Loading...
HomeMy WebLinkAbout19-Public Services (1R'r~i~'/l' U IUll~f"\L CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Ken Fischer, Director Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing an Agreement between the City of San Bernardino and the County of San Bernardino for participation in the San Bernardino County Sheriff Department's prisoner work release program. Dept: Public Services Date: December 2,2008 Meeting Date: December 15, 2008 Synopsis of Previous Council Action: On October 17, 1994- Resolution 94-329- the Mayor and Common Council of the City of San Bernardino authorized a first Amendment to the Agreement between the City of San Bernardino and the county of San Bernardino for participation in the San Bernardino County Sheriff Department's prisoner work release program. On June 18, 1990- Resolution 90-219 - the Mayor and Common Council of the City of San Bernardino authorized the execution of an Agreement with the County of San Bernardino relating to the City's participation in the Sheriff's work sentence program. Recommended Motion: Adopt Resolution. J::p Signature Contact person: Ken Fischer, Director Supporting data attached: Staff Report, Resolution, Attachment "1" and Exhibit "A" Phone: 5140 All Ward: FUNDING REQUIREMENTS: Amount: Source: $100 FY 08-09 001-405-5505 (Other Prof. Services) Finance: Council Notes: ~" Za:;J,r- 41 s ~ Agenda Item No. ~ 12 ,,/~C<{ CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing an Agreement between the City of San Bernardino and the County of San Bernardino for participation in the San Bernardino County Sheriff Department's prisoner work release program. Background: The City of San Bernardino Public Services Department, Street Division, regularly utilizes work release individuals to help with our citywide right-of-way cleaning efforts per our current Agreement dated on July 9, 1990 (see Attachment "1 "). Each day we use between seven (7) and twenty-five (25) work release individuals to pick up debris, remove illegally dumped materials, clear weeds and other manual labor. The efforts of the work release program personnel allow us to clean large amounts of material that would otherwise be impossible for our four (4) person City Crew to handle. The San Bernardino County Sheriff's Department administers the work release program. Recently, Mary Jones, a San Bernardino County Staff Analyst contacted the Public Services Department and informed us that the County of San Bernardino would like to update the agreement we have for the work release program. The Agreement is being updated to set term limits and to include language that pertains to the boundaries between City staff and inmates. Attached is a copy of the new work release program contract (Exhibit "A"). The term of this Agreement shall be for a period of three (3) years. Staff recommends that the Common Council authorize the approval of the new work release program contract in order for the City to continue to utilize work release program individuals. Financial Impact: A $100 Contract Administration fee will be due upon implementation of this Agreement. Recommendation: Adopt Resolution. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING AN AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND THE COUNTY OF SAN BERNARDINO FOR PARTICIPATION IN THE SAN BERNARDINO COUNTY SHERIFF DEPARTMENT'S PRISONER WORK RELEASE PROGRAM. WHEREAS, The County of San Bernardino conducts and administers a work program, through the Sheriff's Department under Penal Code Sections 4024.2 and 4024.3, for the performance of work by persons committed to the custody of the Sheriff; and WHEREAS, Staff recommends entering into a new Work Release Program Contract; BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The City Manager of the City of San Bernardino is hereby authorized to execute on behalf of said City a Work Release Program Contract between the City of San Bernardino and the County of San Bernardino Sheriffs Department, a copy of which is attached hereto, marked as Exhibit "A", and incorporated herein by this reference as fully as though set forth at length. SECTION 2. The authorization to execute the above referenced Purchase Order and Agreement is rescinded if not issued within sixty (60) days of the passage of this Resolution. 