HomeMy WebLinkAboutMINUTES - 06281994 - X.1 TO: BOARD OF SUPERVISORS ......•..o� Contra
r'
FROM. Finance Committee, Tom Torlakson Costa
z: County
Gayle Bishop
DATE:
June 28, 1994
SUBJECT:
FINANCING PLAN FOR CHILD CARE SERVICES
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
RECOMMENDATIONS:
1. Allocate $150,300 of the Child Care Affordability Fund monies in the following
manner:
$ 36,530 Contra Costa Child Care Council for the provision of child care
resources and referral services.
$113,770 For provision of parent choice child care subsidies to low income
working parents - to be administered by the Child Care Council
through a contract with the Social Service Department.
2a. Allocate $99,700 of the remaining Child Care Affordability Fund monies to Social
Service Department contracts with the following community-based organizations:
$ 7,500 Family and Community Services
$67,500 Contra Costa Food Bank
$24,700 Child Abuse Prevention Council of Contra Costa County
(Supervisor Bishop Only)
CONTINUED ON ATTACHMENT: YES SIGNATURE:
-RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE(S): Tom Torlakson Gayle Bishop
ACTION OF BOARD ON June 28, 1994 APPROVED AS RECOMMENDED OTHER
The Board unanimously approved Recommendation No. 1 above. Supervisor Bishop moved
to include in that motion the items listed in 2a as an advance. The motion died for lack of
a second.
The following persons appeared to give testimony: Larry Sly, Contra Costa Food Bank;
Jennifer Summerton, Child Abuse Prevention Council; Frances Green, Pittsburg Pre-School Co-
ordinating Council; and Wilda Davisson, Community Services.
Supervisor Torlakson moved to ALLOCATE the $99,700 in Recommendation 2a and b 50%
each to the Pittsburg Pre-School Coordinating Council and to Pullman and Maritime Child Care
Centers in 'Richmond; -and -to-tentatively earmark the--same amount for next year; and to DIRECT
that priority consideration be given to finding funding for the organizations listed in 2a above
during the coming budget process. Supervisors Bishop and DeSaulnier voted no. The motion
scarried with Supervisors Smith, Torlakson and Powers voting aye.
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT see above ) AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
ATTESTED June 28, 1994
Contact: PHIL BATCHELOR,CLERK OF THE BOARD OF
cc: County Administrator
County Auditor-Controller SUPERVISORS AND COUNTY ADMINISTRATOR
Social Services Director
Social Services Contract Unit
Community Services BY DEPUTY
Page 2
2b. Defer action on the allocation of $99,700 and discuss during budget hearings.
Consider other child care proposals including the Child Care Centers in Richmond
and the Infant Care Program of the Pittsburg Pre-School Coordinating Council.
(Supervisor Torlakson Only)
BACKGROUND:
On June 27 the Finance Committee formulated recommendations for the distribution of
Child Care Affordability Funds for 1994-95. This recommendation was considered an
urgency item for Board action on June 28 because of the possibility of program cuts and
layoffs with three contractors.
The Committee agreed on the distribution of funds to the Child Care Council, but
disagreed on a second recommendation distributing the remaining monies. Supervisor
Bishop recommended continuation of funding for three community-based contractors
which are not directly providing child care services. Supervisor Torlakson recommended
deferring action until budget hearings and considering other child care proposals
submitted to the Committee (see Attachments one and two). The Child Care affordability
guidelines appear in Attachment three.
rKAY — 1 9 -94 THU 125 - 1 '7 L4 _ GO _ — CON - SER _ DEPT _ r _ W2
S � '
Attachment 1
DAU- r)5/l""
TO; Tony EneR%.�>nhx Ikpvty Otanty Adminlwir.rr,w
FROM. ll Wilda DavLsso ,Child De:veloprnunt ManuN-r
A 1100 gh Joan varks,Coams.Seer. 1kpt Dimfor
WlsULl". background Information an T.U.T Cbild Care Affordability
Trwit F urxf
.* ........jjjA .....A-I-F4.1 t-F-i##i-i-F+j M *.+.. +....... Fig
It a June 22, 1991 Bourd t ar six ttxxnnu1en41ations ftw use of ft, 1993-94 T.O.T. Child Care.
Affbx dabfhty Trutt Fund and a prut(M)l for futum use of ttte fund wort: given. Funds were
divu'led from child care for ottler use's. Howcver, (lie sixth recommerjdalion reads as follows:
"1)1 ECL.A RE the hitent of the BoaW to divert 0411 Cure AffordWAlity Trust Funds for timse
sono txs only in FY 1993.4 and that Binding. in future yew's shall he sut�jccl to the RF1'
41pplisation and fundhip pr4.)xss of FALI',C:SI;I.i,anti Cl,MG."
Combiutlity Soryires lepartrllcat was owt awart,of an offering or Rw;gV11catiors for the 1994-
95 Child tare Afibrdability Trust Fund monivs We haul uwaitai this offcar because of a
very scrim need that hm develgwd in twr C mnl Y CUld IXvelupn;cni Division. Because of the
cizaijidg climate in Wm C(xtnty with mg-,mis it)the Owul emergency of the former Richnu)nd
Uniflid School District, County U:aw Mattagerttvnt WM unable to obtain a secure te*a on the
Puittnafl told M;it'itime Children's C'wtttr�, Titc�se two CCtltels wc�rc�recently plauxi on the listing
.Of sufpluS property by tlx:newly IbnVed West Contra Coma Unified Schmil [district. Tour of the
,oi'fuc�ngs frc)rn il>t: Lisilttl; h:tvt: utre:►tty txcu Kcdc, increasing out concerns :ttx)ul our amiinucd
usage of the handbags. In u Board Ordex iJgned April 16, 1994, tlx: Supervisors authorized the
Y)hurt: of of Cienend Servi=to negotiate; with the Wt'.C;USU fur thc', lt;ai--, least. purchase of the
wit tpe and Pullman Centers. Copios cif the u 4vWsal by i'lantw1c Appraisal Service wort sc1lt
'tot ypur review.
'Mae ce nterst, lotAted in the from Triu igic of Rictnxind, cutr+t:ntly 1U)Use: the two largest
cub :1417- exi child care programs in our Ctvmy. 'tbey also houme, adtturrlstrative offices add
SUxages apwe. The chart below shows.the extent of Iho sc:rvic c prc)vicild at It1CSC tritcS:
D 'Rli'TI4)N OF r S MARr1'IMtt: lyLllfL.MAN
ADDRUS'S 141011.U1t1AA AWNIlh 2730 MAINE AVENUR
DAYS Of 0.MA'11CNV Mt.NDAY-F1tlDAY Mt)NI)AYT RIDAY
110ftS tyl%W-IRXIION 6,45 A.M.-5:45 P.M. 6-145 A.M.-5:45 P.M,
ANNUM.VVND1N0 $W,13.5 U25.u27
ni'1 S OF PROGRAMS Pill.[;.DAY CHILD CA[tl. 1111.1,DAY Cilll,l)CARL;
IIAU J)AY PRCSCHWI,
VAILY MEN,SERVICE VRF:AKI*AS1',LUN01,SNACK 119MICPAS7',t.UNCX SNACK
('[ifC.t}RIIN SI.'[tVU) 162 17.1
i% L;lFiS R i1tV1sD lA► I!d)
T H U 1 3 : 1 8 W _ 00 - - CON - SER _ DEPT . r e 3
The numbers aWve arc significant N%cauw; Clic 270 familics uxvcct :tre: amcyttg ttte pixOrest
citizens:in(he Comity. To he Wigiblo for our xcx Awa 230 o f ik-w p=nts must be working or in
job.tralining.prWmns that will lead to 44slf-sit2io eney, iulenuptiorn ell'their;tuhsidized child nitre
results In lash of jobs and/or training. When IoW Itt )mc, working parents lyse suWdiu;:d Child
Cate itrewy am caught in a downward Viral ... Ions of joh, loss cif nxxticul insurance, attd lots of
housing. 'they must enter Into the wasiram gstem to sustain fiii: lir, theinselves and Opeir
children. SometimeR they Inst tltc awlit.y on'will itr lx)ld their f utrilies loge-lltc,and the children
are placed 1st fcmter care. Lass ol" subsidized child 4�trc: ittoiircctly incrca� aloe cWt of
governthent servic m and adversely hn;*cts budgets In several County dclxirtinents.
