Loading...
HomeMy WebLinkAboutMINUTES - 12151998 - C117-C119 TO: BOARD OF SUPERVISORS FROM: Leslie T.Knight,Director of Human Resources DATE: December 15, 1498 SUBJECT: Cooperative Personnel Services Contract SPECIFIC REQUESTM OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION RECOMMENDATION Approve and Authorize the Director of Human Resources, or designee, to execute a contract with Cooperative Personnel Services to provide comprehensive technical human resource consulting services through June 30, 1999. 3ACKGRAO ID Currently, the Human Resources Department uses the services of Cooperative Personnel Services to provide a wide range of consulting and support services in the areas of classification studies, compensation analysis and general personnel activities. At present, it is necessary for the department to prepare a separate contract for each new project. The approval of this master agreement would simplify and streamline the existing contracting process and expedite our ability to provide personnel services to our customers. FISCAL PAC The cost of this contract through June 30, 1999 is within departmental budget. CONTINUED ON ATTACHMENT: _ )W9 SIGNATURE. RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE(S): ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND UNANIMOUS(ABSENT } CORRECT COPY OF AN ACTION TAKEN AND AYES: NOES: ENTERED ON THE MINUTES OF THE BOARD OF ABSENT: ABSTAIN: SUPERVISORS ON "HE?DATE SHOWN. ATTESTED .[ — O ig.Dept: Human Resources Department (5-1766) P141L BATCHELOR,CLERK OF THEIBOARDOF cc: County Administrator ,} SUPERVISORS AND COUNTY ADMINISTRATOR f BY c�_.- ,DEPUTY M382 (10188) To: Board of Supervisors Contra Ana FROM: Warren E. Rupf, Sheriff-Coroner Costa DATE: December 1, 1998 qW County SUBJECT: Forensic Specialist Contract SPECIFIC RMUEST(s)OR RECOMMENDATION(S)&8ACKOROUND AI40 JUSTIFICATION 1. RECOMMENDED ACTION Approve and authorize the Sheriff-Coroner, or his designee, to execute on behalf of the County,<a contract with Stephen M. Ojenal, for Forensic Specialist services for the period January 1, 1999 to December 31, 1999. 11, FINANCIAL IMPACT County funding in an amount not to exceed $34,435 (annually) for this service is offset by revenue generated by forensic work conducted by the Forensic Specialist. The revenue adjustment has been included in the Forensic Services budget.Specific terms will be contained in the contract to be hereafter executed. Ill. REASONS FOR RECOMMENDATION/BACKGROUND The Forensic Services Division of the Office of the Sheriff provides forensic examination services to all law enforcement agencies in the County on a fee for service basis. Periodically,the Division contracts with Skilled forensic professionals to augment the Division staff, so as to better meet the needs of its clients,to add new examination services or to train new employees. IV. CONSEQUENCES OF NEGATIVE ACTION The existing staff do not have the capacity to handle the caseload volume in a timely manner. Contract employees permit a more timely response to client requests and are a source of revenue from cases that would not normally be able to be worked. Use of t ct employees to train and implement new programs is more cast effective than pulling ore costly s f from revenue generating casework to provide training and to add,programs. Ci_ CONTINUED ON ATTACHMENT? —far SIGNATURE: Rupf, Sh ff-Co er RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE X APPROVE OTHER SIONATURE(S) ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN AND ENTERED ON THE UNANIMOUS(ABSENT } MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES: NOES: SHOWN. ABSENT: ABSTAIN: ATTESTED: PHIL BATCHELOR,CLERK OF THEISOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR By: ,Deputy Contact: Gerald T. Mitosinka x 3-2810 cc: Sheriff-Coroner County Administrator of Justice Systems Auditor-Controller, AtP Contracts Contractor(via SherifflCoroner) t ­­­.................................................................................................................................................................................. ..................................................................................................................... ... Contra Costa County Number: :standard Form 1/87 Fund/Org. 1300 STANDARD CONTRACT Account#: (Purchase of Services) Other#: 1. Contract Identification. Department: Human Resources Department Subject: Human Resources Consulting 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: Cooperative Personnel Services Capacity: 191 Lathrop Way,Suite A Taxpayer ID#: 68-006720 Address: Sacramento,CA 95815 3. Term. The effective date of this Contract is May 1, 1998 terminates June 30, 1999 unless sooner terminated as provided herein. 4. Payment Limit. County's total payments to Contractor under this Contract shall not exceed$100,000,00. 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 Social !Conditions. This Contract is subject to the General Conditions and Special Conditions (if any)attached hereto,which are incorporated herein by reference. 8. Pte. This Contract implements in whole or in part of the following described Project, the application and approval documents of which are incorporated herein by reference.. 