HomeMy WebLinkAboutContracts & Agreements_90-2014_CCv0001.pdf REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS
OF SAN BERNARDINO COUNTY, CALIFORNIA
AND RECORD OF ACTION
July 8, 2014
FROM: JOHN McMAHON, Sheriff/Coroner/Public Administrator
Sheriff/Coroner/Public Administrator
SUBJECT: REVENUE CONTRACTS WITH VARIOUS AGENCIES TO PROVIDE USE OF
FORCE TRAINING
RECOMMENDATION(S)
Approve revenue agreements with the following 12 agencies to provide Use of Force Instructional
Update Courses (at the rate of$1,C00 per team, per 16-hour course) and Trimester Use of Force
Training (at $110 per student, per trimester) for a three-year term July 8, 2014 through June 30,
2017.
a. Apple Valley Unified School District; 14-651
b. City of Banning; 14-652
c. City of Beaumont; 14-653
d. California State University San Bernardino; 14-654
e. Chaffey Community College District; 14-655
f. Hesperia Unified School District; 14-656
g. City of Redlands Fire Department; 14-657
h. City of Redlands Police Department; 14-658
i. San Bernardino City Unified School District;14.659
j. San Bernardino Community College District; 14-660
k. Snowline Joint Unified School District; 14-661
I. Victor Valley Community College District, 14-662
(Presenter: Steve Higgins, Captain, 387-0640)
BOARD OF SUPERVISORS COUNTY GOALS AND OBJECTIVES
Maintain Public Safety.
FINANCIAL IMPACT
This item will not result in the need for additional Discretionary General Funding (Net County
Cost), The annual revenue generated from these agreements for 2014-15, in the estimated
amount of $60,390, includes full recovery of both the direct and indirect costs of providing this
service and was included in the 2014-15 Sheriff's Contract Training General Fund budget unit.
Fees charged will be reviewed on an annual basis and amendments will be brought if necessary
to recover the full cost of providing services.
Page 1 of 2
cc: Sheriff- Higgins w/Agree;McMahon Record of.k0(rcri oft tW5oard of Supervisors
Contractor(s)c/o Sheriff w/Agree '. 5!jPP,,
ATC-Acct. Pay. Mgr, w/Agree(s) APP , 6tpo:fcrO.NS; 4CALENDAR)
EBIX-BPO c/o Risk Mgmt. CO�iI� QF'8_;4 &� ARDINO
CAO-Erickson ' �_ '
File-wlAgree(s) f o ,.� of;U e'[WS1 S
� Hi��r';e,}. ��a
SS 71211'14 MOTION t<'+�4 j� �l�EJOND MOVE AYE
LAURA H. W `C C FTtiO RD
>=
BY
ITEM 52 "t '~� .IC,
FOR COUNTY USE ONLY
New FAS Vendor Code Dept. Contract Number
+riBBE ou+ ChangeSC SHR B �
Cancel
ePro Vendor Number ePro Contract Number
County Department Dept. Orgn. Contractor's License No.
SHERIFF/CORONER/PA
County Department Contract Representative Telephone Total Contract Amount
County of San Bernardino STEVE HIGGINS (909)387-0640
FAS Contract Type
Revenue 171 Encumbered 171 Unencumbered Other:
STANDARD CONTRACT If not encumbered or revenue contract type,provide reason:
Commodity Code Contract Start Date Contract End Date Original Amount Amendment Amount
07/08/14 06/30/17
Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No Amount
AAA SHR SCB 9800
Fund Dept. Organization Appr. Obj/Rev Source GRCIPROJ/JOB No. Amount
Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount
Project Name Estimated Payment Total by Fiscal Year
Trimester Use of Force FY Amount I/D FY Amount I/D
Training& Instructional Update
Course 2014-17
Contract Type 1
THIS CONTRACT is entered into in the State of California by and between the County of San Bernardino, hereinafter called
the County, and
Name
City of Redlands hereinafter called CONTRACTOR
Address
Redlands Police Department
P.O. Box 3005
Redlands, CA 92373-1505
Telephone Federal ID No.or Social Security No.