The low of space in thm building;would have than billowing irnmcxfiutc impact:
•The annual $1.685,962 in ,State Departmenl of kducatio n, and Fetleral Title IV•A fbn0s would
be lost to lite County if we had no liccll%ed spaW to serve lite children. Tl'w state funds provide
the 5th match for Fcxlend dollum,
•'lltc Sate and federal annual reinibur.7enlent to lite Camiuy's CUld anti Adult Food Program
would be rcdacect by$103,221
•Fifty-ibur County employees would lase;their jobs.
*Tile oftlee space fcw thew Child I)evelrpoWnt MyWon would he lost ami udditiutud space: to
fntu�6 employees would nwd to dc:axpired al additional exp cmw.
•The kiteaTy AaSsJsfance()fficx wnulct nLvd.to be rckxated at.additional expense.
o,5toxigre:Kpace for child developinenl.equipmeox and supplies would W.an additional cxpenwo
albe lass of these two Giles would disrupt the ensure: administralivc and tiscal siructure of lite
County's Child IXvelopa tent i7ivt.�;�W and affm-t the Funding of Ili uddlihmul Preschool cla.4scs
operattod by 6 delegate agencie9.
e Rte .atbility of the Child LX,,-wl(*intent lhvtsiOn to attract prc,jcxted future ini=asw in
rederal/Statc:Funding would W adversely aalfWcci.
Additionally, them;two MIM have boom iocajul in the Iron Uunbic O'Kia hniond for over 50
years p mIding a iac:us for coaununity activilio. The Pullman Center i>i u..%-d a palling place in
each clechon. The c enlen um used as public immuniratian site s, cAmintunity meeting places,
ernpllyoeo uraining Wntcm, (x)minuni(y htf'canmaticm dishursemcnt conte;ns, cte. Malty of the
employees who itafY iltesc:ctmt= am o m)wunif.y incl church Ica*rs. Many oaf then urea's adults
c:itizea s atlWtde d these centem as chiltwn, .T1t.ow fcari»car.mu&nlx airs: tits; backtxane of lite Iron
Tiiangte tx mmunity. They help to provide:mthility io a conintuoily tttsal by ftte urban diseases
of povGtty, (anally disintlegratim homeieatl w clang Gonna:, ethnic and vi(AenW. IA)SS of those
sites would add immea vrably to the detsitucticni orb,"in the,c-itizenx of ibis area.
Community Services I)epartment hats t>we:nt wurki08 with Altus 1111aiif f'cr of Oemttl Servlx~s,
L4ease Mallagement Division and SupCrvjKw llowers to prexlucc a purchase package fc>r Board
action. We are In tett; middle of negotiations mut have almtsly made an Investment of
c tmsiderable time and half the mist of the,".W)appraisul fox. What we tackle move ahead to
prevent the loM of thole tacilifies is so,%;d money, Tile appraiswel value of lite two shoe is
$477►5{10 and tate negotiated price Could W Notncwitat loss. We milim that the buildings will
neW Additional invesUlwat for derated."nfett=c a and repairx once the:purchase is Wrnpleto d.
In addition Supervi*x Po wzm is also pttrstttng:priv:atc flurtots to ussixt in(MI111cting the project.
We have disWssed a dawn payment and annual:an t(A.Ization plan it)p urt base die sites. Political
�+Ea �r — ice — s4 �rrtu i3 = i � w . �; ., .
_ — t i.rtw
cMIXIS U1 the SlatC level wom di�:usan d at the ljirn w Cour mittec mec(ing but 1 am unawam if
any formalized request has 17eAm made;to state legislatom far asmistant,e as of dila; time although
Wild nal talk.%•have aecuarnA.
WCstigge,5ttt that tt mighd Ix: ten the County`, U'Llvaniage to (le.l:ty uctiun on the 1994-5
'l'AIT. Od16 Care: Afrordabilily Trust !~rind ter the next several wrack.« until t cdu; Management
and state level political initiatives have Wvn axwe tlnomughly studied and numbers of dollars for
a possible"down payment"on ft prop hU)s could be aswssu+d and negotiated.
Thank you for you kind a,ssistatux in ttd%mutm ll'you need turttwr Wtiumution please c ontoct
Jim Spaarb w X7150,
W, Juan Sp ark,%
Alan Pfciftcr
b
Attachment 2
(510)439.2061 FAX(510)432.7473
Coordinating Counc• , Inc. 1760 Chester Drive, Pittsburg,California 94565-3920
N
Q 13 May 1994
jt;
o �� ®�
VContra Costa County Administrators Office
1 ATTN: Tony Enea, Financial Officer
651 Pine Street, 10th Floor
4) Martinez, CA 94553
IL Dear Mr. Enea:
J
Pre-School Coordinating Council, Inc. , (P.S.C.C. ) is rez�� �' �c
funds from the Contra Costa County Child Care Affordability Fund
to support its Therapeutic Infant Care program which provides
year-round comprehensive developmental child care and family
services to 24 low-income, at-risk infants and toddlers and their
families.
P.S.C.C. is the only Center-based day care in East County and one
of the few resources for comprehensive infant care. It currently
has a waiting list of over 104 infants and toddlers for those
services.
P. S.C.C. has no permanent funding for its Therapeutic Infant Care
program, which is now in its fifth year. It has been supported
by a blending of private foundation and public funds secured on a
year-by-year basis. However, we are uncer-ain of being able to
continue the program at its present level since we recently were
notified that two foundations who have provided strong support
since the inception of the program are no longer funding child
care programs. At this time, we feel we can secure only $40, 000
to $60, 000 each year and will need to cut services.
An on-going- grant of $100, 000 from the Contra Costa County Child
Care Affordability Fund would provide continuity of services and
allow us to maintain the Therapeutic Infant Care program at its
present level. It would also offer incentive for .foundations to
grant funds--even small amounts--because they know the program
has basic funding which makes it viable on an on-going basis.
I have attached a summary of the Therapeutic Infant Care program
and a brief synopsis of other services provided. Please let me
know if you need further information on a complete proposal.
I look forward to hearing from you.
FOR OUR CHILDREN
Frances Greene
Executive Director
Fes.!j m
THERAPEUTIC INrANT CARE PROGRAM -- SUMMARY
Pre-School Coordinating Council, Inc.
1760 Chester Drive
Pittsburg, CA 94565
(510) 439-2061
Director and Project Contact: Frances Greene
ORGANIZATION
P.S.C.C. is a community-based, non-profit, tax exempt, minority agency whose mission is
to assist low- and no-income individuals and families in remaining or becoming self-
sufficient through education, training and temporary social service assistance. It is
funded by public and private sources.
POPULATION SERVED
P.S.C.C. serves, at reduced or no cost, low-income at-risk families from Pittsburg's E1
Pueblo Housing Development, the cities of Pittsburg, West Pittsburg and Antioch, and
adjacent parts of east Contra Costa County. Families currently served are:
- 100% low income
- 23% non-English speaking
- 90% single female head of household
- 15% homeless
- 60% referred by Protective Services for child abuse/neglect
- 95% minorities--60% Blacks, 30% Latinos, 10% Asians
PROGRAM DESIGN
RATIONALE: Early psychosocial and developmental intervention can help prevent and
reverse handicaps in children of dysfunctional families by strengthening family life
through comprehensive services while providing needed health care, a positive self
image, and developmental and academic basics to the child.
Goals: To provide quality, subsidized day care to substance-abusing, homeless and
other at-risk families in order to (1. Diminish handicapping effects of the
dysfunctional family on infants and toddlers, enabling them to succeed in school in
later years and (2. Help families meet their parenting, housing, health and employment
needs by re-establishing their connections with community services.
Target population: 24 at-risk infants/toddlers and their families
Objectives--To be achieved annually:
-To increase by at least 40% the emotional, developmental and physical ak�;ilities of
each child as measured by standardized screenings.
- To increase parenting skills by 30% in at least 75% of the parents/families of the
children.
- To increase by at least 30% the number of adults able to demonstrate 4 ways of
dealing with stress, frustration, or disagreements without violence.
- To assist at least 60% of the families in overcoming substance abuse problems
and/or obtaining employment, housing and continuing health care.
- To evaluate the effectiveness of the Therapeutic Infant Care Project.
Methods: Trained staff provide year-round therapeutic, licensed day care to
infants/toddlers of at-risk families. Concurrently, P.S.C.C. professional staff
provide children/families with needed health. services, including immunizations and
HIV/AIDS prevention, and therapy and counseling; provide assistance to families in
substance abuse rehabilitation, life skills, literacy, housing, and training/work
opportunities; and provide assistance to educational staff and volunteers in working
with the children. Training in positive, developmental child care is offered parents
and includes modeling by day care staff. Staff coordinate with County Health,
Protective Services, Mental Health, homeless shelter and other public and private
agencies to provide services.
