dallas county commissioners court briefing … county commissioners court briefing agenda ......

100
2/19/2013 1 DALLAS COUNTY COMMISSIONERS COURT BRIEFING AGENDA February 19, 2013 REPORTS/RECOMMENDATIONS/REQUESTS PAGE NOS. 1. PARKLAND HEALTH & HOSPITAL SYSTEM a) Briefing from Parkland Health & Hospital System on the status of the Search for a Chief Executive Officer .............................................................. N/A b) Briefing from Parkland Health & Hospital System on their practices, policies, procedures and authority on hiring/retaining consultants and providers of professional services ................................................................. N/A 2. HEALTH & HUMAN SERVICES a) Amendment to the Texas Department of State Health Services Contract No. 2013-041066-012B, Public Health Emergency Preparedness (PHEP) ...................................................................................... 4-8 (COURT ORDER ON FORMAL AGENDA) b) Department of State Health Services Contract #2013-041066-008A, CPS-Cities Readiness Initiative ............................... 9-13 (COURT ORDER ON FORMAL AGENDA) c) FY2013 Department of State Health Services Housing Opportunities for Persons with AIDS Contract ...................................... 14-26 d) FY2013 Department of State Health Services HOPWA Grant Contract Amendment ................................................................................. 27-31 e) FY2012 Ryan White HIV/AIDS Treatment Extension Act of 2009 Part A – Minority AIDS Initiative Contract Amendments .................... 32-34 f) FY2012 Ryan White HIV/AIDS Treatment Extension Act of 2009 Part A – Formula Contract Amendments ................................................. 35-37 g) Renewal of the Interlocal Agreement for Bioterrorism or Health Emergency Assistance Between Dallas County and Dallas County College District (DCCCD) .......................................................................... 38-45

Upload: hadiep

Post on 20-Apr-2018

222 views

Category:

Documents


2 download

TRANSCRIPT

2/19/2013

1

DALLAS COUNTY COMMISSIONERS COURT BRIEFING AGENDA

February 19, 2013

REPORTS/RECOMMENDATIONS/REQUESTS PAGE NOS. 1. PARKLAND HEALTH & HOSPITAL SYSTEM

a) Briefing from Parkland Health & Hospital System on the status of the Search for a Chief Executive Officer .............................................................. N/A

b) Briefing from Parkland Health & Hospital System on their practices, policies, procedures and authority on hiring/retaining consultants and providers of professional services ................................................................. N/A

2. HEALTH & HUMAN SERVICES

a) Amendment to the Texas Department of State Health Services Contract No. 2013-041066-012B, Public Health Emergency Preparedness (PHEP) ...................................................................................... 4-8

(COURT ORDER ON FORMAL AGENDA)

b) Department of State Health Services Contract #2013-041066-008A, CPS-Cities Readiness Initiative ............................... 9-13

(COURT ORDER ON FORMAL AGENDA)

c) FY2013 Department of State Health Services Housing Opportunities for Persons with AIDS Contract ...................................... 14-26

d) FY2013 Department of State Health Services HOPWA Grant Contract Amendment ................................................................................. 27-31 e) FY2012 Ryan White HIV/AIDS Treatment Extension Act of 2009 Part A – Minority AIDS Initiative Contract Amendments .................... 32-34 f) FY2012 Ryan White HIV/AIDS Treatment Extension Act of 2009 Part A – Formula Contract Amendments ................................................. 35-37 g) Renewal of the Interlocal Agreement for Bioterrorism or Health Emergency Assistance Between Dallas County and Dallas County College District (DCCCD) .......................................................................... 38-45

2/19/2013

2

3. JUVENILE Donation of Desktops from ITT Technical Institute ............................................. 46-48

(COURT ORDER ON FORMAL AGENDA)

4. OPERATIONS Grant Funds for Natural Gas Vehicles ................................................................... 49-52

(COURT ORDER ON FORMAL AGENDA)