1/1 III III III III - 1 - 1 2 3 4 5 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING AN AGREEMENT BETWEEN THE CITY OF SAN BERNARDINO AND THE COUNTY OF SAN BERNARDINO FOR PARTICIPATION IN THE SAN BERNARDINO COUNTY SHERIFF DEPARTMENT'S PRISONER WORK RELEASE PROGRAM. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a 6 7 8 following vote, to wit: , 2008, by the day of meeting thereof, held on the 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 11 12 13 14 ESTRADA BAXTER BRINKER VACANT KELLEY 15 16 JOHNSON 17 MCCAMMACK 18 19 20 21 22 Rachel G. Clark, City Clerk day of The foregoing resolution is hereby approved this ,2008. 23 24 Approved as to Form: 25 26 27 28 Patrick J. Morris, Mayor City of San Bernardino mes F. Penman City Attorney - 2 - " ATTACHMENT "1" ,1RR-31-2088 18:53 SHERIFF E CF A -....., . f' ~ .iF SAN BERNARDINO COUNTY. '- Sher:l.ff-IIor'k Release Pgrm; JuJ.y 9, 1990 Inc. ~:l.~iRs-San Bernardino; cap!, Agree. 9()-B06 90S 367 3444 P.82 lIFORNIA 07/12/90 CAPTAIN IIlUlPER CAPTAIN STODBI.LB llROCE JACKSOII DOIIKI!. LARSON II OF A FUJi FROM: . PLOrD ~J:PIrBLL, saEIlIFF SUBJECT: ~ IIELBASB PRllGIU\JI - cJ:n OF IlJIN IIERJlAlUUIlIO RECOMMENDATION: Approve a9~eement between the city of San Bernardino and the Cou~ty of San Bernardino for participation in the Sheriff's Work Release P~ogram as authorized by Penal Code Section 4024.2. BACKGROUND AND REASON POR RECOftREHDATION: On June 13, 1993, the Board approved a.Work Release program which provided an alternative work versus incarceration for offenders sentenced to serve in the county Jail system. The proqram allow& inllates to serve their ~tiJle" working a public service project, including those provided by the City of San Bernardino. REVIEW BY OTHER DEPARTKENTS: This agreement has been reviewed and approved as to form by county Counsel and Risk Management. FINANCIAL DATA: No additional cost to the County. eel Sheriff Admin.-L:l.ndaTennant ,,/agreement City of San Bernardino "/agree. clo Sheriff Admin Auditor v/asreement Purchasiftg-Contraet Complian e RLlk Management CAo-Ballen File ../agreement Action Of the Board of Superviso,s 14-1501-o0D A....IO/U mll Motinn 5 36 MAR-31-2B08 10'53 Sf-ERIFF B OF A -. 913'3 387 3444 P.<l3 THIS CONTRACT is enrered into in the State of California bV IIfld between the County of San Bernardino. hereafter called lhe County, and N.~. FOR COUll. USE ONLY Count" o.v_n_,., '. C.n~r_'l: NIoI mb... 5B=n r~-rtJc Coun.., 0..-."1""'" Cctn"..ct A~,....,tdl... Clln~tQ"'" Ue...... Nv....bu~ CAPTAIN 387-3660 L. RAY HARPBR , ., . !'SIIO"T V"lt Na. I Su~t1J.ct ","0. J F lolnd No. I JOb Na. I Arnell,.!"' of CQ"''UKl 40l. 9890 001 nOO.DD Project Name: ,f cCllnvlC1 n.. ,..,... '''.1'IIl on8 O..,ft'lU\t at 'wee,.', COl'?Opll.'. "'. fallo"'''I: llORIt 1U<LBASE PROGRAX P.y.,.,.",. Enlmn.: ~ AJlr:II.lu..1m.... Amo",,.,. EKh: $100.00 , ~kk COUNTY OF SAN 8ERNAROINO ~~t!!:iC ~ ~ STANDARD CONTRACT -->>. ~ /?f~\""'f' CITY OP SAIl BI!:RIlARDJ:1I0 Add'... 300 BOara D S~ SAIl IIKJUU\RDXHO. CA 924l.8 '"heme Blrtl'l 0.... (7HI 384-5133 F=1Nl1I,.' 10 No. ar Sode' See&.l,'"'' No. hereafter called COIl'1'RllCTOR IT IS HEREBY AGREED AS FOLLOWS; lUre 'P/ICf1 tlttlQW MId lIdditjon" bond _... Sel forth ",,,,It;e to be remn...tI. ","aunt to &. poid, m,,~ rrfP6Yment, ti_ for perfonn~ (1' camplrtlon, dererm;nstifJIJ of &8tisfat:rory perfD""ana tmd c.su51e for rsrminMIOfI, tJ~,. .mt, .,6 cont1it/""., and atta:h pl_. _/fIe.,;on.. N"loddend.. if MY.) WITNESSETH WHEREAS, the County of San Bernardino Sheriff's Department conducts and administers a work program under Penal Code,Section 4024.2 for the performing of work by perSODS committed tD the custody of the Sheriff; and WHEREAS, the Contractor desire that participants in such work program be placed with it for work under the direction and control of the Contractor, NOW, THEREFORE, IT IS HEREBY AGREED AS FOLLOWS: (1) County of San Bernardino Sheriff's Department may place inmates performing work under the aforesaid program with the Contractors. The number of participants shall depend upon the work available and the ability to administer and control the work program. (2) On placement of persona under this Agreement by the County of San Bernardino Sheriff'S Department with the Contractor, the work of the participants will be under the direct supervision and control of the Contractor and will not be under the supervision or control of County. (3) A $100.00 Contract Administration fee will be due upon implementation of this Agreement. r'rl nn7 I ~.....n("'_C'nC' ...............h,.....", ,~".