultant shall defend , save , indemnify, and hold 'harmless Public Agency and its officers and employees f"rom any and all liability for any inJury or damages arising from or connected with the services provided hereunder. 11 . This agreement shall not preclude Consultant from developing , using or marketing programs , systems , data or materials similar to those originated for Public Agency hereunder. 0041-5 OTHER TERMS ANO CONDITIONS 12. The performance of services by Consultant shall conform to requirements of the Scope of Effort. Consultant makes- no warranties , expressed or implied , as to the services pro- vided by this agreement and shall not be liable for direct, incidental or consequential damages resulting from its per- formance or the data provided. 13. Consultant shall not be liable for nor deemed to be in default on any account of any failures to perform services if due to any cause or condition beyond Consultant' s reasonable control . 14. Proprietary information disclosed by either party to the other for the purposes of this agreement which is clearly so identi- fied in writing as proprietary , shall be protected by the recipient in the same manner and to the same degree that the recipient protects its own proprietary information . Such information will be disclosed only to those employees of the recipient requiring access thereto in order to perform this agreement. Public Agency will hold harmless and indemnify Consultant from liability to third parties arising from wrongful disclosure by Public Agency to Consultant of infor- mation which has been received in confidence from a third party. Consultant will hold harmless and indemnify Public Agency from liability to third parties arising from wrongful' disclosure by Consultant to Public Agency of information which has been received in confidence from a third party. 15. This agreement , including Appendix A and Appendix B , consti- tutes the entire understanding between Public Agency and Consultant , and no commitments by either party, implied or otherwise , shall be binding on the parties hereto unless expressly set forth herein . 16. This agreement shall be governed by the laws of the State of California . 17. County will provide adequate office space, facilities , tele- phone service , secretarial support and keypunch and computer time as required by assigned Consultant personnel . 18. Consultant will submit to the Public Agency time and progress reports periodically or on demand as required by the Public Agency. 19 . Contractor will supply unit test data. County will supply system test data . APPENDIX A To Agreement dated January 3 , 1978 between Contra Costa County and Boeing Computer Services , Inc. SCOPE Under direction of County Data Processing personnel , Consultant will code and test the programs listed below which make up the Martinez Data Processing Center input and processing portion of the Municipal Courts Criminal Calendaring System. NDA PROCESS-COMMON-CTL NFA PROCESS-EAK-EFA HFG PROCESS-EAK-EFG NGA PROCESS-TRANS-EGA NGB . PROCESS-CASE-COUNT-EGB IIGC PROCESS-DEF-ID-EGC NGD PROCESS-AKA-EGO NGE PROCESS-ID-NOS-EGE NGF PROCESS-DEFENDANT-ADDRESS-EFG NGG PROCESS-DEFENDANT-CHARACTERISTICS NGH PROCESS-DEFENDANT-CUSTODIAL-EGN NGI PROCESS-DEFENDANT-ARREST-REPORT-EGI NGJ PROCESS-APPEARANCE-DATE NGK PROCESS-COUNTS-EGR NGP PROCESS-DOCKET-NOTE-EGP NGQ PROCESS-COURT-REFERRALS-EGQ NGR PROCESS-NON-CONVICTION-EGR NGS PROCESS-DISPOSITION-EGS NGT PROCESS-SENTENCE-HT _ NGU PROCESS-DIVERSION-EGU NGW PROCESS-CRIMINAL-REPORT NGV PROCESS-JUDICIAL-COUNCIL-STATS-EGV NGY PROCESS-STRAIGHT-SENTENCE-EGY NHA PROCESS-CURRENT-PLAN-EHA NHB PROCESS-MA�IAGEIIEPIT-NOTE-EHK NHC PROCESS-AVAILABILITY-ENC NHO PROCESS-INTERIUM-END NHF PROCESS-STAY-CALENDAR HHG PROCESS-PROBATION-REV-EHG NHH PROCESS-WARRANT-EHH NHI PROCESS-STAY-CALENDAR-EHI NHJ PROCESS-ATTORNEY-EHJ NHK PROCESS-BOND-DISP-EHK NHL PROCESS-GEN-CAL-EHL NHM PROCESS-HOLIDAY-EGM PDA REPORT-JCL-CASE—FILING5 PDC REPORT-JCC-CASE-VERIFICATION PDO REPORT-JCO-COMPLAINTS-FILED APPENDIX 8 To Agreement dated January 3 , 1978 Between Contra Costa County and Boeing Computer Services , Inc . RATES Consultant will make employees available to perform the services set forth in Appendix A to this agreement at the following hourly rates : Classification Hourly Rate Senior Analyst 534 .00/hr. Senior Systems Analyst 531. 00/hr. 0041_'7 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of the Hearing ) on Appeal of Mr. Roy Amador from ) action of the Board of Appeals ) January 3,'=1978 on Application for Land Use Permit ) 2061-77, Oakley Area. ) The Board on December 27, 1977 having continued to this date the hearing on the appeal of Mr. Roy Amador from the-'Board of - Appeals denial of Land Use Permit Application No. 2061-77 'to establish a mobile home for a member of the family in the Oakley area; and Mr. James Blake, Environmental Health Services Division of the County Health Department, in response to Board questioning, having stated that no sewage permits have been issued in this area for several years inasmuch as the land is unsuitable for septic tanks, that Mr. Amador was permitted to install a new tank to replace the old one but that the system is not adequate to handle two living units, and that a request to enlarge the existing structure would probably not be approved; and Mr. Jack Port, Deputy Public Works Director, Environmental Control, having advised that at the present time there was no provision for this area to be included in the new Bethel Island wastewater treatment facilities; and Supervisor E. H. Hasseltine having stated that in his opinion two additional people would not present a burden on the existing sewage system and that he would be willing to make an exception in this case; and Supervisor R. I. Schroder having stated that in view of the findings of the Health Department, Planning Commission and staff, he would recommend that the appeal of Mr. Amador be denied; and The Board members having discussed the matter, IT IS ORDERED that the recommendation of Supervisor Schroder is APPROVED. PASSED on January 3, 1978 by the following vote: AYES: Supervisors N. C. Fanden, R. I. Schroder, W. N. Boggess NOES: Supervisors J. P. Kenny, E. H. Hasseltine ABSTAIN: None 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 3rd day of January , 1978 . J. R. OLSSON, Clerk By VERA NELSON.-, eputY Clerk cc: Mr. R. Amador Mr. A. Amador oil) Director of Planning In the Board of Supervisors of Contra Costa County, State of California J AN 3 1978 , 19 In the Matter of Contract Amendment Agreement #28-502-2 with Milton S. Fujii to Increase and Extend the Provision of CETA Consul- tation and Technical Assistance Services. IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract Amendment Agreement #28-502-2 with Milton S. Fujii (self-employed consultant) to increase the over-all average number of hours and to extend the provision of consultation and technical assistance services from January 1, 1978, through January 31, 1978, for the County's CETA Title I, II, and VI Programs, increasing the contract payment limit by an additional $4,785 for a new total contract payment limit of $16,995, and under terms and conditions as more particularly set forth in said Contract Amendment Agreement. PASSED BY THE BOARD on 1978. I hereby certify that the foregoinip is a true and correct copy of an order w%hu on the minutes of said Board of Supervisors on the dots aforesaid. Orig: Human Resources Agency Witness my hand and the Sed of the Board of Attn: Contracts 6 Grants Unit SupervisorsJAN 19I cc: County Administrator day County Auditor/Controllers this �- 19 County Manpower Project Director J. R. OLSSON, Clerk Contractor �_� Deputy Clerk RJP:sh H-24 3/76 15m ` CONTRACT AMENDMENT AGREEMENT (Contra Costa County Human Resources Agency) Number 28 - 502 - 2 1. identification of Contract to be Amended. Number: 28-502 Department: HRA Manpower Project Subject: Administrative consultation and technical assistance for the County's CETA Title I Manpower and Title II/VI PSE Programs Effective-Date of Contract: April 18, 1977 Effective Date of Contract Extension #28-502-1: November 1, 1977 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: MILTON S. FUJII Capacity: Self-employed individual (Consultant) Address: 2695-A Baldwin Lane, Walnut Creek, California 94596 3. Amendment Date. The effective date of this Contract Amendment Agreement is January 1, 1978 u. Amendment Specifications. The Contract identified above is hereby amended as set forth in the "Amendment Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Contract Amendment Agreement is entered into under and subject to the following legal authorities: Titles I, II, and VI of the Comprehensive Employment and Training Act of 1973 (CET_A), as amended; 29 LSCA Section 801ff; 29 CFR Subtitle A, Parts 94, 95, 96, 98, and 99; California Government Code Sections 31000 and 53703. 6. Signatures. These signatures attest the parties' agreement hereto. AB N OF /COSTA, RNIA CONTRACTOR By Chairman, Board of Supe visors Designate o_ i iE al capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) By County of Contra Costa ) Deputy ACKNOWLEDGMENT (CC 1190.1) The person signing above for Contractor Recommended by Human Resources Agency known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By =- c IICzf iLr t"t-k they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws PIRA Contracts Administrator or a resolution of its board of directors. Form Approved: Dated: Qc..,QtG'L v2.O - 1977 By 1"M A P signee ° Deputy unty Clerk ROBERT J. PROCTOR Mi�afi m. sd with board order DEPUTY COU(`�i't CLERK Conga C:,.ta County, California AMENDMENT SPECIFICATIONS 28 — ��j Number " O 2 - 2 In consideration of Contractor's agreement to provide additional hours of professional services above the approximate, overall average of 30 hours per week during the term of this Contract, as set forth below, and to continue to provide services hereunder for an additional one-month period from January 1, 1978, through January 31,1978, County agrees to increase the amount payable to Contractor under the Contract Payment Limit by an additional $4,785. County and Contractor agree, therefore, to amend the Contract identified herein, as specified below, while all other parts of said Contract remain unchanged and in full force and effect: 1. Extension of Term. The term of said Contract is hereby further extended from January 1, 19784 through January 31, 1978, unless sooner terminated as provided in said Contract. 2. Payment Limit Increase. The total amount payable to Contractor, as specified in Paragraph 4. (Payment Limit) of said Contract, is hereby further increased from $12,210 to a new total of $16,995. 3. Increase in Service Hours. The approximate, overall average number of hours of services to be provided by Contractor each week, as specified in Paragraph 1. (Service Specifications) , page 1, of the Service Plan, is hereby increased from an approximate, overall average of 30 hours per week to "an Average of 37.3 hours per week during the term of this Contract (ranging from 0 hours per week to 40 hours per week) ," while all other parts of said Paragraph remain unchanged and in full force and effect. Initials: zV V/ Contractor C6,6nty Dept. 00421 • . • In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 78 In the Matter of Agreement with Bryan Grunwald Associates for Consulting Services. IT IS BY '111E BOARD ORDERED that. the Phairman is ALMiORIZED to execute an agreement with Bryan Grunwald Associates of Oakland, to become effective January 4, 1978, in connection with the preparation of the Environmental Impact Report for "Village Oaks" Subdivision and commercial area: 216S-RZ/Sub. S168, 2164-R?/3058-77, 2176-RZ, rbrello Road at Arnold Drive, r,Iartinez, at a cost not to exceed $S,900.00 under the terms and conditions as set forth in said agreement. PASSED by the Board on January 3, 1978. 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 Orig. : Planning Department Supervisors JAN 3 1978 cc: Bryan Grunwald :associates affixed this day of 19 _ c/o Planning Department Director of Planning —, J. R. OLSSON, Clerk County Auditor-Controller County Administrator By Deputy Clerk H - 2.1 3/76 15m CONSULTING SERVICESAGREEML•NT 1. Special Conditions. These special conditions are incorporated below by reference: (a) Consultant's Name and Address: Bryan Grunwald Associates, 6440 Hilleqass Ave. , Oakland, CA 94613 (b) Effective Date: 'Jt+i� 1378 (c) Project Name, Number and Location: Environmental Impact Report for "Village Oaks" Subdivision & commercial area: 2165-RZ/Sub. 5168; 2164-RZ/3058-77; 2176-RZ Morello Road at Arnold Drive, Martinez. (d) Payment Limit: Five Thousand Nine Hundred Dollars ($5,900) 2. Si ,natures. se signatures attest the parties' agreement hereto: C NT NTRA STA CONSULTANT ,h f y. Chairman. Board of I) s" nate Jcialcapacity in bu ness Supervisors ATTEST: J. R. OLSSON, (CORPORATE SEAL) COUnty Clerk and ex-officio Clerk of the-hoard State of California ) ss Contra Costa County ) ACKNOWLEDGEMENT Il The pvrson(s) signing above for Consultant, known 41putd.�y r to me in those individual and business capacities, �! personally appeared before me today and acknow- Recor�'nended b�: ledged that he/they signed it and that the corporation or partnership named above executed it. �X A ithonv /1. Dehaesus Date: 1,) Aul Di ector�pf Planning r Forrn approved: Notary Public John B. Clausen County Counsel e YIVCSTA�' 'SE�ct:l~�-:uu>f,ru� 'YNIA, 1.1(2H ITF?MAN z By —f— ,, NOTIRY PU.LIC - CALIFOR111A = LOUNTY OF AL,WroA eputy kb c ..•. A«.,, 1976 J:121. �t t7�uu�1 3. Parties. Effective on the above date, Contra Costa County and the above-named Consul-tant mutually agree and promise as follows: 4. Employment. County hereby employs Consultant, and Consultant accepts such employment to perforin the professional services described herein, upon the terms and in consideration of the payments stated herein. 5. Scope of Service. Scope of Service shall be as described in Appendix A attached hereto and incorporated herein by this reference. 6. Insurance. The Consultant shall, at no expense to the County, furnish certificates or other evi once acceptable to the County of (a) public liability insurance of at least $500,000.00 for all damages arising out of bodily injuries or death to any one person and at least $500,000.00 for two or more persons in one accident or occurrence; and (b) property damage liability insurance providing for a limit of not less than $500,000.00. Thirty days' notice to County of policy lapse or cancellation is required. Page f. of 2 AAiaofilmed with board ord" 00423 7. Payment. The County shall pay Consultant for professional services performed as follows: A. For preparation of the Draft Environmental Impact Report a fee not to exceed I(d) above. (i) • The first installment, in an amount to be determined by the Director of Planning of not more than 50:'b nor less than 30% of the fee noted in 7.A. above, shall be paid after receipt by the County of the "Working Draft" report. (ii) The second installment, constituting the remainder of the fee noted in 7.A. above, shall be paid after the Director of Planning receives and finds acceptable the "Final Consultant Draft". B. Ten percent (10%) of all charges billed by the Consultant shall be withheld until final acceptance of the Final Environmental Impact Report by the appropriate hearing body or until authorized by the Director of Planning, whichever comes first. C. The fees specified in Section 7.A. include all overhead and incidental expenses for which no additional compensation shall be allowed. In no event shall the total amount paid to the Consultant exceed the fee limit specified in Section I(d) without prior written approval of the County. 8. Termination. At its option, County may terminate this agreement at any time by written notice to the Consultant, whether or not the Consultant is in default. Upon such tcr►nination Consultant agrees to deliver to the County everything pertaining to the work in the possession of Consultant or under its control at that time, and will be paid, except as provided below, without duplication, all amounts due or thereafter becoming due for services rendered to the date of termination. If the Consultant is in default at the time of termination, County may complete, the work (scope of service) and deduct the reasonable expenses thereof from the fee and from any funds otherwise due and payable to the Consultant. 9. Status. The Consultant is an independent contractor and is not to be considered an employee of the County. 10. Exclusive Services. Consultant agrees to restrict its fir►n and its subcontractors from any employment, other than for the County, in any way pertaining to the subject of this employment or to the proposed project which this report will review, for a period of two years after the effective date of this agreement without first obtaining the prior written . consent of the Director of Planning for such employment. Consultant further agrees to insert this condition into all contracts or work agreements with is subcontractors. 11. Status of Product. It is understood that the Final Consultant Draft accepted by the County will a utilized as background or source material by the Planning Department for its exclusive use, all or in part, as it sees fit. The Consultant agrees not to release, disclose or otherwise make available copies of its written documents, their contents, any views or opinions contained therein, or any other written or oral material, data, views, opinions or other information in any way arising out of or connected with the subject of this employment to other than the Planning Department without first obtaining the prior written consent of the Director of Planning for such disclosure. Attachments: Appendix A Page 2 of 2 J 00424 ;. - . I _ . . AI'I'I:NI11X "A" Consultant shall prepare a Draft Environmental Impart Report in aracordance with the 4 California EnvironrnClItal duality Act and County guidelines for the project specified in . . I(c) o; this agreement. The report shall be prepared in tile_ format specified by the County. It shall .be single . spaced and suitable for duplication by office ropier methods. The Consultant shall prepare the report in a "working; draft" forin initially and subrnit three (3) copies for Planning; Department review. The "working; draft" shall be submitted by • Consultant to the planning; 1)epartrnent no later than fret%•-five •(,IS) calendar days enter the (late Consultant is authorized by the Planning; nepartmeint to proceed with preparation of the report, unless approval of extension of such deadline is given by the Director of Planning;. After Planning; Department reviews arid comments on the draft, the Consultant . shall revise the working; draft report in accordance with such comments and submit one copy suitable for duplication and distribution of the "final Consultant draft" for review and arceptancc by the Planning, I)cpartrnent. The "final Consultant draft" shall be submitted by Consultant to the Planning; I)Ppartrnent no later than ten (10) calendar days after the return' of the edited working, draft to Consultant by the Planning; I)cpartrnent unless approval of the extension of such deadline is given by the 1)ire_ctor of Planning;. In no event shall the time for completion of the process described in this paragraph extend beyond . Dec. il, 1978 without written approval of the Director of Planning;. Consultant shall as part of the r0ntract uaI obligation assist County in the preparation of responses to continents on the draft f2-1R for the purpose of producing; a "Final 12-11" for the In eject. )1:•cistance of Comity staff required by the Corralltant in the gathering of data to complete chis repdrt shall be limited to the supplying of source documents on County prernises. No f'01111piling; of data will be done by County staff. All other County staff. support effort will be limited to that specifically enumerated below: - . . .. .. , .. . . , . - ... _ 2-2-.2- .. .. ..:.. _... . P. ,,. ... _..<;: ,,.. .. , ... . _ . x . . •...::.: .r : _ ,......-:... :..:.: 2-2-2-2-.:.:,...:. . . .,: .. .. - -.. •-.r ... e-r,:.. e . .. .....,..-.2- 2-;,2-'... `-, - - -. . ....i,. - . .,,.: . :: . ....r . . ; . r2-.2-. ... -..... ... . . - . . ._-,....,.,.: •: . .. . . :. - _: , _, . . _ .: .. . � r + (, . .;:=.,:..._,. .... : <_ :.. •. .1. . . e . __-J. . ... tit,; - .... , . • f.....r.. .... ... ._.__-........r_.. .. - , . ... '. . ., . .. . . I.P.,:. . -� ... _ . .:; . ...: ..... ,:.....:.... :'.i:.�.,' _.., 7. - - - ..- ....n. - - - - - - ..T .....:,..-. r „...:' ::; .. _._..... ........._..i.-. ..,,... .,.,, .._..,.,.....-..2-2-.2-..2-.'..•;�::..;-.^ .';,`r;;.."r..':' „..;_.. . .-�. ...._ . ._ ...,.. + ..... ............ .._..._,..:. mac- - ,.... ..e.. ........r..- ...... .. y�:...... �. .. ._ ... ..._,-. .. r - .. . . ... . .. .. .. ... .. ..... _. .. .. _. .. .. ... .. .. _ ... , ,. ... .. .. ..:.:2-2-..2-2-.. . .. .,. .T. ....... .. .•-.... . 'Y _ ..z .. ..... -7-.r ..-- _. . .. .: . . . ... ., .._r .._, .. .,._ . -.... _ .. .. t-._.......... ...._. - - _ ..... ... . ...t., _ _ ...,:,: .�, 2-2-2-2-..: ,.. .. ....... .< .... .. � .....,�s.......:_. -...-...... '�j',..1�::.eye.:y:+'• .^..1. _ ...... ., _... ... -..:, w.. -2-.-,.2- ,- 3-w. ...:::........_.• •':}�.j' .. - .,. . .. .-. .. .- .. .. .... - .._ -. .. .. ... ......Si - ... ... , .. .... .. : ... ... . .. ... : ....,.... :.j�.'�. g - M: . ,.:..,. .. - u: r ,.. .. . ..., % ....... ..,.r.: 1. - - - . :'.::' % .. ... :.. Z.- - - Z. - .. :,...-.2-2-2-;2--:,:," - ,r... -;-- , .. - , S.. .,�., .2-µ. : _,. - - - .. ::?v w . ., - - y - . . _. . ....... :_ :.... . . . - . . .... .:.. . .,.. .-..-... . . ..:t..,.. .: , . _. : . : . .< .. . . ..: . . ._. - . ' , . . ., ... : .. . . —:, W. I ! V-3 01...,1'.- 7 ,.. V. - -..— .. - . . _.. - -, -.- Bryan Grunwald Associates Urban and Regional Planning 6440 Hillegass Avenue Environmental Design Oakland. CA 94618 Architecture (415) 654-6133 December 23, 1977 rn Mr. Arnold B. Jonas, Chief Environmental Assessment -s Planning Department County Administration Building, North 'Ming P.O. Box 951 Martinez, CA 94553 - , Dear. Mr. Jonas: --� In accordance with your request, we are pleased to submit this proposal for an Environmental Impact Report (EIR) for the Village Oaks Residential Subdivision and Commercial Area located at Morello Road and Arnold Drive in Contra Costa County. This proposal includes a discussion of our understanding of the assignment, proposed scope of services, time schedule, and estimate of cost. OUR UNDERSTA14DING OF THE ASSIGNMENT Contra Costa County Planning Department desires professional environmental impact assessment services for the preparation of an EIR for the aforementioned projects. The report is to be well documented, pro- fessionally written, concise, focused and in conformity with the pro- visions of the California Environmental duality Act of 1970 as amended. It is our understanding that the consultant is to prepare the Draft EIR preceded by an administrative draft for staff review and comment. The consultant is to allow certain time for the finalization of the EIR. It is also ur understanding that the County will re responsible for all reproduction necessary for the distribution of the EIR, attendance at public hearings and provide the consultant with any relevant data on file in County offices. It is further understood that the EIR combines three contiguous proposed projects and consequently discussion of the dissimilar aspects of each section will have to be differentiated in the EIR document by the respective project. Production of the EIR document is to follow County EIR Guidelines. SCOPE OF SERVICES 1.0 Summary--Capsulized discussion of critical impacts and mitigation measures. 2.0 Project Description--Discussion based upon information submitted by the applicant and data on file with the Planning Department. ���a�s : Bryan.Grunwald Associates December 23, 1977 Mr. Arnold B. Jonas Page 2 3.0 Environmental Setting;--Discussion of the natural and cultural setting based on available data supplemented by field inspection for the following topics: 3.1 Community Characteristics 3.2 Public Policy 3.3 Traffic 3.4 Historical/Archeological 3.5 Public Services 3:6 Geology/Soils 3.7 Hydrology/Water Quality 3..8 Climate/Air Quality 3.9 Noise 3.10 Ecology 3.11 Energy 4.0 Environmental Impact and Mitigation--Discussion of impacts and mitiga- tion measures for subjects identified as having potential or definite or potential significant impact as set forth in the Initial Study including: 4.1 Public Policy--Especially concerning providing usable open space, protection of scenic corridors, fair-share housing, relationship to the Martinez General Plan and the Contra Costa General Plan. 4.2 Traffic--Specifically internal vehicular and pedestrian circulation linking the residential area to the commercial center. 4.3 Visual--Primarily related to the site planning issues of preservation of the on site amenities including trees, drainage swalers, topographic form; architectural form; and scenic views from Highway 4. 4.4 noise--Related to the impact of noise generated from Highway 4. 5.0 Alternatives--Discussion of such alternatives as no project; high density cluster development; mixed low, medium and high density resi- dential uses; alternatives to the site planning of the commercial center. 6.0 Impact Overview--Categorical subjects mandated by CEQA. 7.0 Bibliography 8.0 Persons Consulted 9.0 EIR Authors _ 10.0 Responce to Comments--Two person days allocated. 00427 r : Bryan, Grunwald Associates December 23, 1977 Mr. Arnold B. Jonas Page 3 In order to perform the above scope of services it is necessary the the consultant be furnised certain information from the County or Applicant including a dimensionally stable base map of the project area indicating topography; preliminary soil reports; and all preliminary engineering drawings especially grading plans and cut and fill estimates as well as architectural plans for the residential projects or listing of similar built projects. TIME SCHEDULE Draft EIR for Administrative Review--45 days from receipt of contract. Draft ETR for Distribution--10 days after receipt of comments. COMPENSATION Lump sum amount of $5900. Additional professional services to be billed at $25 per hour. If you agree to the terms of this proposal, please so indicate by signing one copy' of this letter and return it to our office. Sincerely, Bryan E. Grunwald, AIA, AIP Principal BG:jf Chairman, Board of Supervisors or authorized representative 00428 • - • In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 78 In the Matter of Approval of Contract #22-081-1 Pittsburg Ambulance Company IT IS BY THE BOARD ORDERED that its Chairman is AUTHORIZED to execute Contract #22-0814with Pittsburg Ambulance Company for ambulance services at rates specified by Board order November 29, 1977 effective November 1, 1977 and to remain in effect until terminated as provided in subject contract, such services to be provided in the applicable "County Response Area." PASSED BY THE BOARD on January 3, 1978. I hereby certify that the foregoing is a true and correct copy of an order enleis on the minutes of said Board of Supervisors an the date aforesaid. Orig: Human Resources Agency Witness my hand and the Sed of the Board of Attn: Contracts & Grants Unit Supervisors cc: County Administrator � *a72rd cloy of.Tnn„flry , 19_2a County Auditor/Control er Health Department Contractor J. R. OLSSON, C{erh Deputy Clerk cine M. Neuf d ER:sh H-24 4/77 15m C ntra..Costa County I Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 22 - 08 . Department: Health Department Subject: . Ambulance Service 2. Parties. The County of Contra Costa California (County), for its Department named above, and the following named Contractor mutually agree and promise as follows: Contractor: PITTSBURG AMBULANCE COMPANY Capacity: Sole proprietorship (Owner: Ariston L. Loyola, M.D.) Address: 606 Ward Street, Martinez, California 94553 3. Term. The effective date of this Contract is November 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $NOT APPLICABLE. 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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: Not Applicable 9. Legal Authority. This Contract is entered into under and subject to the following legal authorities: Health b Safety Code Section 1443; Government Codes 26227 and 31000. 10. Aignatures. These signatures attest the parties' agreement hereto: COUN idF RA COSTA C IA CONTRACTOR ByW. N. By Chairman, Board of Supervisors (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) By County of Contra Costa )if ss. Deputy ACKNOWLEDGENTNT (CC 1190.1) The person signing above for Contractor Recommended by Departmen known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By r; they signed it and that the corporation f Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: BY ,FORM APPROtmn Deputy Notar ;- OFFICIAL SEAL � - j [)t1430 .yam. .: I':Jir:�<( •` J .. - Cry:�h7��l li'�, (A-467.7 REV 6/76) Microfilmed with C 'd3Y y board order � �' o .�� � :s <<r � io iszi � CunCr� Cu_,_a Cu;in�, Standard Turn _PAYME2T PP.00ISIONS (Fei. r:asis Contracts) 22 Number - 081 - 1 1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the following Payment Provisions, County -ill pay Contractor the following fee: [Check one alternative only.] [ ] a. $ monthly, or [ ] b. $ per unit, as defined in the Service Plan, or [ ] c. $ after completion of all obligations and conditions herein and as full compensation for all services, work, and expenses provided or incurred by Contractor hereunder. [R] d. Fees for services in the Schedule of Rates for transportation services prescribed by Board Order, November 29, 1977, and as specified in Paragraph 5. , Fees for Services, of the Service Plan. County will reimburse Contractor for those services specified in Paragraph 4. of the Service Plan, Reimbursement for Services. 2. Payment Demands. Contractor shall submit written demands monthly or as specified in 1. (Payment Amounts) above, for payment in accordance with Paragraph 1. (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 payments as specified in Paragraph 1. (Payment Amounts) above. 3. 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. 4. Audit Exceptions. 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. :, :1; 00431 SERVICE PLAN (dumber 22 "() 8 1 — 1 Contractor shall provide ambulance services on a 24-hour basis for County according to the requirements set forth in County Ordinance No. 70-77, including all regulations promulgated thereunder. which are incorporated herein by this reference, and shall provide such service as requested and/or approved by County in the applicable County-specified response area delineated in the current copy of the map "EziergEmcy Response Areas of Contra Costa County" dated January 1, 1975 and on file in the office of the Sheriff-Coroner and Clerk of the Board, or as otherwise requested and/or approved by County. Contractor shall provide ambulance services subject to the following specifications: 1. State Regulations. Contractor shall: a. Comply with all applicable State regulations including, but not limited to: California Administrative Code 990 et seq. (effective 10/1/77), and California Vehicle Code 82500 et seq., and 521714 (c) . �. Be subject to "Prepaid Health Plan Subcontract Requirements," attached hereto and incorporated herein by this reference, and any future revisions or amendments thereto, as required by County Prepaid Health Plan contract with the State Department of Health. 2. Equipment. a. Standards. Ambulances will be equipped as specified by the County Ambulance Permit Officer with the American College of Surgeons' list as a minimum standard of criteria and subject to State regulations as specified above. b. Radio Equipment. Ambulances will be equipped with County-owned and maintained radio equipment. Installation, repair, and monthly maintenance will be provided by County. Purchase costs of equipment will be a County responsibility; all other costs for County-provided installation, repair, and monthly maintenance will be billed to Contractor. c. Loan of Equipment. (1) The County may loan or exchange with the Contractor, for use during transportation of patients from County medical facilities to other locations, equipment which is determined to be medically necessary during such transportation. This determination shall be made by the patient's treating physician or, if unavail- able, by any other qualified County medical personnel. The County reserves the right for its County Medical Director or his designee to deny requests to borrow any equipment when he determines that such equipment is or may be needed at any County medical facility. (2) Form. Upon borrowing or exchanging equipment, the Contractor shall complete a form provided by the County, which shall include the Contractor's name, date, equipment description, destination, expected return date, and be signed by the Contractor or its employee. (3) Return. Contractor shall return equipment as soon as is practi- cable after transportation of the patient is completed. If a specific time is set for the return of the equipment, it shall be returned by that time. (4) Possession. Contractor shall not allow loaned or exchanged equipment out of its possession. (5) Repair or Replacement. Contractor shall pay the County for all repair or replacement costs resulting from its use of loaned equipment, whether or not resulting from Contractor' s negligence. However, Contractor shall not be responsible for equipment damaged during transportation at the County's request and which equipment is unsuited for such transportation. 3. Communications. a. Telephone Service. Contractor shall have a fixed base of operations with telephone service available 24 hours a day where County may call. Initials: c Contractor County Dept. -1- SERVICE PLAN 220 — 0 Numbe b. Saeriff' s Office. Contractor shall maintain County-required radio communications with Sheriff' s' Office Communications Center known as "Comm 7" and/or "Control 911. 4. Reimbursement for Services. a. Definitions. As used in Paragraph b., Reimbursement, below, the following definitions are in effect. (1) Code III - Emergency Ambulance Service with use of red lights and siren. (2) Dry Run - Non-transport of person despite Contractor's availability and response to a request for service. (3) Uncollectable Account - An account which Contractor demonstrates is uncollectable according to the provisions of Paragraph 6., Reimbursement Procedures-- Uncollectable Accounts. b. Reimbursement. Reimbursement shall be made for ambulance or other medical transportation requested and/or approved by County for the following: (1) County Key Plan enrollees; i.e., members of County Prepaid Health Plan and/or Health Maintenance Organization. (2) Twenty percent (20X) Medicare Co-payment for Medicare Key Plan (Prepaid Health Plan) crossover enrollees. (3) Services ordered by State, County, or City law enforcement agencies, payment for which is the responsibility of County. (4) Delivery to County-designated detoxification facilities. (5) Uncollectable accounts arising from transportation of persons to and from County Medical facilities. (6) Any uncollectable account arising from emergency (Code III) transportation of a person to a hospital other than a County facility or County contract facility. (7) Dry-Run Services not reimbursable from another source. 5. Fees for Services. County will pay Contractor the following fees for County-requested and/or authorized services: a. $25.00 per Code III delivery to any hospital emergency facility. b. $18.00 for returning one or more patients frm Martinez to an area from which a delivery has been made in the reverse direction. c. $15.00 for dry run. d. For delivery to County Hospital: (1) $40.80 Base Rate (2) $ 1.65 Mileage (3) $ 5.85 Night Call (4) $ 5.85 Code II (5) $ 5.85 Code III (6) $ 5.85 Oxygen per tank (7) $ 8.07 Second Patient - (8) $ 5.85 Waiting Time (9) $29.07 Neonatal Incubator Initials: Contractor County Dept. -2- 00432 SERVICE PLAN Number 4o 6. Reimbursement Procedures—Uncollectable Accounts. a. The following procedures shall be completed by Contractor before the County reimburses it for uncollectable accounts. Contractor shall : (1) Deliver an invoice to the customer or customer' s representative within 15 days of the date the service was rendered. (2) Send three statements to customer over a period of 90 days. (3) Make demand to County in the manner and fon:i prescribed by County for any account which is uncollected 120 days from the date the first invoice was sent, and for which Contractor does not anticipate reimbursement and has so demonstrated this to County upon making demand to County for payment. b. Paragraph 2. , Payment Demands, of the Payment Provisions, which requires that Contractor make demand for payment to County within 90 days from the end of the month in which service is rendered , is modified to allow Contractor to make demand for Uncollectable Accounts only, after 90 days as specified herein. 7. Contractor shall reimburse County for any account paid by another party after County has made payment. Initials: AL- Contractor County Dept. —3— Contract Number Attachment Plumber PREPAID HEALTH PLAN SUBCONTRACT REQUIREMENTS Pu__u. nt to State Department of Health/Count,: Contract P"76-56983 (County #29-609) effeztive December 30, 1976, I--a.,anan-Duffy Prepaid Health Plan Act, Section 14200 et seq., 6:e-7f-lra and Institutions Code and a waiver granted under Section 222, P.L. 92603, under ethic:: the County provides Prepaid Health Plan (PHP) services, the following subcor-=Tact re;u_rer_ents (Article XI Subcontracts) are incorporated into the contract references: by n u-: --_ above: 1. Contractor shall be subject to and comply with all Federal, State, and local la-.:s z:nd regulations and State contract referenced by number above as applicable ::itis resect to its performance hereunder. 2. Contract referenced by number above is not effective until it has been formally apD owed by the State Department of Health, unless the Department of Health has ac:-row- ledged receipt of the proposed subcontract and has failed to formally approve or disapprove the subcontract within sixty (60) days of receipt. 3. By this subcontract the County delegates responsibility to the Contractor to provide PHP services, but does not terminate County's legal responsibility to the State Dep_rrment of Health to assure that those services are provided to PHP enrollees. Any extension or renegotiation for service provided under terms of this contract is subject to prior approval by Board of Supervisors, State Department of Health, and Department of Corporations. 4. Contractor will use County's Department of Health approved medical record system, and notwithstanding General Conditions paragraph 3. Records, if a part of this contract, will preserve medical records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health., Education and Welfare, or the Comptroller General of the United States has been resolved. _ If Contractor's service is provided on a referral basis only, Contractor will provide adequate documentation of the service provided.each PHP enrollee for entry into the enrollee's medical record maintained by the County. 5. Contractor will maintain the confidentiality of PHP enrollees' medical recorc.s • and enrollment information and prevent unauthorized disclosure. 6. Any PHP enrollee's medical records maintained by Contractor are subject to inspection and medical audit of such records by County, the State Department of Health, and U. S. Department of Health, Education and Welfare, and Contractor must comply with requirements issued as a result of such inspection or audit. 7. Contractor will participate in and cooperate in County's professional review process in relation to services provided to PEP enrollees, and comply with resulting requirements. 8. Contractor will submit utilization reports, in relation to PHP enrollees, as required by County. 9. Contractor will comply with County's PHP grievance procedure and abide by any determination of PHP's grievance committee, if Contractor maintains PHP enrollee medical records for County. 10. Contractor will allow inspection of financial books and records relating to PHP enrollees or PHP services by the County, State Department of Health, State Department of Corporations, the U. S. Department of Health, Education and Welfare, the Comptroller General of the United States, or their duly authorized representatives. 