9. Legal Authffily. This Contract is entered into under and subject to the following legal authorities: 10. Signatures. These signatures attest the parties' agreement hereto: COUNTY OF CONTRA COSTA,CALIFORNIA BOARD OF SUPERVISORS ATTEST: Phil Batchelor, Clerk of the Board of Supervisors and County Administrator By: By: CtmirwwdDesignee Deputy CONTRACTOR By: By: (Designs basinss capacity A AMVWl (Designate business capacity B) Note to Contractor: For corporations(profit or nonprofit),the contract must be signed by two officers. Signature A must be that of the president or vice-president and Signature B must be that of the secretary or assistant secretary (Civil Code Section 1190.1 and Corporations Code Section 313). All signatures must be acknowledged as set forth on page two. .......... Contra Costa County Standard Contract Standard Form 1/87 APPROVALS/ACKNOWLEDGEMENT APPROVALS RECOMMENDED BY DEPARTMENT FORM APPROVED By By Designee APPROVED: COUNTY ADMINISTRATOR By Designee ACKNOWLEDGEMENT State of California ACKNOWLEDGEMENT (By Corporation Partnership, 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 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: [Notarial Seal] Notary Public/Deputy County Clerk .. ......... ......... ......... ......... ......... ......... ......... ......... _....._.. __....... _... ........... .._...... ......... ......... ......... ......... .._...... ......... ......... ......... ......... ......... ......... Contra Costa County Standard Form 2/90 PAYMENT P'R(JYISIONS (Fee Basis Contracts) Number: 1. Payment Amounts. Soject 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: [Check one alternative only.] [ ] a. $ monthly, or [ x] b. $ per unit, as defined in the Service Plan, or [ ] c. $ after completion of all obligations and conditions herein. 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. Up[on approval of said payment demands by 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 €or 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 in 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 part, either has not been carried out or is insufficiently documented, (b) the Contractor has neglected, failed or reused to furnish information or to cooperative with any inspection, review or audit of its program, work or records, or C Contractor has failed to sufficiently itemize or document its dernand(s) for payment. 5. Audit Exceptions. Contractors 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 obligations, 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 performm properly any of its obligations under this Contract. Initials: ;ip�� Contractor County Department ......... ......... _.._. ._.. ...... ......... ......... ......... ......... ......... ._....... ......... ......... ......... ......... .................... _.. ..... . .__.._._.. _. ..... ......... . ......... ......... ......... . ........ _....... ,Pa meat Prov sions 1. County will pay Contractor an hourly rate based on the following rate chart. Specific rates will depend upon the level and expertise of the assignment and will be agreed upon the Contractor and the Director of Human Resources or designee. Travel performed as a part of work assigned, utilizing the consultants vehicle, will be billed at .325 per mile. t `'Le�vl Rate Pei mor Executive Director $145.00 Deputy Executive Director $125.00 Manager $100.00 Principal Consultant $ 95.00 Senior Consultant $ 85.00 Consultant $ 75.00 Technician $ 70.00 Service Plan 1. Contractor shall provide comprehensive human resource consulting services for Contra Costa County in the areas of job classification and compensation analysis and review, recruitment and examination, by providing an individual or individuals to perform duties which may include but are not limited to: • Analyzes, reviews and makes independent recommendations both internally and to client departments on the County's classification, compensation, benefit administration, personnel management and policy developing program areas, • Prepares reports and recommendations on a variety of human resources issues. • Conducts research and statistical analysis and makes recommendations on policy issues. 10 Initials: -Or%-I 'T Contractor County Department _ _. ......... ......... ......... ......... ......... ._....... ......... ......... ._...... _._._.... ..........._.. ........... ......... ......... ......... ......... .._...... ......... ......... ......... ......... ......... ......... • Conducts classification and reclassification desk audits to determine duties and responsibilities of positions, develops classification specifications and recommends allocation of existing classes or proposes the establishment of new classes. • Prepares, distributes and analyzes survey material in connection with classification, salary and benefit administration including conducting college campus tours, • Plans, develops and prepares material for executive recruitment and selection processes and procedures. • Reviews the examination, selection/selection recruitment process including the recommendation, development and implementation of streamlined processes. • Conducts tasks analysis studies. • Analyzes appeals on examination matters and prepares recommendations. • Prepares comprehensive analysis and reports regarding health plan insurance and other employee benefit trends and prepares recommendations on policy issues. • Researches and responds to various complex human resource issues by recommending viable solutions to avoid or resolve conflicts. • Participates as a representative of the Human Resources ',Department on a variety of county-wide committees, attends meeting and training sessions, interacts with and provides information to representatives from other County departments, employee organizations, outside agencies and the public. Initials: Contractor County Department _...... ......... ......... ......... ......... ......... ......... ......... ......... ............. __. . ..........._......