Loading...
HomeMy WebLinkAboutA5306 - SAN BERNARDINO COUNTY SHERIFF'S DEPARTMENT POLYGRAPH SERVICES REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA AND RECORD OF ACTION July 28, 2009 FROM: ROD HOOPS, Sheriff-Coroner Sheriffs Department SUBJECT: CONTRACT WITH VARIOUS GOVERNMENTAL AGENCIES FOR THE SHERIFF'S DEPARTMENT TO PROVIDE POLYGRAPH SERVICES RECOMMENDATION(S) Approve contracts with the following 13 agencies for the Sheriff's Department to provide polygraph examinations at a rate of $150 per pre-employment and $275 per criminal or internal investigation for the contract term of July 1, 2009 through June 30, 2012: a. City of Banning Agreement No. 09-716 b. City of Blythe Agreement No. 09-716 c. City of Cathedral City Agreement No. 09-717 d. City of Corona Agreement No. 09-718 e. City of Desert Hot Springs Agreement No. 09-719 f. City of Hemet Agreement No. 09-720 g. City of Indio Agreement No. 09-721 h. City of Montclair Agreement No. 09-722 i. City of Murrieta Agreement No. 09-723 j. City of Palm Springs Agreement No. 09-724 k. City of Rialto Agreement No. 09-725 I. City of Riverside Agreement No. 09-726 m. County of Riverside. Agreement No. 09-727 (Affected Districts: All) (Presenter: Dennis J. Casey, Captain, 387-3637) BACKGROUND INFORMATION The Sheriff's Department (Department) provides polygraph services to local law enforcement for pre-employment screenings, criminal and internal investigations. The Department currently has 13 active contracts for polygraph services and in 2006-07 re-wrote the majority of these contracts to include a rate increase from $100 to $150 per pre-employment screening and $175 to $275 per criminal and internal investigation polygraph examination. These rates are based upon examination time, clerical time, software, and computer equipment depreciation, and are consistent with polygraph fees in the current county fee ordinance (Section 16.0226 (u)). Page 1 of 2 cc: Sheriff-Casey w/agree Record o igmo5the Spar f Supervisors Contractor c/o Dept w/agree ACR-Acct Pay Mgr w/agree APP V.E�(C;ON E T �Ar,..ENDAR) EBIX-BPO c/o Risk w/agree County Counsel-Singley �30UI Y 0iF�s, .gr='NAR INO o#d,'ibf'!%i06rVi�rs CAO-Erickson € Sheriff-Hoops MOTION ABS -V ABAEWT MOVE `SAYE SECOND File-w/agree 1 ✓ `;�. � 4 5 jr 8/7/09 DENA M. SMITH, BY / ev 0708R7 BOARD OF SUPERVISORS CONTRACT WITH VARIOUS GOVERNMENTAL AGENCIES FOR THE SHERIFF'S DEPARTMENT TO PROVIDE POLYGRAPH SERVICES J U LY 28, 2009 PAGE 2 OF 2 The 13 proposed three-year renewal contracts maintain the same polygraph exam rates but add a 24-hour cancellation policy to the Agreement. The insurance and indemnification provisions have been updated according to the current County standard practice. The proposed contracts establish the operating procedures between the agencies to ensure proper cost recovery to the County. These contracts would be in effect for three (3) years and provide for termination in writing with thirty (30) days notice. FINANCIAL IMPACT There is no local cost impact related to this item. The estimated annual revenue generated by all fee-for-service polygraph contracts is $75,000; actual revenue for each will vary based upon the number of polygraph examinations conducted. The estimated annual revenue for polygraph services fully offsets the cost of providing this service and was included in the Department's 2009-10 budget. REVIEW BY OTHERS This item has been reviewed by County Counsel (Steven Singley, Deputy County Counsel, 387- 4271) on May 13, 2009 and the County Administrative Office (Matthew Erickson, Administrative Analyst, 387-3937) on July 2, 2009. 7/28/09#30 FORCOUNTYUSEONLY 1 —,° -' �- MI New Vendor Code Dept. Contract Number Nr e BE. AR SAN BE RDIN Change SCSHR 1/`J'✓/ EJ Cancel County Department Dept. Orgn. Contractor's License No. SHERIFF SHR SHR County Department Contract Representative Telephone Total Contract Amount County of San Bernardino DENNIS J. CASEY (909)387-0640 F A S Contract Type Revenue 171 Encumbered 17 Unencumbered 1771 Other: STANDARD CONTRACT If not encumbered or revenue contract type,e, rovide reason: Commodity Code Contract Start Date Contract End Date Original Amount Amendment Amount 07-01-09 06-30-12 Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No Amount AAA SHR SHR 9800 POLYGR Fund Dept, Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No. Amount Project Name Estimated Payment Total by Fiscal Year Polygraph Services 2009-12 FY Amount I/D FY Amount I/D 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 Palm Springs hereinafter called CONTRACTOR Address Palm Springs Police Department 200 South Civic Drive Palm Springs, CA 92262-7201 Telephone Federal ID No.or Social Security