11. In relation to PHP enrollees and notwithstanding General Conditions paragraph 3, Records, if a part of this contract, Contractor will maintain financial records for a minimum of four years from termination of State Department of Health Contract #76-56983 or until any audit or matter under investigation by the County, State Department of Health, U. S. Department of Health, Education and Welfare, or the Comptroller General of the United States has been resolved. ,(A74032 New 3/77) -1- 010434 f'R::PALD P ALTii PLUM SUBCONTRACT REQUI RM' NTS ?_'. Contractor wilt notify the Department of Health and Commissioner of Co rou rations i. event the contract referenced by number ahovoe is amended or terminac_d. Notice :�iLerL� t;iv:-:i U%c:t in Lhe U. S. Registered Mail with first class postage addr•_ssed _ =o1'_oc:s: Alternative Health Systems Department of Corporatiuns Derartrtient of Health 600 South Commonwealth 714 P Street, Suite 1540 Los Angeles, California 90005 Sacramento, California 95814 13. approval of the contract referenced by number above by the State Departmet:r of :?z-:_ch does. not constitute approval of the method and amount of compensation specified in the contract. 14. Contractor will hold harmless both the State and PHP enrollees in the event to County cannot or will not pay for services performed for PHP enrollees pursuant to t::-- contract referenced by number above. 13. If•Contractor enters one or more subcontracts in order to provide any services i=plied or expressed in the contract referenced by number above, all subcontract elements r_:°:-red by State Department of Health Contract #76-56983, article XI, Subcontraccs, as spa.:i=ied in this Attachment, must be included in such subcontract, except that: County i:s:ad or State Department of Health is responsible for approval and notification responsibilities. 16. Contractor shall not make assignment and/or delegation of this subcontract unless County has obtained prior written approval of the other party and State Department o= 'r'ealth. ..:i�• �. ..l'� ,N••r.:l,•.J 1,�.. f•t,"T r.. ..•... ... i..Ly-:�7-.. .�.+.. �,:5�1 .. i.�J.`i�.� q?-Tr S' . :Ie• ;l .... .. .. ...... •::t•~. 1. i] .Ji ..r� 4�a ,... :,I r ,.., ... ..r•f .l• ..i.. .......'•! i{1.!ri� .. ", ..i!� ., :,ti' .., :* .j_: r:'y. •. ._ 4E;i.:-.l ... 'r.?:'.. "� `.i..._:e: .,•ri:,:��1.. .) ..._}.• ...:.1 .'t- 'fiel i.J':.•i�L,• . .1.i).+.:7-• .,/' ... '�Jr J. .. r •.J z,_y �+Li7: 15 .. .. ...:i' .. .. .. � J j7?�Js'_:i A s. _t:... . . . .. .... .l iJ .. .. it ...,:'.-!• : .. .. .._._ ... . _ ..... ... .. .. .... 'i: _ : .. (a-4632 New 3/77) -2- �043� Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 00435 (A-4616 REV 6/76) -1- Contra Costa County Standard Form , GENERAL CONDITIONS (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shay_ not be construed to create the relationship of agent, servant, employee, partnership, joint venture or association. 15. Conflicts of InteT:est. Contractor promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person-will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminator} 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. . : (474616 REV 6/76) -2- 0043", T I Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the its 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 010438 In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 78 In the Matter of Approval of Contract 035071 with Thomas Broome,Attorney, for Staff Training, "Laws and Court Decisions on Confidentiality." The Board having considered the request by the County Probation Officer and recommendation of the County Administrator; IT IS BY THE BOARD ORDERED that the Chairman is AUTHORIZED to execute on behalf of the County, a contract, #35071 , with Thomas Broome, Attorney at Law, for Probation Department Staff Training, "Laws and Decisions on Confidentiality", from January 3, 1978, to February 17, 1978, at a cost not to exceed $324.00, County Funds. PASSED by the Board on January 3, 1978. 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. cc: Probation Department Witrwss my hand and the Seal of the Board of Contractor Supervisors c/o Probation. Dept, affixed this 3rd day of January 19 ?g County Administrator County Auditor—Controller �� J. R. OLSSON, Clerk By / Deputy Clerk Max ne M. . e f d H • 2a i/76 ISm STANDARD CONTRACT (Purchase of Special Services) 1. Contract Identification. Number 35071 -3000-2310 Department: Probation Subject: Confidentiality and the Law 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: Mr. Thomas Broome, Attorney at Law Capacity: Consultant Address: 145 E. 14th Street; Oakland, CA 94623 3. Term. The effective date of this Contract is January 3, 1978 and it terminates February 17, 1978 unless sooner terminated as provided herein. 4. Termination. This Contract may be terminated by the County, at its sole discretion, - upon five-day advance written notice thereof to the Contractor. 5. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ Je4.uu 6. County's Obliqations. In consideration of Contractor's provision of services as described below, and subject to the payment limit expressed herein, County shall pay Contractor, upon submission of a properly documented demand for payment in the manner and form prescribed by County (Demand Form D-15) and upon approval of such demand by the head of the County Department for which this Contract is made or his designee, according to the following fee schedule: FEE RATE: $ 27.00 per service unit: (X) hour; or ( ) session, as defined below; or ( ) calendar (Insert: day, week or month) NOT TO EXCEED a total of 12 service unit(s). 7. Contractor's Obliqations. Contractor shall provide the following described services: Consultation, specialized instruction, and training in Laws and Court Decisions.on Confidenti- for County-selected persons in the time, place, and manner required by County, including i the provision of any related materials and supplies. 8. Independent Contractor Status. This Contract is by and between two independent s contractors and is not intended to and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association. 9. Indemnification. 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., 10. Legal Authority. This Contract is entered into under and subject to the following legal authorities: California Government Code Sections 26227 and 31000. 11. Signatures. These signatures attest the parties' agreement hereto: j COUNT OF NT OSTA, CALIFORN CONTRACTOR Y G' -C�Cr 4 B Y Chairman, Board of Supervisor Attest: J. R. Olsson, County Clerk AS 0 -C"fL-r signate Official Capacity By 4dL_ /_ - ��/— — Deputy Re nded b Depa ent BY (Form approved by County Counsel) Miaof,lriied with turd order 00440 BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, CALIFORNIA January 3, 197 NOTE TO CLAIMANT Cla_r•. Accirst the Count%., ) The copy o' t1 is dncumcjR r,:ac.i a to you 4A goat ROLti^.g Endorsements, and ) /ic-Lice c6 joie act on takc1, on ;out C.Ili.(m by the Board Actio:i. (Ail Section } fioctd o4 Supetvizcts (Pa,%agtaph 111, betote.) , references are to California ) g.iven puazuant to Goveunrneitt Code Sections 911.1, Government Code.) ) 413, 5 915.4. Pteue izote .the "Wann.ing" be ew. Claimant: Alice R. Trout Attorney: --- Peter G. Loewenstein, Address: ;;;,,; 2 'UN Willow Pass Road, Suite 304A, Concord, CA 94520 Amount: ccs*:.r 3:5•,,000,000 Date Received: 12/2/77 By delivery to Clerk on By mail, postmarked on cannot determine 1. FROM: Clerk of the Board of Supervisors TO: County Cotmsel Attached is a copy of the above-noted Claim or Appli .atlon to File Late Claim. DATED: - 1212/77 J. R. OLSSON, Clerk, By Deputy Ro bie G errez II. FROM: County Counsel TO: Clerk-of the B rd of Supervisors (Check one only) { ) This Claim complies substantially with Sections 910 and 910.2. � - - --- - ( ) This Claim FAILS to comply substantially with Sections 910 and 910..2;�* and we are so notifying claimant. The Board cannot act for 15 days (Section;910.8). ( ) Claim is not timely filed. Board should take no action (Section 91j.2) . ( ) The Board should deny this Application to File a Lata Claim (Section 911.6) . 1 DATED: ] - 5 --7? JOHN B. CLAUSEN, County Counsel, By Deputy III. BOARD ORDER By unanimous vote of Supervisors present (Check one only) . ( (/) This Claim is rejected in full. ( ) This Application to File Late Claim is denied (Section 911.6) . I certify that this is a true and correct copy of the Boardis Order entered in its minutes for this date. DATED: jan j-, t 97 A J. R. OLSSON, Clerk, by ", a Deputy WARNING TO CLAIWON7 (Government Code Sections 911.8 & 913 You have only 6 moi' ,6 jrwm the nuiUng o6 thiA notice to you UMUn Which to 6iZe a coutt action on thin -tejected CZai , (Zee Govt. Cede Sec. 945.6) of 6 monthz 6tom the den at of yours Appti,caton to Fite' i e.a. late Cta im w4dzi.n.cch,i.ch to pr,}.i tion a court Soh, teli e j sYom Section 945.4'.6 cecum-ung deadf i.ne (see Section 0,46.6) . You may Geek -fuhc advice o5 any af.,totney o4 yours choice in connection with .thiZ matter. 14 ifou mart to cenRuGt an attouiey. you Zhoued do Zo .cmmediateZy. IV. FRO:,:: Clerk of the Board TO: G) County Counsel, (2) County Administrator, & (3) Public horks, Business Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or .application by mailing a copy of this document, and a memo thereof has been filed and eneorsed on the Board's copy of this Clain in accordance with Section ?964,Kk DATED: Jan 4, 1978 J. R. OLSSOIN, Clerk, Br i;,C(,4-, / cu Deputy atriC a A Bell V. rROIM: (1) County Counsel, (2) County Adrinistrator, TO: Clerk of the Board (3) Public i•;orks of Supervisors Received copies of this Claim or Application and Board Order. DAA*D: Jan 4. 1978 County Counsel, By County Administrator, By Public i,orks, &y 8.1 Microfilmed with board order ��4�1 Rev. 3/77 0 0 1 MERRILL, THIESSEN & GAGEN F L E D A Professional Corporation 2 Attorneys at Law : 7 177 Front Street, P. O. Box 218 3 Danville, California 94526 J. R. OLSWN Telephone: (415) 837-0585 CLERK BOARD of SUPERVISOn TA CO. ....L' Attorneys for Claimant 5 6 7 g BEFORE THE BOARD OF SUPERVISORS 9 CONTRA COSTA COUNTY 10 1 Claim of PATRICIA PHILMLEE, ) 11 Claimant, ) 12 VS. ) CLAIM FOR PERSONAL INJURIES 13 CONTRA COSTA COUNTY HOSPITAL ) and DOES I through XXV, ) 14 ) 15 TO THE COUNTY HOSPITAL OF THE COUNTY OF CONTRA COSTA: 16 You are hereby notified that PATRICIA PHIT24LEE, whose 17 address is 431 Shore Road, Pittsburg, California 94565, claims 18 damage from the County Hospital, Contra Costa County and employees 19 thereof in an amount to be shown according to proof. 20 Claimant was admitted to the County Hospital on 21 August 14, 1977 for performance of a vaginal hysterectomy. She 22 was discharged from County Hospital on September 17, 1977. 23 Immediately following the vaginal hysterectomy of August 15, the 24 Claimant began running very high temperatures. On September 2, 45 1977, she was returned to the operating room and, under general 26 anesthesia, incision and drainage of an abscess was done through LAW OFFICES MERRILL,THIESSEN i GAGEN A PROFESSIONAL CORPORATION M�crOfilmed with bird OT dw IT2 FRONT STRZET DANVILL£.CA.9 526 TEL.fly OSIS ^ 1. the vaginal cuff and a Foley catheter was placed. in the abscess 2 for drainage. The fever continued. On September 5, 1977, she 3 passed a stool through her vagina. On that same date she was 4 taken to the operating room and under general anesthesia a 5 descending loop colostomy was done. The claimant is very 6 confused as to why the various operative proceedures were 7 performed and particularly why she left the hospital with a 8 colostomy having been performed. 9 Claimant does not fully understand the reasons for the 10 surgery, however, we are in the process of obtaining medical 11 records for evaluation to determine whether a lawsuit will 12 eventually be filed. 13 The names of the public employees causing claimant 14 Patricia Philmlee's injuries under the described circumstances, 15 including doctors, interns, residents, nurses or other hospital 16 personnel including hospital social workers who gathered consent 17 for vaginal hysterectomy, are unknown to claimant at this time. IS The issues in this case appear to be the practice below 19 the standard of care by medical personnel practicing at the 20 Contra Costa County Hospital by performing a vaginal hysterectomy 21 at a time when there may have been evidence of infection within 22 the vaginal area which immediately caused great infection, the �3 development of an abscess and eventually the need to drain the 24 abscess. The second area of inquiry at this time is whether the '5 patient was fully and adequately informed as to the nature of a 26 vaginal hysterectomy, the reasons for such a hysterectomy and the LAW OFFICES MERRILL,THIESSEN i GAGEN A PROFESSIONAL CORPORATION 177 FRONTSTREET OANVI'LE.CA.5417* TIEL.fly.C5.5 T 7/�/�/\7IJ71■ 443 z. 1 I dangerous side effects which can follow. 2 We do not know at this time the medical special damages 3 but they are in the process of being determined. Claimant is 4 still undergoing continued treatment by private physicians and we 5 do not know at this time whether or not the natural operation 6 of the colon can be returned and whether she will be required 7 to use a bag for elimination of waste products for the rest of 8 her life. 9 All notices or other communications with regard to 10 this claim should be sent to claimant at 177 Front Street, 11 P. O. Box 218, Danville, California. 12 Dated: November 30, 1977 13 MERRILL, THIESSEN & GAGEN A Professional Corporation 14 15 By 16William// agen, Jr. On beh�lf•of Claimant 17 Patricia Philmlee 18 19 20 21 22 23 24 25 26 LAW OFFICES MERRILL.THIESSEN i GAGEN A PROFESSIONAL CORPORATION ■ 4 177 FRONT SIRFET "+044 OANVILLE.CA.0437 TEL.837 Q54S 3- BOARD ACTION - BOARD OF SUPERVISORS OF CONTRA COSTA COMM, CALIFOWITA Jan. 3, 1978 NOTE TO CLAIMANT Claim Against the County, ) The copy o6 fihia document ;ZZZ-eZ to you i4 yowt Routing Endorsements, and } notice og ate action taken on yoult chain by the Board Action. (All Section ) Bortd o1 SupeAW:Aou Mmaquph 111, below}, references are to. California ) - give►t pwteuant to Goveoment Code Sectioa6 911.1, Government Code.)* ) 913, S 913:4.- Pte"e note-the 'luxutning" betota: " Claimant: Patricia Philmlee, 431 Shore Road, Pittsburg, CA 94565 Attorney: William E. Gagen, Jr. Address: Merrill, Thiessen & Gagen, A Professional Corporation 177 Front. Street, P. 0. Box 218, Danville, CA 94526 Amount: Undetermined Date Received: December 19 1977 By delivery to Clerk on By mail, postmarked on Nov. 30, 1977 I. FROM: Clerk of the Board of Supervisors TO: County Counsel Attached is a copy of the above-noted Claim or Application to File Late Claim. A. It DATED: Dec. 1, 1977 J. R. OLSSON, Clerk, By . Deputy an a e son H. FROM: County Counsel - 70: Clerk Rf the Board of Supervisors /(Check one only) :;• ; (✓ ) This Claim complies substantially- with Sections 910 and 910.2. - COtJ'J:EL IL , ( ) This Claim FAS to compf*;-'ibfii r:'iihtially with Sections 910 and 910.2, and we-are:-- so notifying claimant. The Board cannot act for 1S days (Section 910.8). r ( ) Claim is not timely filed. Board should take no action (Section 911.2) . ( ) The Board should deny this Application to File a LL� lain (Sec 1.6).: } DATED: JOHN B. CLAUSEy, County Counsel, By Deputy_ III. BOARD ORDER By unanimous vote oSupervisors present (Check 'one only) ( ) This Claim is rejected in full. ( ) This Application to rile Late Clain is denied (Section 911.6). I certify that this is a true and correct copy of the Boardh Order entered in its minutes for this date. DATED: Jan. 3. 1978 J. R. OLSSON, Clerk, by Deputy a lcia A bell WARNING TO CIAMANT (Government Code Sections 911.5 G 91 You have onty 6 montu Jum the oi ZaA nazwe to you ' wh ire'A to gte a cowet action on this ujeettd Cta (ate Govt. Code Ste. 945.6) on 6 wnth6 Moat .the dexiat o you& Appt�catLion to Fite a Late Clams uu.d n u*ich to petition a eouU lost Ae�j 6wo Section 945.4's elm-JiUK9 deadlixe (set Section 946.61. You may Geek &Le* advice o f any a#,oAneg o f yours choice in connection 01A matteit. 14 you want tg con6u[t an attoawx, you 4hoatd do so -imediatety. IV. FROM: Clerk of the Board T0: 1County Counsel, County Administrator, 8 (3) Public Works, Business 6 Services Division Attached are copies of the above Claim or Application. We notified the claimant of the Board's action on this Claim or Application by mailing a copy of this document,'and a memo thereof has been filed and endorsed on the Board's copy of this Cfaim in accordance with Section 2970 DATED: Jan- 4. 1978 J. R. OLSSON, Clerk, B Deputy a icia V. FROM: (1) County Counsel, (2) County Administrator, TO: Clerk of the Board (3) Public Works of Supervisors Received copies of this Claim or Application and Board Order. DATED: Jan 4, 1978 County Counsel, By County Administrator, By Public Works, By 8.1 � d45 Rev. 3/77 Microfilmed with board order i 1 1 PETER G. LOEWENSTEIN Attorney at law I L E D 2I 1875 Willow Pass Road Suite 304A 3 Concord, CA 94520 Q E% 2� 19 7 1' Telephone: (415) 676-7151 4 J. R. OL:;:1O7 Attorney for Claima:it'..7 �RIPBOARD o SUPERVISORS 5 Ra 6 7 8 In the matter of the Claim of 9 ALICE R. TROUT, 10 Claimant, CLAIM AGAINST THE COUNTY OF CONTRA COSTA 11 V. 12 COUNTY OF CONTRA COSTA, i3 Respondent, 14 15 16 Pursuant to Code of Civil Procedure 1910.6, the above- 17 named Claimant, acting by and through her attorney, PETER G. 18 LOEWENSTEIN, hereby presents her Claim against the County of 19 I Contra Costa in the sum of $5,000.000.00 and in support of 20 ` said Claim, represents as follows : 21 1. NAME AND ADDRESS OF CLAIMANT - 22 Alice R. Trout 710 Old Kensico Road 23 Thornwood, N.Y. 10594 24 2. ADDRESS:TO WHICH NOTICES ARE TO BE SENT: 25 Peter G. Loewenstein 1875 Willow Pass Road, 26 Suite 304A Concord, CA 94520 Miuofilmed with board order 0044 1 3. DATE AND PLACE OF OCCURRENCE: 2 On September 5 , 1977, Claimant sustained severe and 3 permanent personal injuries when the Austin vehicle she was 4 operating was struck by a Chevrolet vehicle operated by one 5 Eddie Danny Mecca on a blind sharp curve on Marsh Creek Road, 6 approximately 1.3 miles west of Deer Valley Road, Contra 7 Costa County, State of California. Please refer to California 8 Highway Patrol Report No. 9-66 for further details concerning 9 the location where the subject accident occurred. 10 4. CIRCUMSTANCES OF OCCURRENCE: 11 Claimant was severely and permanently injured when the 12 vehicle which she was operating in a generally northly direction 13 on Marsh Creek Road was struck by a vehicle operated by Eddie 14 Danny Mecca, and being driven in a generally southerly direc- 15 tion on Marsh Creek Road. The accident occurred when Mecca's 16 vehicle started into a curve and was unable to stay in the 17 proper lane due to the design and layout of the curve, includ- 18 ing the angle, slope and width of lane at the curve, Mecca' s 19 vehicle crossed the center line and struck claimant's vehicle. 20 5. ACTS OR OMISSIONS ON THE PART OF THE COU14TY OF CONTRA COM"S OFFICERS, SERVANTS OR EHFOM5 CAUSINU_ 21 SAID IITJURY. 22 Claimant was injured by reason of the careless and negligent 23 control, design, construction, maintenance, ownership and super- 24 vision of Marsh Creek Road at and where the subject collision 25 occurred, inasmuch as the angle and slope of the subject curve, 26 width of lanes and -width of shoulders were unsafe for use by i i II the motoring public, thereby creating a dangerous and defective condition of public property to the knowledge of officers , 3I servants and employees of the County of Contra Costa, which 4j proximately caused the injuries and damages suffered by 5 claimant. Subsequent discovery may disclose other grounds of 6J liability. The names of County officers or employees causing 7 � said injuries are unknown at this time. 8 6. A2.10UNT OF DAMAGE OR INJURY CLAIMED: 9 y5 ,000, 000.00 10 7. GENERAL DESCRIPTION AND COZAPUTATION OF DAKkGES : 11 Medical expenses in excess of $50,000 have been incurred to 12 date. i 13 I DATED: November 30, 1977. i 14 15 I . 16 17 PETER G. LOEWENSTEIN - Attorney for Claimant 18 19 20 I 21 22 23 24 25 26 I� / 3 / In the Board of Supervisors of Contra Costa County, State of California January 3 pig 7 8 In the Maftcr of Relief of Shortages in Accounts: County Medical Services Pursuant to the provisions of Resolution Number 2702 dated January 28, 1964, IT IS BY THE BOARD ORDERED that relief of cash shortage in the amount of $7.35 is authorized in the account of the County Medical Services, Food Service Department. PASSED by the Board on January 3, 1978. I hereby certify that the foregoing is o true and correct copy of an ceder @ -Ing d on the minutes of said Board of Supervisors on the daft afor+esoid. Orig: HRA Director Wknm my howl and the Seal of the Board of County Medical Director Supervisors Medical Services Admin. 3rd day of Janlg 78 County Administrator uary — County Auditor-Controllerp R. OLSSON, Clerk District Attorney B�.l h i� C ,(Ci 0 , Oeputy Clerk Patricia A. Bell H 24 8/75 10M 0 1�44`., In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 78 In the Matter of Payment for boss of Personal Property IT IS BY THE BOARD ORDERED that the County Auditor-Controller is AUTHORIZED to make payment of $52.50 to tor. Blair Alien, 1530 Jackson St., Oakland, California 94600, for loss of personal effects while at the County Hospital_ PASSED BY THE BOARD on January 3, 1978. 1 hereby catify that the foregoing hs o true and coned a"of an order entered on the minutes of said Board of Supervisors on the date aforosakL Orifi: Director, HRA Wibeess my hand aced the Sed of the Board of CC: County Medical Director Supervisors Mr. Blair Allen eflixed this 3rd day of January 19 ?8 County Administrator ; R. OLSSON, Clerk County Auditor-Controller B " ' D!'ptJty Clerk H 24 12/74 . 15-M Patricia A. Bell In the Board of Supervisors of Contra Costal County, State of California January 3 19 78 In the Matter of Appointment of Leonardo Rosales, Ralph Davis and George Manning in the class of Plumber/Pipe fitter On the recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that appointment from the eligible list of Leonardo Rosales, Ralph Davis, and George Manning in the class of Plumber/Pipefitter at the third step ($1652) of salary level 460(1498 - 1821), effective January 3, 1978, is AUTHORIZED, as requested by the Public Works Director. Passed by the Board on January 3, 1978. 1 hereby certify that the foregoW9 is a true and correct copy of an order wed an the minuMes of said Board of Supervisors on the dale aforesaid. Orig. Dept. : Civil Service Witness any hand and the Seal of the Board of cc: Auditor-Controller Supervisors Administrator fixed "3rd day of January 19 78 Public Works C, J. R. OLSSON, Clerk s at ' � Clerk ricia A. Bell H-24 3176 15m . 00450 _> In the Board of Supervisors of Contra Costa County, State of California January 3 . 19 78 In the Maher of Appointment of Gerald S. Buck in the class of County Probation Officer On the recommendation of the Civil Service Commission, IT IS BY THE BOARD ORDERED that appointment from the eligible list of Gerald S. Buck in the class of County Probation Officer at the third step ($3068) of Salary Level 663($2, 782 - $3, 382), effective January 23, 1978, is AUTHORIZED as requested by Juvenile Court Judge E. Patricia Herron. Passed by the Board on January 3, 1978. z. 1 hereby certify that the foregoing is a true and correct copy of as order M 1 is on the minutes of said Board of Supervisors on the dale aforesaid. Orig. Dept. : Civil Service Mrs my hand and the Sed of the Board of cc: Judge of Juvenile Court- Auditor-Controller our-Auditor-Controller wpennsorz County Administrator this3rd day of January 19 78 County Probation Dept, J. R. OLSSON, Clerk B , : L Deputy clerk Patricia A. Be 1 H-243i;(>15m 0045.1 In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 �$ In the Matter of Amending the Board Order of November 29, 1977 to make adjustments to CETA Title VI projects. The Board hereby amends its Board Order of November 29, 1977 to make the following adjustments: 1 . Amend project #69 by cancelling l Typist Clerk Trainee-CETA position (District Attorney) ; 2. Add project #84, 1 Typist Clerk Trainee - CETA position (Civil Service) PASSED by the Board on January 3, 1978. I hereby certify flat the foregoing is a true and corned copy of an order verwci on the minutes of said Boord of Supervisors on the date aforesoid. 0 r i g: Civil Service Witness my hand and the seal of the Board of cc: County Administrator Supervisors Att: Gary Brown this day of jAnnArZ 19 �$ Director of Personnel (PSE Offtce Att: Judy Delareuelle Auditor-Controller C_:Ytt 0 J. R. OLSSON, Clerk Att: Gary Gross p*" Clerk Greg Miller Patricia A. Bell County Manpower Office Att: Judy Miller H -24 3/76 15m t l In the Board of Supervisors of Contra Costa County, State of California January 3 19 In the INot!er of Proposed Transfer of Certain Territory to Lafayette School District and Acalanes Union High School District This being the time fixed for hearing on the proposed .transfer of certain inhabited territory (Parson Lane — Shulgin Road area) to Lafayette School District and Acalanes Union High School District from the Mt. Diablo Unified School District; and No one having appeared in favor of the proposed transfer; and Mr. John Hendrickson having appeared for the County Superintendent of Schools and advised that the Board of Education, sitting as the Contra Costa County Committee on School District Organization, had carefully evaluated this matter and determined that the reasons for the proposed transfer are not adequate and therefore recommends that the petition be denied; and A December 28, 1977 letter having been received from Mr. James M. Slezak, Superintendent, Mt. Diablo Unified School District, opposing said transfer and urging that the Board support a study encompassing the boundaries of all school districts in the subject area; and Board members having discussed the matter, and it having been noted that no one appeared to speak in favor of the transfer; Now, therefore, IT IS BY THE BOARD ORDERED that the aforesaid request for transfer of territory is DENIED; IT IS BY THE BOARD FURTHER ORDERED that the County Superintendent of Schools is urged to make a study of the boundaries of all the school districts in the subject area. PASSED by the Board on January 3, 1978. I hereby certify that the foregahM is a true and cornet copy of an onfer eMon the minutes of said doord of Supervisors on the data oforesoid. cc: Mr. Alexander Van Sinderen Witnew my hand and the Seel of the Board of Contra Costa County supero on Superintendent of of fed this 3rd � of__Ipuary _ i9 78 Schools Lafayette School .District Acalanes Union High School J. R. OLSSON, Clorlc District ,J Mt. Diablo Unified School dr`� €_ �� � - D"rAy Clerk District Sandra Z. Nielson County Administrator H-24 4/77 15m 0 0453 C In the Board of Supervisor of Contra Costa County, State of Califomia AS EX OFFICIO THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT January 3 , 19 78 M ti»Manor of _ Authorizing a Warrant for $36,100 to the U. S. Army Corps of Engineers for Flood Control District's Share of Construction Costs for the Walnut Creek Project, Flood Control Zone 3B W.O. 8687-7520 IT IS BY THE BOARD ORDERED, as ex officio the Board of Supervisors of the Contra Costa County Flood Control and Water Conservation District, that the County Auditor-Controller is AUTHORIZED to issue a warrant in the amount of $36,100.00 payable to the Treasurer of the United States for the deposit of the District's outstanding share of 7.4% of the construction funds for the Walnut Creek Project, through March 31, 1978. The warrant should be forwarded to the Public Works Department for transmittal to the Corps of Engineers. PASSED by the Board on January 3, 1978. 1 haroby certify that tha forpoinp is a true and cored copy of co order ontered on tho minutes of said Board of Supervisors on dw dab aforesaid. Originator: Public Works Department Wftm my hand aid the sed of+a Board of Flood Control Planning Supervisors b Design OfRxW *K 3rd day of January 19 78 cc: County Administrator Business b Services Division J. R. OLSSON, Clerk County Auditor-Controller a, 2 �'�� , Do" Gerk N. Pous H-24 3/70 15m C. C In the Board of Supervisors of Contra Costa Coun7F" Stats of California AS EX OFFICIO THE BOARD SUPERVISORS OF THE CONTRA COSTA COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT .lanual:X 3�_ 197 In the Matter of Approving and Authorizing Payment for Property Acquisition Upper San Ramon Creek-Detention Basin, Flood Control Zone 3B, San Ramon Area W.O. 8548-7520 IT IS BY THE BOARD ORDERED that the following settlement, Grant Deed, and Right of Way Contract are APPROVED and the Public Works Director is AUTHORIZED to execute said contract on behalf of the District: Contract Payee and Reference Grantor Date Escrow Number Amount Upper San Ramon San Ramon Valley December 13, First American Title $196,050.00 Creek-Detention Unified School 1977 Guaranty Company, Basin, Tibros District 1300 Civic Drive Basin Site Walnut Creek, CA 94596 Escrow No. 107314 The County Auditor-Controller is AUTHORIZED to draw a warrant in the amount specified to be delivered to the County Principal Real Property Agent. The County Clerk is DIRECTED to accept said Grant Deed from above-named Grantor for Contra Costa County Flood Control and Water Conservation District. PASSED by the Board on January 3, 1978. I hereby certify that the fore9d'wM 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 Originator: Public Works Department, Supervisors Real Property Division affixed this 3rd day of Januar: 1918 cc: County Auditor-Controller Flood Control p J. R. OLSSON, Clerk BDeputy Clerk N. Pous H-24 4/77 15m C � In the Board of Supervisors of Contra Costa County, State of California January 3 . 19 78 In *a Matter of Activities of the National Water Policy Board. The Board of Supervisors having received a letter from Friends of the Earth, concerning the activities of the National Water Policy Board, and having referred said letter to the Public Works Director on December 20, 1977 for report; and The Public Works Director having pointe"' out that the National Water Policy Board should be informed of the significant environmental and economic effect the operation of federal water projects have on the Bay-Delta System and this County; IT IS BY THE BOARD ORDERED that the Chairman be AUTHORIZED to execute a letter to Charles Warren, Chairman of the President's Council on Environmental Quality, indicating this County's desire and willingness to participate in the National Water Policy Board. PASSED by the Board on January 3, 1978 . 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 dote aforesaid. Witness my hand.and the Sed of the Board of ORIGINATOR: Public Works Department Supervisors Environmental Control affixed this 3rd day of January 1978 J cc: Public Works Director / Environmental Control J. R. OLSSON, Clerk County- Counsel By , �, "/-,7 -, , Deputy Clerk County Administrator N. POUS H-24 4/77 15m SUBJECT:. Public works Agenda for January 3, 1978 REPORTS Report A. NATIONAL WATER POLICY BOARD ACTIVITIES The Board of Supervisors, on December 20, 1977, referred a letter from the Friends of the Earth to the Public Works Director -for a report. The letter states, "The National Water Policy Board is in the process of receiving input from areas in .which federal reclamation projects operate, and the recommendations of the Boar will be based largely upon this input."- Although the National Water Policy Board (NWPB) is apparently pri marily interested in receiving input from areas in which. federal reclamation projects are operating, the direct effect of. such rec lamation projects on adjacent areas, such as the Sacramento-San Joaquin Delta and San Francisco Bay, may be of interest to the NWPB. Also, this may be an aspect of federal water planning of which they are not aware. Certainly the reductions in Delta Outflow that are caused by the reclamation projects in San Joaquin Valley for example, do have a direct and significant effect on the Bay- Delta System, both from an ecological and economic Viewpoint. . It is therefore recommrended that the Chairman of the Board of Supervisors be authorized to address a letter to Charles Warren, Chairman of the President's. Council on Environmental Quality, in- dicating Contra Costa County's desire and willingness to partici- pate in the activities in the NWPB and to do so at their 'conven- ience. ' - BOARD OF SUPERVISORS, CONTRA COSTA COUNTY. CALIFORNIA Re: , Pursuant to Section 22507 of ) the CVC, Declaring a Parking Zone ) TRAFFIC RESOLUTION NO . 209 PKG on CASTES ROCK ROAD (4657E) : 3 1978 Walnut Creek Area. Date: JAN (Supv. Dist. III - Walnut Creek The Contra Costa county Board of Supervisors RESOLVES THAT: On the basis of a traffic and engineering survey and recommenda- tions thereon by the County Public Works Department's Traffic Engineering Division, and pursuant to County Ordinance Code Sections 46-2.002 - 46-2 .012 , the following traffic regulation is established (and other action taken as indicated) : Pursuant to Section 22507 of the California Vehicle Code, parking is hereby declared to be prohibited at all times on the east side of Castle Rock Road (#4657E) Walnut Creek beginning at a point 50 feet north of the center line of Pine Creek Road and extending southerly a distance of 135 feet. Adopted by the Board on... JAN 1978 Sheriff Cal iforni a Highway Patrol T-14 0040 In the Board of Supervisors of Contra Costa County, State of Califomia January 3 . 19 78 In the AAatter of Request to Amend Board Resolution No. 5708 Regarding Cable TV. The Board having received a December 22, 1977 letter from Mr. Harry White, Vice President - Operations, Televents, Inc. , 2855 Mitchell Drive, Suite 250, walnut Creek, California 94598, requesting that Resolution No. 5708, which granted Televents of California, Inc. a license to install and operate community television, be amended to allow Televents, Inc. to collect from its subscribers any copy- right liability fees or other fees imposed by any court, legislation or regulation; IT IS BY THE BOARD ORDERED that the aforesaid request is REFERRED to the Public Works Director and County Administrator for report; PASSED by the Board on January 3, 1978. 1 hereby certify that the foregoing is a true and correct copy of on order cnk ed on the minutes of said Board of Supervisors on the dote aforesaid. cc- Televents, Inc. Witness my hand and the Seal of the Board of • Public Works Director Supervisor County Administrator affixed this 3rd day of January . 19_� County Counsel r J. A. OLSSON, Ckwk By /c1/l�LGF ---��%17�.'�.'�t�. Deputy Clerk Jamie L. Johnson H-24 4/77 15m C In the Board of Supervisors of Contra Costa- County, State of Califomia _ January 3 , 19 71L In the Matter of Appointments to the Citizens Advisory Committee for County Service Area P-5- Supervisor E. H. Hasseltine having noted that the terms of Mr. William Clueck, Ms. Jeanne Tate, and Mr. James Obendorf on the Citizens Advisory Committee for County Service Area P-5 expired on December 31 , 1977 ; and On the recommendation of Supervisor Hasseltine, IT IS BY THE BOARD ORDERED that Mr. Albert 0. Engel, 2533 Round Hill Drive, Alamo, California 94507, Mr. Tom Bogle, 3131 Round Hill Road, Alamo, California 94507, and Mrs . Nancy Burch, 83 Tracy Court, Alamo, California 94507 are APPOINTED to said Committee for two-year terms ending December 31, 1979. PASSED by the Board on January 3„ 1978. 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: Mr. A. 0. Engel Witness my hand and the Seal of the Board of Supervisors Mr. T_ Bogle 3rd January 78 Mrs . N. Burch affixed this day of _01 -19— County -19County Service Area P-5 Public Works Director -� � R. OLSSON, Clerk County Administrator C Public Information Officer By -' �' Deputy Clerk Ronda Amdahl H-24 4/77 15m C In the Board of Supervisors of Contra Costa County, State of California January 3 . 19 VL In the Matter of Request to Solicit Funds Door-to-Door After 7:00 P.M. The Board on December 13, 1977 having referred to the County Sheriff-Coroner and County Counsel the request of Ms. S. A. Stephenson, Canvass Coordinator, Alternatives for California Women, for permission to solicit funds (door-to-door) until 9:00 p.m. (which would require an amendment of the County Ordinance Code, Section 56-4 .408, inasmuch as soliciting is limited to the hours of 8:00 a.m. to 7: 00 p.m.); and On December 20, 1977 Mr. Harry D. Ramsay, County Sheriff- Coroner, having advised that after hours solicitation results in numerous complaints by county residents and is one of the most frequently reported Ordinance violations, and having therefore recommended against any modification of the Ordinance Code to allow door-to-door solicitation after the hour of 7:00 p.m.; IT IS BY THE BOARD ORDERED that the recommendation of Mr. Ramsay is APPROVED, and the request of Ms. Stephenson is DENIED. PASSED by the Board on January 3, 1978. 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: Ms . S. A. Stephenson Supervisor County Sheriff-Coroner County Counsel affixed this__3=d._doy of Taaua=W . -19_� County Administrator J. R. OLSSON, Ck* By Ig�. -�G 141 /) . Deputy Cj"* Helen C. Marshall H-24 4/77 15m (141460 Sheriff 'Coroner- V V1 111 U H.E.'Bud'lioMrt Assiswt StwiN P.O.Box 391 Cwa (415)372- 2402 Ad ninC,Service,Officer Cslitornia 94553 �^J""" "1 Harry D. Rammy SHERIFF-CORONER RECEIVED D�C ZZ 1977 December 20, 1977 J. It OL%ON abrc 4orro as CM Warren N. Boggess Chairman of the Board of Supervisors 651 Pine Street Martinez, CA 94553 Re: . Request of Alternatives for California Women that Provisions of the County Ordinance be Waived (Board Referral 12/13/77) Dear Supervisor Boggess and' Members of the Board: We recommend against any modification of the County,Ordinance to allow door to door solicitation after the hour of 7:00 p.m. After hours solicitation results in numerous complaints by County residents and is one of the most frequently reported Ordinance violations. Two solicitators from the Alternatives for California Women have been cited for violation of the 7:00 p.m. solicitation curfew. A copy of a 12/09/77 memo by Chief Deputy County Counsel George W. McClure is attached. This opinion indicates that "variances" cannot be granted without an amendment to the Ordinance. Very truly yours, Y, i - ron r Attachment cc: County Counsel County Administrator HDR:mm ` 00461 Microfilmed wifh board order AN EQUAL OPPORTUNITY EMPLOYER COUNTY COUNSEL'S OFFICE CONTRA COSTA COUNTY MARTINEZ.CALIFORNIA Date: December 9, 1977 To: Harry 0. Ramsay, Sheriff-Coroner From: John B. Clausen, County Counsel By: Goerge Fl. McClure, Chief Deputy ou ty Counsel Re: Soliciting by "Alternatives for Calif. Women", Bd/Sups referral On 12-13-77, the Board of Supervisors is scheduled to refer the attached letter to you and us for report, Here are our comments on it. This organization, "Alternatives for California Women, " is clearly "soliciting" within the definition of Ordinance Code 956- 4.206. It is arguably within the exemption applicable to political and/or charitable solicitations afforded by S56-4.404, but even then it is still bound by the 8AM-to-7PM limits applicable to all solicitations. There is no way for an individual Supervisor, or even the whole Board, to grant a "variance" from these ordinance restrictions, ex- cept for a formal ordinance amendment of course. We do not recom- mend any general provision for granting variances or exceptions, either by your office or the Board itself, but such a provision- is possible. The whole field of political and/or charitable solicitations is a difficult one to regulate, but it might be well to consider now an amendment changing the hours-restriction to something based on sunset (the morning hour should be fixed, because it is based on the normal hour of commencing work, school, etc. ) . Unfortunately for this organization, any restriction based on sunset will probably still further restrict them during the winter months, as it now gets dark before 7 PM. Doubtless considerable weight will be given to your views based on practical experience in handling citizen com- plaints about solicitations. GWM:bc Att. 00462 Microfilmed wifh FociNJ order= Q V ' 530-40th St. , Suite i December 6 O Oakland, CA 94609 [RNE7CCEIVED Warren N. Boggess Chairman of the Board of Supervisors =" ( 1`l� P.O. Box 911 J. R. OLS5O.4 Martinez, CA 94553 RD OF su RVisois y COSTA Co.. Dear Mr. Boggess: Alternatives for California Women is a non-profit C-4 corporation concerned with helping battered women salvage their lives and families through employment, educational, residential, legal and health care alternatives. We go door-to-door, educating the community about the problem and local services available, requesting signatures of support for our legislative activity and requesting contributions. We canvass between the hours of 4e00p.m. and 9:00 p.m. because that's when people are home. Lt. Kamrud informed me that there is a County ordinance curtailing the solicitation of funds at 7:00 p.m. . And he suggested that I contact you about getting a variance for our organization. We canvass the nine counties of the Bay Area, during 4:00-9:00 p.m. . And as a rule, we file a list of our canvassers with the local, police/sheriff as a means of protection for the community and ourselves. To date, we have had no problems with these hours. If you could write a letter, waiving the 7:00 p.m. curfew, our canvassers could carry it on their clip boards to show people in the community. I would appreciate your consideration and approval of the variance we've requested. Sincerely, rC7.C' *171� S.A. Stephenson canvass coordinator 01463 Q �o �a9 0� �� Microfifma—d with board order In the Board of Supervisors of Contra Costa County, State of California January 3 . 