5. ENGINEERING Energy Performance Contract Update and Request to Move Forward ............ 53-54 6. COMMUNICATIONS AT&T Communication Services at 130 W. Church Street, Grand Prairie, Texas .................................................................................................. 55-63 7. INFORMATION TECHNOLOGY

a) IT Security Policy Amendment – CJIS (Criminal Justice Information Systems) Access and Support ..................................................................... 64-65 b) Strong (2 Factor) Authentication .................................................................... 66-67

8. PUBLIC WORKS Merritt Road MCIP Project 22805 Garland/Rowlett City Limits Parkway to Pleasant Valley Road Contract for Project Construction ........................................................................... 68-78 9. BUDGET

a) Conference/Travel/Training Requests ........................................................ 79-83 b) Sheriff Personnel Reorganization ................................................................... 84-85

2/19/2013

3 c) Mental Health Diversion Court Grant Application .................................... 86-87 d) Interlocal Agreement with Tarrant County for Forensic Laboratory Services ....................................................................................... 88-95

10. INFORMATION ....................................................................................................... N/A Jail Population Report Office of Budget & Evaluation:

Reserve Balance Report–February 13, 2013 District Attorney Escrow Fund 541, Amendment #2

Purchasing: Annual Contract Data Information Annual Contract Extensions Auction

Health & Human Services – HHS Updates

10. Miscellaneous, Miscellaneous Equipment, and Telecommunications Requests ........................................................................... 96-100 11. PUBLIC COMMENTS Speakers ...................................................................................................................... N/A

DATES TO REMEMBER

Legislative Briefing – Friday, February 22, 2013 @ 9:00 a.m.

No Commissioners Court Meeting – March 12, 2013

4

DALLAS COUNTY DEPARTMENT OF HEALTH AND HUMAN SERVICES Administration

ZACHARY S. THOMPSON DIRECTOR

MEMORANDUM

TO: COMMISSIONERS COURT

FROM: Zachary Thompson, Director

DATE: February 19, 2013

SUBJECT: RATIONALE FOR SAME DAY BRIEFING AND COURT ORDER

Dallas County Department of Health and Human Services is requesting that the Department of State Health Services Contract No. 2013-041066-0128, Public Health Emergency Preparedness, be considered on both the briefing and formal agenda to expedite purchase of equipment items.

2377 N.Stemmons Freeway Suite 644 - LB 12

Dallas, Texas 75207-2710 Office (214) 819-2100 FAX (214) 1l19-2107

DALLAS COUNTY 5 DEPARTMENT OF HEALTH AND HUMAN SERVICES HEALTH DIVISION

ZACHARY S, THOMPSON DIRECTOR

MEMORANDUM

TO: COMMISSIONERS COURT

FROM: Zachary Thompson, Director

DATE: February 19, 2013

SUBJECT: AMENDMENT TO THE TEXAS DEPARTMENT OF STATE HEALTH SERVICES, CONTRACT NO, 2013-041066-012B, PUBLIC HEALTH EMERGENCY PREPAREDNESS (PHEP)

BACKGROUND

An amendmentto the Department of State Health Services (DSHS) Contract No, 2013-041066, Attachment#012B, Public Health Emergency Preparedness (PHEP) has been received from DSHS, The term of this contract amendment is September 1, 2012 through August 31,2013.

OPERATIONAL IMPACT

Attachment #012A, adds one (1) Bilingual Health Educator, grade 12, and one (1) Administrative Assistant, grade 10, It also funds the Assistant Director, Epidemiology Program Planner and the existing Bilingual Health Educator for six (6) months, cost shares the Chief Epidemiologist for seven (7) months @$20,000withthe RLSS grant after fully funding the position for the first five (5) months, and purchases equipment

LEGAL IMPACT

The County Judge is required to sign the contract after approval by the Commissioners Court.