BUDGET
Services to 24 children and families (estimated 60 participants) $160,000
AMOUNT NEEDED
P.S.C.C. is requesting a grant of $100,000 from the Child Care Affordability Fund to
support its Therapeutic Infant Care program.
BOARD OF SUPERVISORS .
Contra Attachment 3
FROM:
FINANCE COMMITTEE: Costa
Nancy Fanden
Tom Torlakson
DATE CountyCountyApril 9, 1991 '
"
SUBJECT. PROCEDURES FOR ESTABLISHING A CHILD CARE AFFORbABILITY FUND
(PECIFIC REOUEST(S)OR RECOMMENDATION(s)k BACKGROUND AND JUSTIfICATION
RECOMMENDATION•
Approve the County Administrator's proposed procedure for using
Transient Occupancy Tax (TOT) revenue from the Embassy Suites
Hotel to establish a Child Care Affordability Fund.
BACKQROUND•
On December 18, 1990, the Board ordered that $20,000 of TOT
revenue from the new Embassy Suites Hotel be earmarked for child
care services provided by the Pittsburg Pre-School Coordinating
Council. In its discussions of this item, the Board directed
that the County Administrator report on a procedure for
establishing a Child Care Affordability Account from the TOT
generated from the New Embassy Suites Hotel.
On February 12, 1991, the Board referred the County
Administrator's proposed procedure to the Finance Committee for
review. On the same day the Board reaffirmed the allocation of
$20,000 in TOT revenue from the Embassy Suites hotel to the
Pittsburg Pre-School Coordinating Council for child care
services.
CONTINUEAON ATTACHMENT: ,_[LYES SIGNATURE:
_RECOMMENDATION OF COUNTY ADMINISTRATOR _RECOMMENDATION OF BOARD COMMITTEE
_APPROVE _OTHER
/Z.
SIGNATURE(SY. Nancy y h n Ttm lbrlakson
ACTION OF BOARD ON. AAr i l 16, 1991 APPROVED AS RECOMMENDED_X OTHER
Supervisor Robert Schroder voted NO, stating that in light of the uncertain financial
situation at this time he did not feel it was appropriate to fund a new program.
Supervisor Nancy Fanden ABSTAINED from voting, stating that while she supports the
concept of the Child Care Affordability Fund, she believes the program should be
delayed until final budget figures are available.
VOTE Of SUPERVISORS
1 HEREBY CERTIFY THAT THIS IS A TRUE
_UNANIMOUS(ABSENT AND CORRECT COPY Of AN ACTION TAKEN
AYES:-1, IV, y NOES: I I I AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: I I Of SUPERVISORS ON THE DATE BHOWN.
ca ��. ATTESTED
Auuditor I S Offloe PHIL BATZ=.IELOR.CLERK OF THE BOARO OF
Community Services SUPERVISORS ANO COUNTY ADMINISTRATOR
Housing Authority
Child Care Council
BY ,DEPUTY
-2-
On March 11, the Finance Committee heard lengthy testimony from a
variety of- community interests. The testimony generated
questions which require further research and discussion in the
areas of children services and priorities, child care facility
needs and coordination with cities and school districts. As a
result, the Committee requested staff to collect additional
information and set March 25 as a meeting date to discuss the
information. The information developed is attached.
In view of recent Board action on child care and the March 11
Finance Committee deliberations, staff . proposed that the
Committee consider establishing a Child Care Affordability
Funding, using the procedures listed below.
1. Establish a Child Care Affordability Trust Fund.
2. Designate 50% of the TOT revenues from the Embassy Suites
Hotel for allocation to the trust fund, not to exceed
$250,000 annually.
3. Effective January 1, 1991 through June 30, 1992, allocate
the revenues deposited in the fund as follows:
a) 420,000 to the Pittsburg Pre-School Coordinating
Council for matching private foundation funds.; and
b) 5200,000 to the County Housing Authority for the North
Richmond Child Care project for capital construction;
C) The remaining amount for assisting parents with child
care affordability needs.
4. Beginning July 1, 1992, and thereafter, monies from the fund
shall be allocated for the purpose of assisting parents with
child care affordability needs. However, the Board, by a
four-fifths vote, can redirect revenues from the fund to
address emergencies.
5. Require a quarterly reporting of the status of the fund.
The Committee heard lengthy testimony on the establishment of a
Child Care Affordability Fund. Representatives from Employee
Union Local One and the Taxpayers Association opposed the fund,
arguing that new programs are not appropriate during a budget
crisis. Others testified that there are more pressing needs in
providing services to youth, such as child protective services,
probation services and health services.
Representatives from the Child Care Council supported the fund,
stressing that child care is in keeping with the Board's priority
of prevention programs designed to reduce crime, improve
nutrition, reduce child abuse and strengthen social skills.
Child Care Council spokesperson also indicated that child care
programs strengthen the family unit. Other persons indicated
that a County fund will be a valuable tool to leverage other
Federal and State monis.
After deliberation on the issues, the Committee decided to
support the proposed procedures, with the conditions presented
below:
I. Monies allocated from the Affordability Fund be closely
linked to Health Services and Social Services' needs.
2. The Housing Authority . and the Community Services and
Community Development .Departments work together in securing
funding for capital ne`ds.
3. The community Development Department prepare a report on
developer contributions. to child care.
-3-
4. The child care providers be informed that monies flowing to
the Fund will not reach $250,000 this fiscal year.
Additionally, the Committee proposed that future child care
efforts include:
I. The County Child Care Council re-emphasizing efforts to gain
support from new and existing employers;
2. The County re-examine child care needs for County employees;
and
3. The Council and County explore child care facility needs in
the Oakley and Martinez areas and the potential for
leveraging available sources of funds.
DATE: _ 2
REQUEST To SPEAK FORM
(THREE (3) MINUTE LIMIT)
Complete this form and place .it in the box near the speakers' rostrum before
addressing the Board.
NAME: �. ; / ` �. PHONE:
ADFDRESS: S/U I f'��'n r' � !fr�r�-�, n Ic�i�� `� CI-rY: �"
I am speaking formyself OR organization:
(NAME OF ORGANI73TION)
Check one:
I wish to speak on Agenda Item #
My comments will be: general for against
I wish to speak on the subject of
I do not wish to speak but leave these comments for the Board to consider.
DATE:
REQUEST. TO .SPEAK FORM .
(THREE (3) MINUTE LIMIT
Complete this form and place it in the box near the speakers' rostrum before
addressin the Board.
NAME: 0M � C`! PHONE: G
ADDRESS: �'�SrU .�PZI�1��� //o CITY:
I am speaking formyself OR organization: �G
(NAME OF ORGANIZATION)
Check one:
I wish to speak on Agenda Item #
My comments will be: general for against
I wish to speak on the subject of
I do not wish to speak but leave these comments for the Board to consider.
DATE: toI28LR
REguEST TO SPEAK FORM
(THREE (3) MINUTE LIMIT)
Complete this form and place it in the box near the speakers' rostrum before
addressing the Board.
NAME:�o� PHONE: `?'f(o-qgb/
ADDRESS: I qSS T � 20-zr CITY: 1 )�t�rvrZ
I am speaking formyself OR organization: Ceor,)CA L-
Check one: (NAME OF, ORGAN II-XI'ION)
I wish to speak on Agenda Item #
My comments will be: general for against
✓ I wish to speak on the subjectof
I do not wish to speak but leave these comments for the Board to consider.
DATE:
REQITMT To SPEAK FoRM
(THREE (3) MINUTE LIMIT
Complete this form and place it in the box near the speakers' rostrum before
addressing the Board. q
NAME: Z11 Q/L���2.54.. PHONE: / 3-7-F3
ADDRESS: 13 iy r'c TV CrIY:
I am speaking formyself OR organization: QCs oh
(NAME OF ORGANIZATION) ( .
Check one:
I wish to speak on Agenda Item #
_ f My comments will be: general for against
1% I wish to speak on the subject of
I do not wish to speak but leave these comments or the Board to consider.
DATE:
REQUEST TO SPEAK FORM
THREE (3) MINUTE LIMIT -3
Complete this form and place it in the box near the speakers' rostrum before
address' the Board.
NAME: RHONE:
ADDRESS: CITY:
I am speaking formyself OR organization:
Check one: NAME OF ORGANI7.1�TION)
I wish to speak on Agenda Item # L--�
My comments will be: general for against
I wish to speak on the subject of
I do not wish to speak but heave these comments for the Board to consider.
