HomeMy WebLinkAboutMINUTES - 07141998 - C158-C162 e.14
rn: BOARD OF SUPERVISORS ,. Contra
FROM: SHERIFF-CORONER
Co
s
June 2, 1998 County
?rxt R
DATE:
CONTRACT FOR LAW LIBRARIAN FOR JAIL INMATES
SUBJECT:
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
1. RECOMMENDED ACTION
Approve and authorize the Sheriff-Coroner, or designee,
to execute, on behalf of the COUNTY, a contract with
Frank Ross Weaver, a independent contractor, in the
amount not too exceed $44, 720 for the performance of
services for inmates in Contra Costa County adult
detention facilities for the period July, 1, 1998 to
June 30, 1999 .
II. FINANCIAL IMPACT
Total funding of the contract is from the Inmate Welfare
Fund.
III. REASONS FOR RECOMMENDATION/BACKGROUND
Generally, inmates must have access to the courts. The
provision of law librarian services facilitates that
access.
CONTINUED ON ATTACHMENT: YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COM TTEE
APPROVE OTHER
SIGNATURE(S): &&64w_!XA
ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT } AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS O THE DATE SHOWN.
ATTESTED
Contact: P L BATCHqOR.CLERK OF THE BOARD OF
cc: SUPERVISORS AND COUNTY ADMtNtSTRATOR
Contact Bill Schmidt x6-4252
Ce: County Administrator
Frank Ross Weaver
County Auditor-Controller gY DEPUTY
Sheriff-Coroner
Risk Management
Contra Costa County Number C-46602
SERVICE CONTRACT Fund/Org #2590
Account #2310
1. Contract Identification.
Department: Office of the Sheriff
Subject: Provision of Law Liberian services for inmates at Contra Costa County Detention
Facilities.
2. Parties The County of Contra Costa, California(County), for its Departments named above,and
the following named Contractor mutually agree and promise as follows:
Contractor: Frank Ross Weaver
Independent Contractor Taxpayer ID#503-38-1367
739 Aries Lane,Foster City,Ca. 94404
3. Term. The effective date of this contract is_ July 1. 1998
And it terminates _ June 30-1999 Unless sooner terminated as provided
herein.
4. Termination. This contract may be terminated by the County, and its sole discretion, upon five-
day advance written notice thereof to the Contractor,or canceled immediately by written mutual;
consent.
5. Payment Limit.County's total payments to Contractor under this Contract shall not exceed
$44,720.00. `p
6. County's Ubligntions. In consideration of Contractor's provision of services as described below,
and subject to the payment limit expressed herein,County shall pay Contractor,upon Contractor's
submission of a properly documented demand for payment(County Demand Form D-15)which
shall be submitted not latter than 30 days from the end of the month in which the contract services
were rendered, and upon approval of such demand by the head of the County Department for
which this contract is made or his designee,as follows:FEE RATE: $21.50 per hour.
a. Each written demand for payment submitted by Contractor shall include documentation
showing all of the hours of service performed by the Contractor for the period covered by
the demand,when such services were performed, and at what detention facility such
services were performed.
7. Contractor's Obligations. Contractor shall provide the following described services:as set forth
in the attached Service Plan, which is incorporated herein by reference.
8. 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 but
not limited to,licensing, employment and purchasing practices;and wages,hours and conditions of
employment, including nondiscrimination.
9. 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
organ,or ethnic background,or handicap, and shall be used, in whole or in part, for religious
worship or instructions.
10. Independent Contractor Status. This Contract is by and between two independent contractors
and is intended to and shall not be construed to create the relationship between the parties of agent,
servant,employee, partnership,joint venture,or association.
I
11. Disputes. Disagreements between the County and Contractor concerning the meaning,
requirements,or performances 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.
12. 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, The Comptroller General,
the County, 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 subcontractorshall make
available,to the Comptroller General,the County, 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 hereunder. 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.
13. 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 documentation or written report. This section
shall apply only if the payment limit under this Contract exceeds $5,000.
14. Indemnification,The County shall defend, save and hold harmless and indemnify Contractor
against any claims or action against him for an injury arising out of an act or omission occurring
within the scope of Contractor's performance of services hereunder, except where Contractor has
acted or failed to act because of actual fraud, corruption,or actual malice.
15. Legal Authority. This Contract is entered into under and subject to the following legal authorities:
California Government Code Sections 26227 and 31000 and Penal Code Section 4025 (e).
16. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CON'T'RA COSTA,CALIFORNIA CONTRACTOR
By Designee By
Approved: County Administrator
By Designee
(Designate official capacity)
Recommended by Department
BY Designee [Form approved by County Counsel]
2
Number C-46602
Fund/Org# 2590
Account# 2310
Service Plan for Law Librarian Services
Frank Ross Weaver, an independent contractor, agrees to provide law librarian services
to the inmates confined in Contra Costa County Jail Facilities (Martinez Detention
Facility, West County Detention Facility, and Marsh Creek Detention Facility) to
facilitate inmates' access to the courts.
The law librarian services shall be in the areas of criminal law, criminal procedures, jail
operations, civil rights actions, habeas corpus action, and some civil actions and
procedures.
Contractor's duties shall include, but not be limited to, the following: with inmates during
regular library hours, to include:
1. Provide inmates with law documents and information in response to
inmates' requests for the same through the written request system.
a. Contractor shall not provide inmates with legal advice (regarding, for
example, their cases, legal options, rights, and\or liabilities).
2. Meet personally with inmates to facilitate inmates' access to law
information and documents. At the West County Detention Facility, meet
personally with the inmates during regular library hours, not to exceed
twenty hours per week. At the Martinez Detention Facility, meet
personally with inmates upon request\or as needed.
3. Conduct legal research (on CD-ROM Law Desk System and/or by use of
the law books and materials in the detention facilities' law libraries and the
County law libraries) to facilitate inmates' access to law information and
documents.
4. Provide information and assistance to inmates to facilitate the inmates'
understanding of the criminal justice system, including the judicial
process, criminal charges, and the policies and procedures at the
detention facilities.
5. Photocopy a high volume of law materials and documents (for example,
from case books, codes, treatises, reference materials, articles, form
Page 1 of 2
books, periodicals, and other law materials) for inmates upon request
andlor as needed.
6. Make available to inmates access to current articles on matters
concerning criminal law and procedures (such as Three Strikes, drug
forfeitures, and wobblers).
7. Maintain adequate supply of updated law books, materials and documents
at the law libraries in the detention facilities.
8. Follow the Superior Court policy and order concerning privileges for pro
per inmates, which policy and order is incorporated by reference herein.
9. Maintain the photocopy machines in working order.
10. Order supplies necessary to maintain the law libraries and to perform
services hereunder.
11. Cather duties as directed by the Sheriffs Office.
Contractor shall provide all services in a professional, respectful, courteous, patient and
helpful manner.
Contractor's hours of work and location for the performance of services shall be
determined by the Sheriffs Office's Custody Services Bureau Commander or hislher
designee.
At least 30 days before any scheduled vacation or leave of more than four(4) working
days duration for Contractor, Contractor shall deliver written notification of such
scheduled vacation or leave to the Custody Services Bureau Commander. If
determined necessary by the Facility Commander, the Sheriffs Office may provide
replacements for Contractor for any such vacation or leave.
Page 2 of 2
......... ......... ......... ......... ......... ......... ......... ......... .............11...11 .
... _.......................... ......... _........ ...._...... ._....... ......... ......... ......... ......... ......... .........
TO: BOARD OF SUPERVISORS Contra
FROM: SHE R I F F-CORONER `
Costs.