(909) 798-7661
IT IS HEREBY AGREED AS FOLLOWS:
WITNESSETH
WHEREAS, the COUNTY, through the Sheriff's Department, conducts Use of Force Instructional Update Course
and Trimester Use of Force training classes for law enforcement personnel; AND
WHEREAS, the CONTRACTOR desires to enter into a contract for the participation of its peace officers in said
classes;
NOW, THEREFORE, the parties agree as follows:
A. SCOPE OF SERVICES
A.1 COUNTY shall provide two-day Use of Force Instructional Update courses (as applicable) to
CONTRACTOR's peace officers as detailed in the Schedule A attached hereto and incorporated
herein by reference.
Auditor-Controller/Treasurer Tax Collector Use On!
0 Contract Database b FAS
Input Date Keyed 13y
Page 1 of 6
A.2 COUNTY shall provide Trimester Use of Force training to CONTRACTOR's peace officers in
accordance with the San Bernardino County Sheriff's Department Use of Force Training and
Qualifications Program. Said training shall be conducted in accordance with guidelines established
in the official program manual, a copy of which shall be furnished to CONTRACTOR prior to the
commencement of services hereunder. Additionally, a copy of said guidelines shall be maintained
by COUNTY for review by any interested third party.
A.3 COUNTY shall provide a Safety Officer who shall coordinate with CONTRACTOR to ensure the
proper use of the COUNTY's facilities.
A.4 The Sheriff's Department Safety Officer shall be in complete charge and control of all activities
during all training sessions.
A.4.1 All participants shall conduct themselves in accordance with the San Bernardino County
Frank Bland Regional Training Center Range Rules and Regulations which will be
presented to the participants prior to the commencement of service hereunder.
A.4.2 Violations of rules and regulations may result in immediate termination of participants'
rights to further training under this contract.
B. TERM AND TERMINATION
The term of this contract shall be for a period commencing upon its execution by the San Bernardino
County Board of Supervisors and ending on June 30, 2017. Notwithstanding the foregoing, this contract
may be terminated at any time with or without cause by CONTRACTOR or by SHERIFF upon written
notice given to the other party at least thirty (30) days prior to the date specified for such termination. Any
such termination date shall coincide with the end of a calendar month. In the event of such termination,
each party shall fully pay and discharge all obligations in favor of the other accruing prior to the date of
such termination, and each party shall be released from all obligations or performance which would
otherwise accrue subsequent to the date of termination. Neither party shall incur any liability to the other
by reason of termination.
C. FISCAL PROVISIONS
CA CONTRACTOR shall compensate the COUNTY $1,000 for the Use of Force Instructional Update
Course for the CONTRACTOR's current law enforcement personnel team.
C.2 Any new peace officers employed by CONTRACTOR that would be attending future Trimester Use
of Force training may be required to attend the Use of Force Instructional Update Course presented
by the San Bernardino County Sheriff's Force Options Training Staff. CONTRACTOR shall
compensate the COUNTY at the rate of$200 per student for the Use of Force Instructional Update
Course for said peace officers.
C.3 CONTRACTOR will be billed in arrears at the end of the training course. CONTRACTOR shall
submit payment to the Sheriff's Training Center for the costs billed.
CA CONTRACTOR shall compensate the COUNTY at the rate of $110, per student, per trimester for
Use of Force training. CONTRACTOR shall be billed in arrears at the end of each trimester's
training sessions. CONTRACTOR will submit payment to the Sheriff's Training Center for the costs
billed.
C.5 COUNTY shall have the right to renegotiate the rate for training provided under this contract at the
end of each fiscal year for the ensuing fiscal year. Any rate change shall be agreed to in writing by
both parties in the form of an amendment to this contract.
C.6 It shall be the sole responsibility of the CONTRACTOR to ensure that all students arrive for all
training sessions.