DATE:
REQUEST TO SPEAK FORM ,
(THREE (3) MINUTE LIMIT)
Complete this form and placeit in the box near the speakers' rostrum before
addressing the Board. c
NAME: W,t.. PHONE: lie0
ADDRESS: 5 Tir C*i CITY: 10,
I am speaking formyself OR organization: C&wv% - C
s,
Check one:
Lam—
(NAME OF ORCA. 17,NTION)
I wish to speak on Agenda Item #
My comments will be: general for against.
I wish to speak on the subject of
I do not wish to speak but leave these comments for the Board to consider.
Cont a Costa County Number 21-185
Stan and Form 1/87 STANDARD CONTRACT Fund/org
(Purchase of Services) Account 2310
1. Contract Identification. other f
Department: Social Service
Subject: Parent choice child care subsidies to low-income working parents
Z. 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 Child Care Council Taxpayer IDI.L4-2383037
capacity: Non-profit corporation
Address: 2450 Stanwell Dr., #110
Concord, Ca 94520
3. Term. The effective date of this Contract is July 1, 1994 and it
terminates June 30, 1995 unless sooner terminated as provided herein.
6. Payment Limit. County's total payments to Contractor under this Contract shall not
exceed S 111,77D
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.
S. Proiect. This Contract implements in whole or in part .the following described Project,
the application and approval documents of which are incorporated herein by reference:
NA
S. Legal Authority. This Contract is entered into under and subject to the following legal
authorities: California Government Code Sections 26227 and 31000
10. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
ATTEST: Phil Batchelor, Clerk of the Board
BOARD OF SUP V RS of Supervisors and County Administrator
By By �sL
C ai an Deputy
711
CONTRACTOR
gy / .Zy�J� r,C'C ¢- � By
(Designate official business capacity A. ) (Designate official us nese capacity B. )
Nose to Contractor: For corporations (profit or nonprofit), the contract must be signed by two
officers. Signature A must be that of the president or vice-president and Signature B must be
that of the secretary or assistant secretary (Civil Code 51190 and Corporations
Code S313). All signatures must be acknowledged as set forth on page two.
(C:SC-SP)
`Contra Costa County Standard Form 6/91
ACKNOWLEDGEMENT Number 21-185
State of California ACKNOWLEDGEMENT (By Corporation,
Partnership, or Individual)
County of �e���• L
The'person(s) signing above for Contractor, personally known to me in the individual or
business capacity(ies) stated, or proved to me on the basis of satisfactory evidence to
be the stated individual or the representative(s) of the partnership or corporation
named above in the capacity(ies) stated, personally appeared before me today and
acknowledged that he/she/they executed it, and acknowledged to me that the partnership
named above executed it or acknowledged to me that the corporation named above executed
it pursuant to its by-laws or a resolution of its board of directors.—
Dated:
taria4 F-f4afL SEAL
r . ,; BEUc�ill' J FtUFFhiAN Notary Public D ty Cou t Clerk
OT !'1 PJCL:C-CALIFORNIA
'+mss CONTRA COSTA COUNTY
ACIOIOWLEDGEMENT
State of California ACKNOWLEDGEMENT (By Corporation,
Partnership, or Individual)
County of
The person(s) signing above for Contractor, personally known to me in the individual or
business capacity(ies) stated, or proved to me on the basis of satisfactory evidence to
be the stated individual or the representative(s) of the partnership or corporation
named above in the capacity(ies) stated, personally appeared before me today and
acknowledged that he/she/they executed it, and acknowledged to me that the partnership
aamed above executed it or acknowledged to me that the corporation named above- executed
it pursuant to its by-laws or a resolution of its board of directors.
)ated:
(Notarial Seal)
Notary Public/Deputy County Clerk
APPROVALS/ACKNOWLEDGEMENT
APPROVALS
RECO NDE BY DEPART T FORM APPROVED
By
esignee
APPROVED: COqTY ADMINISTRATOR
By
D gnee
':APP-ACi',2) -2-
ContraICosta County Standard Form 2190
PAYMENT PROVISIONS
(Cost Basis Contracts) Number 21-185
1. Payment Basis. Subject to the Payment Limit, payments to the Contractor for all
services provided for County under this Contract shall only be for costs that are allowable
costs that are actually incurred in the performance of Contractor's obligations under this
Contract.
2. Payment Amounts. Subject to later adjustments in total payments as provided below, and
subject to the Payment Limit of this Contract, County will pay Contractor as full compen-
sation for all services, work, expenses or costs provided or incurred by Contractor:
(Check one alternative only)
[ ] a. $ monthly, or
[ J b. $ per unit, as defined in the Service Plan, or
[X] c. An amount equal to Contractor's allowable costs that are actually incurred each
month, but subject to the "Budget of Estimated Program Expenditures" included in
the Service Plan.
[ ] d. As set-forth in Paragraph 1 of the Service Plan.
3. Allowable Costs. Contractor's allowable costs are only those which are determined in
accordance with:
(Check applicable Alternative)
[ J a. Department of Health & Human Services Administration of Grants Federal Regulations
Title 45 Part 74 including any amendments thereto and the applicable Subpart listed
hereunder; and other documents specified in the Service Plan regarding principles
for determining and allocating the allowable costs of providing the services; and
any standards set forth in the Service Plan for determining the allowability of
selected items of costs of providing the services.
[ J Federal Management Circular A-87, including any amendments to the circular
published in the Federal Register-by OMB is to be used for determining allow-
able costs of activities conducted by state and local governmental agencies.
( ) OMB Circular A-122, including any amendments to the Circular published in the
Federal Register by OMB is to be used for determining allowable costs of
activities conducted by nonprofit organizations (other than government
agencies, educational institutions, and hospitals).
[ ] 41 CFR, Subpart 1-15.2 shall be used for profit organizations other than
hospitals.
[ ] OMB Circular No. A-21, including any amendments to the Circular published in
the Federal Register by OMB shall be the principles to be used for determining
allowable costs by educational institutions (other than for-profit
institutions).
[ ) Appendix E, Subpart Q Section 74.173 shall be used for determining costs of
research, development work, and other activities for determining allowable
costs; -
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. y
Initials:
Contractor County Deat.
-1-
Cont 3 tiosta County Standard Form 2/90
PAYMENT PROVISIONS
(Cost Basis Contracts) Number 21-185
[ ) c. Part IV Department of Labor, Employment and Training administration, 20 CFR Part
674, Section 674.402 and any amendments thereto; and California Department of Aging
Title V Operations Handbook, 1987, Section 505.4 and any amendments thereto.
4. Payment Demands. Contractor shall submit written demands. Said demands shall be made
on County Demand Form D-15 and in the manner and form prescribed by County. Contractor shall
submit said demands for payment no later than 30 days from the end of the month in which the
contract services upon which such demand is based were actually rendered. Upon approval of
said payment demands by the head of the County Department for which this Contract is made, or
his designee, County will make payments as specified in Paragraph 2. (Payment Amounts) above.
5. Penalty for Late Submission. When Contractor fails to submit to County a timely demand
for payment as specified in Paragraph 4. (Payment Demands) above, and as a result of
Contractor's late submission the County is unable to obtain reimbursement from the State of
California or otherwise; to the extent the County's recovery of funding is prejudiced, County
shall not pay Contractor for such services, even though such services were fully provided.
6. Right to 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.
7. Cost Report and Settlement. No later than forty-five (45) days. following the termi-
nation of this Contract, Contractor shall submit to County a cost report in the-form required
by County, showing the allowable costs that have actually been incurred by Contractor under
this Contract. If said cost report shows that the allowable costs that have actually been
incurred by Contractor under this Contract exceed the payments made by County, subject
nevertheless to the Payment Limit of this contract, County will remit any such excess amount
to Contractor, provided that the payments made, together with any such excess amount, may not
exceed the Contract Payment Limit. If said cost report shows that the payments made by
County exceed the allowable costs that have actually been incurred by Contractor under this
Contract, Contractor shall remit any such excess amount to County.
8. 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 90.days from the
termination date of this Contract. If such audit(s) show that the payments made by County
.exceed the allowable costs that have actually been incurred by Contractor under this
Contract, including any adjustments made pursuant to Paragraph 6. (Cost Report and
Settlement), then Contractor shall pay to County within 30 days of demand by County any such
excess amount. If such audit(s) show that the allowable costs that have actually been
incurred by Contractor under this Contract exceed the payments made by County, including any
adjustments made pursuant to Paragraph 6. (Cost Report and Settlement), then County agrees to
pay to Contractor any such excess amount, provided that the payments made, together with any
such excess payment, may not exceed the Contract Payment Limit.