FISCAL IMPACT

This amendment reallocates funds by deleting $211,032 from the categories of salaries and fringe benefits and $10,462 from the category of other, while adding $39,329 to the category of equipment for the purchase of four (4) Dell R620 Power Edge Servers, and one (1) Panasonic Toughbook 8000 Kits which consist of four (4) laptops, four (4) vehicle mounting systems, four (4) 12V 100 Watt Power Inverters, and four (4) SprayVision GPS Receiver and Spray Monitors, $128,669 to the category of supplies, and $53,496 to the category of contractual for a media ad campaign to be named and a Vector Control media ad campaign to be named. There is no discretionary County match required for this grant.

STRATEGIC PLAN COMPLIANCE

Recommendations included in this briefing are consistent with the Dallas County Strategic Plan, Vision 2: Dallas County is a healthy community.

RECOMMENDATION

It is respectfully recommended that the Dallas County Commissioners Court approves the Texas Department of State Health Services Contract No. 2013-041066-012B, Public Health Emergency Preparedness (PHEP), and authorizes the County Judge to sign the contract and all related documents on behalf of Dallas County,

Recommended by: ~~ >~ /Zach Thorn n, Director

c: Darryl Martin, Court Administrator Virginia Porter, County Auditor

2377 N. Stemmons Freeway Sllite 600- LB 12

Dallas, Texas 715201-2710 Office (214) 819-2100 FAX (214) 819-6012

6

DEPARTMENT OF STATE HEALTH SERVICES

1100 WEST 49TH STREET AUSTIN, TEXAS 78756-3199

CATEGORICAL BUDGET CHANGE REQUEST DSHS PROGRAM: Public Health Emergency Preparedness (PHEP) CONTRATOR: DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENT CONTRACT NO: 2013-041066 CONTRACT TERM: 09/01/2012 THRU: 08/31/2013 BUDGET PERIOD: 09/01/2012 THRU: 08/31/2013 CHG: 0128

Curre[lt p;'pprO)l~<i Bu<iQ!lt (P;.) Personnel $1,197,783.00

Fringe Benefits $401,254.00 Travel $27,923.00

Equipment $20,485.00 Supplies $29,950.00

Contractual $225,539.00 Other $122,403.00

Total Direct $2,025,337.00

Base ($) $0.00

Rate (%)

CostTotal $2,227,871.00

Performing Agency Share $202,534.00 Receiving Agency Share $2,025,337.00

Total Reimbursements Limit $2,025,337.00

R~ville(l audg~t (a) $1,025,361.00

$362,644.00 $27,923.00

$59,814.00 $158,619.00 $279,035.00

$111,941.00

$0.00 0.00%

$2,227,871.00 $202,534.00

$2,025,337.00

337.00

I ,

~ha[lg.~ Req\Jestecl $(172,422.00) $(38,610.00)

$0.00

$39,329.00 $128,669.00 $53,496.00

$(10,462.00)

$0.00

0.00%

$O'OO~~~~~~rdl

Financial status reports are due: 12/31/2012, 03/29/2013, 07/30/2013, 10/30/2013

7

All other tenns and conditions not hereby amended are to remain in full force and effect. In the event of a conflict between the terms of this contract and the tenns of this Amendment, this Amendment shall control.

Department of State Health Services

Signature of Authorized Official

Date: ________________ _

David L. Lakey, M.D.

Commissioner

1100 WEST 49TH STREET AUSTIN, TEXAS 78756

512.458.7375

da vi d [email protected]

Contractor

Signature of Authorized Official

Date: February 19, 2013

Name: Zachary Thompson

Title: Director

Address: 2377 N. Stemmons Frwy" #600

Dallas, Texas 75207

Phone: _---'=2:.:1:.:4:.:/:.:8:.:1::.9~-2=1-=-0-=-0 _____ _

Email: [email protected]