No. (760) 323-8116 IT IS HEREBY AGREED AS FOLLOWS: (Use space below and additional bond sheets. Set forth service to be rendered,amount to be paid,manner of payment, time for performance or completion, determination of satisfactory performance and cause for termination,other terms and conditions,and attach plans,specifications,and addenda, if any.) WHEREAS, CONTRACTOR desires to contract for polygraph services; AND WHEREAS, COUNTY can provide said service through the Sheriff's Department (hereinafter referred to as "SHERIFF"); NOW, THEREFORE, the parties hereto agree as follows, Auditor/Controller-Recorder Use Only ❑Contract Database ❑FA5 Input Date Keyed By Page 1 of 7 I. RELATIONSHIP OF PARTIES. A. SHERIFF shall administer the following: 1. Pre-employment polygraph examinations for CONTRACTOR's employment applicants, as requested by CONTRACTOR. 2. Polygraph examinations required in criminal law and justice agency cases. 3. Polygraph examinations of individuals involved in internal affairs investigations. B. SHERIFF will supply to CONTRACTOR pre-polygraph questionnaires to be completed by each subject prior to the polygraph examination. C. Upon receipt, by Sheriff, of completed questionnaire, each subject will be scheduled for a pre- examination interview and polygraph examination. If during the examination any deception is noted, the examiner will conduct a post-examination interview in an attempt to obtain admissions by subject. D. Upon completion of the polygraph examination, a written report will be submitted to CONTRACTOR by SHERIFF, within five (5) working days. E. The policy guidelines established by SHERIFF and used to determine which subjects may or may not be tested as well as other pertinent policy information, are incorporated herein by reference. All examinations and related services shall be conducted in accordance with said SHERIFF's policy. A copy of said guidelines shall be furnished to CONTRACTOR and CONTRACTOR shall acknowledge receipt of said policy guidelines prior to the commencement of services hereunder. Additionally, a copy of said guidelines shall be maintained by SHERIFF for review by any interested third party. F. If audio/video records are required, CONTRACTOR shall provide to SHERIFF all audio and/or videocassette tapes required for examination purposes. G. The Sheriff of San Bernardino County, or his duly authorized designee, shall control the assignment of polygraph examiners under this contract, at his sole discretion. In all instances, a fully qualified and licensed polygraphist shall be assigned. H. Normal duty hours of polygraph examiners for purposes of this contract shall be Monday through Friday from 8:00 a.m. until 6:00 p.m. I. If it is determined that a tested subject was under the influence of drugs or alcohol at the time of the polygraph examination, a retest will be performed at no cost to the CONTRACTOR. II. CONSIDERATION. A. In consideration for services performed by SHERIFF, CONTRACTOR agrees to pay a sum of money as detailed in the "Schedule A" attached hereto and incorporated herein by reference. CONTRACTOR will be billed monthly for all examinations administered during the month. Page 2 of 7 B. CANCELLATION POLICY: CONTRACTOR agrees to pay the full cost of any scheduled polygraph examination unless the appointment has been cancelled within twenty-four (24) hours prior to the scheduled time, by calling the SHERIFF's Specialized Investigations Division at (909) 387-0625. C. COUNTY shall have the right to negotiate the rate charged for services performed under this contract at the end of each fiscal year for the ensuing fiscal year, and said rate may be adjusted upward or downward to reflect the actual cost. III. TERM AND TERMINATION. The term of this contract shall be for a period of three years commencing on July 1, 2009. 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 at least thirty (30) days prior to the date specified for such termination. Any such termination date shall coincide with the end of the 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 specified for such termination. Neither party shall incur any other liability to the other by reason of such termination. IV. NOTICES. Any and all notices required to be given hereunder, shall be given in writing by registered or certified mail, postage prepaid. The addresses of the parties hereto, until further notice, are as follows: CONTRACTOR: City of Palm Springs Palm Springs Police Department 200 South Civic Drive Palm Springs, CA 92262-7201 COUNTY: San Bernardino County Sheriff's Department Bureau of Administration P.O. Box 569 San Bernardino, CA 92402-0569 V. INDEMNIFICATION. A. The CONTRACTOR agrees to