19 1$ In the Matter of Appeal of DeBolt Civil Engineering Applicant, from Action of the San Ramon Valley Area Planning NOTICE OF HEARING ON APPEAL Commission on application for Minor Subdivision 223-77, Walnut Creek/Alamo Area. William W. Garrison, Owner. ) WHEREAS on the 14th day of November, 1977, the San Ramon Valley Area Planning Commission denied the application for Minor Subdivision 223-77 of DeBolt Civil Engineering to divide 1.01 acres into two lots, fronting 120 feet on the south side of Hillgrade Avenue, approximately 180 feet west of Danville Boulevard, Walnut Creek/ Alamo area; and WHEREAS within the time allowed by law, DeBolt Civil Engineering filed with this Board an appeal from said action; NOW, THEREFORE, IT IS ORDERED that a hearing be held on said appeal before this Board in its Chambers, Room 107, County Administration Building, Martinez, California, on Tuesday, the 31st of January, 1978 at 11:15 a.m. and the Clerk is directed to post and publish notice of hearing, pursuant to code requirements. PASSED by the Board on January 3, 1978. 1 hereby certify that the foregoing is a true and correct copy of on order enlersd on the minutes of said Booid of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: DeBolt Civil Engineering Supervisors W. W. Garrison affixed this 3rd day of January . 19_JL Public Works Director Land Development Director, Building Inspection J. R. OLSSON, Clerk Director of Planning By �1c�1�2r� . Deputy Clark Jamie L. Johnson H-24 4/77 15m 00464 t,.-•3;1�.�� RECEIVED :✓ I C E C -W1977LSSON CONTRA COSTA COUNTY PLANNING DEPARTMENT �' R' ° CLERK BOARD OF SUPERVISORSA _ BV_ TO: Board of Supervisors DATE: December 22, 1977 FROM: Anthony A. Dehaesu SUBJECT: APPEAL - Minor Subdivision 223-77 Director of Planni DeBolt Civil Eng./W. W. Garrison (Walnut Creek/Alamo Area) APPLICANT: Bolt Civil Engineering, 401 South Hartz Avenue, Danville OWNER: William W. Garrison, 1416 Whitecliff Way, Walnut Creek APPELLANT: DeBolt Civil Engineering PUBLIC HEARING: 11/14/77: San Ramon Valley Area Planning Commission DECISION: Denied APPEAL FILED: November 23, 1977 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - The following people should be notified of your Board's hearing date and time: DeBolt Civil Engineering Public Works Department 401 South Hartz Avenue Land Development Division Danville, Ca. 94526 Fourth Floor, Administration Building William W. Garrison Building Inspection Department 1416 Whitecliff Way Third Floor, North Wing Walnut Creek, Ca. Harvey E. Bragdon 4 Barrie Way Mill Valley, Ca. 94941 AAD:dh Attachments: Letter of Appeal , Planning Department Acknowledgment, Resolution of Denial , Staff Report, Environmental Impact Report, Map. cc: File M.S. 223-77 Microfilmed with board order 0046 DeBolt Civil Engineering 401 South Hartz Avenue Danville, California 94526 415/837-3780 November 23, 1977 Job No. 77208 RECEIVED The Board df Supervisors V 48 1977Contra Costa CountyR oLssoN651 Pine Street � OF i�isM Martinez, CA 94553 Gentlemen: On behalf of the owner of the property included in M.S. 223-77 on Hillgrade Avenue in the Walnut Creek/Alamo area,. we appeal the decision made by the San Ramon Valley Area Planning Commission at their last meeting on November 14, 1977. This application received the recommen- dation of the Alamo Improvement Association and the County Planning staff and yet the Planning Commission voted 4 to 3 to deny the request. There was no public objection to the minor subdivision at either the A.I.A. meeting or the Planning Commission meeting. Enclosed is a check for $60 to cover the cost of the appeal. Please schedule this matter at the earliest possible opportunity. We will be attending the meeting to present our case and to try to answer any questions you may have. DE BOLT CIVIL ENGINEERING •Intim' Eugene F. DeBolt cc: Mr. William Garrison /,,%iuofilrned with board order ` �� DeBolt Civil Engineering 901 South Hartz Avenue Danville_, California 94526 915 l 837-3780 November 23, 1977. Job No. 77208 RECEIVED . The Board df Supervisors N 0 V .29-1977 Contra Costa County - J. 4 oL%W .651 Pine Street _ of NT O_51P�1%0U Martinez, CA 94553 s , C�siir p� Gentlemen: On behalf of the owner of the property included in M.S. 223-77 on Hillgrade Avenue in the Walnut Creek/Alamo area, we appeal the decision .made by the San Ramon Valley Area Planning Commission at their last meeting on November 14, 1977. This application received the recommen- dation of the Alamo Improvement Association and the County P1ar-ring staff and yet the Planning Commission voted 4 to 3 to deny the request. There was no public objection to the minor subdivision at either the A.I.A. meeting or. the Planning Commission meeting. Enclosed is a check for $60 to cover the cost of the appeal. Please schedule this matter at the earliest possible opportunity. We will be attending the meeting to present our case and to try to answer any questions you may have, DE BOLT. CIVIL ENGINEERING Eugene F. DeBolt cc: Mr. -William Garrison rr' NUCrOtllmed with0046 I - board orcW _ hlanuing Conunictunt tilrmlw•rc - Plarili g nr����ir �rY�c�nl Cor r William(..Mtlann PiN51+Wq Clcnnt�in C'11111k, A If .ha(Itul I41ihlmr}, Nnllll VJtttr{ C0E:: Don.tl•l C.Al.tl.•r +ut ( (1 ({l.t t+t} t'.!r.r:rpt V.rr r;h.•.t rru+. At.trhrr• (..tlll.•ttlt.l �1.1.'r.'."{ county Allr.•rt R.Cot+timylia Mar 1 m¢C Anthony A Orharcus Uu.a i,.; .t r9:utrrtrrq :`;•� Carolyn D.Phillipe Jack Stoddard r� Phnnr:. + 372-2091 '•'��_ - .;• nichmontl William V.wallnn rh:a:ant I till . Andrew H.Young - Alamo t December 2, 1977 Mr. Eugene F. DeBolt DeBolt Civil• Iinginecring 401 South Hartz Avenue Danville, California 94526 Dear Dir. DeBolt: - This letter acknowledges receipt of your letter of appeal, dated ' November 23, 1977, and the.$60.00 filing fee for Minor Subdivision 22i-77 which was dcn icd by the San Ramon Valley Area Planning Will- mission on November 14 , 1977. Your illpc3J is being transmitted to the Board of Supervisors. The Board will notify you as soon as a hearing date is scheduled. Should you have questions relative to the above information, please feel .free to contact its. Sincerely yours, Anthonv.'A. Dehaesus Director of Planning �-•t 11a'-Vey Ir )3rYan ))) o Asst stnn,f Di l;tc for Cct -rent.t'I:uulinR IIt:B:dti /� cc: M.S. 223-77" h'iIIiam`11. Garrison Public Corks Department Building, Inspection Dept. . Itcalth Department _ Assessor's Office Contra Costa Consolidated Fire District �� ��. s•��t. (Microfilmed with board ori' '► t BEFORE THE SAN RATION VALLEY AREA PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA i} In the Matter of the Application for Approval of �} Minor Subdivision 223-77 (DeBolt Civil Engineering) tt WHEREAS, on August 9, 1977 DeBolt Civil Engineering filed an applica- tion (M.S. 223-77) to divide 1 .01 acres into two lots, both lots less than 120 tr feet average width (102feet and 61 feet); and WHEREAS, the subject property is a descriptive parcel fronting 120 P ` feet on the south side of Hillgrade Avenue, approximately 180 feet west of ;+ Danville Boulevard, in the Walnut Creek/Alamo area; and WHEREAS, a public hearing was held in this matter, after giving notice 'j as required, by the San Ramon Valley Area Planning Commission on November 14, 4 1 j� 1977, whereat all persons interested therein might appear and be heard; and i WHEREAS, the San Ramon Valley Area Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this . C �f matter; and �! WHEREAS, the San Ramon Valle Area Planning Commission DENIED the Y 9 1� request of DeBolt Civil Engineering for approval of Minor Subdivision 223-77; s} and i NOW THEREFORE, BE IT RESOLVED that the foregoing denial was made in ;) the motion of Commissioner Olander, seconded by Commissioner Meakin, and adopted at the San Ramon Valley Area Planning Commission meeting of November .t 14, 1977, by the following vote: AYES: Commissioners Olander, Meakin, Burow, Young. !i 9 1 NOES: Commissioners Wright, Best Kennett. ABSENT: Commissioners - None. , f �} Microfilmed with board ardtar Page 2 M.S. 223-77 li :4 i Andrew H. Young Chairman of the San Ramon Valley Area Planning Com. ission {f County of Contra Costa , State of California i ATTEST: Anthony A. Dehaesus ;tt Director of Planning 11 � K Harvey Er B 'ag on Assistarjt Dirgctor, Current Planning tl t, j t! i �j Ii - i .I ti i is - MicrAfflmed with board endue t CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF Completion of Environmental Impact Report XXX Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 90553 Phone (415) 372-2031 Phone EIR Contact Person Margaret Coulter Contact Person PROJECT DESCRIPTION: DeBOLT CIVIL ENGINEERING (Applicant) - WILLIAM W. GARRISON (Owner), County File #MS 223--77-1%e—applicant requests approv of a m or subdivision to divide 1.01 acres into 2 lots, both lots less than 120 feet in average width (102 feet and 61 feet). Subject property is described as follows: A descriptive parcel fronting 120 feet on'the south side of Hillgrade Avenue, approximately 180 feet west of Danville Boulevard, in the Walnut Creek/Alamo area. (R-20) (CT 3440) It is determined from initial study by Margaret Coulter of the XXX Planning Department that this project does not have a significant effect on the environment. ® Justification for negative declaration is attached. C�The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine & Escobar Streets Martinez, California r+,_ f DrtePosed Q� Z� 157nFinal date for.review/appeal a• 31 B 6"J' Planning Depart nt Representative Microfilmed with board orclo 004 dl. The Project Will Not Have A Significant Effect On The Environment The proposed minor subdivision is in conformance with the General Plan and lot area minimums of the zoning district; variances will be required for average lot width. There is heavy landscaping along the eastern property line all of which appears to be on the adjacent property; this will mitigate intrusion of the driveway. There is high liquefaction potential on the subject property which can be accomodated through structural design. Subdivision of this property will likely set a precedent for future development especially since parcels to the west are in similar situations. The result of future subdivisions will be a series of "back yard" houses all with long driveways paralleling existing side yards. This may or may not be desirable in the long runt. . t > = / ` R-20 (x_20 A FOR T IOtt OF N N, CONCORD DIVISION SECTOR 6 , CO?ITRA COSTA counTY, CALIFORMA u:u .. •rre •CMG SECTION 3a,S1+01tCt10M .er 0110PIANCE 060 3ez. As avouto nY OMO+vavcr MO .WHICH IS Tut ZO-ftr PMDrn Av,E.Cr COMTMA COSt'COUMrY.STAT[ OF CALIEONUM with bOQt!>7 Gr'iw '"_____-.._......_.--_• --••-- . r r i, TAX CODE AkrA � I b+6 3 2 4' _ • 4 � q aL 0 0 18 (301- N ILC*n 3pN4Cow all as M!•• rr IN 11• K P illi J Ilzf�>'t fi'7!•r`�_ • 4g Ir 'SOS ?12 2 ss 8 $ ♦ i . •• y a,o00 pert •,��� A 4 10 1 'W t so A4 • +•y.r• y�i• � ,iS� i 04 _rip 603) ,014. o., `' n ,�, •moi Oz * � Otij sal n. t� 1 is r•TM,,i�'s�•t r 3'C pB .f23r4•�s.•E • Mss' Old Col 24 AO 6.,3•`•.ry �• � N tri, _-- �- on 4 lb J. �, 1ygP ;�,{,, S '► --:- gSSESSO pgGE 3U CAI. IF 8001( 188 COS M. �R OF CONTRA boot to{,Im In the Board of Supervisors of Contra Costa County, State of California January 3 ---, 19 Jam, In the Motter of Nomination for Reappointment to Developmental Disabilities Advisory Board of Sonoma State Hospital. Supervisor W. N. Boggess having recommended that Mr. Glendon A. Wardhaugh be nominated for reappointment by Governor Edmund G. Brown, Jr. , to the Developmental Disabilities Advisory Board of the Sonoma State Hospital; IT IS BY THE BOARD ORDERED that the recommendation of Supervisor Boggess is APPROVED. PASSED by the Board on January 3, 1978. 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: Governor Brown Supervisors Mr. G. A. Wardhaugh affixed this 3rd day of January 19 78 560 Merriewood Drive Lafayette, CA 94549 Sonoma State Hospital J. R. OLSSON, Clerk Developmental Disabilities fw' ��� ���L Deputy Clerk Council c/o HRP_ Jamie L. Johnson Director, Human Resources Agency County Administrator Public Information Officer H-24 4/77 15rn 01114";14�/��_ � t In the Board of Supervisors of Contra Costa County, State of California January 3 In the Mater of Report on "Ridgelands, A Multi-Jurisdictional Open Space Study." The Board having received a December 19, 1977 letter from Ms . Joyce Burr, Chairman, Contra Costa County Recreation and Natural Resources Commission, in response to an August 18, 1977 referral, advising that the Commission supports the general findings and recommendations contained in the report entitled "Ridgelands, A Multi-Jurisdictional Open Space Study"; IT IS BY THE BOARD ORDERED that receipt of the afore- said information is ACKNOWLEDGED. PASSED by the Board on January 3, 1978. 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 dote aforesaid. cc: County Recreation & Natural Witness my hand and the Seal of the Board of Resources Commission Supervisor County Planning Commission affixed this 3rd day of January 1918 Director of Planning Public Works Director County Administrator J. R. OLSSON, Clark By Lt%�Le-d . D"ty Clerk —Xelen G. Marshall H-24 417 15m ���� In the Board of Supervisors of Contra Costa County, State of Califomia January 3 . 19 7„g_ In the Mow of Hearing on the Request of Mr. Leonard T. Jazmin, -Applicant and Owner, (2174-RZ) to Rezone Land in the Alamo Area. The Board on December 6, 1977 having fixed this time for hearing on the recommendation of the San Ramon Valley Area Planning Commission with respect to the request of Mr. Leonard T. Jazmin, applicant and owner, (2174-RZ) to rezone land in the Alamo area from Single Family Residential District-40 (R-40) to Single Family Residential District-20 (R-20) ; and No one having appeared in opposition; and Mr. A. A. Dehaesus, Director of Planning, having advised that a Negative Declaration of Environmental Significance was filed for this proposal; and The Board having considered the matter, IT IS ORDERED that the request of Mr. L. T. Jazmin is APPROVED as recommended by the Planning Commission. IT IS FURTHER ORDERED that Ordinance Number 78-4 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and January 10, 1978 is set for adoption of same. PASSED by the Board on January 3, 1978. 1 hereby certify that the foregoing h a true and correct copy of an order etmis - on the minutes of said Board of Supervisors an the date oforesoid. Witnen my hand acrd the Sed of the Board of c c: Mr. L. T. Jazmin Director of Planning Supervisors3rd January 78 County Assessor affixed this day of 19 ('^J. R. OLSSON, Clark By_1_d3Z^ '�— / Ronda Amdahl H-24 4/77 15m 09`177 In the Board of Supervisors of Contra Costa County, State of California January 3 # 19 78 In the Matter of Report of the Planning Commission on the Request of Louis G. Mangini, Applicant and Owner, (2175-RZ) to Rezone Land in the Walnut Creek Area. The Director of Planning having notified this Board that the. Planning Commission recommends approval of the request of Louis G. Mangini (2175-RZ) to rezone 6.7 acres (more or less) fronting approximately 970-ft: , on the west side of Pine Creek Road, approximately 1,170-ft. , on the east side of Castle Rock Road immediately south of the Pine Creek/Castle Rock intersection, Walnut Creek area, from General Agricultural District (A-2) to Single Family Residential-40 (R-40) ; IT IS BY TH3 BOAP.D ORDERED that a hearing be held on Tuesday, January 31, 1978 at 10:55 a.m. in the Board Chambers, Room 107, Administration Building, Pine and Escobar Streets, Martinez, California, and that the Clerk, pursuant to code requirements, publish notice of same in the CONTRA COSTA TIKES. PASSED by the Board on January 3, 1978. 1 hereby certify that the foregoing is a true and coned copy of an order entered on the minutes of said Board of Supervisors on the date aforesaid. cc: Louis G'. Mangini Witness my hand and the Seal of the Board of 700 Walnut Ave. Supervisors Walnut Creek, CA 94596 affixed this 3rd day of Jana-. ,-197_ City of ;lalnut Creek Planning Department 1501 N, California Blvd. J. R. OLSSON, Ckwk Walnut Creek, CA 94596 B4-aOdra ? D Clerk Director of Planning y ons H-24 4/77 15m � A 9 )l� X l� RECEIVED 1 CONTRA COSTA COUNTY D E C -231977 PLANNING DEPARTMENT ` CLERK BOARD OF SUPERVISORS GONiU 41UA CO. DOM TO: Board of Supervisors DATE: 21 December 1977 FROM: Anthony A. Dehaes SUBJECT: REZONING: Louis Mangini (2175-RZ) Director of Planni ; 6.7 Ac. , A-2 to R-40 - Walnut Creek Area. (S.D. III) IV Attached is Planning Co ss esolution No. 98-1977, adopted by the Planning Commission on Tuesday, 20 December 1977, by unanimous vote of the Commission (all members present). This application was reviewed by the Planning Commission on Tuesday, December 13, 1977, and was approved for change from General Agricultural District (A-2) to Single Family Residential District (R-40) by unanimous vote of the Commission (all members present). The property consists of approximately 6.7 acres fronting approximately 970-ft. , on the west side of Pine Creek Road, approximately 1,170-ft. , on the east side of Castle Rock Road immediately south of the Pine Creek/Castle Rock intersection to the Walnut Creek area. The following people should be notified of your Board's hearing date and time: Mr. Louis G. Mangini (Applicant & Owner) 700 Walnut Avenue Walnut Creek, California 94596 City of Walnut Creek Planning Department 1501 North California Boulevard — Walnut Creek, California 94596 AAD/v cc: File 2175-RZ Mr. Louis G. Mangini Supervisors, District: I, II, III, IV, V. Attachments: Resolution, Findings 24ap, Area Map, Staff Report, Neg.EIR, Minutes MkM`i1ffVW wilah b=rd or*r. 004 P 9 RESOLUTION NO. 98-1977 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY LOUIS G. MANGINI (APPLICANT AND OWNER) (2175-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE YGNACIO VALLEY AREA OF SAID COUNTY. WHEREAS, a rezoning request by LOUIS G. MANCINI (Applicant and Owner) (2175-RZ), to rezone land in the Ygnacio Valley area from General Agricultural ik A-2 to Single Family Residential District 'R-46, was received by the Planning Department Office on August 30, 1977; and WHEREAS, a Negative Declaration of Environmental Significance was posted on this application on October 18, 1977; and WHEREAS, a notice thereof was lawfully given, a public hearing was held by the Planning Commission on Tuesday, December 13, 1977, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully reviewed, considered and evaluated all the testimony and evidence submitted in this matter; and NOW, THEREFORE, BE IT FURTHER RESOLVED that the Planning Commission recommends to the Board of Supervisors of the County of Contra Costa, State of California, that the rezoning request of LOUIS G. MANCINI (Applicant and Owner) (2175-RZ) , be APPROVED for change from General Agricultural A-2 to Single Family Residential R-40, and that this zoning change be made as is indicated on the findings map entitled: A Portion of the Concord Division Sector 6 and the District Map for the Ygnacio Valley Area, Contra Costa County, California, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the reason for this recommendation is as follows: (1) The proposed rezoning is in conformance with the County's General Plan. (2) Is consistent with the pattern of development of surrounding areas. Ok!4f irned vti ilh board order 00480 RESOLUTION NO. 98-1977 BE IT FURTHER RESOLVED that the Chairman and Secretary of this Commission shall sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the Government Code of the State of California. The instruction by the Planning Commission to prepare this resolution was given by motion of the Planning Commission on Tuesday, December 13, 1977, by the following vote: AYES: Commissioners - MILANO, WALTON,_COMPAGLIA, YOUNG, PHILLIPS, STODDARD ANDERSON: NOES: Commissioners - NONE. ABSENT: Commissioners - NONE. ABSTAIN: Commissioners - NONE. I, Donald E. Anderson, Chairman of the Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Tuesday, December 20, 1977, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission. AYES: Commissioners - Milano, Compaglia, Young, Phillips, Stoddard, Walton, Anderson. NOES: Commissioners - None. ABSENT: Commissioners - None. ABSTAIN: Commissioners - None. C airman of the Planning Commission of the County of Contra Costa, State of California ATTEST: Secretary o t e Pl 'ing Commissn of the (I oZty of fontra Co a, State of California 00481 -2- Microfilmed with board order IP-1 CREEK tL...-Rezone iFrom _ ToR44 -100JA-2r/ r/,.•`/ ' j /yA.//J�ff, /, fr/� �,f,r :, /i,i r f +._��`,y r«,,r //r <y� AX / •�rr p/�/�r ( 800 / ,r f" , r / rF►'► ..�... ...,.rpt„.•,,.,•«_. _.r.. - ..,�....i�.:+..�.:.a-.:.....�1'w...,.+....,....� ««.:..1...i......`.t' J I, �1.�flAl�_ ._AfjDr--pgQit_._, Chairman of the Contra Costa County Planning Commission, State of California, do helel)y certify that this is a true and correct copy of QRI►Qi�Q dCQR� tv LSlQtjl r c-r a TL � . �w5 rca 1`'%” F�nTa indicating thereon the decision of the Contra Costa County Planning Commission in the matter of arirnan of the Contra Costa County Planning Commission, State of Calif. ATTE T; ' -'' Secrpt ry of th6 Contra Coda County ^� Plarfning Commission, State of Calif, �"indinas MC� lri�cro;i`na�� with board order CONTRA COSTA COUNTY PLANNING DEPARTMENT NOTICE OF t�Completion of Environmental Impact Report X7►X Negative Declaration of Environmental Significance Lead Agency Other Responsible Agency Contra Costa County c/o Planning Department P.O. Box 951 Martinez, California 94553 Phone (415) 372-2031 Phone -EIR Contact Person Margaret Coulter Contact Person PROJECT DESCRIPTION: LOUIS G: MANGINI (Applicant and Owner), County File 2175-RZ: The applicant requests to rezone approximately 6.7 acres fronting approximately 970 feet on the west side of Pine Creek Road; approximate- ly 1170 feet on the east side of Castle Rock Road, immediately south of the Pine Creek/Castle Rock Road intersection, in the Walnut Creek Area. The Project Will Not Have A Significant Effect On The Environment The proposed rezoning and minor subdivision are in conformance with the existing General Plan and with the Draft Area Amendment which has not yet been scheduled for hearing. Although the applicant plans to serve the subject property with wells, this may not be feasible and should be addressed in the staff report. No other significant impacts are associated. It is determined from initial study by Margaret Coulter of the XXX Planning Department that this project does not have a significant effect on the environment. C] Justification for negative declaration is attached. The Environmental Impact Report is available for review at the below address: Contra Costa County Planning Department 4th Floor, North Wing, Administration Bldg. Pine F Escobar Streets Martinez, California D e Post CJS -�� Final date for review/appeal % 21 B [1i.��C73 Planning Departm nt Representative Microfilmed with bmid ons. In the Board of Supervisors of Contra Costa County, State of California January 3 19Z8 In the Matter of ) Approving Allocation of Livestock ) Head Day Tax Collections. ) Pursuant to Revenue and Taxation Code Section 5601, IT IS BY THE BOARD ORDERED that the following allocation of livestock head day tax collections for the period January 1, 1977 to June 30, 1977, totalling $14,378.25 as submitted by the County Auditor-Controller, is APPROVED: County 6,970.04 Amador Valley Joint High School District 11.91 Pleasanton Joint School District 11.91 . Livermore Joint Unified School District 69.87 - City 9.87City of Clayton 52.65. City of Brentwood 134.30 City of Concord 62.08 Town of Moraga 100.52 . City of Walnut Creek 1.61- City of Martinez 26.20 City of Antioch 9.12 City of Pinole 5.60 City of Pleasant Hill 10.21 Richmond Tax District #1 35.96 Acalanes High School District 134.57 Canyon Elementary School District 4.82 Lafayette Elementary School District 19.87 Moraga Elementary School District 50.25 Orinda Elementary School District 59.63- Liberty High School District 2,151.28- Brentwood Elementary School District 142.68 Byron Elementary School District 395.29 Knightsen Elementary School District 118.29 Oakley Elementary School District 1,495.02 Antioch Unified School District 15.00 John Swett Unified School District 255.61 Martinez Unified School District 223.31 Mt. Diablo Unified School District 760.81 Pittsburg Unified School District 123.30 Richmond Unified School District 157.72 San Ramon Unified School District 768.82 Total $14,378.25 PASSED by the Board on January 3 19� 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 3rd day of _ January l9-7B- cc: County Auditor-Controller County Administrator County Assessor BY: Deputy Clerk County Treasurer-Tax Collector � t In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 78 In the Matter of Amending the 9/27/77 Board Order authori- izing execution of Subgrant Modification Agreements with Thirty CETA Title VI PSE "Sustainment Program" Subgrantees and amending the 12/20/77 Board Order author- izing execution of Subgrant Modification I PSE Subgrantees. The Board having authorized, by its Order dated September 27, 1977, the Director, Human Resources Agency, to execute Subgrant Modification Agreements with thirty (30) designated CETA Title VI Public Service Employment "Sustainment Program" subgrantees, including Knightsen School District, for continued operation of CETA Title VI Public Service Employment Sustainment Programs from October 1, 1977 to September 30, 1978; and The Board having authorized, by its Order dated December 20, 1977, the Director, Human Resources Agency, to execute Subgrant Modification Agreements with twenty-nine (29) designated CETA Title II Public Service Employment Subgrantees, including Knightsen School District, for continued operation of CETA Title II Public Service Employment Programs from November 13, 1977 to September 30, 1978; and The Board having considered the recommendation of the Director, Human. Resources Agency, regarding the need to change the number of PSE jobs and the payment limit amount authorized for Knightsen School District's CETA Title VI PSE Sustainment Program, and the payment limit amount authorized for Knightsen School District's CETA Title II PSE Program, in order to correct for certain errors in programming of funds for the District's CETA Title VI PSE Sustainment Program; IT IS BY THE BOARD ORDERED that said September 27, 1977 Board Order is HEREBY AMENDED to increase the "Number of Public Service Employment Jobs" set forth in the "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart" for Knightsen School District (Subgrant Agreement #28-675-4), from 2 to 3, and to decrease the amount of the "New Subgrant Agreement Payment Limit (January 1, 1977 - September 30, 1978)" set forth in said Chart for Knightsen School District, from $66,988 to $53,826; and IT IS BY THE BOARD FURTHER ORDERED that said December 20, 1977 Board Order is HEREBY AMENDED to increase the amount of the "New Subgrant Agreement Payment Limit (October 1, 1976 - September 30, 1978)" set forth in the "CETA Title II PSE Subgrant Modification Agreement Specifications Chart" for Knightsen School District (Subgrant Agreement #28-625-4) from $42,924 to $51,925. PASSED BY THE BOARD on January 3, 1978 . 1 hereby certify that the foregoing is a true and correct copy of on order onivaed on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand•and the Seal of the Board of Orig: Human Resources Agency Supervisors Attn: Contracts & Grants Unit affixed this 3rd day of January , •19 78 cc: County Administrator County Auditor/Controller County Manpower Project Director J. R. OLSSON, Clerk Subgrantee By Deputy Clerk 01 Jeanne 0. Ma- lo H-24 4/77 15m 0048 8 5 SUBGRANT MODIFICATION AGREEMENT CETA Title VI Subgrants 28 - 675 - 5 Number 1. Identification of Subgrant Agreement to be Modified. Number: 28-675-4 Department: Civil Service (hereinafter changed to Human Resources Agency Manpower Project) Subject: Administration and staff services to provide a CETA Title VI Public Service Employment Program for CETA-eligible participants. Effective Date of Agreement: January 1, 1977 2. Parties. The County of Contra Costa, California (County), for its Department named above, and the following named Subgrantee mutually agree and promise as follows: Subgrantee: KNIGHTSEN SCHOOL DISTRICT Capacity: Public Agency Address: P.O. Box F, Delta Road, Knightsen, California ,94548 3. Modification Date. The effective date of this Subgrant Modification Agreement is October 1, 1977 4. Modification Specifications. The Agreement identified above is hereby modified as set forth in the "Modification Specifications" attached hereto which are incorporated herein by reference. 5. Legal Authority. This Subgrant Modification Agreement is entered into under and subject to the following legal authorities: Title VI of the Comprehensive Employment and Training Act of 1973 (CETA), as amended (P.L. 93-203, 87 Stat. 839; P.L. 93-567, 88 Stat. 1845); Emergency Job Programs Extension Act of 1976 (P.L. 94-444, 90 Stat. 1476); 29 USCA Section 801 ff; California Government Code Section 53703. 6. Signatures. These signatures attest the parties$ agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA SUBGRANTEE By By "— lk Designee Louis 1. i regi Acting Superintendent Designate official capacity in public Recommended by Human Resources Agency agency and attach a certified copy of the governing body resolution authoriz- ing execution of this Agreement) By Designee ATTEST: PRESIDENT OF THE CHOOL BOARD D signate Office/jl Capa 'ty By (Form Approved by County Counsel) Dat Fr,&Wt LaM e / Wiaofilmed with board order 010486 MODIFICATION SPECIFICATIONS �j Number vR " 7 5 + 5 In consideration of Subgrantee's agreement to continue operation of its CETA Title VI Public Service Employment Program for an additional twelve (12) months, through September 30, 1978, County agrees to increase the total amount payable to Subgrantee under this Subgrant Agreement by $ 34q244 . County and Subgrantee agree, therefore, to modify the Subgrant Agreement identified herein, as specified below, while all other parts of said Subgrant Agreement remain unchanged and in full force and effect: 1. Extension of Term. Paragraph 3. (Term) of the Subgrant Agreement is hereby modified by extending the termination date specified therein from September 30, 1977 to September 30, 1978. 2. Payment Limit Increase. Paragraph 4. (Payment Limit) of the Subgrant Agreement is hereby modified by increasing the amount of the payment limit specified therein from $ 18,882 to a new total of $ 53,826 3. Amended Federal Regulations. Paragraph 1. (Compliance with Federal Require- ments), page 1, of the Special Conditions is hereby modified by adding another reference to newly published and amended Federal Regulations (with which Subgrantee must comply), as follows: "Federal Register, Vol. 42, No. 93, Friday May 13, 1977, as may be revised and amended; and which are incorporated herein by reference." 4. Change in County's Representative. All references in this Agreement to the County "Civil Service Department are hereby changed to read "Human Resources Agency Manpower Project" and all references to the "County Director of Personnel" are hereby changed to read "County Director, Human Resources Agency." 5. Change in Eligibility Criteria. Subparagraph b. (New Title VI Eligibility Criteria) of Paragraph 5. Eligibility and Hiring of New Titie VI Participants), pages 1 and 2, of the Program Operating Plan is hereby modified to read as follows: "b. New Title VI Eligibility Criteria. Fifty percent (50X) or more of such new participants will be hired in accordance with the following new Title VI eligibility criteria: "(1) At the time of application and hiring, each such person must be both: (a) A member of a family which either receives cash welfare payments or has a current total annual income [computed in accordance with 29 CFR Subtitle A. Section 99.42 (a)(2)] which in relation to family size is at or below either 70 percent of the lower living standard income level established by the U. S. Department of Labor or the poverty level established by the U. S. Office of Management and Budget; and (b) From at least one of the following five additional eligible categories; i.e., must also be a person who: (i) is unemployed at the time of application and has, during the 20 weeks immediately prior to application, received unemployment compensation for 15 or more weeks; or (ii) Is unemployed at the time of application and has been ineligible for unemployment compensation during the 20 weeks immediately prior to application and has been unemployed for 15 or more -of those 20 weeks; or (iii) Is unemployed at the time of application and was unemployed for at least 15 of the 20 weeks immediately prior to application, and who, during those 15 weeks, was first ineligible for unemployment compensation and then became eligible for and received unemployment benefits; or (iv) Is unemployed at the time of application and is an exhaustee as defined in 29 CFR Subtitle A, Section 94.4; or (v) Is a member of a family receiving Aid to Families with Dependent Children (AFDC), including AFDC-Unemployed Fathers, under Title IV of the Social Security Act. Initials: Skizintee County Dept. MODIFICATION SPECIFICATIONS Number 26 - 6 '75 - 5 "(2) A veteran who has served on active duty for a period of more than 180 days or who was discharged or released from active duty for a service- connected disability, shall be immediately eligible, upon release or discharge, for participation, Subparagraphs 5.b.(1)(a) and (b)(i), (ii) , (iii) , and (iv) above notwithstanding, which would otherwise pertain, provided that the veteran has not obtained permanent, full-time, unsubsidized employment between the time of release and the time of application for participation in Title VI. "(3) In hiring such new participants hereunder, Subgrantee shall allocate funds and job positions equitably among the four categories of eligible persons specified in Subparagraphs 5.b.(1)(b)(i), (ii), (iii) , and (iv) above, as prescribed by County to the maximum extent possible given the composition of the population of unemployed eligible persons, serving no one category exclusively and excluding no category entirely." 6. Change in Special Subareas for Hiring. Paragraph 6. (Special Subareas for Hiring), page 2, of the Program Operating Plan is hereby modified to read as follows : "6. Special Subareas for Hiring. Subgrantee will give preference in hiring under this Agreement to applicants residing within the following subareas of substantial unemployment: Antioch, Brentwood, Byron, Rnightsen, Oakley, Pittsburg, West Pittsburg, Martinez, Rodeo, San Pablo, E1 Sobrante, North Richmond (unincorporated area), and Pinole. To the extent feasible and consistent with the intent of the Act, Subgrantee will give preference to such applicants when filling program job vacancies. Subgrantee's recruitment efforts shall be directed at these subareas of substantial unemployment." 7. Revised Program Budget. The Program Budget is hereby deleted and replaced by a new, substitute Program Budget, attached hereto and incorporated herein by reference. 8. Change in Program Specifications. Subparagraph a. of Paragraph 1. (PSE Job Positions) of the Program Specifications, as set forth in Paragraph 1. (Program) , page 1, of the Program Operating Plan, is hereby deleted and replaced by a new substitute provision, to read as follows : Total FY 77-78 Number Duration of Employment of Job Employment Only "a. Job Title Positions (Man-Months) (Man-Months) Teacher 1 21 12 Maintenance Man 1 21 12 Custodian 1 12 V Initials: Subgrantee Cam t pt. -2- 00488 PROGRAM BUDGET Number_2 8 — 6 7.5 — 5 1. PSE Program Budget. Subgrantee shall conduct its CETA Title VI Public Service Employment (PSE) Program under this Agreement in accordance with the following budget of allowable program expenditures: TERM OF AGREEMENT a. Cost Categories. (Federal Funds) (1) Participant Wages $ 44,419 (2) Participant Fringe Benefits 7,514 (3) Training -0- (4) Supportive Services -0- (5) Administration 1,893 TOTAL (Agreement Payment Limit) $ 53,826 b. Monthly Expenditures. Expenditures under the above budget shall be subject to Subgrantee's PSE Program Plan, which shall specify planned monthly enrollments and terminations for participants and monthly expenditures, cumulatively for the term of this Agreement, and which shall be subject to prior approval by County. Subgrantee shall maintain a current PSE Program Plan on file with County's Manpower Project Office at all times, in the form and manner prescribed by County, and Subgrantee shall comply with said PSE Program Plan. c. End-of-Subgrant Settlement. Subject to the Payment Limit of this Agreement, County's payments to Subgrantee pursuant to Paragraph 6. (Cost Report and Settlement) of the Payment Provisions shall not be limited by the specific line item budget amounts specified above, provided, however, that Subgrantee has obtained prior written approval from the County Manpower Project Director, or her designee, before making any expenditures under this Agreement which exceed the above line item budget amounts. 2. Program Funding. County's payments to Subgrantee hereunder are subject to the availability of funds during the term of this Agreement, as follows: AMOUNT a. Source of Funds. (Federal Funds) (1) Reobligated Funds Transferred $ -0- from County's FY 76-77 Federal CETA Title II Grant (2) New Funds from County's FY 76-77 181,882 Federal CETA Title VI Grant (3) New Funds from County's FY 77-78 34,944 Federal CETA Title VI Grant TOTAL (Agreement Payment Limit) $ 53,826 Initials: Su gr ntee County pt. �(O�l7J r c � In the Board of Supervisors of Contra Costa County, State of California January 3 19 78 In the Matter of Amending the 9/27/77 Board Order authori- izing execution of Subgrant Modification Agreements with Thirty CETA Title VI PSE "Sustainment Program" Subgrantees and rending the 12/20/77 Board Order author- izing execution of Subgrant Modification A PSE Subgrantees. The Board having authorized, by its Order dated September 27, 1977, the Director, Human Resources Agency, to execute Subgrant Modification Agreements with thirty (30) designated CETA Title VI Public Service Employment "Sustainment Program" subgrantees, including Knightsen School District, for continued operation of CETA Title VI Public Service Employment Sustainment Programs from October 1, 1977 to September 30, 1978; and The Board having authorized, by its Order dated December 20, 1977, the Director, Human Resources Agency, to execute Subgrant Modification Agreements with twenty-nine (29) designated CETA Title II Public Service Employment Subgrantees, including Knightsen School District, for continued operation of CETA Title II Public Service Employment Programs from November 13, 1977 to September 30, 1978; and The Board having considered the recommendation of the Director, Human Resources Agency, regarding the need to change the number of PSE jobs and the payment limit amount authorized for Knightsen School District's CETA Title VI PSE Sustainmeat Program, and the payment limit amount authorized for Knightsen School District's CETA Title II PSE Program, in order to correct for certain errors in programming of funds for the District's CETA Title VI PSE Sustainment Program; IT IS BY THE BOARD ORDERED that said September 27, 1977 Board Order is HEREBY X%WDED to increase the "Number of Public Service Employment Jobs" set forth in the "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart" for Knightsen School District (Subgrant Agreement #28-675-4), from 2 to 3, and to decrease the amount of the "Keay Subgrant Agreement Payment Limit (January 1, 1977 - September 30, 1978)" set forth in said Chart for Knightsen School District, from $66,988 to $53,826; and IT IS BY THE BOARD FURTHER, ORDERED that said December.20, 1977 Board Order is HEREBY AMENDED to increase the amount of the "lieu Subgrant Agreement Payment Limit (October 1, 1976 - September 30, 1978)" set forth in the "CETA Title II PSE Subgrant Modification Agreement Specifications Chart" for Knightsen School District (Subgrant Agreement #28-625-4) from $42,924 to $51,925. PASSED BY THE BOARD on January 3, 1978. 