Revised 1/8/13 Page 2 of 6
D. INDEMNIFICATION AND INSURANCE REQUIREMENTS
D.1 Indemnification
The CONTRACTOR agrees to indemnify, defend (with counsel reasonably approved by COUNTY)
and hold harmless the COUNTY and its authorized officers, employees, agents and volunteers from
any and all claims, actions, losses, damages, and/or liability arising out of this contract from any
cause whatsoever, including the acts, errors or omissions of any person and for any costs or
expenses incurred by the COUNTY on account of any claim except where such indemnification is
prohibited by law. This indemnification provision shall apply regardless of the existence or degree of
fault of indemnitees. The CONTRACTOR's indemnification obligation applies to the COUNTY's
"active" as well as "passive" negligence but does not apply to the COUNTY's "sole negligence" or
"willful misconduct" within the meaning of Civil Code Section 2782.
D.2 Additional Insured
All policies, except for Worker's Compensation, Errors and Omissions, and Professional Liability
policies, shall contain endorsements naming the COUNTY and its officers, employees, agents, and
volunteers as additional named insureds with respect to liabilities arising out of the performance of
services hereunder. The additional insured endorsements shall not limit the scope of coverage for
the COUNTY to vicarious liability but shall allow coverage for the COUNTY to the full extent
provided by the policy. Such additional insured coverage shall be at least as broad as Additional
Insured (Form B) endorsement form ISO, CG 2010.11 85.
D.3 Waiver of Subrogation Rights
CONTRACTOR shall require the carriers of the above required coverages to waive all rights of
subrogation against the COUNTY, its officers, employees, agents, volunteers, contractors, and
subcontractors. All general or auto liability insurance coverage provided shall not prohibit the
CONTRACTOR and CONTRACTOR's employees or agents from waiving the right of subrogation
prior to a loss or claim. The CONTRACTOR hereby waives all rights of subrogation against the
COUNTY.
DA Policies Primary and Non-Contributory
All policies required above are to be primary and non-contributory with any insurance or self-
insurance programs carried or administered by the COUNTY.
D.5 Severability of Interests
The CONTRACTOR agrees to ensure that coverage provided to meet these requirements is
applicable separately to each insured and there will be no cross liability exclusions that preclude
coverage for suits between the CONTRACTOR and the COUNTY or between the COUNTY and
any other insured or additional insured under the policy.
D.6 Proof of Coverage
CONTRACTOR shall furnish Certificates of Insurance to the Sheriff's Department to the address
referenced in Paragraph F. or third-party contractor working on behalf of the COUNTY, evidencing
the insurance coverage, including endorsements, as required, prior to the commencement of
performance of services hereunder, which certificates shall provide that such insurance shall not be
terminated or expire without thirty (30) days written notice to the Department, and CONTRACTOR
shall maintain such insurance from the time CONTRACTOR commences performance of services
hereunder until the completion of such services. Within fifteen (15) days of the commencement of
the contract, the CONTRACTOR shall furnish a copy of the Declaration page for all applicable
policies and will provide complete certified copies of the polices and endorsements immediately
upon request.
D.7 Acceptability of Insurance Carrier
Unless otherwise approved by Risk Management, insurance shall be written by insurers authorized
to do business in the State of California and with a minimum "Best" Insurance Guide rating of "A-
VI I".
Revised 118113 Page 3 of 6
D.8 Deductibles and Self-Insured Retention
Any and all deductibles or self-insured retentions in excess of $10,000 shall be declared to and
approved by Risk Management.
D.9 Failure to Procure Coverage
In the event that any policy of insurance required under this contract does not comply with the
requirements, is not procured, or is canceled and not replaced, the COUNTY has the right but not
the obligation or duty to cancel the contract or obtain insurance if it deems necessary and any
premiums paid by the COUNTY will be promptly reimbursed by the CONTRACTOR or COUNTY
payments to the CONTRACTOR will be reduced to pay for COUNTY purchased insurance.