'a
;.. e t
June 23, 1998 Coun
y
DATE: CDT?q,i°o tXn. c
CONTRACT FOR FRIENDS OUTSIDE OF CONTRA COSTA FOR
SUBJECT: COUNSELING SERVICES FOR INMATES AND THEIR FAMILIES
SPECIFIC REOUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
1. RECOMMENDED ACTION
Approve and authorize the Sheriff-Coroner, or designee, to
execute, on behalf of the COUNTY, a contract with Friends Out-
side of Contra Costa County in the amount of $1.75, 000 . 00 for the
continued provision of support services to inmates in Contra
Contra County adult detention facilities for the period July 1,
1998 to June 30, 1999.
II. FINANCIAL IMPACT
None. Total funding of this contract is from the Inmate Welfare
Fund.
III. REASONS FOR RECOMMENDATION/BACKGROUND
The County has contracted with Friends Outside since early 1980
to provide counseling services at the County adult detention
facilities. This human service, we feel, is necessary and
augments the detention function for incarcerated. persons.
CONTINUED ON ATTACHMENT: YES SIGNATURE:
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD CITTEE
APPROVE OTHER
SIGNATURE(S):
ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER
Contact Bill Schmidt x5-1526
County Administrator
Friends Outside
County Auditor-Controller
VOTE OF SUPERVISORSSherif f-Coroner
Risk Management I HEREBY CERTIFY THAT THIS IS A TRUE,
UNANIMOUS(ABSENT ) AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ASSENT: ABSTAIN: Of SUPERVISORS OV4 THE DATE SHOWN,
ATTESTED— 1-4�Z ZZ
Contact: P BATC OR,CLE K OF THE BOARD OF
CC' SUP VfSORS AND COUNTY ADMINISTRATOR
f
BY, DEPUTY
6
.... _........ _. ..... ......... ..........._._..
....... ....... _ .._ . .._.. ....... ........ .........
Sc,naard Form 1/87 STANDARD CONTRACT
Number C-51042
(Purchase of Services) Fund/Ori # 4979
Account 0 -`--
1.. Contract Identification. Other #
Department: 06i.ice o6 the Shetti66
Subject: Pnovizion o6 Soe,iat Sehvice,, at ContAa Co.6ta
County Adutt Detention 1:acir?,.i.ties
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: F i,end4 Outd.cde
Capacity: Cati6oxnia Non-Pno6.i,t Conponation Taxpayer ID# 1 NIA
Address: 1127 Edcobax StAeet
Matt tdnez, CA 94553
3. Term. The effective date of this Contract is Juty 1 , 1998 and it
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 $ 175.000
5. County's Obligations. County shall make to the Contractor those payments described
in the Payment Provisions attached hereto which are incorporated herein by
reference, subject to all the terms and conditions contained or incorporated herein.
6. Contractor's Obligations. Contractor shall provide those services and carry out that
work described in the Service Plan attached hereto 'which is incorporated herein by
reference, subject to all the terms and conditions contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and
Special Conditions (if any) attached hereto, which are incorporated herein by reference,
8. Project. This Contract implements in whole or in part the following described Project,
the application and approval documents of which are incorporated herein by reference:
9. Legal Authority. This Contract is . entered into under and subject to the following
legal authorities :
Penat Code Section 4025( e) and
Govehnment Code Section 26227
10. Signatures. These signatures attest the parties' agreement hereto:
t COUNTY OF CONTRA COSTA, CALIFORNIA
ATTEST: Phil Batchelor, Clerk of the Board
BOARD OF SUPERVISORS of Supervisors and County Administrator
By By
Chairman5esignee ti Deputy
CONTRACTOR
By By
lj�
(Designate official business capacity..A.) (Designate fficial bfisiness 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 §1190.1 and Corporations
Code §313) . All signatures must be acknowledged as set forth on page two.
Contra Costa County Standard Form 6/90
PAYMENT PROVISIONS
(Fee Basis Contracts)
Number C-32042
1. Payment Amounts. Sub
.iect 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.]
ExI a. $ 14,583.33 monthly. or
C 3 b. per unit. as defined in the Service Pian, 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.
11 on 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 Withold. County has the right to withold 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 topay 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:
on ra oun y ept..
Contra Costa County Standard Form (Rev. 1/95)
APpRC)VALS/ACKNOWLEDGM-NT
Number
APPROVALS #
RECORDED BY DEPARTMENT FORM APPROVED
COUNTY COUNSEL
Designee Deputy
APPROVED: COUNTY ADMINISTRATOR
sy:
Designee
AC NOWLEDGUENT
STATE OF CALLFORNIA }
) ss.
COUNTY OF CONTRA COSTAf�)��Q
On _�.1 t�-�W� q . �- i�t 0 . before m
i ert me and title o the officer), orally appear
a04P,
perso y to a(or rov to me on the basis of satisfactory evide we) to be the s) hose
nam s) re bscribed to the within instrument and acknowlcd od to me that heJs ed the
same his authorized capaci tes nd that his/h ignatureon the instrument the
perso s ,or the enUcty upon behalf of which the perso ( cted,executed the instrument.
S MY D C2FFIC PATTI O'NEAI.
`{ N
comm.#1077759
NOTAnY PU W'; CAL FOWA Uj
e8p'- A COSTA COUNTY 0
' Signature .,. "'.xp.Nov 15.1999
ACKNO WLEDOMENT(by Corporation,Partnership,or Individual)
I
" (Civil Cxdc§1189)
...........11.11 _
.... ......................................
................. ....... .._...... _
. ......... ........... .............
.............................................
Contra Costa County Standard Form 11877µg",
GENERAL CONII)MONS
(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 but not limited
to, licensing, employment and purchasing practices, and wages, hours and conditions of employment, including
nondiscrimination.
2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are
subject to monitoring, inspection, review and audit by authorized representatives of the County, the 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 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 Conti-actor, 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 Reauirements. 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 relafing 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.
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.
1
/q-/06%Alp
Coma Costa County Standard Form 1187
GENERAL C2 Ni}iI'tUNS
(Purchase of Services)
b. Failure to Perform. The County, upon written notice to Contractor, may immediately
terminate this Contract should the Contractor fail to perform property 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 5.a. above,in the event that Federal,State,
or other non-County funding for this Contract ceases, this Contract is terminated without notice.
b. Entire Aemement 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 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 amendments to this
Contract except to the extent that they further detail or clarify that which is alreadyrequired hereunder. Such
Informal Agreements may not enlarge in any manner the scope of this Contract, including any sums of money
to be paid the Contractor as provided herein. informal Agreements may be approved and signed by the head
of the County Department.for which this Contract is made or his designee.
8. Modifications and Amendments.
a. General Amendments, This Contract may be modified or amended by a written document
executed by the Contractor and the Contra Costa County Board of Supervisors or, after Board approval, by its
designee, subject to any required State or Federal approval.
b. Administrative Amendments. Subject to the Payment Limit, the Payment Provisions and the
Service Plan may be amended by a written administrative amendment executed by the Contractor and the
County Administrator or his designee, subject to any required State or Federal approval, provided that such
administrative amendments may not materially change the Payment Provisions or the Service Plan.
9. Disnrrtes. Disagreements between the County and Contractor concerning the meaning,
requirements, or performance of this Contract shall be subject to final determination in writing by the head of
the County Department for which this Contract is made or his designee or in accordance with the applicable
procedures (if any) required by the State or Federal Government.
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in
accordance with the laws of the State of California.
b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra
Costa County, State of California.
2
Conte Costa County
Standard Form 1187
GENERAL CONDI' ONS
(Purchase of Services)
It. Conformance with Federal and State Reeulations 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 GeneralConditions, inspections or
approvals,or statements by any officer, agent or employee of the County indicating the Contractor's performance
or any part thereof complies with the requirements of this Contract, or acceptance of the whole or any part of
said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's
obligation to fulfill this Contract as prescribed, nor shall the County be thereby estopped from bringing any
action for damages or enforcement arising from any failure to comply with any of the terms and conditions of
this Contract.