1 hereby certify that the fans-oh is o to m and correct copy of an order. 8.1-tsred an the minutes of said Board of Superrims on the dale aForesoid. Witness nay haed'and the Sion of the 600rd of Orig: Human Resources Agency Supervisors Attn: Contracts b Grants Unit affixed this 3rd day of January . .19 78 cc: County Administrator County Auditor/Controller County Manpower Project Director J. R. OLSSON, Cleric Subgrantee s . D"wey Cleric r " Jeanne 0. eta 1lo H-24 u77 15m 010490 In the Board of Supervisors _ or Cwitrc 00*ta Cels�ty State cT California SEP 2 7 1977 , 1s In the MoNa of .Authorizing the Director, Human Resources ASency, to FYecute Subgrant Modification Agrements With Thirty CETA Title VY rSE "Sustainment Program" Subgrantees The Board having authorized, by its order dated August 16, 1977, execution of Modification 0709 to the County's CETA Title VI Grant 006-5004-60, thereby applying to the U. S. Department of Labor for new funds to be allocated a✓ong designated CETA Title VI Public Service Employment (PSE) Subgrantees, as recommended by the County Manpower Advisory Council, for operation of the County's CETA Title VI PSE programs in Federal Fiscal Year 1977-78, including operation of 30 programs known as "CETA Title,V1 PSE Sustainment Programs," which were initiated under Subgrant Agreements covering the period from January 1, 1977, through September 30, 1977.7, and The Board having considered the recommendation of the Director, Emaa Resources Agency, regarding the need for prompt execution of Subgrant '_'edification Agreements for operation of these 30 approved CETA Title VI PSE Sustai,---ent Programs from October 1, 1977 through September 30, 1973, as specified in the attached "CETA Title VI PSE Sustai=e. t Subgrant 'Mo:-4fication Agreement Specifications Chart," in order to assure conformance with the plans and objectives established in the County's CETA Title VI Grant Modification _709, and in order to preclude interruptions in the operation of the County's existing PSE Sustaiment Programs; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency, is AMMORIZED to execute, on behalf of the County, standard form Subgrant Modification Agreements with the 30 current CETA Title VI PSE Subgrantees identified in the attached "CETA Title VI PSE Sustainment Subgrant Modification Agreement Specifications Chart," upon approval by the U. S. Department of Labor of *codification 0709 to the County's CETT Title VI Grant Y06-5004-60 and upon approval of the standard format for such Subgrant Modification Agreements, with said Subgrant Modification Agreements to be effective for the period from October 1, 1977, through September 30, 1978, for continued operation of each Subgrantee's respective CEL Title VI PSE Sustalu ent Program, as presently authorized undms the Subsrast Agreement referenced by-number and subject to the new Subgrant Agreemsat Pat Limits set forth in said Chart, and under teras and conditions as more particularly set forth in said standard form Subgrant Modification Agreements. PASSED BYTHE BOARD on SE? 2 7 :977 1 hweby cwtify that the faMeisO is o taw and owned a*y of an ori.'wdstrdion It rninWes of said Gerd of Supwviwn se the doe eieresaid. •� ? �� Orig: /Human Resources Agency Whom my hoW wed 4111W of the Beard Of-.. Attn: Contracts 4 Grants Unit SuPWVbsft � i7= cc: County Administrator the d" of $ 19 County Auditor-Controller � County Manpower Project ' • Director j J. R-,OLSSON, Clerk Subgrantees BY ,✓�/ tiWokili CIO* � Ro55i Gu2ieReZ f' P.J?:dg �:- 3"W, IIm 00491 1 (AttaChir-ent Ln 9/77/77 I,vard Order) • ` �«. . CCT,-,ATSZLF VT. PSL SUSTAIFIM NT SURCI-WHT 140D..1ICAxION ACRERMENT SPECIrICA1IONS CHART t P1117MOUS SUBMANT HN w'l IC-1 AM, 1iU�li3$n or PUBLIC AGRECFIEUT PAYMENT ArkL•'i.i:GN PAYMENT Stlr.GKANTIM, SURGIUM AGREEMENT I!U!•irtr-.R SERVICE EM MOYl•il.NT JOBS Lltirr ,(1/1/77-9/30/77) Lli•ITT C1l1/77-9/30/78) City of Antioch Z6-652-4 3 $ 27,423 $ 690413 City of Brentwood 28-653-4 1 8,679 20.677 City of Concord r>;`'°' ` ;°r ;;; ;;;::.- 28-651-5 70 5849283 11956,220 City of El Cerrito 26-656-4 1 6,223 ,• 8- 210_64 City of LoCayette ;:r; µ 28-657-4 4 "r';', r: '.;-.,,. . 34,6117 75,000 28-658-4CitY of Martinez 12 ,6$,431118,116 . City of Plea28-659-4 5 85,651 102j749 Pleasant I1ill . City of Pittsburp, '' : : :'. 28--654-4 17 165,316 432,641 City of Sar. Pablo < '`':``'<':; 26-655-4 20 197,652 433,975 City of Walnut Creek26-660-4 8 61,526 209,24 3 Antioch Unified School District 28-661-4 17 160,497 388,764 Brentwood Unified School District 28-664-4 4 379764 83,699 Byron Unified School District 28-665-4 '3 2091170 44,231 John Swett Unified School District 28-666-4 8 759323 167,627 ' Kni htsen School District 28-675-4 2 18,882 66,988 Lafay;tte School District - Liberty Union ViGh School District 28-668-4 7 55,657 131,660 Martinez UnifEed School District 28-669-4 6 51,1149 115,386 Marna School District 28-670-4 1' 90095 20,700 Mt. Diablo Unified School District 28-663-4 51 4059943 1,006,601 Oakley unified School District 28-671-4 6 46,205 119,665 Orindra Union School District 28-672-4 30 94,410 236,106 Pittsburg Unified School District 28-662-4 S 75,528 163,092 y Richmond Unified School District 28-673-4 21 ' 1639564 38$,028 San Ramon Valley unified School District 28-674•-4 "'< 6 50,671 114,101 Ambrose recreation & Park District28-679-3 9 ' 28,323 51,863 East Contra Costa Irrigation District 28-681-4 2 18,882 42,682 Housing Authority of Contra Costa County 28-678-4 �= 13 132,174 309,517 Pleasant Hill Recreation & Park District 28-680-4 ; '' ;_ 2 16,187 39,314 State of California 28-676-5 23 175,986 423.517 COVEWIING BODY RESOLUTIO`J (City or School District) RESOLVED, that KNIGHTSEN SCHOOL DISTRICT , (name of City or School District) a Public Agency duly constituted and existing under the laws of the State of California, approves Agreement ,'.` 28-675-5 with the County of Contra Costa for the term from October 1 19 7; through September 30, 1978 for CETA TITLE VI PUBLIC SERVICE EMPLOYMENT PROGRAM (subject of Agreement) and that Louis M. Fregi Acting Superintendent (name of authorized official) (official capacity/title) of Knightsen School District is authorized and directed to (name of City of School District) sign said Agreement on behalf of this public agency and to execute any bonds or other documents required in connection therewith. • r 1: CERTIFICATE OF CITY CLERK OR SECRETARY I, Louis M. Fregi do hereby (name of City Clerk or Secretary of School Board) certify that I ani the duly elected, qualified and acting Secretary.__ (City Clerk or Secreta:-.y) of that the foregoing name o ity or coo llstrict) is a full, true, and correct copy of a resolution duly adopted by the Knightsen_ School Board of said Public Agency on janua=y ? P (City Council or School Board) and that said resolution is now in full force and effect. I declare under penalty of perjury that the Batters set forth in the foregoing certificate are true and correct. Executed at Kni ghtsen , California, on January '• ? 1978; , (city) (City Clerk's or Secreqjry's signature) AFFIX SEAL HERE 00493 IN THE BOARD OF SUPERVISORS OF CONTRA COSTA COUNTY, STATE OF CALIFORNIA In the Matter of } January 3, 1978 Trailer Coach License Fees } ) The County Auditor-Controller having requested that the sum of $332,608.04, representing trailer coach fees for the period January 1, 1977 to June 30, 1977, be allocated pursuant to the requirements of levy, and that the distribution be approved by the Board of Supervisors as provided in Section 11003.4 of the California Revenue and Taxation Code: County General 132,760.42 City of Clayton 376.70 City of Concord 21,273.09 City of Brentwood S,S65.13 City of San Pablo 3,342.08 City of El Cerrito 863.22 City of Walnut Creek 2,143.86 City of Pleasant Hill 1,879.59 City of Martinez 1,462.93 City of Antioch S,369.07 City of Pittsburg 19,562.02 Town of Hercules 79.51 City of Pinole 1,162.04 City of Richmond 3,250.30 City of Lafayette 698.66 Town of Moraga 58.98 Acalanes High School 3,251.63 Canyon Elementary School 1.32 Lafayette Elementary School 445.15 Moraga Elementary School 274.88 Orinda Elementary School 436.40 Walnut Creek Elementary School 2,093.88 Liberty High School 5,249.25 Brentwood Elementary School 2,504.30 Byron Elementary School 630:84 Knightsen Elementary School 191.23 Oakley Elementary School 1,922.88 Antioch Unified School 8,741.71 John Swett Unified School 1,321.08 Martinez Unified School 2,346.SO Mt. Diablo Unified School 48,688.48 Pittsburg Unified School 19,516.82 Richmond Unified School 15,087.23 San Ramon Unified School 2,714.34 Contra Costa Community College 12,824.07 Pleasanton Elementary School 2,033.30 Amador High School 2,033.30 South County Community College 451.85 TOTAL 3322608.04 Now, therefore, it is by the Board ordered that the above allocation--of trailer coach license fees is hereby approved. Passed by the Board on January 3, 1978. CERTIFIED COPY I certify that this is a full, lrhe is correct colif ed : Ori Dept: Count Auditor-Controller the original documrnt which is on fico in my office, g p y r- and that it was passed & adopted by the Boart� bt Sayervisors of Contra Costa Countv, California. oa CC. County Tax Collector the date shown. ATTEST: J. R. OLSSON, County Y Clerk do "Officio Clerk of said Board of S er►fsdta County Assessor br Deputy Clerk. County Administrator on 1 fpm' In the Board of Supervisors of Contra Costo County, State of California January 3 , i9 78 In.the Maher of Authorizing County Administrator to Establish Liability Insurance Minimum Limits for County Contractors The County Administrator having this day reported that contractors performing work and providing various services for the County are experiencing increasing difficulty in obtaining liability insurance meeting requirements specified in County contracts of a $500, 000 combined single limit coverage; and Due to restrictive actions taken by insurance carriers, contractors are either faced with the inability to purchase the liability insurance at the specified limits or, if available, premiums considered prohibitive in cost to the extent that the work cannot be economically performed; and In view of the broad scope of services with significant differences in risk involved and the great disparity in the capacity of contractors to insure and adsorb losses, it is requested that discretion be allowed to impose various liability insurance limits considered reasonable in the existing insurance market taking the above factors into consideration when analyzing each class or individual risk; IT IS BY THE BOARD ORDERED that the County Administrator is AUTHORIZED to establish various liability insurance minimum limits for County contractors determined to be appropriate under the circumstances. Passed by the Board on January 3, 1978. \ ` 1 hereby certify that the foregoing is a true and correct copy of an order enNrrd on the mimufes of said Board of Supervisors on the daft aforesokL Orig: County Administrator Witness my hand and Ow Seal of the Board of cc: County Counsel Supervisors Public Works Director affixed tha3rd day of January 19 78 Director of Personnel Auditor-Controller J. R. OLSSON. Clerk Director, Human Resources .� tf • Agency By ,���t -� �I --, Deputy Clerk Deanne 0. Magli" H-24 4n7 15m 04 In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 7JL in the Miller of Hearing on Proposed Amendment to the County Ordinance Code Pertaining to Title No, 9 of the Subdivision Ordinance. The Board on November 29, 1977 having fined this date for hearing on the recommendation of the Planning Commission with respect to a proposed amendment to the Ordinance Code of Contra Costa County which would repeal Title No. 9. (Subdivision Ordinance) and reenact same in amended form to conform to the State Subdivision Map Act; and No one having appeared in opposition; and The Board having considered the matter, IT IS ORDERED that the recommendation of the Planning Commission is APPROVED, IT IS FURTHER ORDERED that Ordinance Number 78-5 giving effect to the aforesaid rezoning is INTRODUCED, reading waived and January 10, 1978 is set for adoption of same, PASSED by the Board on January 3, 1978. 1 hereby certify that the foregoing is o true and coned copy of on order wita on the minules of said Board of Supervisors on the dote aforesaid. CC: Director of Planning Witness myhand and the Seal of the Board of County Counsel supervimrs olfieed this_ _day of Jarau�z3� 19�g Clerk By i Deputy Clerk Ronda Amdahl H-24 4/77 15m • • In the Board of Supervisors of Contra Costa County, State of California January 3 , 19 78 In the Matter of Medicare/Health Maintenance Organization Expansion. The Board on December 27 , 1977 having referred to its Internal Operations Committee (Supervisors E. H. Hasseltine and N. C'. Fanden) for review the Decenber 21, 1977 status report of the Director, urian Resources Agency, on plans to expand the Medicare/Health Maintenance Organization to include persons not eligible for ;Medi--'al ; ind The Committee having determined that the process being followed and the plans being made for the expansion of the HMO are needed and appropriate , and having recommended that the Board' s support for plans to open the HMO to non-Fedi-Cal beneficiaries be reaffirmed and the Director, Human Resources Agency, be instructed to report back on this subject not later than February 28, 1978 ; IT IS BY TI-IE BOAP.D ORDERED that the recommendations of its Internal Operations Committee are APPROVED. PASSED by the Board on January 3 , 1978. 1 hereby certify that the foregoing is a true and correct copy of an order entoed on the minutes of said Board of Supervisors on the date aforesaid. Witness my hand and the Seal of the Board of cc: Board Committee Supervisors Director, 'uman Resources Agency affixed this 3rd day of January T9 78 Medical Director PHP Administrator J. _R. OLSSON, Clerk Contracts Ad.:Linistrator / Fiscal Officer BY Deputy Clerk County Auditor-:'ontroller Ma raig Countv Administrator H-24 4/77 15m C C In the Board of Supervisors of Contra Costa County, State of California January 3 . 19 78 In dw MaMN of - Bay Area Rapid Transit District 1976-1977 Annual Report. The Board having received a December 20, 1977 letter from Mr. Frank C. Herringer, General Manager, Bay Area Rapid Transit District, 800 Madison Street, Oakland, California 9 .607 transmitting copies of BART•s 1976-1977 Annual Report; and Chairman Warren N. Boggess having recommended that the County Administrator be requested to respond to 1.1r. Herringer commenting favorably regarding the progress made by BART to date, and at the same time remind the District that Eastern Contra Costa County still does not have rail transit service although residents continue to support BART through taxes, and emphasizing that in long—range planning East County residents properly expect such service; IT IS BY THE BOARD ORDERED that the recommendation of Chairman Boggess is APPROVED. PASSED by the Board on January 3, 1978. 1 hereby certify that the foregoing is o true and carned copy of on order entered an the minutes of soil Board of Supervisors on the dote aforesaid. Witness req► hand and the Seal of the Boord of cc: County Administrator Supervisors Public t,orks Director owixed this 3rd day of_ January , 19 78 J. R. OLSSON, Clerk By - Do" Clerk Ro bie G ierrez H-24 V77 15m 00498 In the Board of Supervisors of Contra Costa County, State of California January 3, , 19 78 In the Matter of Requests to Rezone Land to Agricultural Preserve Districts, Various Areas of Contra Costa County. The Director of Planning having notified this Board that on January 11, 1978 the San Ramon Valley Area Planning Commission* will consider three requests to rezone lands to Agricultural Preserve Districts and that on January 17, 1978, the County Planning Commission will consider six requests to rezone lands to Agricultural Preserve Districts: Application Applicant No. Area From To Harold E. Bell, ET. Al. 2154-RZ* Morgan Territory A-2 A-4 Richard & Elizabeth Theodore 2184-RZ* Tassajara A-2 A-4 Fredrick & Margaret Stewart 2187-RZ Martinez A-2 A-4 Michael & Margaret Mulrooney 2189-RZ Byron A-2 A-4 Ronald E. Nunn 2194-RZ Brentwood A-2&A-3 A-4 Ronald & Shirley Nunn 2195-RZ Brentwood A-3 A-4 Ronald & Shirley Nunn 2196-RZ Brentwood A-2&A-3 A-4 Ronald & Shirley Nunn 2197-RZ Brentwood A-2 A-4 Haines & Walker, Atty at Law 2202-RZ* Tassajara A-2 A-4 As requested by the Director of Planning, IT IS ORDERED that hearings on said applications be held before the Board of Supervisors on Tuesday, January 31, 1978 at 11:00 A.M. in Room 107, County Administration Building, Martinez, California, and that the Clerk publish notice in newspapers of general circulation as required by law. Passed and adopted by the Board on January 3, 1978. 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 Supervisor cc: Applicants/Attorneys ofiixed this 3rd day of January 197 Director of Planning OLSSON, Clerk By Deputy Clerk P.onda Amdahl H-24 3/76 15m 00499 ��sirwlrr.�r.�slr�:r.�►s.�r ,�►► Mir- 1 4000' ,lri s i►.i►�� iI.rr�rir WAN ice.r�ir�ii►i►�� Rezonei AkZ_ j .04 l. j&jqtWEW 14-)fowMCr_ Chairman of the Contra Costa County Planning • is • true • • correct copy of • i• Or V hjAgLa V r Commissionindicating thereon'the decision of the Contra Costa County Planning • • Z154- AM 1 Chairman of 111fAm R N- I • ValleyI • s • California • ATTEST, S(:C4I(I!Vof tile-�i�in RatIlo(I a;ley Area PI.Qnniny Commigsion, of • Findings r J� RESOLu'fION NO. 9 -1978 (SR) AYES: Conunissioners - Olander, Kennett, Best, Meakin, Burow, Wright, Young. NOES: Commissioners - None. ABSENT: Commissioners - None. ABSTAIN: Commissioners - None. Chairman of the San Ramon Valle Area Planning Commission of the Count of Contra Costa, State of California ATTEST: SoCPeI of the SL Ramon Valle Area -"l�,�annip- ommissio of the Cou y of Contra (/Costa, St to of C ifornia Microriimed with board order 00501 r ' RESOLUTION NO. 9-1978 (SR) entitled: A Portion of Mt. Diablo, Sector 8, Mt. Diablo Division, Sector 9, Pleasanton Division, Sector 2, Pleasanton Division, Sector 3, Contra Costa County, California, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the San Ramon Valley Area Planning Commission further recommends that the Board of Supervisors sign a contract with the property owner as a requirement to establishing a Preserve; and BE IT FURTHER RESOLVED that this recommendation be approved because (1) this application for change from A-2 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963; and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in - accordance with the provisions of the Conservation and Flanning Law of the State of California. An instruction by the San Ramon Valley Area Planning Commission to prepare this resolution incorporating the above and aforementioned was given by motion at a regular meeting by the following vote: AYES: Commissioners - BEST, BUROW, WHIN, OLANDER, YOUNG. NOES: Commissioners - ABSENT: Commissioners - WRIGHT, OLANDER ABSTAIN: Commissioners - I, Andrew H. Young, Chairman of the San Ramon Valley Area Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Wednesday, January 25, 1975 and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: IUliudiimad ,vi-,h bcard order RESOLUTION NO. 9-1978 (SR) RESOLUTION OF THE SAN RAMON VALLEY AREA PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY HAROLD E. BELL, ET AL (APPLICANTS AND OWNERS), (2154-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE MORGAN TERRITORY AREA OF SAID COUNTY. WHEREAS, on September 17, 1968, the Board of Supervisors of the County of Contra Costa, California, by Resolution No. 68-635, established rules and procedures for the establishment of Agricultural Preserves and the execution of land conservation agreements; and WHEREAS, a request by HAROLD E. BELL, ET AL, (Applicants and Owners), (2154-77), to rezone land in the Morgan Territory area, from General Agricultural District (A-2), to Agricultural Preserve District (A-4), was received on July 11, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the A-4 District and thereby recommends to the San Ramon Valley Area Planning Commission of the County of Contra Costa, California that this application be APPROVED as submitted; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by the San Ramon Valley Area Planning Commission on Wednesday, January 11, 1978, whereat all persons interested therein might appear and be heard; and WHEREAS, the San Ramon Valley Area Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and now therefore ; BE IT RESOLVED that the San Ramon Valley Area Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of HAROLD E. BELL, ET AL (Applicants and Owners), (2154-RZ), be APPROVED as to the change from General Agricultural (A-2) to Agricultural Preserve District (A-4) , and that this zoning change be made as is indicated on the findings map Microfilmed with board order 00503 MANFAMMUMM IMAKWArArMAMM AVJJ%JJ A/ -fi.�/ii ii � ice► .�.�►.�►iii '�%MINI!— it AN 1, AMIWCW 14.vomb* Chairman of Contra • • County Planning Commission, State of California, do hereby certify + that this is a true and correct .. • • MI NIA indicati ng thereon the decision of the Contra Costa County Planning Commission in the matter of on Valley-Area i • California i Sccret,ar.k of tile San Raillon V ley Area Planning Con-iiilission, State •KrclaliforniaFindings Mapk RESOLUTION NO. 10-1978 (SR) AYES: Commissioners - Olander, Kennett, Best, Meakin, Burow, Wright, Young. NOES: Commissioners - None. ABSENT: Commissioners - None, ABSTAIN: Commissioners - None. Chairman of the San Ramdq Va ey Area Planning Commission of thl Co ty of Contra Costa, State of California ATTEST: Secre the'SanRkm6n Vall Krea Plauning Commission of the County of Contra hesta, State of California tv%ic,o►t►mec1 with board order 4),105 RESOLUTION NO. 10-1978 (SR) indicated on the findings map entitled: A Portion of Mt. Diablo Division, Sector 8, Mt. Diablo Division, Sector 9, Pleasanton Division Sector 2, Pleasanton Division Sector 3, Contra Costa County, California, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the San Ramon Valley Area Planning Commission further recommends that the Board of Supervisors sign a contract with the property owner as a requirement to establishing a Preserve; and BE IT FURTHER RESOLVED that this recommendation be approved because (1) this application for change from A-2 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963; and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the provisions of the Conservation and Planning Law of the State of California. An instruction by the San Ramon Valley Area Planning Commission to prepare this resolution incorprating the above and aforementioned was given by motion at a regular meeting by the following vote: AYES: Commissioners - BEST, BUROW, MEAKIN, OLANDER, YOUNG. NOES: Commissioners - NONE. ABSENT: Commissioners - WRIGHT, KENNETT. - •. ABSTAIN: Commissioners - NONE. I, Andrew H. Young, Chairman of the San Ramon Valley Area Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Wednesday, January 25, 1978 and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: IL,s.......:. .... v.a.i 1dowl order. ' 50s RESOLUTION NO. 10-1978 (SR) RESOLUTION OF THE SAN RAMON VALLEY AREA PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY RICHARD AND ELIZABETH THEODORE (APPLICANTS AND OWNERS), (2184-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO PRECISE ZONING FOR THE TASSAJARA AREA OF SAID COUNTY. WHEREAS, on September 17, 1968, the Board of Supervisors of the County_ of Contra Costa, California, by Resolution No. 68-635, established rules and proceauxes for the establishment of Agricultural Preserves and the execution of land conservation agreements; and WHEREAS, a request by RICHARD AND ELIZABETH THEODORE (Applicants and Owners) (2184-RZ) , to rezone land in the Tassajara area, from General Agriculture (A-2), to Agricultural Preserve District (A-4), was received on September 28, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the Land Conservation Agreement standards and conforms to the uses allowed in an A-4 District and thereby recommends to the San Ramon Valley Area Planning Commission of the County of Contra Costa, California, that this application be APPROVED as submitted; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by the San Ramon Valley Area Planning Commission on Wednesday, January 11, 1978, whereat all persons interested therein- might appear and.be heard; and WHEREAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and now therefore BE IT RESOLVED that the San Ramon Valley Area Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of RICHARD AND ELIZABETH THEODORE (Applicants and Owners), (2184-RZ), be APPROVED as to the change from General Agricultural (A-2) to Agricultural Preserve District (A-4), and that this zoning change be made as is Microriln�.1c4 with board order 009507 9/1 7 1 wn�. cerci aainr-1.j,� C=3 o I I o I I � 0 -DOG DoO tones 1/L curt .•u.r._.w•._ __—_ CROCKETT y I♦ I I � \ I 1 i PORT COSTA .. 1 ( I I \ - I w/ I b I H-1 --_DLcel LA_ — — w..r _ _w r•�/ _ — ♦w//u ..w I yr C!! .«f � 42 Rezone From �� To k A "••' 1 A-2� =yrA11 i — A-4- H-1 4 H_1 1 :: 1 ee =800' I i % i / H"1 +_ I, , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A Porgy-r tna nc CC""—L ■: 51<ete><7-Cnuxm CastmCasita k C.w��eawrl�►. indicating thereon the decision of the Contra Costa County Planning Commission in the matter of EREt]IEIUp ,•iJahatT N_ 1 Chairman of the Contra Costa aunty Planning Commission, State of Calif. ATT ST: t etre ary of th Contra osta C unty tanning Commission, State of Calif. Findings Map - . 1-508 Microfilmed with board order RESOLUTION NO. 12-1978 C56irman of the Planning Commissidih of the ounty of Contra Costa, State of California ATTEST: r r/ s �ount'y aVontra the lane ng ommissi o the Cos a, State of C lifornia _� (Vlicro�ilcn�:l �viti� board order 90509- RESOLUTION NO. 12-1978 BE IT FURTHER RESOLVED that the Planning Commission further recommends that the Board of Supervisors_sign a contract with the property owner as a requirement to establishing a Preserve ; and BE IT FURTHER RESOLVED that this recommendation be approved because(1) this application for change from A-2 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963: and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the some to the Board of Supervisors all in accordance with the provisions of the Conservation and Planning Law of the State of California. An instruction by the Planning Commission to prepare this resolution incorporating the above and aforementioned was given by motion at a regular meeting by the following vote: AYES: Commissioners- WAL.TON, MILANO, COMPAGLIA, YOUNG, PHILLIPS, STODDARD, ANDERSON NOES: Commissioners- NONE. ABSENT: Commissioners- NONE. ABSTAIN: Commissioners - NONE. 1. Donald E. Anderson, Chairman of the Planning Commission of the County Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law an January 24, 1978 and that this'resolutian was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Milano, compaglia, Young, Phillips, Stoddard, Walton, Anderson. NOES: Commissioners - None. ABSENT: Commissioners - None. ABSTAIN: Commissioners - None. _Z Microfilmed with board order X1510 RESOLUTION NO. 12-1978 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY FREDRICK J. & MARGARET H. STEWART (APPLICANT & OWNER), (2187-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE MARTINEZ (FRANKLIN CANYON)AREA OF SAID COUNTY. WHEREAS, on September 17, 1968, the Board of Supervisors of the County of Contra Costa, California, by Resolution No. 68-635, established rules and procedures for the establishment of Agricultural Preserves and the execution of land conservation agreements; and WHEREAS, a request by FREDRICK J. & MARGARET H. STEWART (APPLICANT & OWNER) ( 2187-RZ) to rezone land in the Martinez (Franklin Canyon) area, from General Agricultural District (A-2), to Agricultural Preserve District (A-4), was received on October 4, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the Land Conservation Agreement standards and conforms to the uses allowed in an A-4 District and thereby recommends to the Planning Commission of the County of Contra Costa, California, that this application be APPROVED as submitted; and WHEREAS. after notice thereof having been lawfully given, a public hearing was held by the Planning Commission on January 17, 1978, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission.having fully considered and evaluated all the testimony and evidence submitted in this matter; and now therefore BE IT RESOLVED that the Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of FREDRICK J. & MARGARET H. STEWART, (2187-RZ), be APPROVED as to the change from to Agricultural Preserve District (A-4), and that this zoning change be made as is indicated on the findings map entitled: A Portion of the Districts Map for the Carquinez Division, Sector 7, Contra Costa County, California, which is attached hereto and made a part hereof; and Micro,ilr1jcj with board order fl B Y R 0 N �� �f• j ' ' - / Ut 16 T / , .... , - A-3 , f,.l A 2 / T JJ Rezone /From &L ToAA f• OC BYRON DIVISION o/ EV 400 • SECT � a 0 A-3 4 4 / V = Boo, A-2 -4 — ....t .«..r ,� l• hnum aE_A► r%atta & . Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A pO T,ata(Nip: RYRetr )COUNTY CAL!C& Mm. indicating thereon the decision of the Contra Costa County Planning Commission in the matter of MICUAEL J_ t VUgCAREtM. airman of the Cont'"ra o to County Planning Commission, State of Calif. ATTES ( �r tar of they antra asta unty vPlo ing Commission, State f Calif. Findings Map MiCro,Wn Kj with boord order 01►5.12 RESOLUTION NO. 13-1918 C Erman o -the Planning Commission bKthe County of Contra Costa, State of California ATTEST: Secreltaiy 0 he larmi Commission o t Coyn of tra Cost ; State of Califon is -3- Microfiimad with board crdsr 00513 RESOLUTION NO. 13-1978 BE IT FURTHER RESOLVED that the Planning Commission further recommends that the Board of Supervisors sign a contract with the property owner as a requirement to establishing a Preserve; and BE IT FURTHER RESOLVED that this recommendation be approved because (1) this application for change from A-2 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963: and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the some to the Board of Supervisors all in accordance with the provisions of the Conservation and Planning Law of the State of California. An instruction by the Planning Commission to prepare this resolution incorporating the above and aforementioned was given by motion at a regular meeting by the following vote: AYES: Commissioners- WALTON, MILAN09 COMPAGLIA, YOUNG, PHILLIPS, STODDARD, ANDERSON. NOES: Commissioners- NONE. ABSENT: Commissioners- NONE. ABSTAIN: Commissioners - NONE. 1, Donald E. Anderson, Chairman of the Planning Commission of the County Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on January 24, 1978 and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Milano, Compaglia, Young, Phillips, Stoddard, Walton, Anderson. NOES: Commissioners - None. ABSENT: Commissioners- Hone. ABSTAIN: Commissioners- None. -2 M.iCroilim'd with board order 0 514 RESOLUTION NO. 13-1978 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY MICHAEL AND MARGARET MULROONEY (APPLICANT & OWNER), (2189-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE BYRON AREA OF SAID COUNTY. WHEREAS, an September 17, 1968, the Board of Supervisors of the County of Contra Costa, California, by Resolution No. 68-635, established rules and procedures for the establishment of Agricultural Preserves and the execution of landn conservation agreements; and WHEREAS, a request by MICHAEL AND MARGARET MULROONEY, (2189- RZ), to rezone land in the Byron Area, from General Agricultural District (A-2), to Agricultural Preserve District (A-4), was received on October 12, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the Land Conservation Agreement standards and conforms to the uses allowed in an A-4 District and thereby recommends to the Planning Commission of the County of Contra Costa, California, that this application be APPROVED as submitted; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by the Planning Commission on January 17, 1978, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and now thereforC-- BE IT RESOLVED that the Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of MICHAEL AND MARGARET MULROONEY, (2189-RZ), be APPROVED as to the change from General Agricultural District (A-2) to Agricultural Preserve District (A-4), and that this zoning change be made as is indicated on the findings map entitled: A Portion of Byron Division, Sectors 7, 8, and 9, Contra Costa County, California, which is attached hereto and made a part hereof; and Microfilmed with board order 00515 �-: � �---•--=-fir--- r/A��� I It - 4000' A 22 ,... �__. � ...,l ',�: X71; �► / Ile 771 r .: ' =�'j- {=/f 'From To A,4_ ,A-3i Jr /T` __/ •, /" / . // - -/ ;CITY 4-4 J / �r,BRENTWOOD &' /� , , I, DpUIMp E_ Asely , Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of-A pawn&m.oF indicating thereon the decision of the Contra Costa County Planning Commission in the matter of 2194 s oirmon of the Contra Cost County Planning Commission, State of Calif. ATTE -'SefretaV of the/Co ra Costa unty Planning Comm• sion, State Calif. Findings Map Ocrofilmod with boar or er, 9101 1 C RESOLUTION 14-1976 4irZman4ofthe EPlann4ingCom:m�'-Iipn of t e ounty of Contra Costa, State of California ATTEST: Couro t oing ommissi o the o Contra Vosta, State of alifornia tlllicrofiifmv�j wijh board order RESOLUTION NO. 14--1978 BE IT FURTHER RESOLVED that the Planning Commission further recommends that the Board of Supervisors sign a contract with the property owner as a requirement to establishing a Preserve ; and BE IT FURTHER RESOLVED that this recommendation be approved because (I) this application for change from A-2 & A-3 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963: and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the some to the Board of Supervisors all in accordance with the provisions of the Conservation and Planning Law of the State of California. An instruction by the Planning Commission to prepare this resolution incorporating the above and aforementioned was given by motion at a regular meeting by the following vote.- AYES: ote:AYES: Commissioners - WALTON, MILANO, COMPAGLIA, YOUNG,PHILLIPS, STODDARD, ANDERSON. NOES: Commissioners - NONE. ABSENT: Commissioners- NONE. ABSTAIN: Commissioners - NONE. 1, Donald E. Anderson, Chairman of the Planning Commission of the County Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on January 24, 1978 and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners- Milano, Compaglia, Young,Phillips, Stoddard, Walton, Anderson. NOES: Commissioners- None. ABSENT: Commissioners - None. ABSTAIN: Commissioners- None. Microfilmed with board order -2- RESOLUTION NO. 14-1978 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY RONALD E. NUNN (APPLICANT AND OWNER), (2194- RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE BRENTWOOD AREA OF SAID COUNTY. WHEREAS, on September 17, 1968, the Board of Supervisors of the County of Contra Costa, California, by Resolution No. 68-635, established rules and procedures for the establishment of Agricultural Preserves and the execution of land conservation agreements; and WHEREAS, a request by RONALD E. NUNN, (2194-RZ) to rezone land in the Brentwood area, from General Agricultural District (A-2) and Heavy Agricultural District (A-3), to Agricultural Preserve District (A-4), was received on November 1, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the Land Conservation Agreement standards and conforms to the uses allowed in an A-4 District and thereby recommends to the Planning Commission of the County of Contra Costa, California, that this application be APPROVED as submitted; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by the Planning Commission on January 17, 1978, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and now therefore BE IT RESOLVED that the Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of RONALD E. NUNN, (2194-RZ), be APPROVED as to the change from General Agricultural District (A- 2) and Heavy Agricultural District (A-3) to Agricultural Preserve District (A-4), and that this zoning change be made as is indicated on the findings map entitled: A Portion of the Districts Map for the Oakley-Brentwood Highway Area Insert Map No. 45, and Byron Division, Sector 1, Contra Costa County, California, which is attached hereto and made a part hereof; and Micro.iinzuci will, i3aara order (10519 ' ��•.�r/• ..n � /� Q:h�wr 1�A"G3i '� J SCI 1` 1" = 4000 / 7 71 '/ ./ • / / /.fir:. • Y A- A 4, / CITY /a - _ / jc Rezone �� R�" From To (, , Chairman of the Contra Costo County Planning Commission, State of California, do hereby certify that this is a true and correct copy of gygOM jpIVISIdM_ SL�TAt I _ to MT It 01 dff LANTY_ CA I Pea MIA. indicating thereon the decision of the Contra Costa County Planning Commission in the matter of VOMALn hairman of the Contra Cos County i Planning Commission, State of Calif. ATTEST• / _$ecr tary of the Contra Cost aunty Plan ing omm' Sion, State of Calif. Findings Map ! 520 Microrilmad with board order RESOLUTION 15-1978 Cha7r'-man of the Planning Commission oft ounty of Contra Costa, State of California ATTEST; 5e6reta# 4f the lane ommissi Of the County of Gontra Cos a, State of alifornia r '3- ftuofiimad with board order n0521 RESOLUTION NO. 15-1978 BE IT FURTHER RESOLVED that the Planning Commission further recommends that the Board of Supervisors sign a contract with the property owner as a requirement to establishing a Preserve ; and BE ITTURTHER RESOLVED that this recommendation be approved because(1) this application for change from A-3 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963: and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the some to the Board of Supervisors all in accordance with the provisions of the Conservation and Planning Law of the State of California. An instruction by the Planning Commission to prepare this resolution incorporating the above and aforementioned was given by motion at a regular meeting by the following vote.- AYES: ote:AYES: Commissioners- WALTON, MILANO, COMPAGLIA, YOUNG, PHILLIPS, STODDARD, ANDERSON. NOES: Commissioners- NONE. ABSENT: Commissioners- NONE. ABSTAIN: Commissioners- NONE. 1. Donald E. Anderson, Chairman of the Planning Commission of the County Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on January 24, 1978 and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners- Milano, Compaglia, Young, Phillips, Stoddard, Walton, Anderson. NOES: Commissioners - None. ABSENT: Commissioners - None. ABSTAIN: Commissioners - none_ -2- 1.11uo►►unud witi, board order 00522 RESOLUTION NO. 15-1978 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY RONALD-E. & SHIRLEY NUNN (APPLICANTS AND OWNERS), (2195-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE BRENTWOOD AREA OF SAID COUNTY. WHEREAS, on September 17, 1968, the Board of Supervisors of the County of Contra Costa, California, by Resolution No. 68-635, established rules and procedures for the establishment of Agricultural Preserves and the execution of land conservation agreements; and WHEREAS, a request by RONALD E. & SHIRLEY A. NUNN , (2195-RZ) to rezone land in the Brentwood area, from Heavy Agricultural (A-3) to Agricultural Preserve District (A-4), was received on November I, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the Land Conservation Agreement standards and conforms to the uses allowed in an A-4 District and thereby recommends to the Planning Commission of the County of Contra Costa, California, that this application be APPROVED as submitted; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by the Planning Commission on January 17, 1978, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and now therefore BE IT RESOLVED that the Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of RONALD E. $ SHIRLEY A. NUNN , (2195-RZ), be APPROVED as to the change from Heavy Agricultural District (A-3) to Agricultural Preserve District (A-4), and that this zoning change be made as is indicated on the findings map entitled: A Portion of Byron Division Sector I, Contra Costa County, California, which is attached hereto and made a part hereof; and 7�,licroii►cnoJ with boord order `1+►523 ' L:W 3 J /7F-7 az • /AZ / _ .. �� , • row. / , Rezong X. �.,.. ,/ �;'-'.'