indemnify, defend, 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 from CONTRACTOR's negligent acts, errors or omissions, including, but not limited to, acts, errors or omissions concerning referral for polygraph testing, obtaining any necessary consent for the procedures to be performed under this contract, and/or the use or dissemination of the polygraph, interview, or pre-polygraph questionnaire results, and for any costs or expenses incurred by COUNTY on account of any claim therefor, except where such indemnification is prohibited by law. In the event that the CONTRACTOR and/or the COUNTY are determined to be comparatively at fault for any claim, action, loss or damage which results from their respective obligations under this Agreement, the CONTRACTOR and/or the COUNTY shall indemnify the other to the extent of its comparative fault. Page 3 of 7 B. The COUNTY agrees to indemnify and hold harmless the CONTRACTOR and its authorized agents, officers, volunteers, and employees against any and all claims or actions arising from COUNTY's negligent acts or omissions in administering the polygraph tests, interviews, and pre- polygraph questionnaires and for any costs or expenses incurred by CONTRACTOR on account of any claim therefor. Notwithstanding the above indemnity, in no event will the COUNTY be in any way responsible or liable for the acts, errors, or omissions of the persons referred for polygraph testing, nor will COUNTY be in any way responsible or liable for CONTRACTOR's use or dissemination of any data or reports provided to the CONTRACTOR regarding the polygraph testing and/or interviewing or failure to obtain any required consent to the polygraph testing or use or dissemination of test, interview, or questionnaire results. In the event that the COUNTY and/or the CONTRACTOR are determined to be comparatively at fault for any claim, action, loss or damage which results from their respective obligations under this Agreement, the COUNTY and/or the CONTRACTOR shall indemnify the other to the extent of its comparative fault. VI. INSURANCE. 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. Without in any way 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: A. Workers' Compensation/Employer 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. If CONTRACTOR has no employees, it may certify or warrant to the COUNTY that it does not currently have any employees or individuals who are defined as "employees" under the Labor Code and the requirement for Workers' Compensation coverage will be waived by the COUNTY's Director of Risk Management. With respect to CONTRACTORS that are non-profit corporations organized under California or Federal law, volunteers for such entities are required to be covered by Workers' Compensation insurance. B. 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. C. 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, Page 4 of 7 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. D. Proof of Coverage — CONTRACTOR shall furnish Certificates of Insurance to the Sheriff's Department to the address referenced in Paragraph IV. 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. E. 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. F. 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. G. Commercial/General Liability Insurance — The CONTRACTOR shall carry General Liability Insurance covering all operations performed by or on behalf of the CONTRACTOR providing coverage for bodily injury and property damage with a combined single limit of not less than one one million dollars ($1,000,000), per occurrence. The policy coverage shall include: (1) Premises operations and mobile equipment. (2) Products and completed operations (3) Broad form property damage (including completed operations). (4) Explosion, collapse and underground hazards. (5) Personal injury. (6) Contractual liability. (7) $2,000,000 general aggregate limit. H. 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 one million dollars ($1,000,000) 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. Page 5 of 7 I. 