~~ MAR-31-2088 10:53 SHERIFF B OF A -.,. 909 387 3444 P..,4 ,..-.. (4) The wo~k to be performed by program participants will consist of litter pickup, weed ~emoval, and other aesthetic improvement to public lands, property and ~oadways. (5) The Contractor will not provide any security guards and the Contractor's employee(s) working with participants will not physically ~estrain any participants that might leave the work area. The Contractor will notify the County of San Bernardino Sheriff's Department by the end of the day of any participants who leave the work area without permission. (6) The Contractor will provide transportation for participants working under this Ag~ee.ent to and from the work sites as needed from pickup points agreed to between the County of san Bernardino and the Contractor. (7) Equipment operations will be performed only by qualified Contractor's employees, with the exception of small power equipment such as weed trimmers, power lawn mowers and hedge trimmers. work partiCipants must demonstrate proficiency with such tools to the satisfaction of the Contractor before being allowed to operate said tools. / Contractor must provide necessary safety equip~ent (such 8S eye, toe and shin guards) as required by California occupational Safety and Health Administration while participants are operating any equipment. As with all other aspects of this agreement. Con or assumes all defense and liability for an injuries or damage which ma occur wile . p 5 are aP!Eating power pmen . - (81 The Contractor will provide program work participants with safety equipment such as signs, hard hats and red vests. ~) (9) The Contractor's employees will provide safety instructions, explain the work to be done and direct the work of program partiCipants placed under this Agreement. (10) In the event that an injury to a participant *"/ occurs. the Count of San Bernardino Sher~ff's De artment w~ e res ons e or me ~ca s. T e subject on ractor wi reimburse County of San Bernar no ~or all COSl:S incurred. Ill) The Contractor agrees to indemnify. defend and hold harmless the County of San Bernardino and their authorized agents, officers, volunteers and employees against any and all claims or actions arising from Contractor's acts or omissions and for any costs or expenses incurred by the County or Contractor on account of any claim therefore. Page 2 of 4 t,d on? l-noC'-~ng 7Qnn IOJ^1 '0.11'0"'-' 'W'lR-31-2008 10:S3 SHERIFF 8 rF 11 90'3 387 34aa P.0S (12) In order to accomplish the indemnification herein provided for, but without liaiting the indemnification, the Contractor shall secure and maintain tbrou9hout the term of the contract the following type of insurance with limits a6 shown: _ 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). (13) contractor shall immediately furnish certificates of insurance and within sixty (60) days provide certified copies of all policies and endorsements to the Department evidencing the insurance coverage above required prior to the commencement of performance of services hereunder, which certificates shall provide that such insurance shall not be terminateo or expire without thirty (30) days written notice to the county. and shall maintain such insurance from the tize contractor commences performance of services hereunder until the completion of such services. (14) All policies, with respect to the insurance coverage above required, shall obtain additional endorsements naming the County. their employees, agents, volunteers and officers as additional named insured with respect to liabilities arising out of performance of services hereunder. (lS) The contractor shall require the carriers of the above required coverages to vaive all rights of subrogation against the county. their officers, volunteers. employees, contractors and subcontractors. (16) All policies required above are to be primary and non-contributing with any insurance or self-insurance programs carried or administered by the County. A letter outlining contractor's self-insurance will suffice for the above-mentioned insurance requirements. (11) This Agreement shall become effective upon