13. Subcontract and Assienrnent 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. 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.
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 in 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,
3
Coma Cosh County Standard Form 1/87
GENERAL Cf3NDi i" ONS '
(Purchase of Services)
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 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 Insurrrce. 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 program(s) shall not be required to contribute to any loss
covered under the Contractor's insurance policy or policies.
b. Wo&ers' Compensation. 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 worker's compensation insurance as required herein po 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.
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 changes 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 ofGeneral 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. Nonrlenewral. Contractor understands and agrees that there is no representation, implication, or
understanding that the services provided by Contractor under this Contract will be purchased by County under
a new contract following expiration 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.
4
Con" Costa County Standard Form 1/87
GENERAL CONDITIONS
(Purchase of Services)
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 Section 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 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 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 Admini-
strator. 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.
26. Endorsements. Contractor shall not in its capacity as a contractor with Contra Costa County
publicly endorse or oppose the use of any particular brand name or commercial product without the prior
approval of the Board of Supervisors. In its County contractor capacity, Contractor shall not publicly attribute
qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-
established and widely-accepted scientific basis for such claims or without the prior approval of the Board of
Supervisors. In its County contractor capacity, Contractor shall not participate or appear in any commercially-
produced advertisements designed to promote a particular brand name or commercial product, even if Contractor
is not publicly endorsing a product, as long as the Contractor's presence in the advertisement can reasonably be
interpreted as an endorsement of the product by or on behalf of Contra Costa County. Notwithstanding the
foregoing, Contractor may express its views on products to other contractors, the Board of Supervisors, County
officers, or others who may be authorized by the Board of Supervisors or by law to receive such views.
27. Required Audit If Contractor is funded by $25,440 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 $25,400 to $100,044 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 $100,040 or more in federal grant funds in any fiscal
year from any source, Contractor shall arrange for the federally-required audit annually and shall submit the
audit to the 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. 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 Contractor until County receives the audit from
Contractor.
5
Number C-32442
SERVICE PLAN
FRIENDS OUTSIDE
The Contractor shall provide social services for inmates at the following adult detention
facilities: Martinez Detention Facility in Martinez, the West County Detention Facility in
Richmond and the Marsh Creek Detention Facility in Clayton. Such services shall
include, but not be limited to the following:
- Facilitate re-entry into family and community by assisting inmates in maintaining
communications with loved ones and in maintaining family ties throughout
incarceration.
- Provide human services within the detention setting.
-Assist inmates with problems on the outside while they are incarcerated.
- Provide information and referral services to inmates and their families.
-Assist inmates and family members in locating County services as well as other local
programs they are eligible for and/or need.
- Provide food supplies and clothing, as well as emotional support to inmates' families
to help their well-being and lower inmates' anxieties about their families.
- Recruit, train and coordinate volunteers for all three detention facilities.
- Help inmates stay in touch with the community to which they will be returning.
-Assist detention staff with professional volunteer services.
- Help the community be more aware of its own criminal justice system.
- Provide services that help reduce inmate tension in the detention facilities and thereby
provide a safer environment for inmates and staff.
The Contractors' performance of services under this contract shall be subject to the
security needs and schedules of the detention facilities.
Every three months, commencing July 1, 1998, Contractor shall submit to the Custody
Bureau Commander a written report on Contractors' provision of services under this
contract.
Contractor shall also submit a written report each January, covering the Contractors'
provision of services under this contract for the past year. In addition, Contractor shall
submit additional written reports as requested by the Sheriffs Department.
Sheriff's Department Responsibility:
The Sheriffs Department, Inmate Welfare Fund will provide an annual budget for the
payment of services hereunder
Sheriffs Department will provide the Contractor with office space and access to office
equipment.
SPECIAL CONDITIONS
FRIENDS OUTSIDE
1. Nondiscriminatory Services. Paragraph 17. (Nondiscriminatory Services) of the
General Conditions is hereby modified as follows: 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.
2. Payment Demands of the Payment Provisions is supplemented by the following: The
Contractor shall request monthly payment by submitting a County Form D-15 DEMAND
on the Treasury of the County of Contra Costa indicating the month the services
rendered at the agreed upon monthly rate.
a. Each written demand for payment submitted by the contractor shall
include documentation showing all of the hours of service performed
by the Contractor's staff for the period covered by the demand, when
such services were performed, at what detention facility such
services were performed, and the names of the individuals who
performed such services.
b. At least 30 days before any scheduled vacation or leave of more
than two weeks (10 working days) duration for any of the Contractor's
staff providing services hereunder, the Contractor shall deliver written
notification of such scheduled vacation or leave to the Custody Services
Bureau Commander. If determined necessary by the Facility Commander,
and subject to the security needs of the detention facilities, the Contractor
shall provide replacements for persons on such vacation or leave.
3. Nondiscriminatory Services. Paragraph 17. (Nondiscriminatory Services) of the
General Conditions is hereby modified as follows: 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.
_ _. ..._.._ ......... ......... ......... ......... ......... ......... ......... ......... ...... ._....._.. .
..... ..................._._.... .......... ......... ......... ......._. ._....... ......... ......... ......... ......... ........ .........
TO: BOARD OF SUPERVISORS
Contra
SHERIFF-CORONER
FROM: Costa
s
June 23 , 1998 , �' County
DATE: gra co rrC
SUBJECT: COUNSELING SERVICES FOR INMATES AND THEIR FAMILIES
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND AND JUSTIFICATION
1. RECOMMENDED ACTION
Approve and authorize the Sheriff-Coroner, or designee, to
execute, on behalf of the COUNTY, a contract with Interfaith
Council of Contra Costa County in the amount of $170,452 . 00 for
the continued provision of counseling and chaplaincy services to
inmates in Contra Costa County adult detention facilities for the.
period July 1, 1998 to June 30, 1999 .
II. FINANCIAL IMPACT
None. Total funding of this contract is from the Inmate Welfare
Fund.
III. REASONS FOR RECOMMENDATION/BACKGROUND
The County has contracted with Council of Churches since
early 1980 to provide counseling services at the County adult '
detention facilities. This human service, we feel, is
necessary and augments the detention function for
incarcerated persons.
1
CONTINUED ON ATTACHMENT: _ —,YZ`s SIGNATURE:
,,��4
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATIONOF OARD COMMITTEE
APPROVE OTHER
SIGNATURE(S)-.&
ACTION OF BOARD ON A APPROVED AS RECOMMENDED OTHER
Cl e-7
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT } 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
Contact: IL BAT LOR,CLERK OF THE BOARD OF
CC: Contact Bill Schmidt x6-4252 WPERVISORS AND COUNTY ADMINISTRATOR
County Administrator
Council of Churches of Contra Costa County
County Auditor-Controller BY I c J -' DEPUTY
Sheriff-Coroner . Risk
Management
Form 1187 STANDARD CONTRACT taumt)er C_326$5
(purchase of Servides) Fund/Org 4991 '
Account # 2314
1. . Contract Identification. Other #
Department: C j6ice o3 the She i66
Subject: Counzeting and Chaptaxney Sexvice.,6 at
County Adud't Dv ention 1=aci"es
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: Tntet6aith Counc.t o6 Cont&a Costa County
Capacity: Cati6otnia Non-Pto6iu CMpohat on Taxpayer 'ID# 9411693225
Address: 1543 Sunnyvale Avenue
Watnut Cneeh, CA 94596
3. Term. The effective date of this Contract is JuP-y 1 , 1998 and it
terminates June 34, 1999 unless sooner terminated as provided herein.