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. VII. EXERCISE OF COUNTY'S RIGHTS AND AUTHORITY. The Sheriff of San Bernardino County shall have the authority to exercise the COUNTY's rights under this contract including the right to give notice of termination at his sole discretion. VIII. FULL UNDERSTANDING. This contract represents the full and complete understanding of the parties with respect to the subject matter hereto, and this contract supersedes all prior oral and written agreements or understanding between the parties with respect to the subject matter hereto. This contract shall be governed by the laws of the State of California. Venue for any lawsuit pertaining to this contract shall be Superior Court of California, County of San Bernardino, San Bernardino Division. Any amendment to this contract shall be in writing signed by both parties. IX. CONCLUSION. This contract consisting of seven (7) pages and Schedule A is the full and complete document describing the services to be rendered by COUNTY to CONTRACTOR, including all covenants, conditions and benefits. Page 6 of 7 [This page is intentionally left blank.] APPROVED BY CITY MANAGER aA MPROVED AS TO F M COUNTY AN BERNA City of Palm Springs /7 (Print or t e name of corporatio contractor,etc.) ■ By Gary C. Ov t, an, Board of Su ervisors (Authorized signatu in blue ink) Cr Dated: 2 8 2009 Name:-- e „( t or type person s� g contract) SIGNED AND CERTIFIED THAT A COPY OF THIS M �� DOCUMENT HAS B �TO THE Title: L to I \ d G\e— CHAIRMAN OFT B`QARbI f'l r; (Print orTy ` #;' na M.,Smith M Dated: (0 ^'Clerk of tf1"e'Board of Sdpervisors A ST: of the County of San BeMardino wPiftC�efflkq Springs Police Department By ress: 200 South Civic Drive Palm Springs, CA 92262-7201 '�' ►tetr Approved as L Form w-;.; Reviewed by Contract Compliance Presents to 5 fo S' t ■ ■ ■ County Counsel by S ev Singl eput Department Head � D Date Date Date Page 7 of 7 SCHEDULE W POLYGRAPH EXAMINATION RATES I. FEE FOR SERVICES: A. Pre-Employment Polygraphs $150.00 B. Criminal Case Polygraphs. $275.00 C. Internal Affairs Investigation Polygraphs. $275.00 D. Polygraphs performed after normal duty hours & on $350.00 scheduled holidays (includes necessary overtime). II. OTHER COSTS: A. "No shows" on any scheduled polygraph not cancelled Full Cost twenty-four (24) hours prior to scheduled appointment. B. Meals and Lodging - as incurred (if necessary). Actual Cost C. Mileage - The IRS allowable rate, which is currently fifty-five ($0.55) cents per mile. Page 1 of 1 REPORT/RECOMMENDATION TO THE BOARD OF SUPERVISORS OF SAN BERNARDINO COUNTY, CALIFORNIA AND RECORD OF ACTION �" J/ 3d/v July 25, 2006 FROM: GARY PENROD, Sheriff-Coroner Sheriff's Department SUBJECT: CONTRACTS WITH VARIOUS GOVERNMENTAL AGENCIES FOR THE SHERIFF'S DEPARTMENT TO PROVIDE POLYGRAPH SERVICES RECOMMENDATION: Approve contracts with the following agencies for the Sheriffs Department to provide polygraph examinations at a rate of$150 per pre-employment and $275 per criminal or internal investigation for the contract term of July 1, 2006 through June 30, 2009. CONTRACT NO, CONTRACTOR 06-788 City of Palm Springs 06-789 City of Rialto 06.790 City of Riverside BACKGROUND INFORMATION: The Sheriff's Department provides polygraph services to local law enforcement agencies for pre-employment screenings, criminal and internal investigations. The Department currently has 17 active contracts for polygraph services, and is in the process of re-writing these contracts to include a rate increase from $100 to $150 per pre-employment screenings and $175 to $275 per criminal and internal investigation polygraph examinations. The rates for these services were established in 1992-93 and were last increased in 1906-97. These rates are based upon examination time, clerical time, software, and computer equipment depreciation, and are consistent with polygraph fees in the current fee ordinance. The proposed contracts establish the operating procedures between the agencies and ensure proper cost recovery to the County. These contracts would be in effect for three (3) years and provide for termination upon 30 days advance written notice. REVIEW BY OTHERS: This item has been reviewed and approved as to form by County Counsel (Kevin L. Norris, Deputy County Counsel, 387-5441) on May 25, 2006, and has been reviewed by the County Administrative Office (Laurie Rozko, Administrative Analyst, 387-8997) on July 10, 2006. FINANCIAL IMPACT: There is no local cost impact related to this item. The estimated annual revenue generated by all fee-for-service polygraph contracts is $100,000; actual revenue for each will vary based upon the number of polygraph examinations conducted. The estimated annual revenue for polygraph services fully offsets the cost of providing this service and was included in the Department's 2006-07 budget. SUPERVISORIAL DISTRICT(S): All PRESENTER: Dennis J. Casey, Captain, 387-3637 MIN07-25 r 2P0LYVmuv*0Q Record of Action of the Board of Supervisors .. cc Sheriff-Capt. Casey w/agree. AGREEMENTS AS LISTED ABOVE Contractor w/agree. clo Sheriff APPROVED LENDAR) Auditor-Mejico w/agreeeement IDS wlagreement C 30 S- NO Arr como AYE Risk Management Mo71oN Sheriff-Penrod y _rqqq n Co. Counsel-Norris SAIS2 i;, CAO-Rozko DENA M. MITH, LE