D.10 Insurance Review
Insurance requirements are subject to periodic review by the COUNTY. The Direction of Risk
Management or designee is authorized, but not required, to reduce, waive or suspend any
insurance requirements whenever Risk Management determines that any of the required insurance
is not available, is unreasonably priced, or is not needed to protect the interests of the COUNTY. In
addition, if the Department of Risk Management determines that heretofore unreasonably priced or
unavailable types of insurance coverage or coverage limits become reasonably priced or available,
the Director of Risk Management or designee is authorized, but not required, to change the above
insurance requirements to require additional types of insurance coverage or higher coverage limits,
provided that any such change is reasonable in light of past claims against the COUNTY, inflation,
or any other item reasonably related to the COUNTY's risk.
Any change requiring additional types of insurance coverage or higher coverage limits must be
made by amendment to this contract. CONTRACTOR agrees to execute any such amendment
within thirty (30)days of receipt.
Any failure, actual or alleged, on the part of the COUNTY to monitor or enforce compliance with any
of the insurance and indemnification requirements will not be deemed as a waiver of any rights on
the part of the COUNTY.
D.11 The CONTRACTOR agrees to provide insurance set forth in accordance with the requirements
herein. If the CONTRACTOR uses existing coverage to comply with these requirements and that
coverage does not meet the specified requirements, the CONTRACTOR agrees to amend,
supplement or endorse the existing coverage to do so. The type(s) of insurance required is
determined by the scope of the contract services.
For CONTRACTORS which are considered self-insured public entities: Both CONTRACTOR and
COUNTY are authorized self-insured public entities for purposes of Professional Liability, General
Liability, Automobile Liability, and Workers' Compensation. CONTRACTOR and COUNTY warrant
that through their respective program of self-insurance, they have adequate coverage or resources
to protect against liabilities arising out of the performance of the terms, conditions or obligations of
this agreement.
For CONTRACTORS which are not considered self-insured public entities: Without in anyway
affecting the indemnity herein provided and in addition thereto, the CONTRACTOR shall secure
and maintain throughout the contract the following types of insurance with limits as shown:
D.11.1 Workers' Compensation Liability - A program of Workers' Compensation insurance or a
state-approved self-insurance program in an amount and form to meet all applicable
requirements of the Labor Code of the State of California, including Employer's Liability
with $250,000 limits, covering all persons including volunteers providing services on behalf
of the CONTRACTOR and all risks to such persons under this contract.
D.11.2 Commercial/General Liability Insurance - The Contractor shall carry General Liability
Insurance covering all operations performed by or on behalf of the Contractor providing
Revised 1/8/13 Page 4 of 6
coverage for bodily injury and property damage with a combined single limit of not less than
one million dollars ($1,000,000), per occurrence. The policy coverage shall include:
a. Premises operations and mobile equipment.
b. Products and completed operations.
c. Broad form property damage (including completed operations).
d. Explosion, collapse and underground hazards.
e. Personal injury.
f. Contractual liability.
g. $2,000,000 general aggregate limit.
D.11.3 Automobile Liability Insurance - Primary insurance coverage shall be written on ISO
Business Auto coverage form for all owned, hired and non-owned automobiles or symbol 1
(any auto). The policy shall have a combined single limit of not less than one million dollars
($1,000,000)for bodily injury and property damage, per occurrence.
If the Contractor is transporting one or more non-employee passengers in performance of
contract services, the automobile liability policy shall have a combined single limit of two
million dollars ($2,000,000)for bodily injury and property damage per occurrence.
If the Contractor owns no autos, a non-owned auto endorsement to the General Liability
policy described above is acceptable.
D.11.4 Umbrella Liability Insurance - An umbrella (over primary) or excess policy may be used to
comply with limits or other primary coverage requirements. When used, the umbrella policy
shall apply to bodily injury/property damage, personal injury/advertising injury and shall
include a "dropdown" provision providing primary coverage for any liability not covered by
the primary policy. The coverage shall also apply to automobile liability.
D.12 Any such reduction or waiver for the entire term of the agreement and any change requiring
additional types of insurance coverage or higher coverage limits must be made by amendment to
this agreement. CONTRACTOR agrees to execute any such amendment within thirty (30) days of
receipt.