4. Payment Limit. County's total payments to Contractor under this Contract shall not
exceed $ 170,452.00
5. Counter's Obligations. County shall make to the Contractor those payments described
in the Payment Provisions attached hereto which are incorporated herein, by
reference, subject to all the terms and conditions contained or incorporated. herein.
6. Contractor's Obligations. Contractor shall provide those services and carry out that
work described in the Service Plan attached hereto 'which is incorporated herein by
reference, subject to all the terms and conditions contained or incorporated herein.
7. General and Special Conditions. This Contract is subject to the General Conditions and.
Special Conditions (if any) attached hereto, which are incorporated herein by reference.
8. Project. This Contract implements in whole or in part the following described Project,
the application and approval documents of which are 4ncorporated herein by reference:
9. Legal Authority. This Contract isentered into under and subject to the following
legal authorities :
Penat Code Section 4025( e) and 4427
10. Signatures. These signatures attest the parties' agreement hereto:
COUNTY OF CONTRA COSTA, CALIFORNIA
ATTEST: Phil Batchelor, Clerk of the Board
BOARD OF SUPERVISORS of Supervisors and County Administrator
By By
Chairman/Designee Deputy
CONTRACTOR
By By
(Designate official business capacity A.) (Designate official business capacity B. )
Dote 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 §1190.1 and Corporations
Code 5313). All signatures must be acknowledged as set forth on page two.
:Contra Costa County Standard Form 6/90
PAYMENT PROVISIONS
(Fee Basis Contracts)
Number C-32685
1. Payment Amounts. Stjb 'ect 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 ori incurred by
Contractor:
[Check one alternative only.]
[x] a. $ 14,204.33 monthly, or
[ I 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 0-1.5 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. Richt to Withold. County has the right to withold 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 c rate with any inspection. review or audit of its
program, work or records. or 0 Contractor has faded 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 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: �
Contractor Counfy-[sept.
Contra Costa County Standard Farm (Rev. 1195)
APPROVALS/AC NowLEDGMENT
Number
a _
APri OVA I S at
RECONO&UqDED BY DEPARTMENT FORM APPROVED
COUNTY COUNSEL
$y Byi'VI
Designee Deputy
APPROVED: COUNTY ADMINISTRATOR '
By:
Designee
rrrm�rrn.ei.iraese�esmrw,rermu®ea�ews�io.s+enrrei
ACKNOWLEDGMENT
t.EDV 7.XkEN
STATE OF CALIFORNIA )
) ss.
COUNTY OF CONTRA COSTA )
On tt,,ntr a, t k$ . before me,� r At
(insert name and title of the officer),personally appeared : g a rnna �,
,N*�. W w
personally known to me(or proved to me on the basis of satisfactory evidence) to be the persons)whose
nam*) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the
sante in his/her/their authorized capacity(ies), and that by his/herhheir signature($)on the instrument the
.person(s),or the entity upon behalf of which the person(s) acted,executed the instrument.
MY FAkND AND OFFICIAL SEAL.
5 Bred C.Mag!sby g
COMM X1{1774&9
NOTARY pUnLIC-CALIFORNIA
(Seal) CONTRA COSTA COUNTY
Comm.Exp.Nov,15,1999 ``
gnature
ACKNOWLEDGMENT(by Corporation,Partncship,or Individual)
(Civil Cade§11$9)
Cohn-Costa County Standard Form 1/87
GENERAL CONDMONS
(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 but not limited
to, licensing, employment and purchasing practices; and wages, hours and conditions of employment, including
nondiscrimination.
2. Inspection. Contractor's performance, place of business and records pertaining to this Contract are
subject to monitoring, inspection, review and audit by authorized representatives of the County, the 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 law; and until all Federal/State audits are completeand 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$10,004 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 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.
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.
t
+CQntr ,Costa County Standard Form 1187leC
GEN ERA L COND TTIONS
(Purchase of Services)
b. Fauilum to Perfonn. 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 reasonablemanner 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 5.a. above, in the event that Federal,State,
or other non-County funding for this Contract ceases, this Contract is terminated without notice.
5. Entine Arrreement. 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 OiMratinp. 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 the Contra Costa County Board of Supervisors or, after Board approval, by its
designee, subject to any required State or .Federal approval.
b. Administi-ative 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. Dismtles. Disagreements between the County and Contractor concerning the meaning,
requirements, or performance of this Contract shall be subject to final determination in writing by the head of
the County Department for which this Contract is made or his designee or in accordance with the applicable
procedures (if any) required by the State or Federal Government.
10. Choice of Law and Personal Jurisdiction.
a. This Contract is made in Contra Costa County and shall be governed and construed in
accordance with the laws of the State of California.
b. Any action relating to this Contract shall be instituted and prosecuted in the courts of Contra
Costa County, State of California.
2
"Contra,C,;osta County Standard Form 1187
141--5�1
GENERAL CONDITIONS
(Purchase of Services)
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 any part of
said performance, or payments therefor, or any combination of these acts, shall not relieve the Contractor's
obligation to fulfill this Contract as prescribed, nor shall the County be thereby estopped from bringing any
action for damages or enforcement arising from any failure to comply with any of the terms and conditions 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. 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.
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 in 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,
3
Carotin_Costa County
Standard Form 1/87
GENERAL CONDITIONS
r
(Purchase of Services)
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 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 program(s) shall not be required to contribute to any loss
coveredunder the Contractor's insurance policy or policies.
b. Workers' Compensation. 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 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) current certificate(s) of insurance.
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 changes 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. Nonrenewal. Contractor understands and agrees that there is no representation, implication, or
understanding that the services provided by Contractor under this Contract will be purchased by County under
a new contract following expiration 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.
4
Contra Costa County Standard Form 11217
—11-14e
GENERAL-CC►NI}1!TIQNS
(Purchase of Services)
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 Section 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 Section 107.6,
and waives all rights to'further notice or to damages under that or any comparable statute.
24. No Turd-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
Countyor Contractor that such individuals occupy the position of intended third-party beneficiaries of the
obligations assumed by either party to this Contract.
25. Cogvrights 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 Admini-
strator. 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.
26. Endorsements. Contractor shall not in its capacity as a contractor with Contra Costa County
publicly endorse or oppose the use of any particular brand name or commercial product without the prior
approval of the Board of Supervisors. In its County contractor capacity, Contractor shall not publicly attribute
qualities or lack of qualities to a particular brand name or commercial product in the absence of a well-
established and widely-accepted scientific basis for such claims or without the prior approval of the Board of
Supervisors. In its County contractor capacity, Contractor shall not participate or appear in any commercially-
produced advertisements designed to promote a particular brand name or commercial product, even if Contractor
is not publicly endorsing a product, as long as the Contractor's presence in the advertisement can reasonably be
interpreted as an endorsement of the product by or on behalf of Contra Costa County. Notwithstanding the
foregoing, Contractor may express its views on products to other contractors, the Board of Supervisors, County
officers, or others who may be authorized by the Board of Supervisors or by law to receive such views.
27. 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 the federally-required audit annually and shall submit the
audit to the 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. 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 Contractor until County receives the audit from
Contractor.
5
SERVICE PLAN
INTERFAITH COUNCIL OF CONTRA COSTA COUNTY
The contractor shall provide counseling and chaplaincy services for inmates at the
following adult detention facilities: Martinez Detention Facility in Martinez, the West
County Detention Facility in Richmond and the Marsh Creek Detention Facility in
Clayton. Counseling and chaplaincy services shall include, but not be limited to the
following:
A. Arranging for the conducting of services and counseling by representatives of
various organized religions that will meet the diverse spiritual needs of the
inmates, subject to the security needs and schedules of the facilities.
B. Developing and supervising a volunteer program that will involvelocal clergy,
laity, seminary students and the community.