__... ........... ......... ......... ......... .._...... ......... ......... ......... ......... ......... ......... _ _.... . ......... Contra Costa County Standard Form 1/87 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 under this Contract, including nut not limited to, licensing, employment and purchasing practices; and wages, hours and conditions of employment, including nondiscrimination. 2. Ins e� ctiun. 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. RSA 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 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 Health and Human Services or 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 our any of the duties of the Contract through a subcontractor with a value or cost of$10,000 or more over a twelve-month period, such subcontractor 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 Section 7550, Contractor shall include in all documents or written reports completed and submitted to County in accordance with this Contract, a separate section listing the numbers and dollar amounts of all contracts and subcontracts relating to the preparation of each such document or written report. This section shall apply only if the payment limit under this Contract exceeds$5,000.00. 1. ­­................................................................................................................................................................................................ ...................................................................................................................................................................................................... Contra Costa County Standard Form 1/87 GENERAL.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. Fa`lure-A&-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 of 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 damages. 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 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 Opemling 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 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 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. ....I............................................................................................................................................................................. .................................................................................................................................................................................................- Contia Costa County Standard Form 1/87 GENERAL CONDITIONS (Purchase of Services) 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, State of California. 11. Conformance with Federal and State Regulations and Laws. Should Federal or State regulations or laws touching upon the subject of this Contract be adopted or revised during the term Hereof, this Contract shall be deemed amended to assure conformance 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 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 brining 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 Assignmen . 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. Indgpendent 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. Conflicts of Interest. Contractor, its officers,partners, associates, agents, and employee 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. Conridentiaft. Contractor agree 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. 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, or handicap, and that none shall be used, in whole or part, for religious worship or instruction. 18. Indemnifcation, The Contractor shall defend, indemnify, save and hold harmless the County and its officers and employees from any and all claims, costs and liability for any damages, sickness, death, or injury to person (s) or property, including without limitation all consequential damages, from any cause whatsoever arising directly or indirectly from or connected with the operations or services of the Contractor or its agents, servants, employees or subcontractors hereunder, save and except claims or litigation arising through the sole negligence or sole willful misconduct of the County or its officers or employees. Contractor will reimburse the County for any expenditures, including reasonable attorneys' fees, the County may make by reason of 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. 11surance. 