its execution by all of the parties hereto. The Agreement may be terminated by any Contractor upon thirty (30) days written ~ notice to the Sheriff, or by the County upon the Sheriff's ~ giving of thirty (30) days written notice to any Contractor. PA9" 3 of 4 ~.n ""'f'\7/_.l-.nl"'_r-nf"' 11AR-:31-2008 H3:53 SHER [FF B OF A , 909 387 3444 P.0G I , < / i (18) The Sheriff of San Bernardino County shall have the right to exercise county's authority under this Agreement including the right to give notice of termination on behalf of the County. IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed by their duly authorized officers. BV OF SAN B~NO ", Soard of Supervisors -ATT"'ITcD: Dated Dated JUL 09 1990 By'" ... Clerk of the Board of Supervisors Tille Address ApcrO"rN ., 1:Q L.I.~ Fo,m ... "Mo. ) flt.IL/\ ~ -Gill."", eo...n..1 0... -S.- }f - (j U A.vle_cl..~tg AHI.m.,J.... .llrt,c:tlon A...'......d for 'rac..'nlil ... A.s.ncy Ad"'lnlnr.uu'JCAO ... 0... 0... .. .. TOTRL P.la6 ~.~ ""'" \,.~ -- _ cOu.HI')o:_ SAN aaNAIlDINO ~~""-. "\;."~,+:v.t_ ~:~~, 'w GARY PENROD, SHERIFF-CORONER November 6, 2008 City of San Bernardino 300 North D Street San Bernardino, CA 92418 RE: WORK RELEASE PROGRAM CONTRACT Enclosed are the original and one copy of the proposed contract between the City of San Bernardino and the County of San Bernardino for your participation in the Work Release Program. If this contract meets with your approval, please complete the signature blocks, sign both copies in blue ink, and return both copies to: Bureau of Administration/Mary Jones San Bernardino County Sheriff's Department P.O. Box 569 San Bernardino, CA 92402-0569 Upon approval by the County Board of Supervisors, an executed copy will be returned to you for your records. If you have any questions or need additional information, please contact Roxann Jenkins at (909) 387-3725 or miones@sbcsd.orq. Sincerely, ERIFF-CORONER GP/mj Enclosures SAN BERNARDINO COUNTY SHERIFF'S DEPARTMENT 655 East Third Street. San Bernardino, California 92415-0061 Post Office Box 569 . San Bernardino, California 92402-0569 EXH I B IT "A" FAS ~ New Vendor Code Dept. Contract Number I Change SC A ~ SHR Cancel County Department Dept. Orgn. Contractor's License No. SHERIFF SHR SHR County Department Contract Representative Telephone Total Contract Amount DENNIS J. CASEY (909) 387-0640 $ R1 iRevenue n '~ontract Type n Encumbered Unencumbered Other If not encumbered or revenue contract type, provide reason: . Commodity Code Contract Start Date Contract End Date Original Amount Amendment Amount $ $ Fund Dept. Organization Appr Obj/Rev Source GRC/PROJ/JOB No Amount AAA SHR SHR 9970 , WORKREL $ 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 Work Release Pr09ram FY Amount liD FY Amount liD - - - - rnntr::art T\ln"" ? Ih\ FOR COUNTY USE ONL Y County of San Bernardino STANDARD CONTRACT 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 San Bernardino hereinafter called CONTRACTOR Address 300 North D Street San Bernardino, CA 92418 Telephone Federal 10 No. or Social Security No. (909) 384 - 5188 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, The County of San Bernardino, hereinafter referred to as COUNTY. conducts and administers a work program, through the Sheriffs Department, hereinafter referred to as SHERIFF. under Penal Code Sections 4024.2 and 4024.3, for the performance of work by persons committed to the custody of the SHERIFF. WHEREAS, the CONTRACTOR desires that participants in said work program be placed with it for work under the direction and control of the CONTRACTOR, NOW, THEREFORE, it is hereby agreed as follows: Auditor/Controller-Recorder Use Onl o Contract Database 0 FAS Input Date Keyed By Page 1 of 7 1. SHERIFF may place irunates performing work under the aforesaid program with the CONTRACTOR. The number of participants shall depend upon the work available and the ability of the CONTRACTOR to administer and control the work program. 2. On placement of persons under this agreement by the SHERIFF with the CONTRACTOR, the work of the participants will be under the direct supervision and control of the CONTRACTOR and will not be under the supervision or control of the SHERIFF. 3. CONTRACTOR will assign a Crew Supervisor to oversee the irunates assigned to its agency. 