•'-�.'. .�;. From To�_ 1 ' �� r .� •f .:: l ' •I J /.� •�Al � ,M. O/ I.w•I• •�� f jA 4 L L1-7 N 4.4 / / /A-3 a, 1" =4000' 1, Qp r%F_ SaettLr Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A pnmtInt& AL�eeaa►�w _ indicating thereon the decision of the Contra Costa County Planning Commission in the matter of Pa% A.-.D C: 21-9 RZ •y airman of the Contra Costa unty Planning Commission, State of Calif. ATTE T: Se ret y of t e Contra Costa ounty Findings Ma Pl 'nning Com ission, State of Cal i F. g p 11524 Microfilmed with 'board ordx RESOLUTION NO. 16-1978 C Arman of the Planning C fission of the County of Contra Costa, State of Calif is ATTEST: i Se r ary qf PIc)v)fQgRbmmissiqp,'bf the C ty of, on a Co a, State of alifornio -3- h1-uu,i,m-ad with board order RESOLUTION NO. 16-1978 BE IT FURTHER RESOLVED that the Planning Commission further recommends that the Board of Supervisors sign a contract with the property owner as a requirement to establishing a Preserve ; and BE IT FURTHER RESOLVED that this recommendation be approved because (1) this application for change from A-2 & A-3 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963: and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the some to the Board of Supervisors all in accordance with the provisions of the Conservation and Planning Law of the State of California. An instruction by the Planning Commission to prepare this resolution incorporating the above and aforementioned was given by motion at a regular meeting by the following vote: AYES: Commissioners- WALTON, MILANO, COMPAGI-14 YOUNG, PHILLIPS, STODDARD, ANDERSON. NOES: Commissioners- NONE. ABSENT: Commissioners- NONE. ABSTAIN: Commissioners - NONE. I, Donald E. Anderson, Chairman of the Planning Commission of the County Contra Costa, State of California, hereby certify that the foregoing was duly tailed and held in accordance with the law on January 24, 1978 and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners- Milano, Compaglia, Young, Phillips, Stoddard, Walton, Anderson. NOES: Commissioners - none. ABSENT: Commissioners - none. ABSTAIN: Commissioners - None. ©©526 Mic(o.siMa(A With board order RESOLUTION NO. 16-1978 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY RONALD_E. & SHIRLEY A. NUNN (APPLICANTS & OWNER), (2196-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE BRENTWOOD AREA OF SAID COUNTY. WHEREAS, on September 17, 1968, the Board of Supervisors of the County of Contra Costa, California, by Resolution No. 68-635, established rules and procedures for the establishment of Agricultural Preserves and the execution of land conservation agreements; and WHEREAS, a request -by RONALD E. & SHIRLEY A. NUNN , (2196-RZ) to rezone land in the Brentwood area, from General Agricultural District (A-2) and Heavy Agricultural District (A-3), to Agricultural Preserve District (A-4), was received on November 1, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the Land Conservation Agreement standards and conforms to the uses allowed in an A-4 District and thereby recommends to the Planning Commission of the County of Contra Costa, California, that this application be APPROVED as submitted; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by the Planning Commission on January 17, 1978, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission.having fully considered and evaluated all the testimony and evidence submitted in this matter; and now therefore BE IT RESOLVED that the Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of RONALD E. & SHIRLEY A. NUNN , (2196-RZ), be APPROVED as to the change from General Agricultural District (A-2) and Heavy Agricultural District (A-3) to Agricultural Preserve District (A-4), and that this zoning change be made as is indicated on the findings map entitled: A Portion of Byron Division, Sector 4, Contra Costa County, Califiomia. which is attached hereto and made a part hereof; and Microfilmed with board order 00527 • /� : /j - = 4000' �Q 3 /1 f' :ti.ve cai�::•.r ; / /'' / '/ / �•''•�"',l R•100j R • qlr / •-1.1.1. / I 16�//''/�� /l �rBRENTW000 �_., f ! •. rte....,.... � .. 1142 Rezone A-4 ✓,' , ", " /� 2 From AL To 1, �otia�aE Arps_, Chairman of the Contra Costa County Planning Commission, State of California, do hereby certify that this is a true and correct copy of A QeWrkoy 0j;\CI ; %LIwesNt4 indicating thereon the decision of the Contra Costa County Planning ` Commission in the matter of Bpw&,-r,rt� Nyuy oirman of the Contra Costa Co my Planning Commission, State of Calif. ATTEST.r ecret ry af th ontra Costa ounty Plann' g omn4ssion, State of Calif. Findings Map Microfilmed with board order RESOLUTION 17-1978 C firman of the Planning Com 'ssion of the County of Contra Costa, State of California ATTEST; Secr ar the I Rig ommi o t unty f ontra C sto, State o olifornio { -3- Macroiiimed with board order RESOLUTION NO. 17-1978 BE IT FURTHER RESOLVED that the Planning Commission further recommends that the Board of Supervisors sign a contract with the property owner as a requirement to establishing a Preserve ; and BE IT FURTHER RESOLVED that this recommendation be approved because(1) this application for change from A-2 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963: and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the some to the Board of Supervisors all in accordance with the provisions of the Conservation and Planning Law of the State of California An instruction by the Planning Commission to prepare this resolution incorporating the above and aforementioned was given by motion at a regular meeting by the following vote.- AYES: ote:AYES: Commissioners- WALTON, MILANO, COMPAGLIA, YOUNG, PHILLIPS, STODDARD, ANDERSON. NOES: Commissioners- NONE. ABSENT: Commissioners- NONE. ABSTAIN: Commissioners - NONE. I, Donald E. Anderson, Chairman of the Planning Commission of the County Contra Costa, State of California, hereby certify that the foregoing was. duly called and held in accordance with the law on January 24, 1978 and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: AYES: Commissioners - Milano, compaglia, Young, Phillips, Stoddard, Walton, Anderson. NOES: Commissioners - None. ABSENT: Commissioners- none. ABSTAIN: Commissioners- None. -2- 0 30 MiGs"siimaci with board oraar RESOLUTION NO. 17-1978 RESOLUTION OF THE PLANNING COMMISSION OF THE COUNTY OF CONTRA COSTA, STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECOMMENDATIONS ON THE REQUESTED CHANGE BY RONALD E. & SHIRLEY A. NUNN (APPLICANT AND OWNER), (2197-RZ), IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE BRENTWOOD AREA OF SAID COUNTY. WHEREAS, on September 17, 1968, the Board of Supervisors of the County of Contra Costa, California, by Resolution No. 68-635, established rules and procedures for the establishment of Agricultural Preserves and the execution of land conservation agreements; and WHEREAS, a request by RONALD E. AND SHIRLEY A. NUNN (APPLICANT AND OWNER), (2197-RZ), to rezone land in the Brentwood area, from General Agricultural District (A-2) to Agricultural Preserve District (A-4) was received on November I, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the Land Conservation Agreement standards and conforms to the uses allowed in an A-4 District and thereby recommends to the Planning Commission of the County of Contra Costa, California, that this application be APPROVED as submitted; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by the Planning Commission on January 17, 1978, whereat all persons interested therein might appear and be heard; and WHEREAS, the Planning Commission having fully considered and evaluated all the testimony and evidence submitted in this matter; and now therefore BE IT RESOLVED that the Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of RONALD E. AND SHIRLEY A. NUNN, (2197-RZ), be APPROVED as to the change from to Agricultural Preserve District (A-4), and that this zoning change be made as is indicated on the findings map entitled: A Portion of Byron Division, Sector 1, Contra Costa County, California, which is attached hereto and made a part hereof; and 00531 Mao ilmsd with board order A J!!/!.♦ !!! l.I.d/!!//!ili/rliilii rsiir ,rrs.Iir�rw�►ssl.��ri��►il.♦.i.♦.N►s.�►lw . !lira- atra.♦.�r�I !!♦a.slis�►i.♦iialiri iri.��.ra►�r oriliiiM�►vvi�ir►i►dr�►�sl.� l.Iu �.ariia�s�rir�- r � • �r' �.�► �►i!i , .rata► / PEA irdrl,�.�rs� No I.AmeAmw 14-Y&uu& Chairman ` 1I j �.♦r�����r% �Il� �! iit�c�ii�►.�i ` `�►i i O�Iliila►lii�'.i�ii z t; of Area Planning Commission, of • •i hereby certify that this is a true and correct copy of,A PajL-r tali CIF KT- biAwta * hwiliclim i • • Indicating thereon decision • • Area Planning • • in the ofNL r L &*A" NAA Chairman of • alley Area f Planning Commisi itp • fif• itay ATTES T: Y i t of Ramon Planning Com4ssion, State Californiaa r • RESOLUTION NO. 8-1978 (SR) AYES: Commissioners - Olander, Kennett, Best, Meakin, Burow, Wright, Young. NOES: Commissioners - None. ABSENT: Commissioners - IJone. ABSTAIN: Commissioners - None. Chairman of the San Ranb Va f4ey Area Planning Commission of t e Codnty of Contra Costa, State of California ATTEST: i. SecXetary Yf the Sary Ramon Valleyrea PP anninc, Commission of the County of Contra Costa, State of California , wirn Uoard order RESOLUTION NO. 8-1978 (SR) zoning change be made as is indicated on the findings map entitled: A Portion of Mt. Diablo Division, Sectors 8 & 9, Pleasanton Division, Sectors 2 F 3, Contra Costa, County, California, which is attached hereto and made a part hereof; and BE IT FURTHER RESOLVED that the San Ramon Valley Area Planning Commission further recommends that the Board of Supervisors sign a contract with the property owner as a requirement to establishing a Preserve; and BE IT FURTHER RESOLVED that this recommendation be APPROVED because (1) this application for change from A-2 to A-4 conforms to the Land Use and Circulation Plan adopted in 1963; and BE IT FURTHER RESOLVED that the Chairman and Secretary of this Planning Commission shall respectively sign and attest the certified copy of this resolution and deliver the same to the Board of Supervisors all in accordance with the provisions of the Conservation and Planning Law of the State of California. An instruction by the San Ramon Valley Area Planning Commission to prepare this resolution incorporating the above and aforemention was given by motion at a regular meeting by the following vote: AYES: Commissioners - BEST, BUROW, MEAKIN, OLANDER, YOUNG NOES: Commissioners - NONE. ABSENT: Commissioners - WRIGHT, KENNETT. ABSTAIN: Commissioners - NONE. I, Andrew H. Young, Chairman of the San Ramon Valley Area Planning Commission of the County of Contra Costa, State of California, hereby certify that the foregoing was duly called and held in accordance with the law on Wednesday, January 25, 1978, and that this resolution was duly and regularly passed and adopted by the following vote of the Commission: hlicro1i1mau with board order -2- RESOLUTION NO. 8-1978 (SR) RESOLUTION OF THE SAN RAMON VALLEY AREA PLANNING CONZIISSION OF THE COUNTY OF 111E STATE OF CALIFORNIA, INCORPORATING FINDINGS AND RECONMENDATIONS ON THE REQUESTED CHANGE IN ZONING BY HAINES AND WALKER (APPLICANTS) FRANK J. AND CLARA MAE BONDE (OWNERS), (2202-RZ) , IN THE ORDINANCE CODE SECTION PERTAINING TO THE PRECISE ZONING FOR THE TASSAJARA AREA OF SAID COUNTY. WHEREAS, on September 17, 1968, the Board of Supervisors of the County of Contra Costa, California, by Resolution No. 68-635, established rules and procudures for the establishment of Agricultural Preserves and the execution of land conservation agreements; and WHEREAS, a request by HAINES AND WALKER (Applicant) , (2202-RZ) , to rezone land in the Tassajara area, from General Agricultural District (A-2) to Agricultural Preserve District (A-4) , was received on November 22, 1977; and WHEREAS, the Planning Staff reviewed the aforementioned application and finds that this application meets the Land Conservation Agreement standards and conforms to the uses allowed in an A-4 District and thereby recommends and to the San Ramon Valley Area Planning Commission of the County of Contra Costa, California, that this application be APPROVED as submitted; and WHEREAS, after notice thereof having been lawfully given, a public hearing was held by San Ramon Valley Area Planning Commission on Wednesday, January 11, 1978, whereat all persons interested therein might appear and be heard; and WHEREAS, the San Ramon Valley Area Planning Commission having fully considered and evaluated all the testimony and evidence submitted -in this matter; and now therefore BE IT RESOLVED that the San Ramon Valley Area Planning Commission recommends, to the Board of Supervisors of the County of Contra Costa, that the rezoning request of HANES AND WALKER (Applicant) , (2202-RZ), be APPROVED as change from General Agricultural District (A-2) to Agricultural Preserve District (A-4) , and that this Microfilmed with board order In the Booed of Supervisors of Contra Costo Counter, State of Califomia January 3 , 19 78 In #6 Matter of Hearing on proposed ABAG Environmental Management Plan. As recommended by Supervisor R. I. Schroder, IT IS BY THE BOARD ORDERED that February 7, 1978 at 2 p.m. is FIXED as the time for a public hearing before this Board with respect to the proposed Environmental management Plan ,of the Association of Bay Area Govern- ments, and to consider recommendations for revisions thereto. The foregoing order was passed on January 3, 1978 by unanimous vote of the Board. I hereby certify that the foregoing is a true and correct copy of an order entered on the minutes of said Burd of Supervisors on the date aforesaid. c.c. Director of Planning Witness my hand and the Sed of the Board of County Administrator Supervisors affixed this 3rd day of January 1978 .,►t c OLSSON, Clerk By Geraldine Russell p"ty Clark H-24 3176 I5m 01)fici � l r In the Board of Supervisors of Contra Costa County, State of California JAN 319,3 3 , 19 In tine Motw of Authorization for FY 1977/78 Novation Contracts with Mental Health, Drua Abuse and Alcohol Program Contractors for 7/1/77 to 6/3 /78 In accordance with the Board's Orders dated June 28, 1977, authorizing the Director, Human Resources Agency to negotiate mental health, drug abuse, and alcohol services contracts to continue the provision of services, and Board's Orders dated July 19, 1977 and October 11 , 1977 which provided for interim contract payments to certain Mental health, drug abuse, and alcohol Droaram contractors by approvina contract extensions for the periods July 1 , 1477 to September 30, 1977 and October 1, 1977 to December 31 , 1977, and further; The Board having approved on November 8, 1977 the Finance Committee Report on Contract Payment Problems, which authorized the Director, Human Resources Agency to apply the recommendations of this report to appropriate Human Resources Aqency contracts; IT IS BY THE BOARD ORDERED that the Director, Human Resources Agency is AUTHORIZED to execute County Counsel approved Novation Contracts with the following Mental Health, Drug Abuse, and Alcoholism Service Providers for the 1977-78 fiscal year period: , CONTRACT PAYMENT LIMIT NUMBERS 7/1/77 to 6130/78 24-700-7 Contra Costa Crisis and Suicide Intervention 5,936 Service (formerly Contra Costa Suicide Prevention) 24-705-9 We Care Society, Inc. $ 202,808 24-707-7 Contra Costa County Association for the Mentally $ 157,766 Retarded Inc. 24-708-7 Richmond Unified School District (Knolls Languane) $ 53,500 Center 24-710-7 City of Antioch (Reach Project) $ 16,324 24-727-8 Many Hands, Inc. $ 98,900 24-728-9 Rubicon, Inc. $ 112,574 24-751-9 Phoenix Programs, Inc. $ 357,667 24-753-6 Cambia, Inc. $ 531,033 24-759-3 Contra Costa Children's Council $ 59,704 24-722-10 Bi Bett, Inc. 401 ,740 24-723-10 North Richmond Neighborhood House 258,634 24-736-10 Sunrise House $ 93,280 24-739-9 National Council on Alcoholism-Bay Area Inc. $ 30,436 24-743-1 Fast County Community Detoxication Center $ 127,818 (11-1-77 to 6-30-78 only) 24-745-9 E1 Sobrante Valley Activities Center $ 26,129 24-758-3 City of Pittsburq $ 41 ,032 24-749-8 Contra .Costa County Superintendent of Schools $ 161 ,230 (1 year contract without Novation Provisions) page 1 of 2 page 2 of 2 r IT IS BY THE BOARD FURTHER ORDERED that all contracts specified above will contain provision for automatic extension effective July 1 , 1978 unless otherwise terminated. PASSED BY THE BOARD ON January 3, 1978. I hereby certify that the foregoing is a true and cored copy of an order o vined on the minutes of said Board of Supervisors an the daft aforesaid. Ori g: Human Resources Agency Witness my hand and the Soot of the Board of Attn: Contracts R Grants Unit Supervisors JAN cc: County Administrator County Auditor-Controller this day of 19 County Medical Services/ Mental Health J J. R. OLSSON, Clark ' 12 Do" Clerk H-24 4/77 15m 0 ' 3,3 Contra Costa County Standard Form ` STANDARD CO.yTRACT (Purchase of Services) 1. Contract Identification. Number 2 4 7Z3 - 1 O Department: Medical Services - Mental Health Subject: Alcoholism services novation contract 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: NEIGHBORHOOD HOUSE OF NORTH RICHMOND, INC. Capacity: Nonprofit California corporation Address: 321 Alamo Avenue, Richmond, California 94801 3. Term. The effective date of this Contract is July 1, 1977, and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $258.634 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 Alcoholism Plan and Program Budget for 1977-78 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, Sections 5170 - 5176; Welfare and Institutions Code, Section 19900, et seq. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA CALIFORNIA CONTRACT By By XrMAXIMi[, Board of Supervisors Designee (Designa official capacity in business Attes : J. R. 01 son, Coun y Clerk and of ix corporation seal) State of California ) By County of Contra Costa ) ss. Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommen ed by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation De-srgn or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator, or a resolution of its board of directors. Form Approv�RM�APPR VCDX HRA Contracts A r11r.!stn ` dated: 7 Bwow WWy e s i g nee ELIZABETH P. HUTCHINS DEPUTY COUNTY CLERK Contra Costa County, California (A-4617 REV 6/76) t ri�539 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Numbe� o O 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 the 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. $ 21,552 monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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.] [ J 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 [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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- i) 40 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 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 (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 be 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. fSee Special Conditions, Paragraph 2.1 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. (A-4618 REV 6/76) -2- r- AA SERVICE PLAN 2 Number 4 723 - 10 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 Payment Cost Reporting System Manual for County Alcoholism Programs. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of three years and a value in excess of $300 (or as otherwise may be required by County), 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 Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Payment Cost Reporting System, as issued by the Office of Alcoholism. 4. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 5. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 6. Service. The Contractor shall provide the following services during the term of this Contract: a. Fauerso New Way Center. The Contractor shall provide Recovery Home Services at its State-certified residential facility seven (7) 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: (1) Training in meal preparation and household maintenance. (2) Teaching responsibility for household and cooking chores. (3) Helping develop social skills. (4) Training for self care. (5) Assisting with visits to doctors, dentists, other programs, other community resources. (6) Providing recreation. (7) Organizing group or community meetings. (8) Providing individual counseling. b. Hollomon Detoxification Center. Social Setting Detoxification Services will be provided at State-certified Jessie Willis Hollomon Detoxification Center, 1527 - 13th Street, San Pablo, California, designated by the Board of Supervisors as a facility for 72-hour treatment and evaluation of inebriates pursuant to the pro- visions of Welfare and Institutions Code Section 5170, and to be maintained by the Contractor for the purposes specified in W b I Code Section 5170. 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 referred 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. 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 shorter or longer stay may be arranged, subject to the terms of Welfare and Institutions Code Section 5171. Initials: ZA4 on r c or oun y Dept. -1- 00,i42 SERVICE PLAN - 24 72 ;1 ` 10 Number The primary objective of the program is to provide a supportive atmosphere in which a client can recover from the toxic effects of alcohol and to provide the same individual with information regarding alternatives. 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 clients' personal belongings, 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. I= 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. c. Porter Storm Drop-In Center. Drop-in services will be provided at Contractor's facility, located at 400 Harbour Way, Richmond, California, five (5) days per week, Monday through Friday, 9:00 a.m. to 5:00 p.m., for persons who wish to come and go as they please. The program will be non-structured and will consist of information and referral services and other social services in a comfortable setting. Participants will be provided with coffee, chairs, opportunities to visit with other participants, read, and/or participate in other activities as available. The primary emphasis will be to provide supportive, non-institutional service to the sober alcoholic. 7. Service Units. Contractor shall provide not less than the following units of service: a. Recovery Home Services. 4,000 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of service as described in 6.a. 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. Seventy-Two Hour Detoxification Services. 5,800 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of service as described in 6.b. 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 withi.- a residential setting provided by Contractor. c. Drop-In Services. 2,000 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of Drop-In Service for one client during any portion of a single eight- hour day during which a client comes to the drop-in facility. Initials: 4 Contr ctor County Dept. -2- 00543 BUDGET OF ESTIMATED PROGRAM EXPENDITURES Number 24 723 - 10 Estimated 12-Month Amounts A. Operational Budget. Cost Categories 1. Personnel $ 220,370 2. Operational Cost 900 3. Administrative Costs 15,304 4. Facility Costs 38,710 5. Equipment 6 Supplies 2,701 6. Program Support 32,408 Gross Allowable Program Cost $ 310,393 Applicable Outside Revenue* ($ 30,000) Net Allowable Program Cost $ 280,393 Donations* ($ 20,759 ) NET ALLOWABLE CONTRACT COSTS - CONTRACT PAYMENT LIMIT $ 258,634 *Monies to be collected and applied to the Gross Allowable Program Cost by Contractor during the 12-month program period. Estimated Program Amounts B. Net Program Budget. (County Reimbursement) 1. Recovery Home Service $ 171,720 2. 72-Hour and Social Setting Detoxification Services 58,843 3. Drop-in Service 28,071 TOTAL (Contract Payment Limit) $ 258,634 C. Changes in Program Payment Limits Subject to the Payment Limit of this contract, and in accordance with State guidelines, each line item budget amount specified above may be changed, but only if the change does not exceed 15% of the total budget for State and Federal funds, or $20,000, whichever is less, and only with prior written authorization from the County's Alcoholism Program Chief. ZInitials: _s�.fL-�--- Contractor County Dept. SPECIAL CONDITIONS (Alcoholism Programs) Q �f Number 24 ` 2 tp O I. Novation. The parties having entered into a prior 3-month contract Extension, Number 24-723-8 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24-723-9 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 258,634 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: Contractor County Dept. -1— SPECIAL CONDITIONS (Alcoholism Programs) 2 4 7c 3 - 10 10 Number TT d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' aepresentative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non— discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State—funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, _ or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici— pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: ZA Contrtctor County Dept. —2— s: �4 SPECIAL CONDITIONS (Alcoholism Programs) '73 - 10 Number 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph S. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and -Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 129,317 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 129,317 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1978-79. S. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Alcoholism Program Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State alcoholism program funding applicable to this Contract or a surplus of available County alcoholiss program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue S Taxation Code 5107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue & Taxation Code 5107.6, and waives all rights to further notice or to damages under that or any comparable statute. Initials: Contractor CoAly Dept. —3— +��1 r74S Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1 00547 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. ehe Ganney, its 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- � 54� 0ftiWr:+ wffil4ft Wawa" YI Co::'_ra Costa County Standard Fora STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 74a . 9 Departrant: Medical Services - Mental Health Subject: 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: EL SOBRA.NTE ACTIVITIES CENTER Capacity: Public Agency Address: 5145 Sobrante Avenue, E1 Sobrante, California 94803 3. Term_ The effective date of this Contract is July 1, 1977, and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Linit. County's total payments to Contractor under this Contract shall not exceed $ 26,129 5. Countv's Obligations. County shall make to the Contractor those payments described in the Pavment ?rovisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reverence, subject to all the terms and conditions contained or incorporated herein. 7. 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. 8. Project. This Contract implements in whole or in part the following described Project, the ap?lication and approval documents of which are incorporated herein by reference: Contra Costa County Mental Health Services (Short-Doyle) Annual Plan for FY 1977-78 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): California Government Code Section 26227. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CON—IRA COSTA CALIFORNIA CONTRACTOR SBy By XFINN3oazd of Supervisors Designee �_ �_. -�i�/.l-r2✓cam_ (Designate official capacity in business Attest: J. Ols n, County lerk and affix corporation seal) State of California ) ss. By County of Contra Costa ) De ty ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By j� ;' � �� they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a reso1 on of its board of directors. Form Approved: -CRi3idiit-�pif�f�C �� u,4PPROVED` Dated: NRA Coftlr3C(S �, iri;irzt0l By. 'S rk ELIZABETH P. HUTCHINS DEPUTY COUNTY C!-EP,K 1 0 i4(� Contra Costo County, California (A-4617 REV 6/76) Contra ^Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) 24 745 9 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 the 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 [ J 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. $ 2,177 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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. Pavment Demands. Contractor shall submit written demands monthly or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) Cenzr_ Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) 24 - 745 . 9 Number 3. 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 insu==iciently documented, (b) the Contractor has neglected, failed or refused to furnish information or to cooperate with any inspection, review or audit of its pre?:am, work or records, or (c) Contractor has failed to sufficiently itemize or docu.=-ant its demand(s) for payment. 6. Cost Report and Settlement. No later than sixty (60) days following the te=ination of this Contract, Contractor shall submit to County a cost report in the fo^_ 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. Uay--en: --ousts) above exceed the allowable costs that have actually been incurred b} Cc,tractor under this Contract, Contractor shall remit any such excess amount to County. [See Special Conditions, Paragraph 2.1 7. Audits. The records of the Contractor may be audited by the County, State, or _=iree_ States government, in addition to any certified cost report or audit required by tie Service Plan. Any certified cost report or audit required by the Service Plan snail be submitted to County by Contractor within such period of time as may be expressed by a?plicable State or Federal regulations, policies or contracts, but in no event later than 18 tenths from the termination date of this Contract. If such audit(s) show that the pa_.ants made by County pursuant to Paragraph 2. (Payment Amounts) above exceed the al?��abi� costs that have actually been incurred by Contractor under this Contract, izci:d� = any adjustments made pursuant to Paragraph 6. (Cost Report and Settlement) abc-.e, t an 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 ?aragraph 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 com?lying 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 Count-.'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 per--c properly any of its obligations under this Contract. (A-4518 REV 6/76) -2- 00551 SERVICE PLAN 24 - 745 - 9 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 limited 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 or appropriate State regulations) , 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. 5. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. The Contractor shall provide an activity program for the community of E1 Sobrante 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. 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. Initials: 7� Contractor County Dept. -1- SERVICE PLAY Number 24 - 745 - 9 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 book- keeping staff shall not be included. 11. Number of Service Units. Contractor shall provide for County not less than 2,000 units of service. Initials: Contractor County Dept. 64 -2— X53 BUDGET OF ESTIMATED PROGRAM EXPENDITURES (Short-Doyle Programs) 24 - 745 - 9 Number 12-MONTH 1. COST CATEGORIES. FISCAL YEAR PERIOD a. Staff Salaries and Fringe Benefits $ 21,962 b. Operating Expenses 9,100 c. Administrative Charges (Allocated) -0- d. Liability Insurance 400 e. Other 3,000 TOTAL GROSS ALLOWABLE PROGRAM COSTS $ 34,462 [Adjustments in County's total payments to Contractor, in accordance with the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall not be limited by the specific line item Cost Category amounts set forth above.] 2. Less Non-County Program Revenues. a. Client Fees & Insurance and Subvention Amounts ($ -0- ) To Be Collected and Provided By Contractor NET ALLOWABLE PROGRAM COSTS $ 34,462 b. Donations To Be Collected and Provided ($ 8,333 ) By Contractor 3. NET ALLOWABLE CONTRACT COSTS (Contract Payment Limit) $ 262129 Initials: �� Contractor County Dept. SPECIAL CONDITIONS (Short-Doyle Programs) 24 - 745- -4 _ 745 _ Number 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24-745-7 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24-745-8 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 26,129 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: �� TT Contractor County Dept. -1- SPECIAL CONDITIONS (Short-Doyle Programs) Number 24 C5 . 9 d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' representative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: �f ;Z, Contractor County Dept. -2- `i ! 9i 15t�� SPECIAL CONDITIONS (Short-Doyle Programs) . Number 24 - 745 - 9 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 13,064 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79 and any modifications or revisions thereof." C. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 13,064 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79. 5. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Short--Doyle Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State Short-Doyle funding applicable to this Contract or a surplus of available County Short-Doyle program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code 5107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue b Taxation Code 5107.6, and waives all rights to further notice or to damages under that or any comparable statute. Initials: 7 Contractor County Dept. -3- 0� �'1 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 th,=• United States Government, the Contractor's regular business records and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 3. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) _l_ ��q L Contra Costa County Standard Form GENERAL CO"„MITIONS (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. 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 nromi.ses and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate .list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving servi_es, 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 aut)*orized by law may be guilty of a i.,isd emeanor. 17. 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. (A-4616 REV 6/76) -2- nit Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the Geanty, its agents or employees, 9F any ethe* pe*9an or eneity" 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special,, Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 9c60 Contra Ccsca County Standard Form S T-'14TD3.RD CONTRACT Uurchl asa of Seri ices) `' " - 10 1. Contract Identification. Number 24 '� r" Department: Medical Services - Mental Health Subject: Alcoholism services novation contract 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, INC. Capacity: Nonprofit California corporation Address: 1530 Ellis Street, Concord, California 94520 (Mail: P.O. Box 4587, Concord, California 94524 3. Term. The effective date of this Contract is July 1, 1977, and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Liait. County's total payments to Contractor under this Contract shall not exceed $ 453,740 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 Alcoholism Plan and Program Budget for 1977-78 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, Section 19900, et seq. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA ONTRACTOR 14By B !�eUnt=ww Board of Supervisors � 4 (Designate official capacity in business ttest: -R. Olssotr,County , erk/--' and affix corporation seal) i State of California ) By County of Contra Costa ) ss. D put ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws or a resolution of its board of directors. Form Approved: County Counsel Dated: 1377e- Rosemary Matossian J� By r" puty County Clerk E!!ZA3ETH P. HI TCWIS +afilmad with board order C CO!�'"��Y CL- 11���'!D� Contrt� Costa County, California � (A-4617 REV b/76) Contra Costa County Standard Form PAl._EN,T PROVISZOYS (Cost Basis Contracts) Number 2 ' ` 2 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 the 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 [ j a. $ monthly, or [ ] b. $ per unit, as dfined 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. $ 37,811 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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 [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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- 00562 Contra Costa County Standard Form PAY�SENT PROVISIONS (Cost Basis Contracts) Number 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. [See Special Conditions, Paragraph 2.1 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. (A-4618 REV 6/76) -2- 00563 SERVICE PLAN Number 2 Q+ f ry ,2 O 1. State Cost Regulations. Pursuant to Paragraph 3. (Allowable Costs) of the Pat=ent 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 Payment Cost Reporting System Manual for County Alcoholism Programs. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of three years and a value in excess of $300 (or as otherwise may be required by County), except teat dart 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 Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Payment Cost Reporting System, as issued by the Office of Alcoholism. /:. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 5. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 5. Service. The Contractor shall provide the following services during the term of this Contract: a. Recovery Home Service will be provided at State—certified residential locations as follows: (1) Ozanum Center, 2931 Prospect Avenue, Concord, California 94518 (2) Diablo Valley Ranch, 115430 Marsh Creek Road, Clayton, CA 94517 Service will be provided seven days a week, twenty—four hours a day and include: (1) Room and board. (2) Training in meal preparation and household maintenance. (3) Training in self—care and personal grooming. (4) Help in developing social skills within the residential setting and larger community. n (5) Recreation. (6) Individual recovery planning. (7) Group or community meetings. (8) Other services as needed and appropriate. Initial ontractor County Dept. -1— SERVICE PLL.N Number 2 4 722 - 10 c. Job Development Services. The Contractor will employ one full-time staff person to direct an employment program for Contractor's recovery home clients. This program will consist of the following: (1) Counseling regarding job readiness. (2) Counseling and training regarding employee responsibilities. (3) Assisting clients in obtaining service contracts (i.e., janitorial service) for actual "On-the-Job" training (OJT). (4) Other counseling or training as appropriate to assist clients with employment planning. d. Alcoholism Drop-in Service Center. Contractor will provide alcoholism services for ambulatory persons who are self-referred or referred by other agencies. Services will be available twenty-four hours per day, seven days per week, and be available to each client for up to twenty-three consecutive hours in Contractor's non-residential facility. The facility will be equipped and staffed to provide beds, snacks, toilet facilities, and information and referral services about other community resources and programs. 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 care or evaluation are not covered under terms of this Contract. 7. Service Units. Contractor shall provide not less than the following units of service: a. Recovery Home Service. Units of Service Ozanum: 5,000 Diablo Valley Ranch: 18,000 A unit of service, for reporting purposes, shall be defined as the provision of Recovery Home Service for one 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. Job Development Services. 300 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of Job Development Services for one staff hour for one or more clients. c. Alcoholism Drop-in Center Services. 7,500 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of Alcoholism Center Services for one client for any period up to 23 consecutive hours during which a client receives services within Contractor's facility. Initials or County Dept. -2- 00565 BUDGET OF ESTIMATED PROGRAM EXPENDITURES Number f,0 722 - 10 Estimated. 