C. Making regular visitations throughout the above facilities providing counseling to
the inmates and their families, subject to the security needs and schedules of the
facilities.
D. Responding to crisis and emergency situations involving inmates and/or staff as
needed.
The Contractor shall supply any equipment, books, written materials and handouts used
by the Contractor hereunder.
The Interfaith Council of Contra Costa County shall provide two full two full time
positions and two full time interns to the detention facilities. Hours of service shall be
subject to consultation with and coordination by the Facility Commander.
Sheriff's Department Responsibiiitl
The Sheriffs Department, Inmate Welfare Fund will provide an annual budget for the
payment of services hereunder.
The Sheriffs Department, Inmate Welfare Fund Committee and the Facility
Commanders will be consulted by the contractors' representative as to the type of
materials purchased and made available to the inmate population. Office space and
access to office equipment will be provided by the Sheriffs Department.
SPECIAL CONDITIONS
INTERFAITH COUNCIL OF CONTRA COSTA COUNTY
1. Nondiscriminatory Services. Paragraph 17. (Nondiscriminatory Services) of the
General Conditions is hereby modified as follows: 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.
2. Paragraph 2 (Payment Demands) of the Payment Provisions is supplemented by the
following: The Contractor shall request monthly payment by submitting a County Form
D-15 DEMAND on the Treasury of the County of Contra Costa indicating the month the
services rendered at the agreed upon monthly rate.
a. Each written demand for payment submitted by the contractor shall
include documentation showing all of the hours of service performed
by the Contractor's staff for the period covered by the demand, when
such services were performed, at what detention facility such
services were performed, and the names of the individuals who
performed such services.
b. At least 30 days before any scheduled vacation or leave of more
than two weeks (1 g working days) duration for any of the Contractor's
staff providing services hereunder, the Contractor shall deliver written
notification of such scheduled vacation or leave to the Custody Services
Bureau Commander. If determined necessary by the Facility Commander,
and subject to the security needs of the detention facilities, the Contractor
shall provide replacements for persons on such vacation or leave.
REQUEST TO SPEAR 1PORM
(THREE (3) MINUTE LIMIT)
Complete this form and place it in the box near the speakers-*
rostrum before addressing the Board.
Name: L-01-,.. 1 Phone:
Address; t 1. 13 ,
city, tires.
I am speaking for myself �. or organization: Lz:,c-~J
Ow".0f
mrpan rations
CHECK ONE:
s� . I wish to speak on Agenda Item Gln
My comments will, be: general for
-1 against
I wish to speak on the subject of
I do not wish to speak but leave these comments for the
Board to consider.
.:
REQUEST To SPEAK FORM /�
(TRUE {3} MI2� ME LIMIT) � l L C)
Complete this farm and place it in the box near the speakers'
rostrum before addressing the Board.
Mame -.p' ' 'J• r,..y Phone , --- •
Address: .,
City: 0 1,,//
I am speaking for myself or organization;
CHECK ONE: (nm* Of organization)
I wish to speak on Agenda Item # 10 -71
Dat
e %
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:
( J))ly 14, 1998) t' t✓
6
Sl'AT ;vi N'P TO THF CONTRA COSTA Coll"+TY BOD Off' SUPERViSOPS:
Government endorsement of religion is prohibited by the U. S. Constitution,
the California Constitution, and Contra Costa' s "General Conditions" governing
County contracts. IT IS WRONG for the County to continue to misuse government
funds to hire Christian clergymen as jail chaplains.
IT IS 1KRONG for the County to favor religious cofinselors over secular ones,
and Christian chaplains to the exclusion of all others.
IT IS ;1RONG for theCounty to pretend that theological training is a satis-
factory prerequisite for counseling inmates who frequently suffer from complex
emotional problems.
IT IS IVRONG to overlook the obvious fact that a professional clergyman
will inevitably believe that, a troubled inmate' s problems stem from a lack of
roligion--suecifica.11> Christ ianit-yit his life.
IT IS 'i,1R0hG for the County to stabsidire a religious organization (the
r;oi,ncil of Churches, renamed t�~e Interfaith Council) without demanding an eceount
of how County funds are being spent. County records do not reveal chaplains'
salaries--while th.c; Council still seeks additional donations through its member
churches to "supl ort the chaplain program." This appears to be a questionable
practice which the County should investigate.
Inmates should be offered SECULAR counseling focusing upon freedom from;
addiction, self improvement and vocational preparation--not prayer anci, bible study.
Prisoners detainedd by the County should certainly be grantedtEAO?�TABLE
freedom to practice their religion. Clergy of their own faith shoi,zld be pro-
cessed as any other visitors. Just; in the Central Costa County phone book there
are 317 churches, a vast source of potential. volunteers.
OUR COLTNT
Y GOVERNMI T SHOULD NOT BF IttT TM,' BUSINESS OF PROVIDING AYD
PAYING FOR RE1,IG?(?C1S SERVICE£� FC1N ANYONE.
WK4
0Burt Bogardus
S-d0SJAH9dns jos,
Danville, CA 9482
{42h} 82�}--2347
0AI 8
REQUEST TO BPEAlt FORM r
{THREE3
t ) MINUTE T.ZMI'1')
Complete this form and place it in the box rear the speakers
rostrum before addressing the Board.
Names �
Phone;
r
Address:
City: t,...,t; ,� �'
I am speaking for myself or organizat on
Own of organization)
CBECR ONE:
I wish to speak on Agenda Item # Q`"/ Date: % a Z
My comments will be: general for against
I wish to speAc on the of
I do not wi to eak t 1 ve these nts for the
Board to consider:
.................................................................................................................................................
...... ...........................................-........1.11.-.................
..........
REQUIOT TO SVZAK FORK
(THREZ (3) XINM LIMIT)
Complete this form and place it in the box n Oar the speakers'
rostrum before addressing the Board.
Name: A&9�10 Phone: 7 -;(
Address: P City: P 1-74;d4 0,7 1
I am speaking for myself or organization:
4111�*eer ,V14"15-le-W� (_1,,V;Ov
CUCK ONE S ON* of *rvenizotiom)
I wish to speak on Agenda Item # Date-,, ,Ltie�_ .
My comments will be: general L-L for against
I wish to speak on the subject of LJ? 6//,c
I do not. !�i,;h, !Seak butleave �e
racomments for the
-to !
Bo�rd to der.
REQUEST To SFEAIK VORM
THREE (3) MINUTE LTXIT) i Ql✓
Complete this form and place it in the box near the speakers'
rostrum before addressing the Hoard.
Mame: AJ- ,.. '"`--�;'
Phone:
AF-
Address: 1,2211 a City:-.
I am speaking for myself L or organization:
(now Of or9mIzstlofn)
CHECK ONE!
I wish to speak on Agenda Item # Date: '
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:
REQUEST TO SPEAK FORK , 7A
(THREE ('3) MINUTE LIMIT)
Complete this form and Place it in the box near the\ speakers-'
rostrum before addressing the Board.
Name: t Phone: it r "
---- .
Address: ,2 � L , 4
i City•�,,,,�,
I am speaking for myself or organization;
tnerae of orniaation)
CHECK CIS
I wish to speak on Agenda Item # Cr 1�g bate
My comments will be; general for against
i I wish to speak on the subject of
I do not wish to speak but leave these comments for the
Board to consider;
V
TO; BOARD OF SUPERVISORS on{�.C,,�
t
FROM; Terrence Starr,County Probation Officer - Costa
DATE: June 14, 1998 ' County
r, .