I r,i File w/agreement BY C „ mll DATED Ju 25,2co �1w n ITEM 057 KOR COUNTY USE ONLY X fu'+iE""ow ew Vendor Code Contract Number Change AN SC SHR Cancel 06-788 f County Department Dept. Orgn, Contractors License No. SHERIFF SHR SHR County Department Contract Representative Telephone Total Contract Amount County of San Bernardino DENNIS J. CASEY 909 387-0640 F A S Contract Type ® Revenue Q Encumbered ❑ Unencumbered ❑ Other: STANDARD CONTRACT If not encumbered or revenue contract type,provide reason! Commodity Code Contract Start Date Contract End Date Original Amount AmendmentAmount Zi UFZN1 M 07/01/06 06/30/09 Fund Dept. Organization Appr. Obj/Rev Source GRCIPROJ/JOBNo. Amount C„TV OF PALM SPRiNDS AAA SHR SHR 9800 POLYGR GDX2743 Fund Dept. Organization Appr. Obj/Rev Source GRC/PROJ/JOB No- Amount ��Ativt SP!�+aVGS,CR. 92265 Fund Dept. Organization Appr. Obi/Rev Source GRC/PROJ/JOB No. Amount Project Name Estimated Payment Total by Fiscal Year Polygraph Services FY Amount I/D FY Amount VD Contract Type 2(b) 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 Palm Springs hereinafter called CONTRACTOR Address Palm Springs Police Department 200 South Civir. Drive Palm Springs. CA 92262-7201 Telephone Federal ID No.or Social Security No (760)323-8116 IT IS HEREBY AGREED AS FOLLOWS: (Use space below and additional bond sheets. Set forth service to be rendered, amount to be paid, manner of payment, time for performance or completion, determination of satisfactory performance and cause for termination,other terms and conditions,and attach plans,specifications,and addenda,if any.) WITNESSETH WHEREAS, CONTRACTOR desires to contract for polygraph services; AND WHEREAS, COUNTY can provide said service through the Sheriff's Department (hereinafter referred to as "SHERIFF"); NOW,THEREFORE,the parties hereto agree as follows, I. RE'LATIONS]lTP OF PARTIES. A. SHERIFF shall administer the followinn: 1. Pre-employment polygraph examinations for CONTRACTOR's employment applicants, as regncsted by CONTRACTOR. Page 1 of 6 2. Polygraph examinations required in criminal law and justice agency cases- 3- Polygraph examinations of individuals involved in internal affairs investigations- B. SHERIFF will supply to CONTRACTOR pre-polygraph questionnaires to be completed by each subject prior to the polygraph examination. C. Upon receipt, by Sheriff, of completed questionnaire, each subject will be scheduled for a pre- examination interview and polygraph examination. If during the examination any deception is noted, the examiner will conduct a post-examination interview in an attempt to obtain admissions by subject. D_ Upon completion of the polygraph examination, a written report will be submitted to CONTRACTOR by SHERIFF, within five (5) working days. E. The policy guidelines established by SHERIFF and used to determine which subjects may or may not be tested as well as other pertinent policy information, are incorporated herein by reference. All examinations and related services shall be conducted in accordance with said SHERIFF's policy. A copy of said guidelines shall be furnished to CONTRACTOR and CONTRACTOR shall acknowledge receipt of said policy guidelines prior to the commencement of services hereunder. Additionally, a copy of said guidelines shall be maintained by SHERIFF for review by any interested third party. F. If audio/video records are required, CONTRACTOR shall provide to SHERIFF all audio and/or videocassette tapes required for examination purposes. G. The Sheriff of San Bernardino County, or his duly authorized designee, shall control the assignment of polygraph examiners under this contract, at his sole discretion. In all instances, a fully qualified and licensed polygraphist shall be assigned. H. Normal duty hours of polygraph examiners for purposes of this contract shall be Monday through Friday from 8:00 a.m. until 6:00 p.m. I. If it is determined that a tested subject was under the influence of drugs or alcohol at the time of the polygraph examination, a retest will be performed at no cost to the CONTRACTOR. II. CONSIDERATION. In consideration for services performed by SHERIFF, CONTRACTOR agrees to pay a sum of money as detailed in the "Schedule A" attached hereto and incorporated herein by reference. CONTRACTOR will be billed monthly for all examinations administered during the month. COUNTY shall have the Tight to renegotiate the rates for polygraph services 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. Page 2 of 6 III. TERM AND TERMINATION. The term of this contract shall be for a period of three years commencing on July 1, 2006. 