BY: Clay Lewis Jenkins, County Judge

Page - 2 of2

8

DEPARTMENT OF STATE HEALTH SERVICES

EQUIPMENT LIST CHANGE REQUEST

1100 WEST 49TH STREET AUSTIN, TEXAS 78756-3199

DSHS PROGRAM: Public Health Emergency Preparedness (PHEP) CONTRACTOR: DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENT CONTRACT TERM: 09/01/2012 THRU: 08/31/2013 BUDGET PERIOD: 09/01/2012 THRU: 08/31/2013 CONTRACT NO: 2013-041066 CHG: 0128

PREVIOUS EQUIPMENT LIST

1

NEW EQUIPMENT LIST

ijt~1fi4{ ·:.!JI;i~g~tpmllOfg!lsC~P~9~ '.3;\ .......................... ·Units • UII\I.¢Ost. '.' .•.• '.'

1 i Dell Server Power Edge R620 4 $7,560,00

2 ! Design Jet Latex 61" Printer w/Digital Media • Sample Kit and Ink Cartidges and installation,

1 $17,790,00

Panasonic Toughbook 8000 Kits (laptops, 3 vehicle mounting system, power inverter, GPS 1 $11,784,00

receiver and monitor) -

$

T'Q\ilI' . •...... J.;

$30,240,00

$17,790,00

$11,784,00

$

9

DALLAS COUNTY DEPARTMENT OF HEALTH AND HUMAN SERVICES Administration

ZACHARY S. THOMPSON DIRECTOR

MEMORANDUM

TO: COMMISSiONERS COURT

FROM: Zachary Thompson, Director

DATE: February 19, 2013

-c.,.) .'

SUBJECT: RATIONALE FOR SAME DAY BRIEFING AND COURT ORDER

Dallas County Department of Health and Human Services is requesting that the Department of State Health Services Contract No. 2013-041066-00811., CPS-Cities Readiness Initiative, be considered on both the briefing and formal agenda to expedite approval of contractual items.

2317 N.Stemmons Freeway Suite 644 - LB 12

Dallas, Texas 15207·2710 Office (214) 819-2100 FAX (214) 819-2107

(-) -, 0-< c:: :;or) -,

1 0 DALLAS COUNTY DEPARTMENT OF HEALTH AND HUMAN SERVICES ADMINISTRATION

Zachary S. Thompson Director

TO: COMMISSIONERS COURT

FROM: Zachary Thompson, Director

DATE: February 19, 2013

SUBJECT: DEPARTMENT OF STATE HEALTH SERVICES CONTRACT #2013-041 QSS-008A, CPS­CITIES READINESS INITIATIVE

BACKGROUND

An amendment to the Department of State Health Services (DSHS) Contract #2013-041066-008A, CPS-Cities Readiness Initiative has been received. This attachment is being amended by DSHS to reallocate from personnel and equipment to contractual. The term of this contract amendment is September 1,2012 thru August 31, 2013.

OPERATIONAL IMPACT

This amendment will delete the Administrative Coordinator position and reallocate funds for the Public Health Manager for twelve (12) months, the Clerk I for six (6) months, and the SNS Coordinator for eight (8) months. This amendment also deletes the two (2) climate controlled mobile storage units in equipment.

LEGAL IMPACT

The County Judge is required to sign the contract after approval by the Commissioners Court.

FINANCIAL IMPACT

This contract reallocates funds by deleting $212,546 from salaries and fringe benefits and $100,130 from equipment, and adding $8,811 to supplies, $298,861 to contractual for a Bio-Defense Network, VERIFYI, and a media ad campaign to be named, and $5,004 to other. No discretionary County match is needed for this contract amendment.

STRATEGIC PLAN COMPLIANCE

Recommendations included in this briefing are consistent with the Dallas County Strategic Plan, Vision 2: Dallas County is a healthy community.

RECOMMENDATION

It is respectfully recommended that the Dallas County Commissioners Court approve the Department of State Health Services Contract #2013-041 066-008A, CPS-Cities Readiness Initiative, and authorizes the County Judge to sign the contract and all related documents on behalf of Dallas County.