SUBJECT: Inter-County Placement Agreements - Bel Norte County
IM�IIrrlpl�Fnlr•Yllrrrrrrr�wrr�r r�nlnrrrrrrrlrlrr�llllrrrlllrlrllrllrrllllrri�l lrrrr�lrr�r..irirrr
SPECIFIC REQUEST($)OR RECOMMENDATION($)#BACKGROUND AND JUSTIFICATION
IMMENDATIDN
That the County Probation Officer be authorized to enter into two(2) agreements
with Del Norte County, One agreement is for the purpose of reserving j
accommodations for the placement of two (2) delinquent wards of the Juvenile
Court in Del Norte County's Bar-O Boys Ranch at a monthly rate of$1,740.00 per
reservation. The second agreement would permit the placement of additional
delinquent wards from Contra Costa County at Bar-O Boys Ranch, if Contra Costa
County needed the resource and if space were available at the Del Norte County
facility. The monthly rate for space available placements is $1,850.00 per month
per ward.
Del Norte County operates their boys ranch under the provisions of Section 880,
Welfare and Institutions Code. The camp has 42 beds which exceed their needs and
they make beds available to other counties under the provisions of Section 888,
Welfare and Institutions Code. Section 755, Welfare and Institutions Code, allows
the Juvenile Court to permit a ward's placement out of county under the supervision
of the Probation Officer of that county.
Contra Costa County has had agreements with Del Norte for such placements since
1994. Several minors not suitable for placement at the Orin Allen Youth
Rehabilitation Facility have successfully completed programs at Bar-O Boys Ranch
and the county currently has three minors in placement there. This resource has
expanded the Probation Department's options for difficult to place youth, and
having reserved accommodations at Bar-O facilitates the placement process,
resulting in shorter periods of detention at Juvenile Hall pending delivery.
CONTINUED ON ATTACHMENT: YES
SIGNATURE: r
RECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE OTHER
SIGNATURE$: .,
ACTION OF BOARD ON APPROVED AS RECOMMENDED OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS(ABSENT .�) AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISOR$ N THE DATE OWN.
Contact: Terry Starr 3'13-4180
CC: Probation Dept. ATTESTED
County Administrator L SATO OR'CL K OF THE BOARD OF
County Auditor-Controller SUPERVISORS AND COUNTY ADMINISTRATOR
Contractor via Probation
M382 (10188) BY ,DEPUTY
DN COAgmt #
BAR-O BOYS RANCH AGREEMENT
FOR RESERVED ACCOMMODATIONS
July 1, 1998 - June 30, 1999
THIS AGREEMENT, entered into by and between the COUNTY OF DEL NORTE
(DEL NORTE) and the COUNTY OF coNTRA cosTA (COUNTY), bath counties
being political subdivisions of the State of California,
WITNESSETH:
WHEREAS, DEL NORTE maintains and operates Bar-O-Boys Ranch (RANCH), a
boys juvenile facility pursuant to Article 24 of Chapter 2 of Part 1 of Division 2 of the
Welfare and Institutions Code; and said facility has accommodations in excess of DEL
NORTE'S needs and available for use by COUNTY; and
WHEREAS, COUNTY is desirous of using said facility for housing certain of its
Juvenile Court Wards and reserving a fixed number of accommodations for this purpose;
NOW, THEREFORE, THE PAR'T'IES AGREE AS FOLLOWS:
1. COUNTY, in consideration of the reservation of accommodations
for t1M_ 2 _of its Juvenile Court Wards, agrees to pay DEL NORTE, and DEL
NORTE agrees to accept the sum of$1,700.00 per month for each accommodation
so reserved, whether or not said accommodation is actually occupied by a Ward,
for a total sum of$ 3.400.00 per month.
2. The payment provided above shall cover all costs with respect to the care
and maintenance of the Wards except the following:
(a) Costs of any hospital,medical or surgical cure and treatment for the
Wards;
(b) Costs of any dental care for Wards;
(c) Costs of transportation and maintenance between COUNTY and
RANCH.
Bar-O Bays Ranch Agreement for Reserved Accommodations
page 2
The cost of items a, b, and c will be in addition to the other charges hereinabove
mentioned and will be paid by COUNTY at DEL NORTE'S cost.
3. DEL NORTE agrees to indemnify, defend and sage harmless COUNTY, its
officers, agents and employees, from all claims and losses whatsoever, including
attorney's fees occurring or resulting to any and all persons, and from any and all
claims and losses resulting to any person, firm, or corporation for damages,
injury, or death directly arising out of, or connected with DEL NORTE'S
performance of this agreement. COUNTY agrees to indemnify, defend and save
harmless DEL NORTE, its officers, agents, and employees, from all claims and
losses whatsoever, including attorney's fees occurring or resulting to any and all
persons, and from any and all claims and losses resulting to any person, firm or
corporation for damages, injury, or death directly arising out of, or connected
with COUNTY'S performance of this agreement.
4. DEL NORTE reserves the right to reject or return any Ward. of COUNTY
who DEL NORTE determines is unfit for the RANCH program.
5. Accommodations reserved for COUNTY shall not be transferable by it to
any other county without the written approval of DEL NORTE.
6. This contract may be terminated at any time by either county hereto,upon
a 30-day written notice to the other county.
IN WITNESS WHEREOF, DEL NORTE and COUNTY have executed this
agreement, this day of ✓ _ ��, 19
Bar-O Boys Ranch Agreement for Reserved Accommodations
pale 3
COUNTY OF DEL NORTE
by
Chairman of the Board of Supervisors
ATTEST:
(Caren L. Walsh, Clerk to the Board of
Supervisors, County of Del .Norte, State of
California
COUNTY OF (,,Mga rnsTA
By ...-
Designee
ATTEST:
C!�Xk to Board of Supervisors
Return two signed originals to:
Del Norte County Board of Supervisors
583 G Street, STE 1
Crescent City, CA 95531
DN CO Agmt #
BAR-O BOYS RANCH AGREEMENT
July 1, 1998 - June 30, 1999
THIS AGREEMENT, entered into by and between the COUNTY OF DEL NORTE
(DEL NORTE) and the COUNTY OF CONTRA COSTA (COUNTY), both counties
being political subdivisions of the State of California,
WITNESSETH:
WHEREAS, DEL NORTE maintains and operates Bar-O Boys Ranch (RANCH), a
boys juvenile facility pursuant to Article 24 of Chapter 2 of Part I of Division 2 of the
Welfare and Institutions Code; and said facility has accommodations in excess of DEL
NORTE'S needs and available for use by COUNTY; and
WHEREAS, COUNTY is desirous of using said facility for housing,certain of its
Juvenile Court Wards;
NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:
I COUNTY, in consideration of DEL NORTE providing accommodations for
Its Juvenile Court Wards, agrees to pay DEL NORTE, and DEL NORTE agrees to
accept the sum of$1,850.00 per month for each accommodation.
2. The payment provided above shall cover all costs with respect to the care
and maintenance of the Wards except the following:
(a) Costs of any hospital,medical or surgical care and treatment for the
Wards;
(b) Costs of any dental care for Wards;
(c) Costs of transportation and maintenance between COUNTY and
RANCH.
The cost of items a, b, and c will be in addition to the other charges hereinabove
mentioned and will be paid by COUNTY at DEL NORTE'S cost.
Bar-O Boys Ranch Agreement
page 2
3. DEL NORTE agrees to Indemnify,defend and save harmless COUNTY, its
officers, agents and employees, from all claims and losses whatsoever, including
attorney's fees occurring or resulting to any and all persons, and from any and all
claims and losses resulting to any person, firm, or corporation for damages,
injury, or death directly arising out of, or connected with DEL NORTE'S
performance of this agreement. COUNTY agrees to indemnify, defend and save
harmless DEL NORTE, Its officers, agents, and employees, from;all claims and
losses whatsoever, including attorney's fees occurring or resulting to any and all
persons, and from any and all claims and losses resulting to any person, firm or
corporation for damages, Injury, or death directly arising out of, or connected
with COUNTY'S performance of this agreement.