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 at least thirty(30) days prior to the date specified for such termination. Any such termination date shall coincide with the end of the calendar month. In the event of such termination, each party shall fully pay and discharge all obligations in favor of the other accreting 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 specified for such termination. Neither party shall incur any other liability to the other by reason of such termination. TV. NOTICES. Any and all notices required to be given hereunder, shall be given in writing by registered or certified mail, postage prepaid. The addresses of the parties hereto, until further notice, are as follows: CONTRACTOR: City of Palm Springs Palm Springs Police Department 200 South Civic Drive Palm Springs, CA 92262-7201 COUNTY: San Bernardino County Sheriff's Department Bureau of Administration P.O. Box 569 Sat Bernardino, CA 92402-0569 V. INDEMNIFICATION. A. The CONTRACTOR agrees to indemnify, defend, 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 from CONTRACTOR's negligent acts, errors or omissions, including, but not limited to, acts, errors or omissions concerning referral for polygraph testing, obtaining any necessary consent for the procedures to be performed under this contract, and/or the use or dissemination of the polygraph, interview, or pre-polygraph questionnaire results, and for any costs or expenses incurred by COUNTY on account of any claim therefor, except where such indemnification is prohibited by law. B. The COUNTY agrees to indemnify and hold harmless the CONTRACTOR and its authorized agents, officers, volunteers, and employees against any and all claims or actions arising from COUNTY's negligent acts or omissions in administering the polygraph tests, interviews, and pre-polygraph questionnaires and for any costs or expenses interred by CONTRACTOR on account of any claim therefor. Notwithstanding the above indemnity, in no event will the COUNTY be in any way responsible or liable £or the acts, errors, or omissions of the persons referred for polygraph testing, nor will COUNTY be in any way responsible or liable for CONTRACTOR's use or dissemination of any data or reports provided to the CONTRACTOR regarding the polygraph testing and/or interviewing or failure to obtain any required consent to the polygraph testing or use or dissemination of test, interview, or questionnaire results. Page 3 of 6 VI. INSURANCE. Without in any way affecting the indemnity herein provided and in addition hereto, the CONTRACTOR shall secure and maintain throughout the contract the following types of insurance with limits as shown: A. Workers' Compensation_ 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 providing services on behalf of the CONTRACTOR and all risks to such persons under this agreement. If CONTRACTOR has no employees, it may certify or warrant to COUNTY that it does not currently have any employees or individuals who are defined as "employees" under the Labor Code and the requirement for Workers' Compensation coverage will be waived by the County's Risk Manager. With respect to Contractors that are non-prom corporations organized under California or Federal law, volunteers for such entities are required to be covered by Workers' Compensation insurance. If the County's Risk Manager determines that there is no reasonably priced coverage for volunteers, evidence of participation in a volunteer insurance program may be substituted. B. Comprehensive General and Automobile Liability Insurance. This coverage to include contractual coverage and automobile liability coverage for owned, hired and non-owned vehicles_ The policy shall have combined single limits for bodily injury and property damage of not less than one million dollars ($1,000,000). C. Errors and Omissions Liability Insurance. Combined single limits of $1,000,000 for bodily injury and property damage and$3,000,000 in the aggregate or D. Professional Liability. Professional liability with limits of at least 51,000,000 per claim or occurrence. E_ Additional Named Insured. All policies, except for Worker's Compensation, Errors and Omissions, and Professional Liability policies, shall contain additional endorsements naming the COUNTY and its officers, employees, agents, and volunteers as additional named insured with respect to liabilities arising out of the performance of services hereunder. F. Waiver of Subrogation Rights. CONTRACTOR shall require the carriers of the above-required coverages to waive all rights and subrogation against the COUNTY, its officers, employees, agents, volunteers, contractors, and subcontractors. G. 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. 