9. 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 obligation, if any, to the
State -and/or Federal government resulting from any audit exceptions, to the extent such are
.attributable to the Contractor's failure to perform properly any of its obligations under
this Contract.
Initials:
Number 21-185
SERVICE PLAN
During the term of this contract, July 1, 1994 through June 30,
1995, the Contractor will provide parent choice child care
subsidies to low income working parents who are residents of
Contra Costa County at the level of approximately twenty three
(23) Family Units served.
A. Program Goal
The goal of this contracted service is to assist low income
working parents to maintain their independence from Aid to
Families with Dependant Children (AFDC) by providing parent
choice subsidies on a sliding fee scale basis. "Low income"
is defined as having monthly income which is at or below 84%
of the state median income adjusted for family size.
B. Eligibility for Services
The Contractor will provide client services applying the
same eligibility criteria and program requirements as those
contained in the Terms and Conditions of the Contractor's
current contract with the California Department of Education
for administration of the (federal) Title IV-A At Risk Child
Care Program, with the following three exceptions to those
criteria:
1. The Title IV-A preferences for serving former
Transitional Child Care (TCC) recipients and
emancipated teen parents will not be applied.
2 . When a program recipient loses his/her job, the child
care subsidy need not be terminated. Eligibility for
the subsidy may continue for up to sixty (60) working
days while the parent searches •for a new job.
3 . No subsidy can be paid for child care in a facility
where religious instruction or worship is conducted
during the time child care is being provided.
Initials:
Contractor County Dept.
1
Number 21-185
SERVICE PLAN
C. Provider Payment Limits and Reimbursement
The Contractor will pay providers at the same rate they
charge non-subsidized families or at the 75th percentile of
local market rates, whichever is less.
D. Payment and Reporting Requirements
The Contractor will submit a monthly claim for reimbursement
of expense in conformity with the attached Payment
Provisions. Attached to each monthly reimbursement claim
will be a listing of families served, providers paid, and
the amounts paid during that month.
E. Budget
The Budget of Estimated Program Expenditures is attached as
Attachment A and is made a part here to. Contract budget
allocations for direct services must constitute eighty (80%)
of the contract expenditures.
F. Payment Limit
The Payment Limit for this contract is $113 , 770.
c Li -i
Initials: L� G�--
Contractor County Dept.
2
Contra 'Costa County Standard Form 1/87
GENM AL CONDMONS
(Purchase of Services)
1. Compliance with Lau. Contractor shall be subject to and comply with all
Federal, State and local Iasis and regulations applicable with respect to its performance
under this Contract$ including but not limited to, licensing, employment and purchasing
practices; and wages, hours and conditions of employment, including nondiscrimination.
Z. Tmspection. Contractor's performance. place of business and records per-
taining 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 and copying
by authorized representatives of the County, the State of California, and the United
States Government, the Contractor's regular business records and such additional records
pertaining to this Contract as may be required by the County.
a. Retention of Reoords. The Contractor shall retain all documents
pertaining to this Contract for five years fromthedate of submission of Contractor's
final payment demand or final Cost Report;'for any further period that is required by
law; and until all Federal/State audits are complete and exceptions resolved for this
Contract's funding period. Upon request. Contractor shall make.these records available
to authorized representatives of the County, the State of California, and the United
States Government.
b. Access to Books and Records of Contractor, Subcontractor. Pursuant to
Section 1861(v)(1) of the Social Security Act, and any regulations promulgated
thereunder. Contractor shall, upon written request and until the expiration of four
years after the furnishing of services pursuant to this Contract, make available to the
Secretary of Healt1i and Human Services or to the Comptroller General. or any of their -
duly authorized representatives, this Contract and books, documents, aid records of
Contractor that are necessary to certify the nature and extent of all costs and charges
hereunder.
Further, if Contractor carries out any of the duties of this Contract through a
subcontract With a value or cost of $10.000 or more over a twelve-month period, such
subcontract shall contain a clause to the effect that upon written request and until the
expiration of four years after the furnishing of.services pursuant to such subcontract,
the subcontractor shall make available, to the County, to the Secretary, or to the
Comptroller General, or any of their duly authorized representatives; the subcontract
and books. documents, and records of the subcontractor that are necessary to verify the
nature and extent of all costs and charges thereunder.
This special condition is in addition to any and all other terms regarding the
maintenance or retention of records under this Contract and is binding on the heirs,
successors, assigns and representatives of Contractor.
4. Reporting Requirements. Pursuant to Government Code 57550, Contractor shall
include in all documents or written reports completed and submitted to County in
accordance 'With this Contract, a separate section listing the numbers and dollar amounts
of all contracts and subcontracts relating to the preparation of each such document or
written report. This section shall apply only if the payment limit under.this Contract
exceeds $5.000.
G�ntra 'Costa Count), Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
S. Termination.
a. Written Notice. This Contract may be terminated by either party, at their
sole discretion, upon thirty-day advance written notice thereof to the other, and may be
cancelled immediately by written mutual consent.
b. Failure to Perform. The County, upon written notice to Contractor, may
lmi ediately terminate this Contract should the Contractor fail to perform properly any
of Its obligations hereunder. In the event of such termination, the County may proceed
with the work in any reasonable manner it chooses. The cost to the County of completing
Contractor's performance shall be deducted from any sum due the Contractor under this
Contract, without prejudice -to the County's rights otherwise to recover -its damages..
c. 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 Aareemeat. .This Contract contains all the terms and conditions agreed
upon by the parties. Except as expressly provided herein, no other understanding, oral-
or otherwise, regarding the subject matter of this Contract 'shall be deemed to exist-or
to bind any of the parties .hereto.
7. Farther Specifications for Operating Procedures. Detailed specifications of
operating procedures and budgets required by this Contract, including but not,limited
to, monitoring,- evaluating, auditing; billing, or regulatory changes, may.be'developed
and set forth in a Written Informal Agreement between the Contractor and the County,.
Such Informal Agreements shall be designated as such and shall not be amendmeats .to this ,
Contract except to the extent that they further detail or clarify that vhich 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 aid 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.
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.
-2-
- Contra Costa County' Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
10. Choice of Lav 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, State of California.
11. Conformance with Federal and State Regulations and Lays. Should Federal or
State regulations or laws touching upon the subject of this Contract be adopted or
revised during the term hereof, this Contract shall be deemed amended- to assure
conformance with such Federal or State requirements.
12. Ko Waiver b9 Camty. 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 obligations to fulfill this Contract as prescribed; nor shall the
County be thereby stopped from bringing any action for damages or enforcement arising
from any failure to comply with any of the terms and conditions of this Contract.
13. 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 between the parties of agent, servant, employee, partnership, joint venture
or association.
15. Coaflicts of Interest. Contractor, its officers; partners, associates,
agents, and employees shall not make, participate in making, or in any way attempt to
use the position afforded them by this Contract to influence any governmental decision
in which he or she knows or has reason to know that he or she has a financial interest
under California Government Code Sections 87100, et seq., or otherwise.
16. Confidentiali Contractor agrees to comply and to require its officers,
partners, associates, agents and employees to comply with all applicable State or
Federal statutes or regulations respecting confidentiality, including but not limited
to, the identity of persons served under this Contract, their records, or services
provided them, and assures that:
a. All applications and records concerning any individual made or kept by
Contractor or any public officer or agency in connection with the administration of or
relating to services provided under this Contract will be confidential. and will not be
open to examination for any purpose not directly connected with the administration of
such service.
-3-
Contra Costa Goun ty Standard Form 1/88
GENERAL CONDMONS
(Purchase of Services)
b. No person will publish or disclose or permit or cause to be published or
disclosed, any list of persons receiving services, except as may be required in the
administration of such service. Contractor agrees to inform all employees, agents
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 mis-
demeanor.
17. Kondiscriminatorp 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, or handicap, and that none
shall be used, in whole or is part, for religious worship or instruction.
18. Indemnification. The Contractor shall defend. indemnify, save and hold
harmless the County and its officers and employees from any and all claims, costs and
liability- for any damages, sickness, death. or. injury to person(s) or property,
including without limitation all consequential damages. from any cause whatsoever
arising directly or indirectly from or connected with the operations or services of the
Contractor or- its agents, servants,. e6ployees or-subcontractors hereunder, save and .
except claims or litigation-arising through the sole negligence or sole willful
misconduct of the County or its officers or employees. Contractor will reimburse the
County for, any expenditures, including reasonable attorney's fees, the County may make
by reason' of the-matters' that are the subject of this indemnification, and if requested
by the County will defend any claims or litigation to which this indemnification
provision applies at the sole cost and expense of the Contractor.