4. DEL NORTE reserves the right to reject or return any Ward of COUNTY
who DEL NORTE determines Is unfit for the RANCH program.
S. This contract may be terminated at any time by either county hereto,upon
a 30-day written notice to the other county.
IN WITNESS WHEREOF, .DEL NORTE and COUNTY have executed this agreement,
this y of , 19 I—19e-
-
Bar-O Boys Ranch Agreement
Page 3
COUNTY OF DEL NORTE
Chairman of the Board of Supervisors
ATTEST:
Karen L. Walsh, Clerk to the Board of
Supervisors, County of Del Norte, State of
California
COUNTY OF CSA CQSTA
BY, r .. .�
Chak*"ftrA0ar-&er .,�
Designee
ATTEST.
rkto Board of Supervisors
Return two signed originals to:
Del Norte County Board of Supervisors
583 G Street, STE 1
Crescent City, CA 9.5531
T : BOARD OF SUPERVISORS ,,
FROM: DENNIS M. BARRY, AICP
Contra
COMMUNITY DEVELOPMENT DIRECTOR r Costa
GATE: July 14, 1998 County
SUBJECT: Approve and Authorize the Community Development Department to Execute a
Contract to Develop a Solid Waste Rate Setting Process and Rate Setting
Methodology Manual for the Unincorporated Area of the County Served by
Garaventa Enterprises
SPECIFIC REQUEST(S) OR RECOMMENDATION(S) & BACKGROUND AND JUSTIFICATION
REQOMMEND6TIONS_
Authorize the Community Development Department Director or his designee to
execute a contract for an amount not to exceed $24,950 with NewPoint Group to
develop a solid waste rate setting process and methodology manual.
FISCAL IMPACT
Contract will be funded by Solid Waste Collection Franchise Fees. No impact to the
County General Fund.
BACKGRQUND/REASONS FOR RECOMMENDAIIQNS
In the past year, the Community Development Department has contracted with
NewPoint Group to (1) make recommendations concerning modifying the Barakat
& Chamberlain rate setting methodology designated for use in rate setting reviews
for Richmond Sanitary Service(RSS) and (2) develop a rate setting methodology
manual to use for Browning-Ferris Industries (BFI). NewPoint Group has submitted
a proposal for creating a methodology and manual adapted to facilitate any future
rate reviews for Garaventa Enterprises. This is the last unincorporated franchise
area that will require development of a rate setting methodology. Rate setting
methodologies have already been completed for all other unincorporated areas
served under County franchises.
A copy of NewPoint Group's proposal is attached. The proposal discusses the
proposed tasks in detail.
CONTINUED ON ATTACHMENT; YES SIGNATURE -- .
RECOMM'Ett1QATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMiTT E
APPROVE OTHER
SIGNATURE(sZ-4
ACTION OF BOARD ON APPROVED AS RECOMMENDED X OTHER
VOTE OF SUPERVISORS
I HEREBY CERTIFY THAT THIS IS A TRUE
gUNANIMOUS (ABSENT } AND CORRECT COPY OF AN ACTION TAKEN
AYES; NOES; AND ENTERED ON THE MINUTES OF THE
ABSENT; ABSTAIN; BOARD OF SUPERVISORS ON THE DATE
SHOWN.
Contact: Linda Moulton (925) 335-1238 ATTESTED
cc; Community Development Department (CDD) PHIL. BAT HEL R CLERK OF
THE BOARD OF SUPERVISORS
AND COUNTY ADMINISTRATOR
BY I'll
_.DEPUTY
LWad
Linda's Dlsk:7-14bdompd
NewMnt Gain"
Management Consultants
June 22, 1998
Dr. Linda Moulton
Community Development Department
Contra Costa County
County Administration Building
651 Pine Street
4th Floor, North Wing
Martinez, California 94553-0095
Subject: Solid'Waste Rate Setting Manual Consulting Assistance
Dear Dr. Moulton:
We are pleased to present this proposal to develop a rate setting process and a rate
setting manual for residential solid waste fees in the unincorporated area of Contra Costa
County, We are familiar with the County's franchise with Garaventa Enterprises,
hereafter referred to as the hauler. Having completed a rate manual for Browning Ferris
Industries, Inc., for the County, as well as a rate manual for Concord Disposal, Inc., for
the City of Concord, we are familiar with the County's waste management collection and
disposal issues.
This letter presents background on our rate setting methodology manual and
provides our work plan for completing such a manual for the County. We understand that
on June 16, 1998, the County Board of Supervisors approved Household Hazardous
Waste fees and franchise fees for the unincorporated County area served by Garaventa
Enterprises. These fees would be incorporated into the rate setting process and manual.
With the development of the rate setting process and methodology manual, the County
and Garaventa Enterprises would be prepared to complete a formal rate review when
necessary.
A. Our Rate Setting Process and Methodology Manual
Our firm's Solid Waste Rate Setting Process and Methodology Manual is a
comprehensive, step-by-step guide to refuse collection rate setting. The manual's contents
represent the result of extensive research and development by our firm into state-of-the-art
waste industry approaches and methods; other jurisdiction's refuse collection rate setting
processes and methodologies; historical utility rate setting practices; relevant California
and Federal regulation; and practical business experience with local governments and
private sector hauling companies.
. 2555 Third Street,Suite 215,Sacramento,California 95818 • Phone: (916)442-0508 • Fax:(916;442-0714
NewMnt Group
Management Consultants
Dr. Linda Moulton Page 2
June 22, 1998
Our manual is presented in a graphical and"user friendly" format. We intend to
make the rate setting process simple and easy to understand for all parties, including the
ratepayer, County staff, Board of Supervisors, and franchised hauler. Simultaneously, we
would create a process and methodology that will produce reasonable and justifiable rates
that are fair and equitable to County's ratepayers and provide a reasonable return to the
hauler. NewPoint Group will work closely with the County to customize our manual as
required to reflect your County's specific goals, processes, and constraints.
As you are aware, we have developed a rate setting manual for the County (BFI)
and for the City of Concord(Concord Disposal), both of which have been adopted.
Employing a process of continuous improvement, we follow up on the manual's
implementation, and are constantly fine tuning its contents using feedback from actual
users. Key features of our manual's approach are as follows:
❑ Identifies key goals and policies
❑ Outlines roles, responsibilities, and timelines
❑ Includes a format and content for a survey of neighboring jurisdictions
• Provides forms and detailed procedures for completing forms
❑ Encompasses both a base year process and an interim year process to make rate
setting more efficient
❑ Includes a detailed calculation of franchise fees
❑ Justifies allowable profit to the hauler
❑ Provides a cross-reference of the rate setting manual with the franchise agreement.
The rate setting manual we are developing assumes the hauler's existing rate
structure. We will deal with rate structure issues in the context of a formal rate review.
B. Project Work Pian
This section presents our work plan to assist the County in developing a manual to
document solid waste rate setting policies and procedures. Our work consists of the
following six tasks that are described below:
Task 1 Initiate and Administer the Project
Task 2 Review Current Rate Setting Policies and Practices
Task 3 Clarify Rate Setting Objectives and Policies
NewPoint Groupe
Management Consultants
Dr. Linda Moulton Page 3
June 22, 1998
Task 4 Develop Rate Setting Process and Methodology
Task 5 Develop Rate Setting Procedures and Tools
Task 6 Prepare Draft and Final Rate Setting Manual.
Task I Initiate and Administer the Project
During the formal kick-off meeting with the County's Project Manager, we will
verify the project's scope and objectives, discuss key project issues, and obtain additional
background information. During this kick-off meeting we will schedule appropriate
follow-up meetings, establish points of contact, and gather key information required for
conducting the review.