/ v

Recommended bY::---;~~~L£.~;:f:~==::"_

xc: Darryl Martin, Court Administrator Virginia Porter, County Auditor

2377 IIl.Stammons Freeway Suite SOO - LB 12

Dallas, Texas 15207-2710 Office (214) 819-2100 FAX (214) 819-6012

1 1

DEPARTMENT OF STATE HEALTH SERVICES

Amendment To

The Department of State Health Services (DSHS) and DALLAS COUNTY (Contractor) agree to amend the Program Attachment # 008 (Program Attachment) to Contract # 2013-041066 (Contract) in accordance with this Amendment No. 008A:PPCPS/CRI, effective 02/05/2013.

The purpose of this Amendment is to reallocate funds of $154,736.00 from the Personnel Category, $57,810.00 from the Fringe Benefits Category and $100,130_00 from the Property Equipment Category and move $8.811.00 to the Supplies Category, $298.861.00 to the Contractual Category and $5.004.00 to the Other Category. The total contract amount of $607.906.00 remains unchanged.

Therefore, DSHS and Contractor agree as follows:

The Program Attachment number is revised as follows:

PROGRAM ATTACHMENT NO.-008 OOM

Categorical Budget and Equipment List is changed per attached.

All other terms and conditions not hereby amended are to remain in full force and effect. In the eveut of a conflict between the terms of this contract and the terms of this Amendment, this Amendment shall control.

Department of State Health Services

Signature of Authorized Official

Date: _______________ _

Bob Bumette, C.P.M., CTPM

Director, Client Services Contracting Unit

1100 WEST 49TH STREET AUSTIN, TEXAS 78756

(512) 458-7470

[email protected],tX.llS

Dallas County

Signature of Authorized Official

Date: February 19, 2013

Name: Zachary Thompson

Title: Director

Address: 2377 N. stemmons Frwy" #600

Dallas, Texas 75207

Phone: 214/819 - 210 0

Email: [email protected] By: ____________________________ _

Page - I of I Clay Lewis Jenkins, County Judge

1 2

DEPARTMENT OF STATE HEALTH SERVICES

1100 WEST 49TH STREET AUSTIN, TEXAS 78756·3199

CATEGORICAL BUDGET CHANGE REQUEST DSHS PROGRAM: CPS - CITIES READINESS INITIATIVE CONTRATOR: DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENT CONTRACT NO: 2013-041066 CONTRACT TERM: 09/01/2012 THRU: 08/31/2013 BUDGET PERIOD: 09/01/2012 THRU: 08/31/2013 CHG: OOSA

~QI~E~ti:'G!i)$110~~13'3'5~i:iel;"):$'$CATI=.G()lRIES} .• ' .. ' ........•......•• .•.• ." .:s.. ...... • .. ; ... > ••. ;. .. " .• ';...... . •..• Curr~nt Approy~d El!Jdg~t (Al Rev,ised Budget (El) Chlll1ge R!!QlJes\8d

Personnel $238,284.00 $83,548.00 $(154,736.00) Fringe Benefits $89,900.00 $32,090.00 $(57,810.00)

Travel $9,743.00 $9,743.00 $0.00

Equipment $100,130.00 $0.00 $(100,130.00)

Supplies $20,000.00 $28,811.00 $8,811.00

Contractual $19,032.00 $317,893.00 $298,861.00

Other $130,817.00 $135,821.00 $5,004.00

Total Direct Charges $607,906.00 $607,906.00 $0.00

·lNDIREGJIi.'eOSI ••• · .... •··· ; .•......• .. ......•.. ' .'. ....•. . .. "." .•..... .......... ···.·.·;;· ..•. /;.·.·.·.········ ..• · .•. 5 ....