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 additional insured as to all services performed by Contractor under this agreement. Said policies shall constitute primary insurance as to the County, the State and Federal Government, and their officers, agents, and employees so that other insurance policies held by them or their self-insurance program(s) shall not be required to contribute to any loss covered under the Contractor's insurance policy or policies. b. Workers' CornDensation. The Contractor shall provide workers' compensation coverage for its employees. C. Certificate of Insurance. The Contractor shall provide the County with (a) certificate(s) of insurance evidencing liability and worker's compensation insurance as required herein no later than the effective date of this Contract. If the Contractor should renew the insurance policy(ies) or acquire either a new insurance policy(ies) or amend the coverage afforded through an endorsement to the policy at any time during the term of this Contract, then Contractor shall provide(a)certificate(s) of insurance. d. motional 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 changes of the above specified coverage. 4. 20. Notice,. All notices provided for by this Contract shall be in writing and may 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 mils or of other delivery, except that the effective date of notice to the County shall be the date of'receipt of the head of the County Department for which this Contract is made. 21. Primacy of General Conditions. Except of 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. No renewal. Contractor understand and agrees that there is no representation, implication, or understanding that the services provided by Contractor under this Contract will be purchased by County under a new contract following expiration of termination of this Contract, and waives all rights or claims to notice or hearing respecting any failure to continue purchase of all or any such services from Contractor. 23. Possessory Inicrest. If this Contract results in the Contractor having possession of, claim to or right to the possession of land or improvements in same person, or if this Contract results in the placement of taxable improvements on tax exempt land (Revenue &Taxation Code Section 107), such interest or improvementsmay represent a possessory interest subject to property tax, and Contractor may be subject to the payment of property taxes levied on such interest. Contractor agrees that this provision complies with the notice requirements of Revenue &Taxation Code Section 107.6, and waives all rights to further notice or to damages under that or any comparable statute. 24. 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 the Contractor that such individuals occupy the position of intended third-party beneficiaries of the obligations assumed by either party to this Contract. 25. ,Collyrights and fights 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. To: Board of Supervisors Contra FRom: Warren E. Rupf, Sheriff-Coroner Costa DATE: December 1, 1998 County SUBJECT: Forensic Specialist Contract SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION 1. RECOMMENDED ACTION Approve and authorize the Sheriff-Coroner, or his designee, to execute on behalf of the County, a contract with Jerry W. Cauthen, for Forensic Specialist services for the period January 1, 1999 to December 31, 1999, 11. FINANCIAL IMPACT County funding in an amount not to exceed $34,435 (annually) for this service is offset by revenue generated by forensic work conducted by the Forensic Specialist. The revenue adjustment has been included in the Forensic Services budget. Specific terms will be contained in the contract to be hereafter executed. 111. REASONS FOR RECOMMENDATION/BACKGROUND The Forensic Services Division of the Office of the Sheriff provides forensic examination services to all law enforcement agencies in the County on a fee for service basis. Periodically,the Division contracts with skilled forensic professionals to augment the Division staff, so as to better meet the needs of its clients, to add new examination services or to train new employees. IV, CONSEQUENCES OF NEGATIVE ACTION The existing staff do not have the capacity to handle the caseload volume in a timely manner. Contract employees permit a more timely response to client reque d are a source of revenue from cases that would not normally be able to be worked. Us these tact employees to train and implement new programs is more cost effective than pull" g more costly taff from revenue generating casework to provide training and to add-programs. CONTINUED ON ATTACHMENT? __..JyAe SIONATURE: Warren E. Rupf, heriff-C r RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE APPROVE OTHER SIGNATURE($) ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE AND CORRECT COPY OF AN ACTION TAKEN AND ENTERED ON THE UNANIMOUS(ABSENT _ } MINUTES OF THE BOARD OF SUPERVISORS ON THE DATE AYES: NOES: SHOWN, ABSENT: ABSTAIN: z, ATTESTED: � Y PHIL BATCHELOR,CLERK OF THLrBOARD OF SUPERVISORS AND COUNTY ADMINISTRATOR By: " Deputy Contact: Gerald T. Mitosinka x 3-2814 cc: Sheriff-Coroner County Administrator of Justice Systems Auditor-Controller, A/P Contracts Contractor(via Sheriff/Coroner)