NewPoint Croup also will prepare monthly invoices that summarize level of effort
and charges to-date. Throughout the project, we will keep the County up-to-date with
our progress, either through telephone conversations or during meetings conducted for
other work tasks.
Subtasks
1.1 Conduct Project Kick-off Meeting
1.2 Request Relevant Documents and Data
1.3 Coordinate Initial Interviews with the County and Hauler
1.4 Refine Work Plan, if Necessary
1.5 Revise Project Schedule as Needed
1.6 Perform Ongoing Project Management.
Deliverable(s)
Revised work Plan, if necessary
❑ Progress updates.
Task 2 Review Current Rate Setting Policies and Practices
During this task, we will review background documentation, interview personnel
from the County and the hauler, and review financial information in order to understand
current policies, practices, and procedures. We will work closely with the County to
maintain confidentiality of specific financial information(to be defined) while we obtain
and understand financial, management, and operational characteristics.
NewMht Group
Management Consultants
Dr. Linda Moulton Page 4
June 22, 1998
Subtasks
2.1 Interview County and Hauler
2.2 Analyze Current Ordinance and Franchise Agreement
2.3 Determine General, Financial, Management, and Operations Information
Required from the Hauler
2.4 Review Hauler Financial, Management, and Operations Information and
Accounting Practices.
Deliverable(s)
❑ Work papers on past practices, operation, financial information, and accounting
practices.
Task 3 Clarify Rate Setting Objectives and Policies
During this task, we will work with County staff to clarify and update the County's
waste management policies. This process will begin with a review of both formal and
informal goals related to solid waste management. Based on a review of internal
documents and the interviews conducted during Task 2, we will document our
understanding of the County's solid waste management goals and corresponding policies.
We then will identify alternative goals and policies.
Regulatory, financial, and political requirements will play a major part in
determining County rate setting policies, however, within these constraints, there exists
the ability to structure rates that will provide incentives and disincentives to the ratepayer
and the hauler. The rate setting policies for the County must be in accordance with goals
adopted by the County and State, and must result in economical solid waste collection and
disposal services to residential and commercial customers while meeting the County's
revenue requirements. Changes to the current rates must be justifiable, defensible, and
easy to explain.
Subtasks
3.1 Identify Waste Management Goals
3.2 Document Rate Setting Policy Issues
3.3 Identify Operational and Performance Statistics to be Submittedby Hauler
3.4 Develop General Procedural and Information Requirements for Rate Reviews
3.5 Document Final Rate Setting Objectives and Policies.
NewPoint group"
Management Consultants
Dr. Linda Moulton Page 5
June 22, 1998
Deliverable(s)
❑ Alternative methods and requirements for rate review
❑ hate setting policies.
Task 4 Develop Rate Setting Pocess and Methodology
During this task, we will begin developing procedures to implement the rate setting
policies by determining the broader concepts of the process and methodology. The rate
setting process addresses what tasks must be completed, who is responsible for various
steps in each task, and when each task should be completed. The rate setting
methodology describes how the rate setting process is accomplished.
Generally, the following activities are part of a rate setting process:
❑ Preparation and Submission of Rate Application
❑ Identification of Required Support Documentation, including Financial and
Operational Information
❑ Verification of Completeness of Rate Application
❑ Detailed Review of Rate Application
❑ Survey of Rates in Similar Service Areas
❑ Preparation of Draft and Final Reports, Including a Public Hearing
❑ County Approval and Implementation of New Rates, if Applicable.
Various methodologies can be considered in the rate setting process, including the
use of actual and projected data, determination of key ratios and factors for analysis
purposes, and normalization of data using survey results from similar service areas. We
will present a proposed methodology for the County's review.
Subtasks
4.1 Develop Activities for Processing Rate Change Requests
4.2 Determine Responsible Parties and Timing Requirements
4.3 Review Activities, Responsibilities, and Timing with the County and Hauler
4.4 Revise Activity Listing, as Necessary
4.5 Determine General Requirements for Compilation and Analysis of Data.
NowP6'int Group
Management Consultants
Dr. Linda Moulton Page 6
June 22, 1998
Deliverable(s)
• Activity listing with assigned responsibilities and timing
• Overview of key data requirements and analysis steps.
Task S Develop Rate Setting Procedures and Tools
We will further develop the activities determined in Task 4 into procedural steps
and prepare reporting formats and worksheets. These formats and worksheets will need
to be in sufficient detail to facilitate the compilation of data and to allow reconciliation of
data to audited financial statements, yet be simple to use and understand.
Subtasks
5.1 Develop Procedural Step Outline for Each Task Identified in Task 4
5.2 Prepare Reporting Formats and Worksheets
5.3 Review Procedure Outline, Reporting Formats, and Worksheets with the
County and Hauler
5.4 Prepare a Cross Reference between the Rate Setting Manual and the Franchise
Agreement.
Deliverable(s)
❑ Procedure manual outline
❑ Standard forms and worksheets.
Task 6 Prepare Draft and Final Rate Setting Manual
During this task, we will prepare the draft and final Rate Setting Manual. We will
consider input from County staff and the hauler. The result should be a document that will
serve as a step-by-step guideline in future years and be acceptable to all parties.
Our goal for this Rate Setting Manual is to provide a clear, easy-to-read, and user-
friendly tool to set rates. The manual should stand on its own and permit future rate
setting efforts to be accomplished by the county with a minimum of time and effort.
NewPoint Group has developed tools and processes that will make such a document clear
and helpful.
NewPoint Group"
Management Consultants
Dr. Linda Moulton Page 7
June 22, 1998
After we complete a final draft of the Rate Setting Manual, we will present this
document to the County during a scheduled meeting. Our presentation also will include
an"Executive Level" discussion of the rate setting process and methodology. Comments
received from the County and hauler will be incorporated into the manual, as appropriate.
After the presentation to the County, we will prepare the final Rate Setting Manual.
Subtasks
6.1 Document the Formats and Procedures Developed during Task, 5
6.2 Review Draft Rate Setting Manual with the County and Hauler
6.3 Revise Manual, as Necessary
6.4 Submit Draft Rate Setting Manual
6.5 Present Final Draft Manual to the County
6.6 Revise Final Draft manual, as Required, and Submit Final Rate Setting Manual.
Deliverables)
❑ Draft Rate Setting Manual
❑ Presentation materials for County meeting
• Rate Setting Process and Procedures Manual.
C. Budget
We will conduct this engagement for a fixed price of$24,950. Our fees reflect
expenses for administration, word processing, graphics, and production. We expect to
visit the County for interviews and to conduct research and frequently will beep the
project manager informed of our progress.
NewPoint Group will bill monthly for our services, based upon work performed in
the prior month.
A Schedule
Timing on this project is dependent upon the full cooperation of the hauler.
Should we encounter delays in obtaining information or conducting interviews, our
timeline likely will adjust accordingly. We will notify you of delays and will make take
steps to complete the project on time.
NewPoint Grou
Management Consultants
Dr. Linda Moulton Page 8
June 22, 1998
We intend to have Dr. James Gibson, Mr. Erik Nylund, and Mr. Edward Kaempf
work on this engagement. Both Dr. Gibson and Mr. Erik Nylund worked on prior Contra
Costa County rate setting work. Mr. Kaempf developed the rate setting manual for
Concord Disposal for the City of Concord, as well rate setting manuals for other
California municipalities.
We look forward to this opportunity to again assist Contra Costa County
with its future waste management rate setting needs. Please do not hesitate to me at
(915)442-0189, should you have any questions regarding this work plan or our
qualifications to serve you.
Very truly yours,
NewPaint Group, Inc.
James A. Gibson, Ph.D.
Director