Base ($) $0.00 $0.00 $0.00

Rate (%) 0.00% 0.00% 0.00%

Indirect Total $60,791.00 $60,791.00 $0.00

.18f,t!i)G~M~16l'GoMe.;;;·( .' i. ; •••• .........•. .•.. ... '......;). '. '.>.' •....•••••• ;;.; ..• ···.····C: f ··/i" Program Income $0.00 $0.00 $0.00

Other Match $60,791.00 $60,791.00 $0.00 Income Total $60,791.00 $60,791.00 $0.00

·I.2IMJtsi~EStRlo'f!loNS'.····. ..••.•. . •... ....; .... '" . . ....... ; •. .......•.... ·..r •.. /'<>;"?~'.' .••.....•••.. • ••.. . ...., •.•. .-iTf Advance Limit $0.00 $0.00 $0,00

Restricted Budget $0,00 $0.00 $0.00

SUMMAJ;!¥·· . ..... ' ... ' ..... . . .... .. . . '

." ' .. ' ' . "~'

Cost Total $668,697.00 $668,697.00 $0.00

Performing Agency Share $60,791.00 $60,7911,00 $0.00 Receiving Agency Share $607,906.00 $607,006.00 $0.00

Total Reimbursements Limit $607,906.00 $607,9106.00 $0.00

JUSTIFI.CAT10N This amendment is to move funds from Personnel and Equipment into Contractual.

-

Financial status reports are due: 12/31/2012, 03/29/2013,07/30/2013, 10/30/2013

1 3

DEPARTMENT OF STATE HEALTH SERVICES

EQUIPMENT LIST CHANGE REQUEST

1100 WEST 49TH STREET AUSTIN, TEXAS 78756·3199

DSHS PROGRAM: CPS - CITIES READINESS INITlATlVE CONTRACTOR: DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENT CONTRACT TERM: 09/01/2012 THRU: 08/31/2013 BUDGET PERIOD: 09/01/2012 THRU: 08/31/2013 CONTRACT NO: 2013-041066 CHG: a08A

PREVIOUS EQUIPMENT LIST

2 $50,065.00

NEW EQUIPMENT LIST

$100,130.00

I '$ $

I~~~~+---~~~~~~~~~~·---+~~--·~~$~-- $ ! $ $

Dallas County Health and Human Services Grants Management

ZACHARY S, THOMPSON DIRECTOR

TO: COMMISSIONERS COURT

11 4

FROM: ZACHARY THOMPSON, DIRECTOR

DATE: FEBRUARY 19, 2013

-

SUBJECT: FY 2013 DEPARTMENT OF STATE HEALTH SERVICES HOUSING OPPORTUNITIES FOR PERSONS WITH AIDS CONTRACT

Backgrouud of Issue The Dallas County Judge is the grantee and legal recipient of the State of Texas Department of State Health Services (DSHS) Housing Opportunities for Persons with AIDS (HOPW A) grant Dallas County Health and Human Services (DCHHS) is designated to serve as the Administrative Agency for DSHS HOPW A funds, The purpose of these grant funds is to provide housing and related services to persons affected by the human immunodeficiency virus (HIV) and individuals with acquired immunodeficiency syndrome (AIDS) who reside in the Dallas and Sherman/Denison HIV Services Delivery Areas (HSDA) of Cooke, Fannin, Grayson, and NavalTo counties, The FY 2013 contract between DSHS and DCHHS, Contract No, 2013-043224, in the amount of $58,720, is for the period February 1,2013 through Janu3rj 31, 2014,

The FY 2013 DSHS HOPW A award of$58,720 is designated funding contracted on a sole source basis to serve eligible individuals and families impacted by HIV / AIDS,

Fiscal 1m pact There is no fiscal impact on Dallas County,

Operational Impact DCHHS staff will coordinate and perform the administrative activities In accordance with the responsibilities assigned to them by the Dallas County Commissioners Court,