19. 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 comprehensive liability
insurance, . including coverage for owned and non-owned automobiles, with a minimum
combined single limit coverage of $500,000 for all damages, including consequential
damages, due to bodily injury, sickness or disease, or death to any person or damage to
or destruction of property, including the loss of use thereof, arising from each
occurrence. Such insurance shall be endorsed to include the County and its officers and
employees as additional insureds as to all services performed by Contractor under this
agreement. Said policies shall constitute primary insurance as to the County, the State
and Federal Governments, and their officers, agents. and employees, so that other
insurance policies held by them or their self-insurance progran(s) shall not be. required
to contribute to any loss covered under the Contractor's insurance policy or policies.
b. Workers' Coapeasation. The Contractor shall provide workers' compensation
insurance coverage for its employees..
c. Certificate of In ur nce. The Contractor shall provide the County With
(a) certificate(s) of insurance evidencing liability and workers' compensation insurance
as required herein no later than the effective date of this Contract. If the Contractor
should renew the insurance policy(ies) or acquire either a new insurance policy(ies) or
amend the coverage afforded through an endorsement to the policy at any time during the
term of this Contract, then Contractor shall provide (a) current certificate(s) of
insurance.
Contra Costa "County Standard Form 1/87
csNHRA I. CONDITIONS
ITIONS
(Purchase of Services)
d. Additional Insurance Provisions. The insurance policies provided by the
Contractor shall include a provision for thirty (30) days written notice to County
before cancellation or material change of the above specified coverage.
20. Notices. All notices provided for by this Contract shall be in writing and
may be delivered by deposit in the United States mail, postage prepaid. Notices to the
County shall be addressed to the head of the County Department for which this Contract
Is made. Notices to the Contractor shall be addressed to the Contractor's address
designated herein. The effective date of notice shall be the date of deposit in the
mails or of other delivery. except that the effective date of notice to the County shall
' be the date of receipt by the head of-the County Department for Which this Contract is
made.
21. 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. Nonrenexal. Contractor understands and agrees that there is no represen-
tation, 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.
23. 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 §107), such interest or improvements may represent a possessory interest subject to
property tax, and Contractor may be subject to the•payment of property taxes levied on
such interest. Contractor agrees that this provision complies with the notice
requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice
or to damages under that or any comparable statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that
services under this Contract may provide some aid or assistance to members of the
County's population, it is not the intention of either the County or Contractor that
such individuals occupy the position of intended third-party beneficiaries of the
obligations assumed by either party to this Contract.
25. Copyrights and Rights in Data. Contractor shall not publish or transfer any
materials produced or resulting from activities supported by this agreement without the
express written consent of the County Administrator. If any material is subject to
copyright, the County reserves the right to copyright such and the Contractor agrees not
to copyright such material. If the material is copyrighted, the County reserves a
royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such
materials, in whole or in part, .and to authorize others to do so.
Contra Costa County Standard Form 10-90
GENERAL CONDITIONS
26. Federally Required Audit_ If Contractor is funded by $25,000
or more in federal grant funds in any fiscal year. from any source,
Contractor shall provide to County at Contractor's exiense an audit
conforming to the requirements set forth in the most current version of
Office of Management and Budget Circular A-133. If Contractor is funded by
X25.000 to $100.000 in federal grant funds in any fiscal year from any
source. Contractor shall arrange for conduct of the federally-required audit
biennially and shall submit the audit to County in the time, form and manner.
required by the most current version of Office of Management and Budget
Circular A-133 •and by County. If Contractor is funded by $100.000 or more
in federal grant funds in any fiscal year from any source, Contractor shall
arrange for conduct of the federally-required audit annually and shall
submit the audit to County in the time. for. and manner required by the most
curre.nt version of Office of Management and Budget Circular A-133 and by
County. Contractor is solely responsible for arranging for the conduct of
the audit, and for its cost, and County may withhold the estimated cost of
the audit or 10 percent of the contract amount, whichever is larger, or the
final payment, from the Contractor 'untilCounty receives the audit from
Contractor.
GFS'.CON _6-
Federal Funds
Disk 30A
''. Contract# 21-185
Attachment A
C C CBILD CARE CdUNCIL
BUDGET WORKSHEET 94/95
07/18/94
CCF-CCC
Category 38
-------------------------- ---------
Income:
Contracts 1130774
Admin. & Services 22,754
Provider Payments 91,016
Client Fees 2,500
United Way-Base Alloc
TOTAL INCOME 116,270
Personnel:
Salaries 12,121
Fringe Benefits (20p): 2,424
TOTAL PERSONNEL 14,546
Operating Expenses:
Facilities Costs
Rent 1,687
Utilities 312
Maintenance 149
Contractual
Audit 270
Consultants 150
Equipment
Office Equipment 0
Equip. Maintenance 112
Supp lies
O fice 105
Postage 198
Postage Pool 174
Office Misc. 76
Other
Telephone 327
Priming 357
Printing - West 26
Printing - East 26
Printing - Central 52
Advertising 52
Publ., Subs. & Dues 110
Conf./Travel/Trng 260
Local Travel 121
Insurance li
Scholarships
CCCC Meetings
Administration 2,124
Accounting 1,91
K. Awards & Sp. Evts
Toys
Miscellaneous 42
Provider Payments 93,016
-------------------------- --------
Sub Total Operating 1_01,724
GRAND TOTAL 116,270
Net Gain (Loss) -0
Contra Costa County Number 20-387-22
Standard Form 1/87 STANDARD CONTRACT Fund/orq 1 50W
(Purchase of Services) Account 1 2310
1. Contract Identification. Other 1 13
Departments Social Service
Subjects Child Day Care Resource and Referral Coordination
2. garties. The County of Contra Costa, California (County), for its Department named
above, and the following-named Contractor mutually agree and promise as follows: _
Contractors Contra Costa Child Care Council Taxpayer ZDi 94-2383037
Capacity: Non-profit corporation
Address: 2450 Stanwell Drive, fi110
Concord, Ca 94520
3. Term. The effective date of this Contract is July 1. 1994 and it
terminates June 30, 1995 unless sooner terminated as provided herein.
e. Payment Limit. County's total payments to Contractor under this Contract shall not
exceed S 36.530_
S. County's Obligations. County shall make to the Contractor those payments described in
the Payment Provisions attached hereto which are incorporated herein by reference,
subject to all the terms and conditions contained or incorporated herein.
6. Contractor's Obliaations. 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.
S. Proiect. This Contract implements in whole or in part the following described Project,
the application and approval documents of which are incorporated herein by reference:
NA
9. Legal Authority. This Contract is entered into under and subject to the following legal
authorities: California Government Code Sections 26227 and 31000
[O. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
ATTEST: Phil Batchelor, Clerk of the Board
BOARD OF!6UP VISO of Supervisors and County Administrator
ey 1 2 1 ByL4_(_UA
C airm VDestgrser Deputy
I
} CONTRACTOR
By
(Designate off c., al business capacity -A.) (Designate offic a ue ess capacity B.)
!tote to Contractors For corporations (profit or nonprofit), the contract must be signed by two
officers. Signature A must be that of the president or vice-president and Signature B must be
that of the secretary or assistant secretary (Civil Code 51190 and Corporations
Code 6313). All signatures must be acknowledged as set forth on page two.
(C:SC-SP)
Contra Costa County, Standard Form 6/91
ACKNOWLEDGEMENT Number 20-387-22
State of California ACKNOWLEDGEMENT (By Corporation,
(C Partnership, or Individual)
County of �,[n��1�,� l �s.��.u,
The persons) signing above for Contractor, personally known to me in the individual or
business capacity(ies) stated, or proved to me on the basis of satisfactory evidence to
be the stated individual or the representatives) of the partnership or corporation
named above in the capacity(ies) stated, personally appeared before me today and
acknowledged that he/she/they executed it, and acknowledged to me that the partnership
named above executed it or acknowledged to me that the corporation named above executed
it pursuant to its by-laws or a resolution of its board of directors.—
Dated: - - 9
lal ggFdl IAL SEAL
BFIfRLY J. HUFFMAN
.,"�'`,ri,�.•�' Notary Public lu ty Co n Clerk
NOTARY PUBLIC-CALIFORNIA
CONTRA COSTA COUNTY
OWLEDGEMENT
State of California ACKNOWLEDGEMENT (By Corporation,
Partnership, or Individual)
County of
the person(s) signing above for Contractor, personally known to me in the individual or
rosiness capacity(ies) stated, or proved to me on the basis of satisfactory evidence to
ie the stated individual or the representatives) of the partnership or corporation
lamed above in the capacity(ies) stated, personally appeared before me today and .