4. CONTRACTOR will be supplied with a Crew Supervisor Instruction Booklet by staff of the Work Release Program. 5. CONTRACTOR shall ensure that each Crew Supervisor does not fraternize with, engage services of, accept services from, do favors for, or engage in a romantic, intimate or sexual relationship with participants. 6. CONTRACTOR shall pay to COUNTY a one hundred dollar ($100) contract administration fee upon implementation of this contract. 7. The work perfornled by program participants will consist of manual labor to improve or maintain levees or public facilities, including, but not limited to streets, parks, and schools and/or manual labor as approved by the SHERIFF. 8. CONTRACTOR shall ensure the work, supervision, and treatment of the participants shall in all ways conform to applicable law. including but not limited to, California Penal Code Sections 4024.2 and 4024.3. 9. The CONTRACTOR will not provide any security guards and the CONTRACTOR's employee(s) working with participants will not physically restrain any participants that might leave the work area. The SHERIFF will be notified by the end of the day of any participants who did not arrive for scheduled work assigrunent or left the work area without permission. 10. The CONTRACTOR will provide transportation for participants working under this agreement to and from the work sites, as needed. from pickup points agreed to between the SHERIFF and the CONTRACTOR. 11. Equipment operations will be performed only by qualified CONTRACTOR's employees, with the exception of small power equipment such as weed trimmers, power lawn mowers and hedge trimmers. Work participants must demonstrate proficiency with such tools to the satisfaction of the CONTRACTOR before being allowed to operate said tools. CONTRACTOR must provide necessary safety equipment (such as eye. toe, and shin guards) as required by the California Occupational Safety and Health Administration while participants are operating any equipment. As with all other aspects of this contract, CONTRACTOR assumes all defense and liability for any injuries or damage which may occur while participants are operating power equipment. Auditor/Controller-Recorder Use Onl o Contract Database 0 FAS Input Date Keyed By Page 2 of 7 12. The CONTRACTOR will provide work program participants with safety equipment such as signs. hard hats and red vests, required to safely perform any work assigned under this contract. 13. The CONTRACTOR's employees will provide safety instructions, explain the work to be done, and direct the work of program participants placed under this contract. 14. In the event that an injury to a participant occurs, the CONTRACTOR shall be responsible for completing an inmate injury report and submitting it to the Work Release Officer at Glen Helen Rehabilitation Center. The SHERIFF will be responsible for paying all medical bills and the subject CONTRACTOR agrees to reimburse SHERIFF for any and all costs incurred as they relate to the reported injury. SHERIFF is not required to provide worker's compensation coverage for inmate work release program participants pursuant to Penal Code Sections 4024.2 and 4024.3. However, should an injured participant successfully pursue a worker's compensation or liability lawsuit through either venue, the CONTRACTOR shall pay all legal and adjusting expenses and any awards settlements or judgments. 15. The term of this contract shall be for a period of three years commencing upon its execution by the San Bernardino County Board of Supervisors. 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 said termination. 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. Notwithstanding the foregoing, COUNTY may terminate this contract at any time, without advance notice to CONTRACTOR. in the event CONTRACTOR fails to comply with any term of this agreement. 