12-Month Amounts A. 22eratioaal Budget. Cost Categories 1. Personnel $ 229,135 2. Operational Cost 7,000 3. Administrative Costs 94,769 4. Facility Costs 114,438 5. Equipment S Supplies 41,889 6. Program Support 106,943 Gross Allowable ProgramCost $ 594,174 Applicable Outside Revenue* ($ 192,000 ? Net Allowable Program Cost $ 402,174 Donations* ($ 434) Approved Alcohol Funds $ 401,740 County Revenue Sharing Grant 52,000 NET ALLOWABLE CONTRACT COSTS - CONTRACT PAYMENT LIMIT $ 453,740 *Monies to be collected and applied to the Gross Allowable Program Cost by Contractor during the 12-month program period. Applicable. Outside Revenues Computed as follows: (1) Client Fees $ 140,000 (2) County Revenue Sharing Grant 52,000 TOTAL $ 192,000 Estimated Program Amounts B. Net Program Budget. (County Reimbursement) 1. Recovery Home Service - Ozanrmr Center $ 55,271 -- Diablo Valley Ranch 169,601 2. Job Development Services 15,946 3. Alcoholism .prop-in Service Center 160,922 4. County Revenue Sharing Grant* _ 52,000 TOTAL (Contract Payment Limit) $ 453,740 *Subject to expenditure for County-approved allowable Recovery Home Service costs. C. Changes in Program Payment Limits Subject to the Payment Limit of this contract, and in accordance with State guidelines, each line item budget amount specified above may be changed, but only if the change does not exceed 15X of the total budget State and Federal funds, or $20,000, whichever is less, and only w' rior written authorization from the County's Alcoholism•Progr C Initi s; 4`� r or County Dept. SPECIAL CONDITIONS (Alcoholism Programs) Number 2 4 `r� 202 - 10 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24-722-8 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24-722-9 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 453,740 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Egual Opportunity and Nondiscrimination Requirements. Subject to the General Condi-'tions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initia ra or County Dept. -1- 001967 67 SPECIAL CONDITIONS (Alcoholism Programs) 4 1 Number2 ^ 722 d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' aepresentative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract ; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. I l Initialsyi Contr ctor County Dept. -2- n t c i JJ VCJ SPECIAL CONDITIONS (alcoholism Programs) 24 722 - 10 Number A. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 200,870 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment I.imit of $ 200,870 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1978-79. 5. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Alcoholism Program Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State alcoholism program funding applicable to this Contract or a surplus of available County alcoholism program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code 4107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the Dayment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue b Taxation Code 5107.6, and waives all rights to further notice or to damages under that or any comparable statute. Init'a County DeFF. -3- 0 569 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Pian. (A-4616 REV 6/76) -I- �Z � ha Contra Costa County Standard Form GENERAL CONO ITIONS (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. 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 promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. 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. (A-4616 REV 6/76) -2- C-rt Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) _3_ �0572 ,on_ -�os[a Cay^t;• Standard Form STA_%TA_RD CO\T3.kCT (Purchase of Services) 1. Contract Identification. Number 24 • °70 ' • r Department: Medical Services - Mental Health Subject: Contra Costa Suicide Prevention Hot Line 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 CRISIS AND SUICIDE INTERVENTION SERVICE Capacity: Nonprofit corporation Address: 2717 Main Street, Suite 5, Walnut Creek, California 94596 3. Term. The effective date of this Contract is July 1, 1977, and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 6,500 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 for FY 1977-78 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 VJANHWK Board of Supervisors Designee WiS J��1r.% (Designate official capacityoin %tes R. Olss Coun C %Deku and affix corporation seal) State of California ) / County of Contra Costa ) ss' / ty ACiU;OWLEDGEMENT (CC 11The person signing above foro Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ Bthey signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. orm approved: Fi1am' Dated: By ZL Cti v-... i i •.) ! Notary Pii -- MJ "0 YOSHIURA Microtilmr i wi►il uoard order (, :RNIA (A-L617 REQ' 6!76) . U,-r My CcmmL. "1 .:..rrR..- _. ._° - —...� ..�+.r ti '�frr�MWdln... __ —'.ad.V''Gi �rti.aa..► -_ _ _ _—. __.s.rr...�.rr ... Contra Costa County Standard Form PAY: NT PROVISIONS (Cost Basis Contracts) 24 - 7UU eel 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 the 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. $ 542 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6176) -l- 1 X10 4 Contra Costa County Standard For= PAYMENT PROVISIONS (Cost Basis Contracts) 24 - 700 - 7 Number 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. [See Special Conditions, Paragraph 2.] 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. (A-4618 REV 6/76) -2- i��) ! SERVICE PLAN 24 - 700 - 7 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 limited 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 or appropriate State regulations), 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. 5. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. The Contractor shall provide: a. Continuously available telephone "hot line" service focusing on crisis intervention and suicide prevention for persons who telephone the Contractor. This dservice 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, provide crisis intervention, and/or offer other service as appropriate or available. (4) Persons calling Contractor will be referred to other community resourcesd where appropriate. Initials: Contractor Coun y Dept. 000 �'S .,:. ... ....- ..i..�•.w.V:MiiW.a...»....+.r.�-. __.,.-_ _. ::....- .i�.i.�`w _... I.YOal. -I ' iY'i+i�1✓w. ' it.. SERVICE PLAY 24 - - 7 Number (S) An ongoing information campaign to acquaint all interested County citizens with the availability of Contractor's service. 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 and 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: 0�')_ Contractor County Dept. -2- BUDGET OF ESTIMATED PROGRAM EXPENDITURES (Snort-Doyle Programs) _ Number 2 4 • 7 O V - 12-MONTH I. COST CATEGORIES. FISCAL YEAR PERIOD a. Staff Salaries and Fringe Benefits $ -0- b. Operating Expenses 6,500 c. Administrative Charges (Allocated) -0- d. Liability Insurance -0- e. Other -0- TOTAL GROSS ALLOWABLE PROGRAM COSTS $ 6,500 [adjustments in County's total payments to Contractor, in accordance with the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall not be limited by the specific line item Cost Category amounts set forth above.] 2. Less Non-County Program Revenues. a. Client Fees S Insurance and Subvention Amounts ($ -0- ) To Be Collected and Provided By Contractor NET ALLOWABLE PROGRAM COSTS $ 6,500 b. Donations To Be Collected and Provided ($ -0- ) By Contractor 3. NET ALLOWABLE CONTRACT COSTS (Contract Payment Limit) $ 6,500 Initials: Contractor County Dept. . t� �b SPECI. L CONDITIOSS (Short-Doyle Programs) (� Number 240 ` v 0 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24- 700-5 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24- 700-6 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the paymenrs made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 6.500 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: Contractor County Dept. 001 SPz'!.kL CONDITIONS (Short-Doyle Programs) r Number 2 100 - 7 d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' representative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, sembership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: �c Contractor County Dept. -2- (l05SO SPECIAL CO`iDITIONS • (Short-Doyle Programs) Number 24 - 700 - 7 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 3.250 -(the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month.period. •d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) -above, subject to the 6-month Payment Limit of $ 3,250 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79. 5. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Short-Doyle Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State Short-Doyle funding applicable to this Contract or a surplus of available County Short-Doyle program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue S Taxation Code 5107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue S Taxation Code 5107.6, and waives all rights to further notice or to damages under that or any comparable statute. OLI Initials: 17 I-T Contractor County Dept. , Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. S2 (A-4616 REV 6/76) Contra Costa County Standard Form is GENERAL CONDITIONS (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. 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 promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. 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 inisdemeanor. 17. 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. (A-4616 REV 6/76) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, %ho.�o�i�,_�:.o _Y umser 71 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- t�i���S Contra Costa County Standard."Form STANDARD CONTRACT (Purchase of Services) 24 '743 ' 1 1. Contract Identification. Number Department: Medical Services - Mental Health Subject: Alcoholism services novation contract 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: EAST COUNTY COMMUNITY DETOXIFICATION CENTER Capacity: Nonprofit California corporation Address: 500 School Street, Pittsburg, California 94565 . 3. Term. The effective date of this Contract is November 1, 1977 and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 118,664 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 Alcoholism Plan and Program Budget for 1977-78 and any modifications or revisions thereof. 9. Legal Authoritv. This Contract is entered into under and subject to the following legal authorities: Welfare and Institutions Code, Sections 5170 - 5176; Welfare and Institutions Code, Section 19900, et seq. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR C By B Board of Supervisors - Designee Degrate official capacity in business ttest: R. Ols n, Coun Clerlt and affix corporation seal) State of California ) By County of Contra Costa ) ss. D uty ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and /i business capacities, personally appeared �7 � before me today and acknowledged that he/ B �LG' /�'/ 'X they signed it and that the corporation r' Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: . Dated: L / q PORNf APPROVED HRA Contracts Administrator By - 0 14 -a. 0 , =a= -��Z 61 kclDeputy County Clerk Micro;iimad with board order 0i.�r-- - (A-4617 REV 6/76) C7 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 24 743 - 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 the 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: [ ] 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. Ig] d. $ 14,833 monthly, in advance, for the months of November and December, 1977 and for each subsequent month, thereafter, an advance amount equal to the net allowable program costs which are reported to have been actually incurred for the second calendar month prior to the payment 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 [g] 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 or as specified in 2. (Payment Amounts) above, 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 De_oartment for which this Contract is made or his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) p _1_ ni►4586 - Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 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. (A-4618 REV 6/76) -2- 15-C ►- �}d 1 SERVICE PLAN 2 4 n 13 ` JL number 7Z- 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 Payment Cost Reporting System Manual for County Alcoholism Programs. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of three years and a value in excess of $300 (or as otherwise may be required by County), 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 Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Payment Cost Reporting System, as issued by the Office of Alcoholism. 4. Admission Policy. Contractor's services shall be provided in accordance with Contractorsadmi s n policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 5. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 6. Service. The Contractor shall provide the following services during the term of this Contract: a. Social Setting Detoxification Services will be provided at State- certified East County Community Detoxication Center, 500 School Street, Pittsburg, California 94565, designated by the Board of Supervisors as a facility for 72-hour treatment and evaluation of inebriates pursuant to the provisions of Welfare and Institutions Code Section 5170, and to be maintained by the Contractor for the purposes specified in W & I Code Section 5170. 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 referred 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. 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 shorter or longer stay may be arranged, subject to the terms of Welfare and Institutions Code Section 5171. The primary objective of the program is to provide a supportive atmosphere in which a client can recover from the toxic effects of alcohol and to provide the same individual with information regarding alternatives. 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 clients' personal belongings, 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. Initials: Contractor County Dept. -1- (�;) 88 SERVICE PLAN Number 4 743 - 1_ 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. b. Recovery Home Services will be provided at State-certified residential facilities and will include the following: (1) Room and Board. (2) Education regarding alcoholism and recovery. (3) Contact with other residents, when appropriate. (4) Recreational opportunities. (5) Help in developing social skills within the residential setting and larger comunity. (6) Individual recovery planning. (7) Group and/or community meetings. (8) Other services as needed or appropriate. c. Drop-In Services will be provided at Contractor's facility, located at 62 East 4th Street, Pittsburg, California, five (5) days per week, Monday through Friday, 9:00 a.m. to 5:00 p.m., for persons who wish to cone and go as they please. The program will be non-structured and will consist of inforsation and referral services and other social services in a comfortable setting. Participants will be provided with coffee, chairs, opportunities to visit with other participants, read, and/or participate in other activities as available. The primary emphasis will be to provide supportive, non-institutional service to the sober alcoholic. 7. Service Units. Contractor shall provide not less than the following units of service: a. Social Setting Detozification Services. 1,650 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of 72-Hour Detoxification Services for one 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. Recovery Home Services. 1,000 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of Recovery Home Service for one 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. c. Drop-In Services. 11800 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of Drop-In Service for one client during any portion of a single eight- hour day during which a client comes to the drop-in facility. Initials: .),j / Contractor County Dept. -2- 001589 -- +ram ■ r BUDGET OF ESTI.%UTED PROG&W EXPENDITURES n r�r Number 2 4 7 4 3 1 Estimated ��Month Amounts A. Operational Budget. Cost Categories 1. Personnel $ 88,140 2. Operational Cost 6,266 3. Administrative Costs 1,280 4. Facility Costs 20,816 5. Equipment 6 Supplies 1,692 6. Program Support 3,583 Gross Allowable Program Cost $ 121,777 Applicable Outside Revenue* (S 3,110) Net Allowable Program Cost $ 118,667 Donations* ($ -0-) NET ALLOWABLE CONTRACT COSTS - CONTRACT PAYMENT LIMIT $ 118,667 *Monies to be collected and applied to the Gross Allowable Program Cost by Contractor during the 12-month program period. Estimated Program Amounts B. Net Program Budget. (County Reimbursement) 1. 72-Hour and Social Setting Detoxification Services $ 78,222 2. Recovery Home Services 24,000 3. Drop-in Service 16,445 TOTAL (Contract Payment Limit) $ 118,667 C. Changes in Program Payment Limits Subject to the Payment Limit of this contract, and in accordance with State guidelines, each line item budget amount specified above may be changed, but only if the change does not exceed 15% of the total budget for State and Federal funds, or $20,000, whichever is less, and only with prior written authorization from the County's Alcoholism Program Chief. Initials: ��J on ractor County Dept. 1)i�f-IJO ..«r �r .riill r r ■ rr ■. �iiY�ii :, ,. e _. __- .. :�-:_�..,....� -,:- -- _ - _ SPECIAL CONDITIONS (Alcoholism Programs) Number 624 - 7 4 3 " 1 1. Novation. The parties having entered into a prior 2-month contract Number 24-743, for the period from November 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this fiscal year Contract for the aforesaid Contract. Effective November 1, 1977, all contract rights and obligations of the parties will be governed by this fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 8-month Payment Limit of $ 118,667 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: Contractor County Dept. —1— (��1 91 SPECIAL CONDITIONS (Alcoholism Programs) 47434 - 1 Number d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' aeprzsentative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: 6�plf. 4*� Contractor County Dept. -2- n(1 , loll MW �Ifl rr� _... _ ■ -_ �_r•r SPECIAL CONDITIONS (Alcoholism Programs) _ 4 - Number - 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 89,001 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 89,001 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1978-79. 5. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Alcoholism Program Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State alcoholism program funding applicable to this Contract or a surplus of available County alcoholism program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue S Taxation Code 1107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue & Taxation Code 1107.6, and waives all rights to further notice or to damages under that or any comparable statute. oInitials: S- Toncraccor County Dept. -3- fl1,593 - _ Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- 00 C •19 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- ��;JJ Contra Costa County Standaid.Form STANDARD CONTRACT (Purchase of Services) 24 - 753 - 6 1. Contract Identification. Number Department: Medical Services - Mental Health Subject: Subacute partial day treatment program and skilled nursing care 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: CAMBIA, INC. Capacity: Nonprofit California corporation Address: 9015 Fullbright Avenue, Chatsworth, California 91311 3. Term. The effective date of this Contract is July 1, 1977, and it terminates - June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 531.033 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 for FY 1977-78 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 B y �avism oard of Supervisors / Designee .. <✓' (Designate official capacity in business Attest: J. R. Olsson, County Clerk and affix corporation seal) State of California ) ss. By - County of Contra Costa ) Deputy ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation / Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a reso"ofoard of directors. Form Approved: X)0ac XXFjnee(�a�, Dated: 19 By ��S tip, rrSlr,' BXDe*ae D i Count Clerk EIZABETH P. HUTCHINS r'Uii \JrJ) :TY CLERK (A-4617 REV 6/76) ra Costa County, California Microfilmed with board ordr+r Of. 596 Contra Costa County Standard Form PANT PROVISIONS (Cost Basis Contracts) 24 -o753 - 6 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 the 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. $ 44,252 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- 9jil��; 1 w. ..r. ...... Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 24 - 753 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. [See Special Conditions, Paragraph 2.1 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. (A-4618 REV 6/76) -2- �� ►� (;� SERVICE PLAN Number 24 - 753 — S 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 9.5 (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 or appropriate State regulations), 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 cooply with all applicable administrative guidelines contained in the Community Services Systems Manual, as issued by the State Department of Health. 5. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. Services will be provided at Contractor's facility at. 1515 Geary Road, Walnut Creek, California 94596. Contractor shall provide the following services during the term of this Contract: a. Subacute Partial Day Treatment Services. The Contractor shall develop and provide subacute partial day treatment services for County-referred psychiatric, ambulatory patients of its facility and for other persons residing in outside co=unty facilities and who are in need of structured day treatment. The patients to be served shall be men and/or women primarily in the age group of 18 to 45. The Contractor's service program shall include, but not be limited to, the following components: (1) Socialization Group, the basic program component designed to focus on problems of everyday living. This group will meet daily and will be oriented towards behavior awareness and reality orientation and will include self-help skills training in the areas of personal care, money management, behavior control, and use of medications. (2) Behavior Modification, a program to develop appropriate behavior and minimize dangerous and inappropriate behavior. (3) Psychotherapy, a variety of procedures, individually prescribed in conjunction with Contra Costa County Mental Health staff and using individual, group and family therapy procedures. Initials: Contractor County Dept. n -1- 1!01..199 SERVICc PLAN 24 - 75' 3 - 6� - �Jr 7 �3 - 6 Number (4) Physical Fitness, a program of daily exercise and recreation. (5) Pre-Vocational Preparation Services, to include actual sheltered work experience and development of part-time jobs within the community. (6) Discharge Planning, an individual review of resources and alternative plans with staff, patient, and family. (7) Medication, continual review and modification. The Contractor shall provide continual evaluation of each patient's progress in the service program consisting of: (1) Weekly charting of patient progress and performance. (2) Scheduled progress review by the staff of each service component. (3) Monthly review of all patients' progress and recommendation for change by the project director and a senior professional staff person. The Contractor shall conduct follow-up evaluation on discharged patients under the direction of Contra Costa County Mental Health Services. b. Skilled Nursing Care Service. In addition to the subacute partial day treatment services specified above, Contractor shall contract for skilled nursing care services that meet Medi-Cal (California Administrative Code Title 22) require- ments for such service, for certain inpatients receiving partial day treatment. Persons to be served shall be County referred and certified by the County's Medical Services/Mental Health Continuing Care Program. Such certification shall be completed on a monthly basis. Service will be provided at Contractor's facility, which will operate under licensing by the State Department of Health and lawful regulations imposed by any public agency having jurisdiction in connection with the operation of the facility. 10. Service Units. a. Subacute Partial Day Treatment Services. 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. b. Skilled Nursing Care Services. A unit of service, for reporting purposes, shall be defined as the provision of skilled nursing care 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 the client receives care and/or treatment within a Medi-Cal eligible skilled nursing facility. 11. Number of Service Units. a. Subacute Partial Day Treatment Services. Subject to sufficient referrals by County, Contractor shall provide for County not less than 20,000 of such service units. b. Skilled Nursing Care Services. Subject to sufficient referrals by County, Contractor shall provide for County not less than 1,065 of such service units. Initials: JA Contractor County Dept. -2- 00 06( 0 BUDGET OF ESTIMATED PROGRAM EXPENDITURES (Short-Doyle Programs) Number 24 - 753 - 6 12-MONTH 1. COST CATEGORIES. FISCAL YEAR PERIOD a. Staff Salaries and Fringe Benefits $ 369,864 b. Operating Expenses 76,223 c. Administrative Charges (Allocated) 42,000 d. Liability Insurance 16,000 e. Other 31,945 TOTAL GROSS ALLOWABLE PROGRAM COSTS $ 536,032 [Adjustments in County's total payments to Contractor, z in accordance with the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall not be limited by the specific line item Cost Category amounts set forth above.] 2. Less Non-County Program Revenues. a. Client Fees 6 Insurance and Subvention Amounts ($ -0- ) To Be Collected and Provided By Contractor NET ALLOWABLE PROGRAM COSTS $. 536,032 b. Donations To Be Collected and Provided ($ 4,999 ) By Contractor 3. NET ALLOWABLE CONTRACT COSTS (Contract Payment Limit) $ 531,033 4. NET PROGRAM BUDGET. 12-NONTH PROGRAM SERVICE PROGRAMS PAYMENT LIMITS a. Subacute Partial Day Treatment Services' $ 499,088 b. Skilled Nursing Care Services 31,945 TOTAL (Contract Payment Limit) $ 531,033 [Adjustments in County's total payments to Contractor, in accordance with the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall be limited by the specific line item Service Program amounts (i.e., Program Payment Limits) set forth above.] Initials: - Contractor County Dept. 00601 ADDENDUM TO THE BUDGET OF ESTIMATED PROGRAM EXPENDITURES Allocation Plan Number 24 , 75 -3 - 6 Contractor's Object Class Basis of Allocation (Cambia, Inc.) (Expenditure Categories) Determination % Share of Cost Auto and Truck Expenses Estimated use 75 Food (non-residents) Actual raw food costs Insurance Malpractice Equal share 50 General Liability # of Employees 52 Occupancy-related costs Hours of operation 40 Rent Hours of operation 40 Property Hours of operation 40 Taxes Hours of operation 40 Facility Insurance Hours of operation 40 Repairs Hours of operation 40 Phone Hours of operation 40 Utilities Hours of operation 40 Maintenance Salaries Hours of operation 40 Supplies General Hours of operation 40 Medical No Cost 0 Office Hours of operation 40 Travel and Transportation Staff related Actual Theft Loss Hours of operation 40 Wages and Wage-Related Actual 100 Employee Benefits Actual 100 (Health Plan Insurance) Sick and Vacation Actual 100 Workmen's Comp. Actual 100 Payroll Taxes Actual 100 (FICA-SUI-FUI-HFCT) Equipment Rentals Direct charges 100 Freight Direct charges 100 Outside Services Direct charges 100 Licenses Direct charges 100 Management Expenses (1) Accounting and fiscal Net direct expenses* Management Equal share 50 All Others Direct charges 100 (1) Based on actual expenses of Enki Research, Inc. reduced by any non-Cambia project expenses. * Net of billings to Cambia, Inc. from Enki Facilities Initials: A - Contractor County Dept. ! 0602 SPECIAL CONDITIONS (Short-Doyle Programs) 24 - 753- -- 6 Number 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24-75� for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24-753-5 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 531,033 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: � '- Contractor County Dept. -1- 00603 SPECIAL CONDITIONS (Short-Doyle Programs) 24 — A Number ia3 _ {V� d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' representative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the Statre Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: la� uUntractor' ountypt. 11�. 6 -2- 04 SPECIAL CONDITIONS (Short-Doyle Programs) Number 24 - 753 - 6 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., ,(Payment Limit) of this Contract, is increased by $ 265,516 (the 6-month Payment Limit) and County'_s total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 265,516 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79. 5. Payment Limit Increase. This Contract stay be amended to prospectively increase the Payment Limit, but only from an increase in the County Short-Doyle Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State Short-Doyle funding applicable to this Contract or a surplus of available County Short-Doyle program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code 1107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue & Taxation Code 5107.6, and waives all rights to further notice or to damages under that or any comparable statute. Initials: ZA Of—, C'a�coF oun y pt. -3- 00605 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1 00606 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. ' Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts 6 Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) _3_ 00608 A Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records 'available 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, or cancelled immediately by written mutual consent. 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 S.a. above, in the event that Federal, State, or other non-County funding for this Contract ceases, this Contract is terminated without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1 00F,06 Contra Costa County Standard Form GENERAL CONDITIONS . (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. 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 promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. 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. (A-4616 REV 6/76) -2- ( � z Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. ' Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 00608 C ntra Costa County Standard Fors STANDARD CONTRACT (Purchase of Services) • 24 - 707 - 71. Contract Identification. Number Department: Medical Services - Mental Health Subject: Partial Day Treatment and Residential Respite Care (Short-Doyle) a. Lynn Day Treatment Center/Developmentally Disabled Children b. Residential Respite Care Program/Developmentally Disabled Children and Adults 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 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, 1977, and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 157,766 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 for FY 1977-78 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); California Government Code Section 26227. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By 6�jq By,�` -�J- , Board of Supervisors c�- Designee Designate official capacity i usiness J. R. Olsson, County C and affix corporation seal) State of California ) County of Contra Costa ) as. De ACKNOWLEDGEMM (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By i they signed it and that the corporation / Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: JMXM Q2 CLVAT&1X Dated: By Designee _ /Deputy unty Clerk M+voffmsd with Kocmdm3er (A-4617 REV 6/76) 00609 Ca-:tra Costa County Standard Form PAY ENT PROVISIONS (CostBasisContracts) Number 24 - '701 - 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 the 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. Pent 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. $ 13,147 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- 00610 SERVICE PL 11 Number 2 4 V 7 i 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 S ate 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 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 exzess of $50.00 (or as otherwise may be authorized by prior State approval or appropriate State regulations) , 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. 5. admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. Contractor shall provide certain administration and staff services for the operation of two service programs, as follows: a. Lynn Day Treatment Center. The service to be provided by Contractor hereunder 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: (1) Recreation, (2) Developmental training, (3) Gross motor activities, (4) Training in feeding and self-help skills, (5) Pre-educational instruction, and (6) Socialization. The provision of services shall be based on a schedule of treatment and activity individualized for each client. Contractor may provide transportation services for clients hereunder either directly or by Contractor's subcontract with Martinez Bus Lines. Contractor's services 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. Initials: l'' zlk Qffi-1- tractor County Dept. Co7t,a Costa County Standard Form PATY.`L%TT PROVISIONS (Cost- Basis Contracts) _.__. _.. :.. Number Z V i 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 the 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. $ 13.147 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1- 00610 Contra Costa County Standard Form PzlH"Nt PROVISIONS (Cost Basis Contracts) Number 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. [See Special Conditions, Paragraph 2.1 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 goverument 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. 4 (A-4618 REV 6/76) _2- SERVICE PUN Number 24 - 707 - 7 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 9.5 (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 exzess of $50.00 (or as otherwise may be authorized by prior State approval or appropriate State regulations) , 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. 5. Admission Policy. Contractor's services shall be provided in accordance with Contractor' s admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. Contractor shall provide certain administration and staff services for the operation of two service programs, as follows: a. Lynn Day Treatment Center. The service to be provided by Contractor hereunder 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: (1) Recreation, (2) Developmental training, (3) Gross motor activities, (4) Training in feeding and self-help skills, (5) Pre-educational instruction, and (6) Socialization. The provision of services shall be based on a schedule of treatment and activity individualized for each client. Contractor may provide transportation services for clients hereunder either directly or by Contractor's subcontract with Martinez Bus Lines. Contractor's services 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. Initials: Cirn -1- tractor County Dept. 006.11 SERVICE PLAIN Number 2 4 S 7 - r r b. Residential Respite Care Program. The service to be provided by Concractor hereunder is a respite care program of limited-term residential care services for properly referred adults and childlren 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: (1) Geary House Respite Care. Contractor shall provide residential respite care services, including full-time supervision and protective services, for up to 6 ambulatory adults at a time, age 18 or over, at its residential care facility known as Geary House, located at 1648 Geary Road, Walnut Creek. Residential respite 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 they may be engaged in or may participate in such activities as shall be provided by Contractor under its regular facility program. (2) Outside Respite Care. Contractor shall procure available residential respite care services for ambulatory and non-ambulatory adults and children from other qualified, licensed providers in the community by subcontract, letter of understanding, purchase agreement, 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 respite 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 respite care services 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. 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. (3) Coordination of Referrals for Golden Gate, East Bay and Loma Prieta Regional Centers. Contractor shall establish agreements with subject Centers to cover Contractor's coordination of respite care referrals from Regional Centers or its delegate agencies, including the placement of clients in outside respite care and in Geary House. Contractor shall bill Regional Centers for the cost of direct respite care provided at Geary House for Regional Centers' clients who are not residents of Contra Costa County; and outside respite care providers shall bill Regional Centers directly for all Regional Centers' clients placed by Contractor under this Contract. (4) Program Administration. Contractor's respite care program shall be administered as follows: (a) Admission applications and the determination of client qualifi- cation for services hereunder shall be conducted by Contractor. (b) Scheduling and admission to the residential respite care program shall be determined by Contractor's Respite Program Coordinator. (c) 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. (d) 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. Initials: /,I C#1tractor d6unty Dept. 00612 SERVICE PLAIN Number 2 4 7 0 7 (e) 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 Units. a. Lvnn Dam Treatment Center. A unit of service, for reporting purposes, shall be defined hereunder 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 at the Lynn Day Treatment Center. b. Residential Respite Care Program. A unit of service, for reporting purposes, shall be defined hereunder 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 residential care and/or treatment under Contractor's Residential Respite Care Program. 11. ?Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than: a. 3,500 service units, as defined above, at the Lynn Day Treatment Center. b. 1,300 service units, as defined above, under the Residential Respite Care Program. Initials: tractor unty Dept. 00613 BUDGET OF ESTIMATED PROGR-4-4 EXPENDITURES (Short-Doyle Programs) ' 2 Number "� 4 ? 0 � 7 12-MONTH 1. COST CATEGORIES. FISCAL YEAR PERIOD a. Staff Salaries and Fringe Benefits $ 103,680 b. Operating Expenses 23,225 c. Administrative Charges (Allocated) 26,280 d. Liability Insurance (included in c. above) ----- e. Other 40,840 TOTAL GROSS ALLOWABLE PROGRAM COSTS $ 194,025 [Adjustments in County's total payments to Contractor, in accordance with the Payment Provisions and Paragraph 2. (Cost Report- and Settlement) of the Special Conditions, shall not be limited by the specific line item Cost Category amounts set forth above.] 2. Less Non-County Program Revenues. a. Client Fees 6 Insurance and Subvention Amounts ($ 8,050 ) To Be Collected and Provided By Contractor NET ALLOWABLE PROGRAM COSTS $ 185,975 b. Donations To Be Collected and Provided ($ 28,209 ) By Contractor 3. NET ALLOWABLE CONTRACT COSTS (Contract Payment Limit) $ 157,766 4. NET PROGRAM BUDGET. 12-MONTH PROGRAM SERVICE PROGRAMS PAYM M LIMITS a. Lynn Day Treatment Center $ 104,376 b. Residential Respite Care Program 53.390 TOTAL (Contract Payment Limit) S 157,766 [Adjustments in County's total payments to Contractor, in accordance vith the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall be limited by the specific line item Service Program amounts (i.e., Program Payment Limits) set forth above.] Initials: ntractor County Dept. 00614 SPECIAL CONDITIONS (Short-Doyle Programs) Number 2 4 _ 7 " i — 1 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24-707-5 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24-707-6 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost re ort in the form required by County, showing the total gross al owab a program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 157,766 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: " employment, upgrading, demotion, or transfer; recruitment or recruitsent advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: i CrTactor County Dept. -1- 006-15 S?ECI_A1 CONDITIONS (Short—Doyle Programs) - 707 - 7 Number AO 4 d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' representative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance vi:h Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients wiz-hout regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different tine, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: Y tractor unty Dept. -2- 00616 SPECIAL CONDITIONS (Short-Doyle Programs) :v'umb e r 24 - 7 0� 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Tera) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either parry pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through Deceaber 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 78,883 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph S. (Project) of this Contract, is modified to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 78,883 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County slay enter into covering the provision of services during FY 1978-793 in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79. 5. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Short-Doyle Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State Short-Doyle funding applicable to this Contract or a surplus of available County Short-Doyle program funds, County may, in its discretion, ascend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional sanies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue S Taxation Code 5107) , such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue b Taxation Code 5107.6, and waives all rights to further notice or to damages under that or any comparable statute. Initials: - Ctractor my Dept. -3- 91161' Con cra Cosca 'Caurty Standard Fora GENMAL CONDITIONS (Purchase of Services) 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. Insoeccion. Contractor's performance, place of business and records pertaining to this Contract are subject to monitoring, inspection, review and audit by authorized representati:es 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Depart=ent for which this Contract is made or his designee. 8. :codifications 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Adinistrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (.t-4616 REV 6176) -1- ��'�� G_n:ra Costa County Standard Form GENERAL CONDITIONS (Pu-chase of Services) 18. idemnification. The Contractor shall defend, save harmless and indemnify tae 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 o?crations or the services of the Contractor hereunder, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. '19. Insurance. During the entire term of this Contract and any extension or "Cdi-fication thereof, the Contractor shall keep in effect insurance policies meeting tie -following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily i-Jury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and ay 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 & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-14616 REV 6/76) -3- C�r.tra Costa County Standard Form G `'EKAL CONDITIONS (Purchase of Services) 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. InsDaction. Contractor's performance, place of business and records pertaining to this Ccntr-zc-- are subject to monitoring, inspection, review and audit by authorized representati es o_ 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 and such additional records pertaining to this Contract 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 these records available to authorized representatives of the County, the State of California, and the United States Government. 5. Termination. a. N:ritten Notice. This Contract may be terminated by either party, at their sole discretion, upon thirty-day advance written notice thereof to the other, or cancelled mediately by written mutual consent. b. :aiiure 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 anv 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. :codifications 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 or, after Board approval, by its designee, subject to any required State or Federal apD_-oval. b. administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1 00618 - �on:ra stn :oun:y Standard Form G _AL CON'DITI'ONS (Purchase of Services) 3. Di=rutes. Disagreements between the County and Contractor concerning the =eanin_, r_ uirewents, or performance of this Contract shall be subject to fi^.al deterwi a:icm in writing by the head of the County Department for which this Contract is made or :tis designee or in accordance with the applicable procedures (if any) required c-: the State or Federal Government. iC;. -hDice of Lair -.md Personal Jurisdiction. a. This Ccntra^_t is made in Contra Costa County and shall be governed and construed in acro dance :with the laws of the State of California. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the ter hereof, this Contract shall be amended to assure conformance with such Federal or State requirements. 12. No Waiver by County. Subject to Paragraph 9. (Disputes) of these General Condi=i-_rs, inspections or approvals, or statements by any officer, agent or employee of the Cou✓ry indicating the Contractor's performance or any part thereof ceT?lies with the r=quirements of this Contract, or acceptance of the whole or any part of said perfe-:ante, or payments therefor, or any combination of these acts, shall not re'_:e-:= z..e Contractor's obligation to fulfill this Contract as prescribed; nor shall the Cc n_v be = ereby estopped from bringing any actiou for damages or enforcement arisinz from any failure to'comply with any of the terms and conditions hereof. 13. Subcontract and Assignment. This Contract binds the heirs; successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or wonies due or to become due, without the prior written consent of the County ld=inistraror or his designee, subject to any required State or Federal approval. F '. Tnce:)erdent 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 promises and attests that the Contractor and any =e=Ders of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon de-and a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 15. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, ani• list of persons receiving services, except as may be required in the admir._=tra:ion of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosin such information other than as authorized by law may be guilty of a �Misde-eanOr. cn-;iscrimi,ator4 Services. Contractor agrees that all goods and services under :^is 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. (A-4616 R-ry 6/76) -2- G_ntra Costa Countv Standard Form GENERAL CONDITIONS (PLZcaase o= Services) lb. Idemnification. The Contractor shall defend, save harmless and indemnify the County and its officers, agents and employees from all liabilities and claims for damages :or death, sickness or injury to persons or property, including without limitation, all consequential damages, from any cause whatsoever arising from or connected with the o?orations or the services of the Contractor hereunder, resulting from the conduct, ne,gligent or otherwise, of the Contractor, its agents or employees. :9. Insurance. During the entire term of this Contract and any extension or mCdification thereof, the Contractor shall keep in effect insurance policies meeting t:;e following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- t:ebiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. Not later than the effective date o this Contract, the Contractor shall provide the County with a certificate(s) of insurance evidencing the above liability insurance. 20. Notices. All notices provided for by this Contract shall be in writing and Fav be delivered by deposit in the United States mail, postage prepaid. Notices to tae County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- Col--tra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 24 736 " 1 (Y- 1. Contract Identification. Number Department: Medical Services - Mental Health Subject: Alcoholism services novation contract 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: SUNRISE HOUSE Capacity: Nonprofit California corporation Address: 2898 Concord Boulevard, Concord, California 94524 (Mail:' P.O. Box 5928, Concord, California) 3. Term. The effective date of this Contract is July 1, 1977, and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 93,280 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 Alcoholism Plan and Program Budget for 1977-78 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, Section 19900, et seq. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By ByJ SSI l6i M Board of Supervisors _ Designeezx-,— (Des(ignate - � officia capacity in business ttest: R. Olsso ounty C rk and affix corpor tion seal) / State of California ) By County of Contra Costa ) ss. Depu ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ B they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: JMIi rSX]M=XX1X 1�7 Dated FORM APPROVED B HRA Contracts;d„ ;,istrafsr Y $YD6inee Bl eputy County Clerk (A-4617 REV 6/76) Miaofit ed with board order Of 1620 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) v Number 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. [See Special Conditions, Paragraph 2.1 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. (A-4618 REV 6/76) -2- W-1621 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) ___... ._._. Number 24 7 3 6 10 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 the 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. $ 7,773 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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 [ 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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A=4618 ' ',REV 6/76) -1 SERVICE PLAN Number 24 -- 736 - 10 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 Payment Cost Reporting System Manual for County Alcoholism Programs. Allowable costs shall not include remodeling and/or equipment purchases as to any item which has a useful life in excess of three years and a value in excess of $300 (or as otherwise may be required by County), 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 Guidelines. Contractor shall comply with all applicable administrative guidelines contained in the Payment Cost Reporting System, as issued by the Office of Alcoholism. 4. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admis is on policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 5. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 6. Service. The Contractor shall provide the following services during the term of this Contract: a. Residential Recovery Home. Contractor shall provide residential alcohol recovery services at its residential facilities located at 1032 Oak Grove Road, Concord, 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: (1) Training in meal preparation and household maintenance. (2) Help in developing responsibility for household and cooking chores. (3) Help in developing social skills. (4) Training in self-care and personal hygiene. (5) Assisting with visits to doctors, dentists, other programs, other community resources. (6) Recreation. (7) Group or community meetings. (8) Individual counseling. b. Family and Alumni Program. Contractor shall provide: (1) Regular weekly group sessions for family members of Recovery Home residents to assist them in understanding the dynamics of alcoholism and their role in relation to the alcoholic family member and his alcoholism. (2) Regular weekly group sessions and other contacts with former Recovery Home residents who are living independently or in cooperative housing with other former residents, to assist them with maintaining their non-residence status, daily living problems, and employment problems. Initials: Contrifctor County Dept. 0'0622 SERVICE PLAN �J Number 7. Service Units. Contractor shall provide not less than the following units of service: a. Residential Recovery Home Service 6,700 Units of Service A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one 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. Family and Alumni Program 1,000 Units of Service A unit of service, for reporting purposes, shall be defined as one client contact for the provision of services as defined above. Initials: ContrOctor County Dept. -2- 00623 BUDGET OF ESTIMATED PROGRAM EXPENDITURES Number 2 736 - 10 Estimated 12-Month Amounts A. Operational Budget. Cost Categories 1. Personnel $ 62,800 2. Operational Cost 6,707 3. Administrative Costs 20,721 4. Facility Costs 26,828 5. Equipment & Supplies 7,665 6. Program Support 34,494 Gross Allowable Program Cost $ 158,615 Applicable Outside Revenue* ($ 48,760) Net Allowable Program Cost $ 109,855 Donations* ($ 16,575) NET ALLOWABLE CONTRACT COSTS - CONTRACT PAYMENT LIMIT $ 93,280 *Monies to be collected and applied to the Gross Allowable Program Cost by Contractor during the 12-month program period. Estimated Program Amounts B. Net Program Budget. (County Reimbursement) 1. Residential Recovery Home $ 72,080 2. Family 6 Alumni Program 21,200 TOTAL (Contract Payment Limit) $ 93,280 C. Changes in Program Payment Limits Subject to the Payment Limit of this contract, and in accordance with State guidelines, each line item budget amount specified above may be changed, but only if the change does not exceed 152 of the total budget for State and Federal funds, or $20,000, whichever is less, and only with prior written authorization from the County's Alcoholism Program Chief. Initials: "r-L Contractot County Dept. ll��ti�`x SPECIAL CONDITIONS (Alcoholism Programs) Number 4 f ZJ6 ` 1 O 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24- 735-8 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24- 736-9 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 93,280 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: Contractor County Dept. -i- o . SPECIAL CONDITIONS (Alcoholism Programs) `2 4 7 3 6 _ 1 0 Number d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' aepresentative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex., age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: 'e`B '�1!. C Contractor County Dept. -2- nn of oI66 SPECIAL CONDITIONS (Alcoholism Programs) Number 2 Z 736 - 10 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 46,640 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Alcoholism Plan and Program Budget for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 46,640 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Alcoholism Plan and Program Budget for FY 1978-79. 5. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Alcoholism Program Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State alcoholism program funding applicable to this Contract or a surplus of available County alcoholism program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue S Taxation Code 5107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue & Taxation Code 5107.6, and waives all rights to further notice or to damages under that or any comparable statute. Initials: IL ontZr ractot ounty Dept. -3- Contra Costa County Standard Form GENERAL. CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. o I� (A-4616 REV 6/76) Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. 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 promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. 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 inisdemeanor. 17. 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. (A-4616 ,,REV+ 6/76) -2- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the County, its agents or employees, or any other person or entity. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 4 m ` 2 V — 9 Department: Medical Services - Mental Health Subject: Day Treatment 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: RUBICON, INC. Capacity: Nonprofit California corporation Address: 175 - 25th Street, Richmond, California 94801 3. Term. The effective date of this Contract is July 1, 1977, and it terminates December 31, 1977 unless sooner terminated as provided herein. 4. Parment Limit. County's total payments to Contractor under this Contract shall not exceed $ 52,615 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 for FY 1977-78 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); California Government Code Section 26227. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By GXXXRM, Board of Supervisors Designee (Designate official capacitq O b t: J. R. Olsson, Count and affix corporation seal) State of California ) ss 765961 .� County of Contra Costa ) ACKNOWLEDGEMENT (CC 11 �� t The person signing above for Co Recommended by Department known to me in those individual and business capacities, personally appeared ;. J _�� before me today and acknowledged that he/ By , they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws --- HRA Contracts Administrator or a resolution of its board of directors. Form approved: Dated: JA Y _ D signee Notar ublic/Deputy County, Clerk �? j " _�_]{ , -..1LL Y iS Li.�..,Ll if (A-4617 REV 6/76) n Contra Costa County Standard Fora PAYYM T PROVISIONS (Cost-Basis Contracts) Number 24 - 728 - 9 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 the 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. $ 8,769 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76)- -1-,- 010632 Contra Costa County Standard Form PAY:ENT PROVISIONS (Cost Basis Contracts) rx Number 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 ter-_ination 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. [See Special Conditions, Paragraph 2.1 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 bv 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, them 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 governamt 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. , (A-4618 REV 6/76) -2- SERVICE PLAN Number24 - 728 - 9 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 9.5 (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 or appropriate State regulations), 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. 5. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. The service to be provided by Contractor is a day treatment program of social rehabilitation services for properly referred clients with problems of drug abuse, alcoholism, mental illness, and/or developmental disability. Contractor's program shall include, but not be limited to, provision of the following services for clients: i. Information and referral regarding available community services; ii. Helping clients achieve better self-discipline and good work habits; iii. Communication and socialization activities; iv. Social skill development; v. Individual, couples, and group counseling to improve psycho-social functioning; vi. Pre-vocational activities; and vii. Recreation. The provision of services under this Contract 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. Initials: C Contractor County Dept. -1- SERVICE PLAN C� (] Number 2 4 — `fir 2 8 — 9 For provision of the above services, Contractor shall establish and operate two day treatment centers in the City of Richmond, as follows: a. Rubicon Center. Under this program (located at 175 - 25th Street, Richmond), Contractor shall provide day treatment services primarily for clients below the age of 40 who have some potential for independent functioning in the family and community and :or being self-sufficient, in order to reduce dependent behavior and to increase abilities for independent and self-sufficient living. This program will include the training of clients to become peer-counselors. b. Synthesis Center. Under this program (located at 169 Sixth Street, Richmond) , Contractor shall provide day treatment services primarily for clients above the age of 40 who are residing in board and care homes and who have a limited potential for independent functioning, in order to reduce physical and social isolation and to increase abilities for self-care. 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 the day treatment program provided by Contractor. 11. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 3,500 service units. Initials: Contractor County Dept. -2- BUDGET 0= ESTIMATED PROGRAM EXPENDITURES (Short-Doyle Programs) �J Number 2 4 - '7 2 Q V — vQ 6-MONTH PROGRAM PERIOD 1. COST CATEGORIES. (7/1/77 - 12/31/77) a. Staff Salaries and Fringe Benefits $ 34,288 b. Operating Expenses 20,000 c. Administrative Charges (Allocated) -0- d. Liability Insurance 2,000 e. Other -0- TOTAL GROSS ALLOWABLE PROGRAM COSTS $ 56,288 (Adjustments in County's total payments to Contractor, in accordance with the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall not be limited by the specific line item Cost Category amounts set forth above.] 2. Less Non-County Program Revenues. a. Client Fees b Insurance and Subvention Amounts ($ -0- ) To Be Collected and Provided By Contractor NET ALLOWABLE PROGRAM COSTS $ 56,288 b. Donations To Be Collected and Provided ($ 3,673 ) By Contractor 3. NET ALLOWABLE CONTRACT COSTS (Contract Payment Limit) $ 52,615 Initials: L, Contractor County Dept. SPECL41 CONDITIONS (Short-Doyle Programs) Q Number 2 4 — 7 2 8 — 9 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24-728-7, for the period from July 1, 1977 through September 30, 1917, and a further 3-month contract Extension, Number 24-728-8, for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this 6-month Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this 6-month Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than February 28, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a 6-month program cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 6-month program period from July 1, 1977, through December 31, 1977, in accordance with the Budget of Estimated Program Expenditures set forth . in the Service Plan. If said cost report shows that the net allowable contract coats (as defined below) which have actually been incurred by Contractor during said program period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 6-month Payment Limit of $ 52.615 for said program period. If said cost report shows that the payments made by County for said program period pursuant to Paragraph 2. (Payment /mounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract coats for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said program period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said program period ending December 31, 1977." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for. employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: f ( _ Contractor County Dept. -I- SPECIAL CONDITIONS (Short-Doyle Programs) Number2 4 - '7 2 8 - 9 d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' representative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: �U ontractor County Dept. -2- 00G17 SPECLU CONDITIONS (Short-Doyle Programs) Number 24 - 728 - 9 4. Payment Limit increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Short-Doyle Budget applicable to this Contract approved by the County Board of Supervisors. S. Donations. If there is an increase in State Short-Doyle funding applicable to this Contract or a surplus of available County Short-Doyle program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor' s obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 6. Possessor Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue & Taxation Code 1107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue & Taxation Code 1107.6, and waives all rights to further notice or to damages under that or any comparable statute. Initials: Contractor County Dept. -3- OOF Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- 006139 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. 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 Dromises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. b. No person will publish or disclose or permit or cause to be published or disclosed, any list of persons receiving services, except as may be required in the administration of such service. Contractor agrees to inform all employees, agents and partners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. 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. (A-4616 REV 6/76) -2- 90F40 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees. Was Gavabyr-itm mato-ws cr m*-otos -- - 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall. be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 0F41 (A-4616 REV 6/76) -3- Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 " — f 2 ` — g Department: Medical Services - Mental Health Subject: Day Treatment 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: MANY HANDS, INC. Capacity: Nonprofit California corporation Address: P.O. Box 1487, Pittsburg, California 94565 (HandgArds Building, Old Pittsburg-Antioch Highway, Contra Costa County) 3. Term. The effective date of this Contract is July 1, 1977, and- it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 98,900 5. County's Obligations. County shall sake to the Contractor those payments described in the Payment Provisions attached hereto which are incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 6. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 for FY 1977-78 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); California Government Code Section 26227. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By 1Qi Board of Supervisors �( S � c'YCLI} ' i• Designee (Designate official capaci nsines ` st. J. R. Olsson, County Cler and affix corporation s ) State of California ) County of Contra Costa ) s ' ACKNOWLEDGEMENT (CC 11 The person signing above for Co Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By A-7 r:3 they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: Dated By 9��A Q&:52_� D gnee IDW{![ltlIK Dep y County Clerk ROS 2T J. F R'0CTOR Ez =�T`. ��;� CLERK r /(A-4617 REV 6/76) ra' C iJ ,;y Ccaifornia f?' 0 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) Number 24 - 727 - 8 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 the 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: jCheck 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. $ 8,241 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar mouth prior to the payment month. Net allowable contact 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 [ :4 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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76)' -1 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) "- Number 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 (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 Licit 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. [See Special Conditions, Paragraph 2.1 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 governsent 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. (A-4618 BEV 6/76) -2- SERVICE PLAN Number 2 4 — 7 2 �]'• — Q V 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 9.5 (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 or appropriate State regulations), 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. 5. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. The service to be provided by Contractor under this Contract is a Sheltered Workshop Program of day treatment services operated at Contractor's workshop facility (Handgards Building, Old Antioch-Pittsburg Highway, Contra Costa County) for mentally handicapped adults with problems of mental illness, drug abuse, alcoholism, and marginal developmental disability to enable them to achieve a maximum level of functioning and/or to avoid rehospitalization. Contractor's program shall focus on rehabilitative work and vocational development, teaching self-discipline, good work habits, and communication and socialization skills. Under this service program, Contractor shall: a. Provide meaningful work experience for clients. b. Provide individual and group counseling. c. Assist clients to achieve or regain the maximum level of work stability of which they are capable. d. Provide long-term work for clients who appear to be unemployable in the competitive labor market ; client wages are paid at no cost to County under this Contract. Initials: �45 .49 Contractor ounty Dept. -1- 00644 SERVICE PLAN Number 2 4 _ 7 2 7 — Q V e. Provide clients with opportunities and continual encouragement to increase self-confidence and self-respect, to improve psychosocial adjustment, and to move toward higher levels of independent functioning. f. Conduct at periodic intervals professional reviews of each client's psychosocial and vocational functioning, identifying those persons who have develaped the behavioral and vocational skills which are necessary to move into more transitional vocational training or directly into the competitive labor market. Contractor shall provide clients with a variety of manual labor jobs, including, but not limited to, recycling and gardening work. Contractor's recycling activities will include the soliciting of community participation for the provision of recyclable material (paper, bottles, cans, etc.). Clients will normally work 5 days per week, 3 hours per day to start and up to 6 hours per day depending on the ability of the client. Contractor's provision of the above services shall be based on a schedule of treatment and work activity individualized for each client. Contractor may provide transportation services for clients directly or by subcontract. Contractor's services hereunder shall be available at least 5 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 treat- ment within the sheltered workshop program provided by Contractor. 11. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 3,000 service units. Initials: �1'/l V&� Contractor County Dept. j. -2- X9645 BUDGET OF ESTIMATED PROGRAM EXPENDITURES (Short-Doyle Programs) d �'J' R Number i — s 27 _ `� 12-MONTH 1. COST CATEGORIES. FISCAL YEAR PERIOD a. Staff Salaries and Fringe Benefits $ 73,615 b. Operating Expenses 30,088 c. , Administrative Charges (Allocated) -0- d. Liability Insurance 8,900 e. Other 24,000 TOTAL GROSS ALLOWABLE PROGRAM COSTS $ 136,603 [Adjustments in County's total payments to Contractor, in accordance with the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall not be limited by the specific line item Cost Category amounts set forth above.] 2. Less Non-County Program Revenues. a. Client Fees & Insurance and Subvention Amounts ($ 24,000 ) To Be Collected and Provided By Contractor NET ALLOWABLE PROGRAM COSTS $ 112,603 b. Donations To Be Collected and Provided ($ 13,703 ) By Contractor 3. NET ALLOWABLE CONTRACT COSTS (Contract Payment Limit) $ 98,900 s Initials: Contractor County Dept. 00646 SPECIAL CONDITIONS (Short-Doyle Programs) Number 2 4 — ,{ ,2 7 — 8 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24- 727-6 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24- 727-7 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 98,900 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forma of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: Contractor CoMnty Dept. -1- 00647 SPECIAL CONDITIONS (Short-Doyle Programs) Number 2 — 7ry 2 7 — 8 d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' representative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. s �Initials: " oa rac or o ,unty Dept. SPECIAL. CONDITIONS (Short-Doyle Programs) Number 24 - 72 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 49,450 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2., (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 49,450 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79. 5. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only frost an increase in the County Short-Doyle Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State Short-Doyle funding applicable to this Contract or a surplus of available County Short-Doyle program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessor4 Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue b Taxation Code 5107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue 5 Taxation Code 1107.6, and waives all rights to further notice or to damages under that or any comparable statute. s Initials: oa rat or Wunty rept. -3- 0 10C49 Contra Costa County Standard Form GENERAL CONDITIONS 24 - 727 - 8 A (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available to authorized representatives of the County, the State of California, and the United States Goverment. 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- Ot IF Conga Costa County Standard Form (Purcaasa of Services) 9. Disputes. Disagreements betw_en r.nc County and Contractor concerning the meaning, requirements, or performance of this Contract shall be subject to final determination in writing by the read of the County Department for which this Contract is rade or his designee or in accordance with the applicable procedures (if any) required by the State or Federal Government. 10. C'ioice of Law and Personal Jurisdiction. a. rb*s Contract ;s made- in Contra County and shall be goverr_ed and construed in accordance with the laws of the. .:'.atu of California. b. Any action relating to this .x..*. t s zll be instituted and prosecuted in the courts of Conga Costa County. 1I. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof. this Contract shall be amended 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 fulf;__ 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. -he Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. Independent Contractor Status. This Contract is by and between two independent contractors and is not intended to and shat_ not be construed to create the relationship of agent, servant, employee, Dartnership, jo'_nt venture or association. 15. Conflicts of Interest. Contract -^-orrises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its governing body (Board of Directors or Trustees) and to timely update said bylaws or the list of its governing Sody as changes in such governance occur. 16. Confidentiality. Contractor agrees to comaly and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Cop-tract 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 serv'_:es, 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 a•:'1-orized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under this Contract shall be available to a!'. 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. (A-4616 REV 6/76) -2- 00651 • Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 24 - 727 - 8 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, the GemasyT-14s -6Qa" QWPi.Q3:.aasj-.er anYeEhefpeVsee or eeE#Ey. 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- ��eF92 Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 479 Department: Medical Services - Mental 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: WE CARE SOCIETY, INC. Capacity: Nonprofit California corporation Address: 2191 Kirker Pass Road, Concord, California 94520 3. Term. The effective date of this Contract is July 1, 1977, and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 202.9-0-9- 5. 0 05. 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 for FY 1977-78 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); California Government Code Section 26227. 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA, CALIFORNIA CONTRACTOR By By LLA- VURVAW Board of Supervisors tt'' Designee (Designate official capacity in business t: J. R. Olsson, County and affix corporation seal) State of California ) County of Contra Costa ) ss. De ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommended by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ B they signed it and that the corporation Designee or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: ]LXi&WXXX*XA19X Dated: By re,)J&f_W/-?, i nee Deputy Co ty Clerk ROBERT J. PROCTOR DEPUTY COUNTY CLERK (A-4617 REV 6/76) Contra Costa County, Colifornia Contra Costa County Standard Form PAYMM PROVISIONS (Cost Basis Contracts) Number 24 - 705 - 9 1. PaN-ment 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 Pa}Lent Limit, it is the intent of the parties hereto that the total payment to the 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 j ] 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. $ 16,900 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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.] [ j 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 [XI 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 or as specified in 2. (Payment Amounts) above, for payment in accordance with Paragraph 2. (Payment .=punts) 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76)' -1- ow �� Contra Costa County Standard Fora PAYMENT PROVISIONS (Cost Basis Contracts) Number 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 Con=ractor'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 docu- nt 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 tint 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. (ParLent 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. [See Special Conditions, Paragraph 2.1 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 snail be submitted to County by Contractor within such period of time as may be expressed by a?plicable State or Federal regulations, policies or contracts, but in no event later tha= 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) at:o`:e, 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) a-ove, Contractor agrees to accept responsibility for receiving, replying to, and/or co=plying 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. (A-4618 REV 6/76) -2- SERVICE PLAN Number 2 a j — 7 0-3 . 9 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 9.5 (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 or appropriate State regulations), 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. 5. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. The service to be provided by Contractor under this Contract is a Day Treatment Program for developmentally delayed infants and children (hereinafter referred to as patients) residing in Central and Eastern Contra Costa County, operated at its facility known as We Care Day Treatment Center (2191 Rirker Pass Road, Concord). Contractor shall operate said program as follows: a. Day Treatment Program. Contractor's service program shall include, but not be limited to, therapy and treatment activities in any or all of the normal develop- mental growth areas, including gross motor, fine motor, speech and communication, social, and self-help skills. Contractor shall provide said program 5 days per week, 5 hours per day, according to the needs and/or tolerance of the patients, during an eleven-month program year, except for regularly scheduled holidays and vacations; the program being closed during the month of August. The provision of services shall be based on a schedule of therapy and treatment activities individualized to the needs of each patient. Transportation services for patients may be provided either by Contractor directly or by Contractor under subcontract with Martinez Bus Lines, Inc. Initials: d�- Con ctor County Dept. -1- 000 J SERVICE PLAN Number 24 - 705 - 9 b. Administration. Contractor shall administer its program hereunder, as follows: (1) Referrals. Patient referrals may come from County staff, physicians, child development centers, public health nurses, or any other source, including lay persons, but treatment must be prescribed by a physician. (2) Admission. Prior to admission to the service program, patient referrals shall be screened by Contractor's Screening Committee (which includes representatives of both County Medical Services and Contractor's staff); or, if the Screening Committee cannot be conveniently assembled, or daily observation by Contractor's staff is necessary in order to establish a sound basis for treatment planning, admission on a probationary status can be allowed at the discretion of the Contractor's Program Director until formal screening can be arranged. (3) Patient Evaluations. Annual functional tests (using the Denver Developmental Screening Test or DDST) shall be done on every patient in the spring. Evaluations of progress shall be made available to authorized persons unpon request during the program year. Conferences and training for parents regarding the care of patients may be arranged at any time during the program year upon request by either the parent or Contractor's staff. (4) Staffing. Contractor's staff is divided into three (3) levels: (i) Administrative (Director, Assistant Director, Administrative Assistant); (ii) Professional (Therapists and Teachers); and (iii) Non-professional (senior aides, aides, clerk, and custodian). In-service training for staff is ongoing weekly, in addition to six 1/2 day training sessions during the program year. Staff meetings are held daily and significant information on patients is reported and recorded at that time for entry into their confidential charts, thereby freeing therapist time for direct service activities. (5) Community Involvement Program. In order to obtain volunteers to assist in the above day treatment program, Contractor shall conduct a Comsiunity Involvement Program which will include: (i) Obtaining student volunteers by arranging affiliations with local high schools, community colleges, and universities. (ii) Recruiting and training adult volunteers in the fall and youth volunteers (age 16 or over) in the summer. Contractor shall seek to obtain an average of 6,300 hours of trained volunteer help during the program year. 10. Service Unit. A unit of service, for reporting purposes, shall be defined as the provision of services as described above for one eligible patient in one partial day; i.e., any portion, less than 18 hours, of a calendar day during which a patient receives the above services under a planned program of care and/or treat- ment within the day treatment program provided by Contractor. 