>icknowledged that he/she/they executed it, and acknowledged to me that the partnership
tamed above executed it or acknowledged to me that the corporation named above executed
.t pursuant to its by-laws or a resolution of its board of directors.
,ated:
(Notarial Seal]
Notary Public/Deputy County Clerk
APPROVALS/ACKNOWLEDGEMENT
APPROVALS
RE ND B T FORM APPROVED
By
esignee
APPROVED- U Y/ADMINISTRATOR
By
Degnee
':APP-ACK2) -2-
'Cont�ra' Costa County Standard Form 1/87
l
PAYMENT PROVISIONS
(Fee Basis Contract)
Number-20-387-22
1. Payment Amounts. Subject to the Payment Limit of this Contract and subject to the
following Payment Provisions, County will pay Contractor the following fee as full
compensation for all services, work, expenses or costs provided or incurred by
Contractor:
i
(Check one alternative only.)
[ ] a. $3.045 monthly; or
i
[ j b. $ per unit, as defined in the Service Plan; or
[ ] c. $ after completion of all obligations and conditions herein.
[ ] d. Payment as specified in PAYMENT SPECIFICATIONS.
2. Payment Demands. Contractor shall submit written demands. Said demands shall be
made on County Demand Form D-15 and in the manner and form prescribed by County.
Contractor shall submit said demands for payment no later than 30 days from the end
of the month in which the contract services upon which such demand is based were
actually rendered. Upon approval of said payment demands by the head of the County
Department for which this Contract is made, or his designee, County will make
payments as specified in Paragraph 1. (Payment Amounts) above.
3. Penalty for Late Submission. When Contractor fails to submit to County a timely
demand for payment as specified in Paragraph 2. (Payment Demands) above, and as a
result of Contractor's late submission the County is unable to obtain reimbursement
from the State of California or otherwise; to the extent the County's recovery of
funding is prejudiced, County shall not pay Contractor for such services, even
though such services were fully provided.
4 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.
5. 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 thirty (30) days of
demand by County the full amount of the County's obligation, if any, to the State
and/or Federal government resulting from any audit exceptions, to the extent such
are attributable to the Contractor's failure to perform properly any of its
obligations under this Contract.
Initials:
C
Contractor County Dept.
(C:PP-F) 6/90 rev.
Number 20-387-22
SERVICE PLAN
During the term of this Contract, the Contractor will provide
county wide children's day care resource and referral services to
all persons requesting service, The Contractor will provide
service as specified hereunder.
A. Program Goal. To provide additional licensed County day
care facilities to enable parents to increase economic self-
support.
B. Services. Contractor will provide the following services:
1. Recruit prospective day care providers.
2 . Provide child day care technical assistance,
information, and referral to actual or potential
licensed day care providers.
3 . Refer parents and other interested persons to local day
care resources.
4. Assist parents in selection an appropriated day care
facility.
5. Maintain and update day care resource files.
6. Provide other appropriate information and referral
services by maintaining three branch offices open to
community during business hours and outreach to
community group[s.
C. Staff. Contractor will:
1. Employ Resource and Referral Coordinators, to be
physically located in the Contractor's East, Central
and West branch offices to provide services as
specified in paragraph B. Services.
2 . Provided training, supervision, desk and phone access,
and appropriate administrative and clerical support
services to the Resource and Referral Coordinators.
Initials:
Contractor County Dept.
1
Number 20-387-22
SERVICE PLAN
3 . Provide the Social Service Department with the number
of newly recruited day care providers, and the number
of parents and other interested persons referred to
local day care resources.
D. Program. Contractor acknowledges and certifies that its
overall resource and referral program is operated in part
under and agreement with the State Department of Education
pursuant to State Budget Act and that resources and referral
services provided by staff in this Contract shall in no way
differ from resource and referral services provided by staff
under the aforesaid agreement with State Department of
Education. Contractor agrees to notify County should said
agreement with the State Department of Education cease to be
effective.
E. Program and Fiscal Monitoring. Contractor will cooperate
with County to provide information required by County for
ongoing program and fiscal monitoring. For program
monitoring, Contractor will submit Quarterly program reports
and annual reports to the County Social Service Department's
Contracts Unit. Reports should indicate types of services
provided, number of clients served and any other information
Contractor deems to be important; e.g. , case anecdotes,
suggestions for program modification, etc. Contractor will
also provide County with copies of any of its newsletters or
other special publications.
Initials:
Contractor County Dept.
2
Contra Costa Count• Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
1. Compliance with Lay. Contractor shall be subject to and comply With all
Federal. State and local laws and regulations applicable with respect to its performance
under this Contract, including but not limited to, licensing, employment and purchasing
practices; and wages, hours and conditions of employment, including nondiscrimination.
2. Inspection. Contractor's performance, place of business and records per-
taining to this Contract ara subject to monitoring, inspection, reviev 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 and copying
by authorized representatives of the County, the State of California, and the United
States Government, the Contractor's regular business records and such additional records
pertaining to this Contract as may be required by the County.
a. Retention of Records. The Contractor shall retain all documents
pertaining to this Contract for five years from. the date of submission of Contractor's
final payment demand or final Cost Report;'for any further period that is required by
lav; and until all Federal/State audits are complete and exceptions resolved for this
Contract's funding period. Upon request, Contractor shall make .these records available
to authorized representatives of the County, the State of California, and the United
States Government.
b. Access to Books and Records of Contractor Subcontractor. Pursuant to
Section 1861(v (1) of the Social Security Act, and any regulations promulgated
thereunder, Contractor shall, upon written request and until the expiration of four
years after the furnishing of services pursuant to this Contract, make available to the
Secretary of Health and Human Services or to the Comptroller General, or any of their
duly authorized representatives, this Contract and books, documents, and records of
Contractor that are necessary to certify the nature and extent of all costs and charges
hereunder.
Further, if Contractor carries out any of the, duties of this Contract through a
subcontract with a value or cost of $10,000 or more over a twelve-month period, such
subcontract shall contain a clause to the effect that upon written request and until the
expiration of four years after the furnishing of-services pursuant to such subcontract,
the subcontractor shall make available, to the County, to the Secretary, or to the
Comptroller General, or any of their duly authorized representatives; the subcontract
and books, documents, and records of the subcontractor that are necessary to verify the
nature and extent of all costs and charges thereunder..
This special condition is in addition to any and all other terms regarding the
maintenance or retention of records under this Contract and is binding on the heirs,
successors, assigns and representatives of Contractor.
4. Reporting Requirements. Pursuant to Government Code 57550, Contractor shall
include in all documents or written reports completed and submitted to County in
accordance with this Contract, a separate section listing the numbers and dollar amounts
of all contracts and subcontracts relating to the preparation of each such document or
written report. This section shall apply only if the payment limit under.this Contract
exceeds $5,000.
-t-
ContYa Costa County Standard Form 1/87
GENM AL CONDITIONS
(Purchase of Services)
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, and may be
cancelled immediately by written mutual consent.
b. Failure to Perform. The County, upon written notice to Contractor, may
Immediately terminate this Contract should the Contractor fail to perform properly any
of its obligations hereunder. In the event of such termination. the County may proceed
with the work in any reasonable manner it chooses. The cost to the County of completing
Contractor's performance shall be deducted from any sum due the Contractor under this
Contract, Without prejudice *to the County's rights otherwise to recover -its damages.
c. 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 -This Contract contains all the terms and conditions agreed
upon by the parties. Except as expressly provided herein, no other understanding, oral-
or otherwise, regarding the subject matter of this Contract 'shall be deemed to exist-or
to bind any of the parties hereto.
7. Further Specifications for Operatine Procedures. Detailed specifications of
operating procedures and budgets required by this Contract, including but not limited
to, monitoring,- evaluating, auditing; billing, or regulatory changes, may.be'developed
and set forth in a written Informal Agreement between the Contractor and the County,
Such Informal Agreements shall be designated as such and shall not be amen&meats .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 amended by a written administrative amendment.
executed by the Contractor and the County Administrator -or his designee, subject to any
required State or Federal approval, provided that. such administrative amendments may not
materially change the Payment Provisions or the Service Plan.