1-1. Proof of Coverage. CONTRACTOR shall immediately furnish certificates of insurance to the Sheriff's Department evidencing the insurance coverage, including endorsements, above required prior to the commencement of performance of services hereunder, which certificates Page 4 of 6 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 sixty (60) days of the commencement of the agreement, the CONTRACTOR shall furnish certified copies of the polices and all endorsements. I. Insurance Review. The above insurance requirements are subject to periodic review by the COUNTY. The County's Risk Manager is authorized, but not required, to reduce or waive any of the above insurance requirements whenever the Risk Manager determines that any of the above insurance is not available, is unreasonably priced, or is not needed to protect the interest of the County. In addition, if the Risk Manager determines that heretofore unreasonably priced or unavailable types of insurance coverage or coverage limits become reasonably priced or available, the Risk Manager 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 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. J. The CONTRACTOR may accomplish the insurance requirements herein through a State approved self-insurance program. VIL EXERCISE OF COUNTY'S RIGHTS AND AUTHORITY. The Sheriff of San Bernardino County shall have the authority to exercise the COUNTY's rights under this contract including the right to give notice of termination at his sole discretion. VIII. FULL UNDERSTANDING. This contract represents the full and complete understanding of the parties with respect to the subject matter hereto, and this contract supersedes all prior oral and written agreements or understanding between the parties with respect to the subject matter hereto. This contract shall be governed by the laws of the State of California. Venue for any lawsuit pertaining to this contract shall be Superior Court of California, County of San Bernardino, San Bernardino Division. Any amendment to this contract shall be in writing signed by both parties. IX. CONCLUSION. This contract consisting of six (6) pages and Schedule A is the full and complete document describing the services to be rendered by COUNTY to CONTRACTOR, including all covenants, conditions and benefits. Rl CONA'DI.YPaluSprinesoGn?Aoc Page 5 of 6 [This page is intentionally left blank.] ATTEST: yfy Clerk APPROVED AS TO FORM: COUNTY OF SyOERNAR �� City of Palm Springs (Print or type name of cc on,company,contractor,etc.) Bill Postmus, Chairman, Board of Supervisors (Autnori2ed ure-sign in blue ink) Dated: JUL 2 5 2906 Name awgc - (Print or type name ofpemog signing Contract) SIGNED AND CERTIFIE PY OF THIS r DOCUMENT HAS BE b ^Iguj� THE Title 1 � L CHAIRMAN OF TH 4t' Pri r7ype) 'e of d s isors Dated: 10L Fbf e� an tuna !no. URN ARDIN ' Palm Springs Police Department By Address 200 South Civic Drive ly lei a Palm Sorincls• CA 92262-7201 -i ti r Approved a Legal Fo J�r9�b O CQ emewed by Contract Compliance Presen d to bus r i slat e C ty Counse,by evin L.Norris,Deputy Department Head Date Date Date Auditor/Controller-Recorder Use Onl ❑Contract Database ❑FAS 'I ,.Input Date. - Keye�6y Page 6 of 6 SCHEDULE W POLYGRAPH FXAMINATTON RATES I. FEE FOR SERVICES: A. Pre-EinploymentPolygraphs S150.00 B. Criminal Case Polygraphs. $275.00 C. Tnternal Affairs Investigation Polygraphs. $275.00 D. Polygraphs performed after normal duty hours &on $350.00 scheduled holidays (includes necessary overtime). TI. OTHER COSTS: A. "No shows" on after-how polygraphs. $75.00 B. Overtime -Billed at the current rates for the employee Actual Cost performing the test_ C_ Meals and Lodging- as incurred (if necessary). Actual Cost D. Mileage -The IRS allowable rate, which is currently forty-four and a half cents ($0.445) per mile. Page 1 of 1 ,�COUIVTY_ 1 bw GARY PENR00,SHERIFF-CORONER August 1, 2006 Gary 7eandron, Chief of Police City of Palm Springs Palm Springs Police Department 200 South Civic Drive Palm Springs, CA 92262-7201 Dear Chief Jeandron: Enclosed is one fully executed copy of Contract No. 06-788 between the City of Palm Springs and the County of San Bernardino for the Sheriff's Department to provide polygraph services for the City's Police Department. Also enclosed is one fully executed Report/Recommendation to the Board of Supervisors of San Bernardino County. These documents are for your records. Sincerely, GARY PENROD, SHERIFF-CORONER i WENDY BRITT, Sheriff's Administrative Manager Sheriffs Bureau of Administration GP/WB/jb Enclosures SAN BERNARDINO COUNTY SHERIFF'S DEPARTMENT 655 East Third Street . San Bernardino,California 92415.0061 Posi Office Box 569 . San Bernardino,California 92402.0569