11. Number of Service Units. Subject to sufficient referrals by County, Contractor shall provide for County not less than 8,000 service units. Initials: . A ContWactbr County Dept. -2- of 17- s BUDGET OF ESTIMATED PROGRAM EXPENDITURES (Short-Doyle Programs) 4 2M705 —7O5 _ Number 12-MONTH 1. COST CATEGORIES. FISCAL YEAR PERIOD a. Staff Salaries and Fringe Benefits $ 201,223 b. Operating Expenses 131974 c. Administrative Charges (Allocated) -0- d. Liability Insurance 5,000 e. Other 55.000 TOTAL GROSS ALLOWABLE PROGRAM COSTS $ 275,197 [Adjustments in County's total payments to Contractor, in accordance with the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall not be limited by the specific line item Cost Category amounts set forth above.] 2. Less Non-County Program Revenues. a. Client Fees 6 Insurance and Subvention Amounts Q 54.192 ) To Be Collected and Provided By Contractor NET ALLOWABLE PROGRAM COSTS $ 221,005 b. Donations To Be Collected and Provided ($ 18,197 ) By Contractor 3. NET ALLOWABLE CONTRACT COSTS (Contract Payment Limit) $ 202,808 Initials: kiv, Con actor County Dept. SPECIAL CONDITIONS (Short-Doyle Programs) �ry (� (� Number 2 4 — S V 5 — •7 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24- 703-7 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24- 705-8 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than august 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 202,808 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: • / Con actor County Dept. -1- 00f58 SPECIAL CONDITIONS (Short-Doyle Programs) Number d S _ 705 - d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' representative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: o actor -County Dept. -2- 0r X159 SPECIAL CONDITIONS (Short-Doyle Programs) Number24 - 703 - 9 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph S. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if cecessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 101,404 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Rental Health (Short-Doyle) Plan for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-3onth period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 101,404 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79. S. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Short-Doyle Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State Short-Doyle funding applicable to this Contract or a surplus of available County Short-Doyle program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue d Taxation Code 5107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue b Taxation Code 5107.6, and waives all rights to further notice or to damages under that or any comparable statute. Initials: 7 c or ty Dept. -3- nn cc i1��66 Contra Costa County Standard Form GENERAL CONDITIONS r _ (Purchase of Services) 24 — 7 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 derating 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. (A-4616 REV 6/76) -1- 0 661 Contra Costa County Standard Fora GENERAL CONT)ITIONS ' (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. 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 promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to coaply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. 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 Dartners of the above provisions, and that any person knowingly and intentionally disclosing such information other than as authorized by law may be guilty of a misdemeanor. 17. Nondiscriminatory Services. Contractor agrees that all goods and services under t:-is 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. (A-4616 REV 6/76) -2- �J Contra Costa County Standard Forts GENERAL CONDITIONS (Purchase or Services) 24 - 705 - 9 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, th� �.,� p l _ 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- n;662 . Contra Costa County Standard Form STANDARD CONTRACT (Purchase of Services) 1. Contract Identification. Number 2 4 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: Public Agency (City Government) Address: 2006 A Street, Antioch, California 94509 3. Term. The effective date of this Contract is July 1, 1977, and it terminates June 30, 1978 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed $ 16,324 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. Contractor's Obligations. Contractor shall provide those services and carry out that work described in the Service Plan attached hereto which is incorporated herein by reference, subject to all the terms and conditions contained or incorporated herein. 7. General and Special Conditions. This Contract is subject to the General Conditions and Special Conditions (if any) attached hereto, which are incorporated herein by reference. 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 for FY 1977-78 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 41a,01rit x3WADUWAK Board of Supervisors Verne L. Robert Designee Mayor. City of Antioch (Designate official capacity in business ttes . J. R. 0 son, C my C1 k and affix corporation seal) State of California ) B County of Contra Costa ) ss. eput ACKNOWLEDGEMENT (CC 1190.1) The person signing above for Contractor Recommen d by Department known to me in those individual and business capacities, personally appeared before me today and acknowledged that he/ By they signed it and that the corporation Design or partnership named above executed the within instrument pursuant to its bylaws HRA Contracts Administrator or a resolution of its board of directors. Form Approved: FORM APPROVED Dated: February 28. 1978 N`' racts Ads �nisnxKMK tra;�r Notary Public/ puty County Clerk Dorothy P. Ma ks, City Clerk (A-4617 REV 6/76) Mit7OMMed with beard order Contra Costa County Standard Form PANT PROVISIONS (Cost Basis Contracts) Number 2 710 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 the 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: [ ] 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. $ 19360 , monthly, in advance, for the months of July and August and, for each subsequent month, thereafter, an advance amount equal to the net allowable contract costs which are reported to have been actually incurred for the second calendar month prior to the payment month. Net allowable contact 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 [ 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 or as specified in 2. (Payment Amounts) above, 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 payments as specified in Paragraph 2. (Payment Amounts) above. (A-4618 REV 6/76) -1 Contra Costa County Standard Form PAYMENT PROVISIONS (Cost Basis Contracts) f- z. _ Number 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. i (A-4618 REV 6/76) -2- SERVICE PLAN (� Number 24 - 710 - 7 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 9.5 (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 or appropriate State regulations), 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. 5. Admission Policy. Contractor's services shall be provided in accordance with Contractor's admission policies for services, if applicable, which shall be in writing and available to the public and include a provision that patients are accepted for care without discrimination on the basis of race, color, religion, sex, national origin or ancestry. 6. Charges for Services. Contractor's charges for services, if applicable, to patients, or to other persons responsible for patients, shall approximate estimated actual cost. 7. 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 Mental Health Director, including, but not limited to, standards for the kind, quality, and quantity of services and criteria for determining the persons to be served. 8. Budget of Estimated Program Expenditures. Contractor shall provide services under this Contract in accordance with the Budget of Estimated Program Expenditures, attached hereto, which is incorporated herein by reference. 9. Service. Contractor shall provide the following 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. Initials: Contractor County Dept. -1- t�f�€ 6� SERVICE PLAN 4 � l) � Number 7 1 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 other 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. 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 supporltive 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 7,000 service units. Initials: Contractor County Dept. —2- 00666 BUDGET OF ESTIMATED PROGRAM EXPENDITURES (Short-Doyle Programs) Numbe;44 - 710 - 12-MONTH 1. COST CATEGORIES. FISCAL YEAR PERIOD a. Staff Salaries and Fringe Benefits $ 60,932 b. Operating Expenses 21,552 c. Administrative Charges (Allocated) In-Kind d. Liability Insurance In-Kind e. Other -0- TOTAL GROSS ALLOWABLE PROGRAM COSTS $ 82,484 [Adjustments in County's total payments to Contractor, in accordance with the Payment Provisions and Paragraph 2. (Cost Report and Settlement) of the Special Conditions, shall not be limited by the specific line item Cost Category amounts set forth above. ] 2. Less Non-County Program Revenues. a. Client Fees 6 Insurance and Subvention Amounts ($ 64,000 ) To Be Collected and Provided By Contractor NET ALLOWABLE PROGRAM COSTS $ 18,484 b. Donations To Be Collected and Provided ($ 2,160 ) By Contractor 3. NET ALLOWABLE CONTRACT COSTS (Contract Payment Limit) $ 16,324 Initials: Contractor County Dept. SPECIAL CONDITIONS (Short-Doyle Programs) � Number 24 - 710 . 1. Novation. The parties having entered into a prior 3-month contract Extension, Number 24- 710-5 , for the period from July 1, 1977 through September 30, 1977, and a further 3-month contract Extension, Number 24-710-6 , for the period from October 1, 1977 through December 31, 1977, County and Contractor hereby agree to substitute this full fiscal year Contract for the two aforesaid contract Extensions. Effective July 1, 1977, all contract rights and obligations of the parties will be governed by this full fiscal year Contract. 2. Cost Report and Settlement. Paragraph 6. (Cost Report and Settlement) of the Payment Provisions is hereby modified in its entirety to read as follows: "No later than August 31, 1978, or 60 days following the termination of this Contract, whichever comes first, Contractor shall submit to County a fiscal year cost report in the form required by County, showing the total gross allowable program costs which have actually been incurred by Contractor, and the total non-County program revenues (excluding donations) which have actually been provided by Contractor, during the 12-month fiscal year period from July 1, 1977, through June 30, 1978, in accordance with the Budget of Estimated Program Expenditures set forth in the Service Plan. If said cost report shows that the net allowable contract costs (as defined below) which have actually been incurred by Contractor during said fiscal year period exceed the payments made by County for said period pursuant to Paragraph 2. (Payment Amounts) above, County will remit any such excess amount to Contractor, but not to exceed the 12-month Payment Limit of $ 16,324 for said fiscal year period. If said cost report shows that the payments made by County for said fiscal year period pursuant to Paragraph 2. (Payment Amounts) above exceed said net allowable contract costs which have actually been incurred by Contractor under this Contract during said period, Contractor shall remit any such excess amount to County. The net allowable contract costs for cost report and settlement purposes is defined as the total gross allowable program costs which have actually been incurred by Contractor hereunder during said fiscal year period, minus the total non-County program revenues (excluding donations) which have actually been provided by Contractor during said fiscal year period ending June 30, 1978." 3. State Equal Opportunity and Nondiscrimination Requirements. Subject to the General Conditions of this Contract, Contractor shall comply with the following State requirements for equal opportunity and nondiscrimination: a. Employment of personnel shall be made solely on the basis of merit, without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. b. Affirmative action shall be taken to ensure that job applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, age, or physical or mental handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. There shall be posted, in conspicuous places, notices available to employees and applicants for employment provided by County setting forth the provisions of these equal opportunity and nondiscrimination requirements. c. All solicitations or advertisements for employees placed by or on behalf of Contractor, and/or any subcontractor, shall state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, national origin, age, or physical or mental handicap. Initials: Contractor County Dept. SPECIAL CONDITIONS (Short-Doyle Programs) 24 - 710 — Number • d. Each labor union or representative of workers with which Contractor has a collective bargaining agreement, or other such contract or understanding, must post a notice provided by County advertising Contractor's obligations under these equal opportunity and nondiscrimination requirements to the labor union or workers' representative and shall post copies of said notice in conspicuous places available to employees and applicants for employment. e. Contractor shall furnish all information and reports required by the State Department of Health and shall permit access to books, records, and accounts pertaining to this Contract for purposes of investigation to ascertain compliance with Paragraphs 3.a. through d. above. f. In the event of noncompliance with these equal opportunity and non- discrimination requirements, or as otherwise provided by State or Federal law, this Contract may be cancelled, terminated, or suspended in whole or in part and Contractor, and/or any subcontractor, may be declared ineligible for further State-funded contracts in accordance with procedures authorized in the State Department of Health's Affirmative Action Complaint Process. g. All provisions of Paragraphs 3.a. through g., inclusive, shall be included by Contractor in every subcontract (unless exempted by rules, regulations, or orders of the Director of the State Department of Health), so that said provisions will be binding upon each subcontractor. Contractor shall take such action with respect to any subcontractor as the State may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that in the event that Contractor becomes involved in, or is threatened with, litigation with a subcontractor as a result of such direction by the State, Contractor may request the State by writing to the State, who in turn may request the United States, to enter into such litigation to protect the interests of the State and the United States. h. Services, benefits, and facilities shall be provided to qualified patients without regard to their race, color, creed, national origin, sex, age, or physical or mental handicap and no one will be refused service because of inability to pay for such services. i. There shall be no discrimination in the provision of services because of color, race, creed, national origin, sex, age, or physical or mental handicap in accordance with Title VI of the Civil Rights Act of 1964, 42 USC Section 2000d, and any rules and regulations promulgated pursuant thereto, or as otherwise provided by State or Federal law. For the purpose of this Contract, distinctions on the grounds of race, color, creed, or national origin include, but are not limited to, the following: denying a participant any service or benefit or providing to a participant any service or benefit which is different, or is provided in a different manner or at a different time, from that provided to other participants under this Contract; subjecting a participant to segregation or separate treatment in any manner related to his or her receipt of any service; restricting a participant in any way in the enjoyment of any advantage or privilege enjoyed by others receiving any service or benefit; treating a participant differently from others in determining whether he or she satisfied any admission, enrollment quota, eligibility, membership, or other requirement or condition which individuals must meet in order to be provided any service or benefit; and the assignment of times or places for the provision of services on the basis of the race, color, creed, or national origin of the partici- pants to be served. Contractor, and any subcontractors, shall take affirmative action to ensure that intended beneficiaries are provided services without regard to race, color, creed, national origin, sex, age, or physical or mental handicap. j. All complaints alleging discrimination in the delivery of services by Contractor, and/or any subcontractor, because of race, color, national origin, creed, sex, age, or physical or mental handicap, may be resolved by the State through the State Department of Health's Affirmative Action Complaint Process. k. Contractor, and any subcontractors, shall, subject to the approval of the State Department of Health, establish procedures under which recipients of service are informed of their rights to file with the State Department of Health a complaint alleging discrimination or a violation of their civil rights. Initials: Contractor County Dept. -2- 69 SPECIAL CONDITIONS (Short-Doyle Programs) ry Number 4v � o '� 4. Automatic Contract Extension. Notwithstanding Paragraph 3. (Term) of this Contract, unless this Contract is terminated prior to June 30, 1978, by either party pursuant to Paragraph 5. (Termination), page 1, of the General Conditions, the term of this Contract shall be automatically extended for the 6-month period from July 1, 1978, through December 31, 1978. The purpose of the automatic 6-month extension is to allow for continuation of services as specified in this Contract and to avoid interruption of payment to Contractor, during which time County will finalize applicable parts of the County budget, seek State approval of such budget, if necessary or appropriate, and complete for Contractor and Board of Supervisors approval a novation contract for FY 1978-79. As to any such 6-month extension of this Contract: a. The Contract Payment Limit, specified in Paragraph 4., (Payment Limit) of this Contract, is increased by $ 8,162 (the 6-month Payment Limit) and County's total payments to Contractor for said 6-month extension period shall not exceed this 6-month Payment Limit. b. The Project description, set forth in Paragraph 8. (Project) of this Contract, is modified to read as follows: "Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79 and any modifications or revisions thereof." c. Contractor shall continue to provide services as set forth in the Service Plan, subject to any amendments thereto; all service units and line item budget amounts (set forth in the Budget of Estimated Program Expenditures) shall be prorated for a six-month period. d. In addition to the fiscal year cost report specified above in Paragraph 2. (Cost Report and Settlement) of these Special Conditions, no later than February 28, 1979, or as otherwise may be prescribed by County, Contractor shall also submit to County an extension period cost report, as specified in Paragraph 2. (Cost Report and Settlement) above, covering the period of this 6-month contract extension from July 1, 1978, through December 31, 1978, and County and Contractor shall follow the cost report and settlement procedures specified in Paragraph 2. (Cost Report and Settlement) above, subject to the 6-month Payment Limit of $ 8,162 for said extension period. e. Said 6-month contract extension shall be subject to any further agreement (novation) which Contractor and County may enter into covering the provision of services during FY 1978-79, in accordance with the Contra Costa County Mental Health (Short-Doyle) Plan for FY 1978-79. 5. Payment Limit Increase. This Contract may be amended to prospectively increase the Payment Limit, but only from an increase in the County Short-Doyle Budget applicable to this Contract approved by the County Board of Supervisors. 6. Donations. If there is an increase in State Short-Doyle funding applicable to this Contract or a surplus of available County Short-Doyle program funds, County may, in its discretion, amend this Contract to substitute such funds for all or part of Contractor's obligation to provide donations, if Contractor agrees in said amendment to use said additional monies for the sole purpose of purchasing or repairing equipment and/or improving Contractor's facilities for the specific purpose of enabling Contractor to upgrade and enhance Contractor's services. 7. Possessory Interest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements, but does not vest ownership of the land or improvements in the same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue S Taxation Code 5107), such interest or improvements may represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue b Taxation Code S107.6, and waives all rights to further notice or to damages under that or any comparable statute. Initials: Contractor County Dept. -3- Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 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 and such additional records pertaining to this Contract 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 these records available 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, or cancelled immediately by written mutual consent. 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 without notice. 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 shall be designated as such and shall not be amendments to this Contract except to the extent that they further detail or clarify that which is already required hereunder. Such Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money to be paid the Contractor as provided herein. Informal Agreements may be approved and signed by the head of the County Department for which this Contract is made or his designee. 8. 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 or, after Board approval, by its designee, subject to any required State or Federal approval. b. Administrative amendments. Subject to the Payment Limit, the Payment Provisions and the Service Plan may be amended by a written administrative amendment executed by the Contractor and the County Administrator or his designee, subject to any required State or Federal approval, provided that such administrative amendments may not materially change the Payment Provisions or the Service Plan. 006'11 (A-4616 REV 6/76) -1- Contra Costa County Standard Form i'• . GENERAL CONDITIONS (Purchase of Services) 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. Choice of Law and Personal Jurisdiction. a. This Contract is made in Contra Costa County and shall be governed and construed in accordance with the laws of the State of California. b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra Costa County. 11. Conformance with Federal and State Regulations. Should Federal or State regulations touching upon the subject of this Contract be adopted or revised during the term hereof, this Contract shall be amended 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. Subcontract and Assignment. This Contract binds the heirs, successors, assigns and representatives of Contractor. The Contractor shall not enter into subcontracts for any work contemplated under this Contract and shall not assign this Contract or monies due or to become due, without the prior written consent of the County Administrator or his designee, subject to any required State or Federal approval. 14. 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 promises and attests that the Contractor and any members of its governing body shall avoid any actual or potential conflicts of interest. If Contractor is a corporation, Contractor agrees to furnish to the County upon demand a valid copy of its most recently adopted bylaws and also a complete and accurate list of its 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. 16. Confidentiality. Contractor agrees to comply and to require its employees to comply with all applicable State or Federal statutes or regulations respecting confi- dentiality, including but not limited to, the identity of persons served under this Contract, their records, or services provided them, and assures that: a. All applications and records concerning any individual made or kept by Contractor .or any public officer or agency in connection with the administration of or relating to services provided under this Contract will be confidential, and will not be open to examination for any purpose not directly connected with the administration of such service. 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 yaw may be guilty of a L.isdemeanor. 17. 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. (A-4616 , REV 6/76) -2- . : . 0062 Contra Costa County Standard Form GENERAL CONDITIONS (Purchase of Services) 18. Idemnification. 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, resulting from the conduct, negligent or otherwise, of the Contractor, its agents or employees, 00 19. Insurance. During the entire term of this Contract and any extension or modification thereof, the Contractor shall keep in effect insurance policies meeting the following insurance requirements unless otherwise expressed in the Special Conditions: a. Liability Insurance. The Contractor shall provide a policy or policies of comprehensive liability insurance, including coverage for owned and non-owned auto- mobiles, naming the County and its officers and employees as additional insureds, with a minimum combined single limit coverage of $500,000 for all damages because of bodily injury, sickness or disease, or death to any person and damage to or destruction of property, including the loss of use thereof, arising from each accident or occurrence. b. Workers' Compensation. The Contractor shall provide the County with a certificate of insurance evidencing workers' compensation insurance coverage for its employees. c. Additional Provisions. The policies shall 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 other insurance policies held by them shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. 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. 20. Notices. All notices provided for by this Contract shall be in writing and may be delivered by deposit in the United States mail, postage prepaid. Notices to the County shall be addressed to the head of the County Department for which this Contract is made, c/o Contracts & Grants Unit, Human Resources Agency, 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. 21. 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. 22. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration or termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. (A-4616 REV 6/76) -3- 3 RESOLUTION NO. 78/28 RESOLUTION AUTHORIZING AGREEMENT WITH THE COUNTY OF CONTRA COSTA FOR REACH MENTAL HEALTH SERVICES. BE IT RESOLVED by the City Council of the City of Antioch as follows : That the Mayor be and he is hereby authorized and instructed to sign that agreement between the County of Contra Costa and the City of Antioch for the Contra Costa County Mental Health Services (Short-Doyle) Annual Plan for Fiscal Year 1977-1978 , in the form attached hereto as EXHIBIT "A". The foregoing resolution was passed and adopted by the City Council of the City of Antioch at a regular meeting thereof held on the 28th day of February 1978 , by the following vote: AYES: Council Members Pierce, Whatley, Davi and Mayor Roberts NOES: None ABSENT: Council Member Aguilar DOROTHY P. RKS, CITY CLERK (106`r' C In the Board of Supervisors of Contra Costa County, State of California January 3 . 1971L In Ove Moohm of Claims for Reimbursement of AB 3121 Costs for Juvenile Justice Funding Programs. The Board having received a December 20, 1977 letter from Mr. William L. Berry, Jr. , County Supervisors Association of California, suggesting that. counties submit as soon as possible to the State Board of Control certain costs for Juvenile Justice funding programs, in accordance with provisions of AB 3121i IT IS BY THE BOARD ORDERED that the aforesaid suggestion is REFERRED to the County Administrator. PASSED by the Board on January 3, 1978. 1 hereby certify that the foregoing is a true and correct copy of an order ankm on the minutes of said Board of Supervisors on the dale oforesoid. Witness my hand and the Seal of the Acord of cc: County Administrator Supervisors County Probation Officer affixed this jrd day of Tan„ar 19 � County Auditor—Controller J. R. OLSSON, Chrlc 6y AQI� Deputy Cleric Helen C. Marshall H-24 4177 tSm And the Board adjourns to meet on at 00 o, M in the Board Chambers , Room 107, County Administration Building, Martinez , California. W. N. Bogges Chairman ATTEST: J. R. OLSSON, CLERK -� Deputy P?O6 i 6 SUMMARY OF PROCEEDINGS BEFORE THE BOARD j OF SUPERVISORS OF CONTRA COSTA COUNTY, JANUARY 3, 1978, PREPARED BY J.R. OLSSON, COUNTY CLERK AND EX-OFFICIO CLERK OF THE BOARD. Approved minutes of proceedings for month of December, 1977. Declared the following numbered ordinances duly published: 77-114 through 77-116. Approved personnel actions for Assessor, Medical Services, Public Works, Social Service, Auditor-Controller, County Clerk, District Attorney, and Sheriff-Coroner. Amended Board Order of Nov. 29, 1977 to make certain adjustments in CETA Title VI projects. Authorized appointment of Gerald S. Buck from eligible list in the class of County Probation Officer at the third step of Salary Level, as requested by Juvenile Court Judge E. Patricia Herron. Authorized appointment of L. Rosales, R. Davis and G. Manning from the eligible list in the class of Plumber/Pipefitter at the third step. Approved internal appropriation adjustments not affecting totals for Mt. Diablo Municipal Court, Marshal-Mt. Diablo Judicial District, County Administrator, and Community Services Administration (OEO). Authorized payment to B. Allen for loss of personal effects while at the Hospital. Authorized relief of cash shortage in Medical Services cafeteria receipts. Denied claims for damages filed by P. Philmlee, A. Trout, M. Smith et al, and L. Gragg; and amended claim of R. and G. Cook. Extended to Jan. 17, 1978 the time in which to make adjustments retroactive to Jan. 1, 1978 for United Professional Firefighters, IAFF, Local No. 1230, so long as there is continued good faith effort to reach settlement. Appointed A. Engel, T. Bogle, and N. Burch to the Citizens Advisory P- Committee for CSA 5. Denied request of Alternatives for California Women to solicit funds (door-to-door) until 9 p.m. Fixed Jan. 31 at 11:15- a.m. as time for hearing on appeal of DeBolt Civil Engineering fro& San Ramon Valley Area Planning Commission denial of MS 223-77, Walnut Creek/Alamo area. Approved emergency actions of the Public Works Director for recon- struction of the drainage system on Orchard Road at Scenic Drive, Orinda, and confirmed his arrangement for issuance of a Purchase Order to D. J. Spillane. January 3, 1978 Summary, continued Page 2 As Ex-Officio the Hoard of Supervisors of County Flood Control and Water Conservation District, authorized payment to U.S. Army Corps of Engineers for District's share of construction costs for the Walnut Creek Project, Flood Control Zone 38. Nominated G. Wardbaugti for reappointment by Governor Edmund G. Brown, Jr. to the Developmental Disabilities Advisory Hoard of the Sonoma State Hospital. Adopted the following ordinances (introduced Dec. 27, 1977) : No. 78-3 amending the Code pertaining to shift differential compensa- tion for county employees; No. 78-1 rezoning land in the Danville area (application of W. Schlosser, 2133-RZ); and No. 78-2 rezoning land in the Pacheco area (application of J. Heaman, 2138-RZ). ' Approved Addendum 3 for Detention Facility Cast-in-Place Concrete, Martinez, and fixed Jan. 19 at 2 p.m. for time to receive bids on same. Approved Addendum 1 for Detention Facility Glass and Glazing, Martinez, and bids for said work will continue to be received on Jan. 19 as specified previously. Acknowledged receipt of letter from the County Recreation and Natural Resources Commission advising of support for the general findings and recommendations contained in the report entitled "Ridgelands, A Multi- Jurisdictional Open Space Study." As Esc-Officio the Hoard of Supervisors of County Flood Control and Water Conservation District, accepted Grant Deed and Right of Way Contract from San Ramon Valley. Unified School District in connection with property acquisition, Upper Satz Ramon Creek-Detention Basin, Zones 39, San Room area. Approved Internal Operations Committee (Supervisors E. H. Hasseltine and N. C. Fanden) recommadations that the proposal to establish a County Youth Commission be continued under informal Hoard consideration and that site health bee bscontiinued under by the Solidciated with the Contra Costs rvice Disposal Waste near Commission. Referred to Public Works Director and County Administrator for report request of Televents, Inc. for permission to collect frog subscribers copy- right liability fees. Denied appeal of R. Amador from Board of Appeals denial of LUP 2061-77 to establish a mobile hose in the Oakley area. Approved request of L. Jasmin (217+-RZ) to rezone land in the Alamo area and fixed Jan. 10 for adoption of Ordinance 78-4. Approved Traffic Resolution No. 2409. Approved recommendation of Planning Commission with respect to proposed Subdivision Ordinance Amendment which would conform to the State Subdivision Map Act and fixed Jan. 10 for adoption of Ordinance 78-5. {�4 ! J January 3, 1978 Summary, continued Page 3 On recommendation of the Planning Commission fixed Jan. 31 at 10:55 a.m. for hearing on the request of L. Mangini (2175-RZ) to rezone land in the Walnut Creek area. Fixed Jan. 31 at 11 a.m. as time for hearing on recommendations of the San Ramon Valley area and County Planning Commissions with respect to nine applications for rezoning land in certain areas to Agricultural Preserve Districts (A-4). Authorized Chairman to execute: Letter to Chairman of the President's Council on Environmental Quality indicating this County's desire and willingness to participate in the National Water Policy Board; Agreement with Bryan Grunwald Associates for consulting services in connection with the preparation of the EIR for "Village Oaks" Subdivision and commercial area, Martinez area; Contract with T. Broome for Probation Department Staff Training in "Laws and Decisions on Confidentiality"; Contract with Pittsburg Ambulance Co. for emergency ambulance service in the Pittsburg area; Agreement with Boeing Computer Services, Inc. for coding and testing the Martinez Data Processing Center data input and processing programs; Contract Amendment Agreement with Milton S.. Fujii to increase and extend the provision of CETA consultation and technical assistance. Authorized Director, Human Resources Agency to execute County Counsel approved Novation Contracts with various Mental Health, Drug Abuse, and Alcoholism service providers for the 1977-78 FY. Denied petition to transfer certain territory from the Mt. Diablo Unified School District to Lafayette School District and Acalanes Union high School District and urged the Superintendent of Schools to make a study of the boundaries of all the school districts in the subject area. Continued hearing on recommendation of Community Development Advisory Council with respect to proposed Fourth Year (1978-79) Housing and Community Development Act Program to Jan. 17 at 11 a.m. Closed hearing on proposal for separation of the offices of Sheriff and Coroner and establishment of a County Medical Examiner, decision to be made Jan. 17 at 11:30 a.m. Acknowledged receipt of memorandum from Director, Human Resources Agency, re conduct of a Cancer Incidence Study and a proposed list of indi- viduals who will serve on the Technical Advisory Committee to the Health Officer for said study. Referred to County Administrator letter from CSAC advising counties to submit certain costs for juvenile justice funding programs to the State Board of Control, in accordance with provisions of AB 3121. Approved recommendations of Internal Operations Committe, with respect to revision and updating of the Housing Element of the County General Plan including the establishment of a Housing Element Advisory Committee. Requested County Administrator to respond to BART General Manager re progress made to date and remind his that East Contra Costa County is still not being served. j b�A2 . I , JaQuary 3, 1978 Summary, continued Page 4 .•: Adopted the following numbered resolutions: 78/1, As Ex-Officio the Hoard of Supervisors of County Flood Control and Water Conservation District, requesting U.S. Army Corps of Engineers to initiate Phase I Advanced Engineering and Design Investigations for the Alhambra Creek Flood Control Project, Zone 5; 78/2, approving Subdivision Agreement with Great Western Savings & Loan Assn. for cmpletion of all improvements in MS 61-77, Orinda area; 78/3 approving Subdivision /agreement Extension through Nov. 2, 1978 for Sub. 4841,. Danville area: 78/4, approving Final Map and Subdivision Agreement with Di Giorgio Development Corporation for improvements, Sub. 5070, Danville area; 78/5 through 78/7, authorizing execution of easements for Assessment District 1975-4, San Ramon Storm Drain; 78/8, establishing rates to be paid to child care institutions, to add Arlington Center/Sacramento (small group home); 78/9, authorizing County Librarian to apply for and accept federal funding, as provided by grant award, approved by the State Librarian for 1978-79 and 1979-80, for Library Services to the Deaf and Hearing-Impaired. 78/10, As Governing Body of the County and Other Entities, directing that personnel comply with Government Code Section 86108 et. seq. ; 78/11 through 78/16, authorizing changes in the assessment roll and cancellation of 'certain penalties and fees; 78/17, declaring intention to adopt a Resolution of Necessity to acquire by eminent domain real property for Buchanan Field Airport Runway 19-R Clear Zone and fixing Jan. 24 at 11:35 a.m. to consider adoption of same; 78/18, adopting the Final Alcoholism Program Budget for FY 1977-78 including the SB 38 Post Conviction Drinking Driver's Program as an amend- ment to same, and establishing 12 additional positions in the Health Dept. upon approval of the program by the State. Approved allocation of Livestock Head Day Tax Collections and Trailer Coach License Fees for the period Jan. 1, 1977 to June 30, 1977. Approved Internal Operations Committee recommendations pertaining to expansion of Medicare/HMO to include persons not eligible for Medi-Cal and directed the Human Resources Director to report back to the Board on this subject not later than Feb. 28. Authorized County Administrator to establish various liability insurance minimum limits which County contractors must secure and maintain. Fixed Feb. 7 at 2 p.m. for public hearing on proposed Environmental Management Plan of the Association of Bay Area Governments. Amended Board orders dated Sept, 27 and Dec. 20, 1977, which authorized Director, Human Resources Agency, to execute specified CETA Title II and CETA Title VI subgrant agreements, to adjust number of jobs and contract amounts in subgrant agreements with Knightsen School District. Authorized County Counsel to renew Ordinance Code Publication contract with Book Publishing Company under same terms as present contract (except for increased overrun (reprint) costs and revised termination provisions). The preceding coduments consist of 680 pages.