9. 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.
-2-
Contra Costa County Standard Form 1/87
GENERAL CONDMONS
(Purchase of Services)
10. Choice of Lav 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, State of California.
11. Conformance with Federal and State Reealations and Laws. Should Federal or
State regulations or laws touching upon the subject of this Contract be adopted or
revised during the term hereof, this Contract shall be deemed amended to assure
conformance With such. Federal or State requirements.
12. No Waiver bar Couatlr. 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 vith 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 obligations to fulfill this Contract as prescribed; nor shall the
County be thereby stopped from bringing any action for damages or enforcement arising
from any failure to comply with any of the terms and conditions of this Contract.
13. Subcontract-and dssipnmeat. This Contract binds the heirs, successors,
assigns and representatives of Contractor. The Contractor shall not enter icto.
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 between the parties of agent, servant, employee, partnership, joint venture
or association.
1S. Conflicts of Interest. Contractor, its officers; partners, associates,
agents, and employees shall not make, participate in making, or in any way attempt to
use the position afforded them by this Contract to influence any governmental decision
in which he or she knows or has reason to know that he or she has a financial interest
under California Government Code Sections 87100, et seq., or otherwise.
16. Confidentiality. Contractor agrees to comply and to require its officers,
partners, associates, agents and employees to comply with all applicable State or
Federal statutes or regulations respecting confidentiality, including but not limited
to, the identity of persons served under this Contract, their records, or services
provided them, and assures that:
a. All applications and records concerning any individual made or kept by
Contractor or any public officer or agency in connection with the administration of or
relating to services provided under this Contract will be confidential, and will not be
open to examination for any purpose not directly connected with the administration of
such service.
-3-
r ,
Contra Costa County. Standard Forza 1/88
GENERAL CONDMONS
(Purchase of Services)
b. No person will publish or disclose or permit or cause to be published or
disclosed, any list of persons receiving services, except as may be required in the
administration of such service. Contractor agrees to inform all employees, agents
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 mis-
demeanor.
17. NondisKIMIgatorServices. Contractor agrees that all goods and services
under this Contract shall be available to all qualified persons regardless of age, sex,
race, religion, color, national origin, or ethnic background, or handicap, and that none
shall be used, in whole or in part, for religious worship or instruction.
IS. Indemnification. The Contractor shall defend, indemnify, save and hold
harmless the County and its officers and employees from any and all claims, costs and
liability.for any damages, sickness, death, or. injury to person(s) or property,
including without limitation all consequential damages, from any cause whatsoever
arising directly or indirectly from or connected with the operations or services of the
Contractor or• its agents, servants,. employees or-subcontractors hereunder, save and .
-except claims or litigation arising through the sole negligence or sole willful
misconduct of the County or its officers or employees. Contractor Will reimburse the
County for, any expenditures, including reasonable attorney's fees. the County may make
by reason of the-matters' that are the subject of this indemnification, and if requested
by the County will defend any claims or litigation to which this indemnification
provision applies at the sole cost and expense of the Contractor.
19. LLsurgmce. 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 comprehensive liability
insurance, . including coverage for owned and non-owned automobiles, with a minimum
combined single limit coverage of $500,000 for all damages, including consequential
damages, due to bodily injury, sickness or disease. or death to any person or damage to
or destruction of property, including the loss of use thereof, arising from each
occurrence. Such insurance shall be endorsed to include the County and its officers and
employees as additional insureds as to all services performed by Contractor under this
agreement. Said policies shall constitute primary insurance as to the County, the State
and Federal Governments, and their officers, agents, and employees. so that other
insurance policies held by them or their self-insurance progran(s) shall not be, iequired
to contribute to any loss covered under the Contractor's insurance policy or policies.
b. Workers' Conwasation. The Contractor shall provide workers' compensation
insurance coverage for its employees.
C. Certificate of Insurance. The Contractor shall provide, the County with
(a) certificate(s) of insurance evidencing liability and workers' compensation insurance
as required herein no later than the effective date of this Contract. If the Contractor
should renew the insurance policy(ies) or acquire either a new insurance policy(ies) or
amend the coverage afforded through an endorsement to the policy at any time during the
term of this Contract, then Contractor shall provide (a) current certificate(s) of
insurance.
' Contra Costa County Standard Form 1/87
GENERAL CONDDMONS
(Purchase of Services)
d. Additional Insurance Provisions. The insurance policies provided by the
Contractor shall include a provision for thirty (30) days written notice to County
before cancellation or material change of the above specified coverage. '
20. notices. All notices provided for by this Contract shall be in writing and
may be delivered by deposit in the United States mail, postage prepaid. Notices to the
Comity shall be addressed to the head of the County Department for which this Contract
is made. Notices to the Contractor shall be addressed to the Contractor's address
designated herein. The effective date of notice shall be the date of deposit in the
mails or of other delivery, except that the effective date of notice to the County shall
' be the date of receipt by the head of the County Department for which this Contract is
made.
21. 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 represen-
tation, 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.
23. 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 §107), such interest or improvements may represent a possessory interest subject to
property tax, and Contractor may be subject to the-payment of property taxes levied on
such interest. Contractor agrees that this provision complies with the notice
requirements of Revenue & Taxation Code §107.6, and waives all rights to further notice
. ,or to damages under that or any comparable statute.
24. No Third-Party Beneficiaries. Notwithstanding mutual recognition that
services under this Contract may provide some aid or assistance to members of the
County's population, it is not the intention of either the County or Contractor that
such individuals occupy the position of intended third-party beneficiaries of the
obligations assumed by either party to this Contract.
25. Copyrights and Bights in Data. Contractor shall not publish or transfer any
materials produced or resulting from activities supported by this agreement without the
express written consent of the County Administrator. If any material is subject to
copyright, the County reserves the right to copyright such and the Contractor agrees not
to copyright such material. If the material is copyrighted, the County reserves a
royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such
materials, in whole or in part, and to authorize others to do so.
-5-
(C:GEN
5-(C:GEN .CD"'
Contra Costa County Standard Form 10-90
GENERAL CONDITIONS
26. Federally Required Audit. If Contractor is funded by $25,000
or more in federal grant funds In any fiscal year, from any source,
Contractor shall provide to County at Contractor's expense an audit
conforming to the requirements set forth in the most current version of
Office of Management and Budget Circular A-133. If Contractor is funded by
$25,000 to $100,000 in federal grant funds in any fiscal year from any
source. Contractor shall arrange for conduct of the federally-required audit
biennially and shall submit the audit to County in the time, form and manner.
required by the most current version of Office of Management and Budget
Circular A-133 •and _by County: If Contractor is funded by $100,000 or more
in federal grant funds in any fiscal year from any source, Contractor shall
arrange for conduct of the federally-required audit annually and shall
submit the audit to County in the time, for, and manner required by the most
current version of Office of Management and Budget Circular A-133 and by
County. Contractor is solely responsible for arranging for the conduct of
the audit, and for its cost, and County may vithhold the estimated cost of
the audit or 10 percent of the contract amount, vhichever is larger, or the
final payment, from the Contractor 'until County receives the audit from
Contractor.
GEN.CON -6-
Federal Funds
Disk 30A
Contract# 20-387-2
J
r - . Attachment A
C C CHILD CARE CdUNCIL
BUDGET WORKSHEET 94/18/94
R&R-CCC
Category 12
-------------------------- --------
Income:
Contracts 36,530
Admin. & Services 36,530
Provider Payments
Client Fees
United Way-Base Alloc 1,800
TOTAL INCOME 38,330
Personnel:
Salaries 19,751
Fringe Benefits ((20%): 31950
TOTAL PERSONN$L 231701
Operating Expenses:
Facilities Costs
Rent 2,971
Utilities 549
Maintenance 262
Contractual
Audit 167
Consultants 215
Equi went
Mice Equipment
Equip. Maintenance 197
Supp lies
O fice 184
Postage
Postage Pool 307
Office Misc. 134
Other
Telephone 576
Printing 629
Printing - West 46
Printing - East 46
Printing - Central 92
Advertising 91
Publ., Subs. & Dues 194
Coof./Travel/Trng 458
Local Travel 214
Insurance 136
Scholarships
CCCC Meetings
Administration 3,741
Accounting 3,347
K. Awards & Sp. Evts
Toys
Miscellaneous 73
Provider Payments
-------------------------- --------
Sub Total Operating 14,629
GRAND TOTAL 38,330
Net Gain (Loss) (0)
Initials: '
Contractor County Dept.