E. RIGHT TO MONITOR AND AUDIT
E.1 The County, State and Federal government shall have absolute right to review and audit all
records, books, papers, documents, corporate minutes, and other pertinent items as requested, and
shall have absolute right to monitor the performance of Contractor in the delivery of services
provided under this Contract. Contractor shall give full cooperation, in any auditing or monitoring
conducted. Contractor shall cooperate with the County in the implementation, monitoring, and
evaluation of this Contract and comply with any and all reporting requirements established by the
County.
E.2 All records pertaining to services delivered and all fiscal, statistical and management books and
records shall be available for examination and audit by County representatives for a period of three
years after final payment under this Contract or until all pending County, State and Federal audits
are completed, whichever is later.
F. NOTICES
All written notices provided for in this Contract or which either party desires to give to the other shall be
deemed fully given, when made in writing and either served personally, or by facsimile, or deposited in the
United States mail, postage prepaid, and addressed to the other party as follows:
Revised 1/8/13 Page 5 of 6
San Bernardino County Sheriff's Department City of Redlands
Bureau of Administration Redlands Police Department
P.O. Box 569 P.O. Box 3005
San Bernardino, CA 92402-0569 Redlands, CA 92373-1505
Notice shall be deemed communicated two (2) County working days from the time of mailing if mailed as
provided in this paragraph.
G. AUTHORITY
The Sheriff of San Bernardino County shall have the right to exercise the COUNTY's authority under this
contract including the right to give notice of termination on behalf of the COUNTY at his sole discretion.
H. ENTIRE AGREEMENT
This Contract, consisting of six (6) pages and Schedule A, is attached hereto and incorporated by
reference, represents the final, complete and exclusive agreement between the parties hereto. Any prior
agreement, promises, negotiations or representations relating to the subject matter of this Contract not
expressly set forth herein are of no force or effect. This Contract is executed without reliance upon any
promise, warranty or representation by any party or any representative of any party other than those
expressly contained herein. Each party has carefully read this Contract and signs the same of its own free
will.
IN WITNESS WHEREOF, the County of San Bernardino and the Contractor have each caused this Contract to be
subscribed by its respective duly authorized officers, on its behalf.
COUNTY OF SAN BERNARDINO City of Redlands
(Print or type name of corporation,company,contractor,etc.)
► WY►I.�JL I B ►
Janice Ru erford, Chair, Board of Supe ors (Authorized signature-signin bi a ink)
Dated: - `l Name
;/� VU S ,
(Print or type name of person signing contract)
SIGNED AND C T A COPY OF THIS r�
DOCUMENT EESE'bf ED TO THE Title t �/
CHAIRMA F BC1l 'ld, (Pri t or Type)
o�` fA ° G /79
dDated:
Itb and f Supervisors City
f SaA Bernardino Clerk, ATTEST:
�. ,�i� ,• N Redland ice Department
By Address P.O. Box 3005
}y Redlands, CA 92373-1505
DINO
Approved 4te I Form Reviewed by Contract Compliance Present to 80fS r ignature
r
Co Counsel,by Steve Sirngle eputy Departure. Hea
Date r h I Date Date � A
Revised 118113 Page 6 of 6
SCHEDULE A
USE OF FORCE
INSTRUCTIONAL UPDATE COURSE
SIXTEEN (16) HOUR COURSE
COURSE OUTLINE I CLASS SCHEDULE
HOUR ACTIVITY
DAY I:
0800 - 1000 Use of Force Continuum
Rules of Engagement
Case Law
1000 - 1200 Tactical Communications
Verbal Judo
1200 - 1300 Lunch
1300 - 1700 Firearms Training
Range Safety
Duty Weapon
Mini-14
Shotgun
DAY II:
0800 - 1200 Defensive Tactics
Control Holds
Personal Weapons
Active Counter Measures
Weapon Retention
Handcuffing
1200 - 1300 Lunch
1300 - 1700 ASP Training
Revised 1/8/13 Page 1 of 1