16. NOTICES - Any notice required under this contract shall be deemed given when personally delivered or deposited in the U.S. mail, certified, postage prepaid, addressed as follows: CONTRACTOR: City of San Bernardino 300 North D Street San Bernardino, CA 92418 COUNTY; San Bernardino County Sheriffs Department Bureau of Administration/Contracts Unit P.O. Box 569 San Bernardino, CA 92402-0569 17. fNDEMNIFICATION - 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 Auditor/Controller-Recorder Use Onl o Contract Database 0 FAS Input Date Keyed By Page 3 of 7 such indemnification is prohibited by law. This indemnification provision shall apply regardless of the existence or degree of fault of indemnities. The CONTRACTOR's indemnification obligation applies to the County's "sole negligence" or "willful misconduct" within the meaning of Civil Code Section 2782. Severabilitv 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. Acceptabilitv 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-VII". Oeductibles and Self-Insured Retention - Any and all deductibles or self-insured retentions in excess of $1 0,000 shall be declared to and approved by Risk Management. 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. 18. 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/Emplovers Liabilitv - 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 Contract. 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 Auditor/Controller-Recorder Use Onl o Contract Database 0 F AS Input Date Keyed By Page 4 of 7 Labor Code and the requirement for Workers' Compensation coverage will be waived by the County's Director 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. 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. Commercial/General Liabilitv 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 million dollars ($1,000,000), per occurrence. The policy coverage shall include: (I )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. C. Automobile Liabilitv Insurance - Primary insurance coverage shall be written on ISO Business Auto coverage form for all owned, hired and nonowned automobiles or symbol I (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 CONTRACTOR owns no autos, a non-owned auto endorsement to the General Liability policy described above is acceptable. D. Umbrella Liabilitv 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. E. Proof of Coverage - CONTRACTOR shall immediately furnish certificates of insurance to the SHERIFF evidencing the insurance coverage, including endorsements, above required prior to the commencement of performance of services hereunder, which certificates shall provide that such insurance shall not be terminated to expire without thirty (30) days written notice to the SHERIFF, and CONTRACTOR shall maintain such insurance from the time Auditor/Controller-Recorder Use Onlv o Contract Database 0 FAS Input Date I Keyed By Page 5 of 7 CONTRACTOR commences perfonnance of services hereunder until the completion of such services. Within sixty (60) days of the commencement of this contract, CONTRACTOR shall furnish certified copies of the policies and all endorsements. F. 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 detennines that any of the above insurance is not available, is unreasonably priced, or is not needed to protect the interests of the COUNTY. In addition, if the Risk Manager detennines 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 tenn of the contract and 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. G. The CONTRACTOR may accomplish the Insurance requirements herein through a State approved self-insurance program. 19. The Sheriff of San Bernardino County shall have the authority to exercise the COUNTY's rights and authority under this contract. including the right to give notice of tennination of this contract, at his sole discretion. 20. 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 District. Any amendment to this contract shall be in writing signed by both parties. Auditor/Controller-Recorder Use Onl o Contract Database 0 F AS Input Date Keyed By Page 6 of 7 APPROVED AS TO FORM: Ja~~J!:s; F. P~nman, City AltGrne:y .;L COUNTY OF SAN BERNARDINO _City of San Bernardino (Print or type name of corporation, company, contractor. ete) ~ Paul Biane, Chairman, Board of Supervisors By ~ (Authorized signature - sign in blue ink) Dated: Name (Print or type name of person signing contract) SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD Dena M. Smith Clerk of the Board of Supervisors of the County of San Bernardino Title (Print or Type) Dated: By Deputy Address_300 North D Street _San Bernardino, CA 92418 Reviewed by Contract Compliance Presented to BOS for Signature ~ ~ Department Head Date Date Date Auditor/Controller-Recorder Use Onl o Contract Database 0 FAS Input Date Keyed By Page 7 of 7