Legal Impact The Dallas County Commissioners Court must approve the reallocation and authorize the County Judge to sign contract amendments on behalf of Dallas County,

Strategic Plan Compliance Recommendations included in this briefing are consistent with the Dallas County Strategic Plan, Vision 2: Dallas County is a healthy community, The DCHHS is the desigl1ated Administrative Agency for the Housing Opportunities for Persons with AIDS/HIV (HOPW A) grant The FY 2013 DSHS HOPW A grant directly supports a regional indigent medical and mental healthcare network for those impacted by HIV / AIDS by providing stable and affordable housing for persons living with HIV/ AIDS,

1 5 Commissioners Court - Page 2

Recommendation It is recommended that the Dallas County Commissioners Court approve the FY 2013 DSHS HOPWA contract, Contract No. 2013-043224, in the amount of$58,720, for the period of February 1,2013 through January 31, 2014, and authorize the County Judge to sign contract with the DSHS on behalf of Dallas County.

RECOMMENDED BY:

Attachment c: Darryl Martin, Court Administrator

Virginia Porter, County Auditor

1 6

DEPARTMENT OF STATE HEALTH SERVICES

This contract, number 2013-043224 (Contract), is entered into by and between the Department of State Health Services (DSHS or the Department), an agency of the State of Texas, and DALLAS COUNTY (Contractor), a Government Entity, (collectively, the Parties).

I, Purpose of the Contract, DSHS agrees to purchase, and Contractor agrees to provide, services or goods to the eligible popUlations as described in the Program Attachments.

2, Total Amount of the Contract and Payment Method(s). The total amount of this Contract is $58,720.00, and the payment methodes) shall be as specified in the Program Attachments.

3. Funding Obligation. This Contract is contingent upon the continued availability of funding. If funds become unavailable through lack of appropriations, budget cuts, transfer of funds between programs or health and human services agencies, amendment to the Appropriations Act, health and human services agency consolidation, or any other disruptions of current appropriated funding for this Contract, DSHS may restrict, reduce, or terminate funding under this Contract.

4. Term of the Contract. This Contract begins on 02/0]/2013 and ends on 01/3112014. DSHS has the option, in its sole discretion, to renew the Contract as provided in each Program Attachment. DSHS is not responsihle for payment under this Contract hefore both parties have signed the Contract or before the start date ofthe Contract, whichever is later.

5. Authority. DSHS enters into this Contract under the authority of Health and Safety Code, Chapter 100 I.

6. Documents Forming Contract. The Contract consists of the following:

a. Core Contract (this document) b. Program Attachments:

2013-043224-001 mv -HOPWA

c. General Provisions (Sub-recipient) d. Solicitation Document(s), and e. Contractor's response(s) to the Solicitation Document(s). f. Exhibits (Not Applicable)

Any changes made to the Contract, whether by edit or attachment, do not form part of the Contract unless expressly agreed to in writing by DSHS awd Contractor and incorporated herein.

92648-1

1 7

7. Conflicting Terms. In the event of conflicting tenus among the documents forming this Contract, the order of control is first the Core Contract, then the Program Attachment(s), then the General Provisions, then the Solicitation Document, if any, and then Contractor's response to the Solicitation Document, if any.

8. Payee. The Parties agree that the following payee is entitled to receive payment for services rendered by Contractor or goods received under this Contract:

Name: DALLAS COUNTY Address: 509 MAIN ST STE 407

DALLAS, TX 75202-5717 Vendor Identification Number: 17560009056005

9. Entire Agreement. The Parties acknowledge that this Contract is the entire agreement of the Parties and that there are no agreements or understandings, written or oral, between them with respect to the subject matter ofthis Contract, other than as set forth in this Contract.

By signing below, the Parties acknowledge that they have read the Contract and agree to its terms, and that the persons whose signatures appear below have the requisite authority to execute this Contract on behalf of the named party.

DEPARTMENT OF STATE HEALTH SERVICES

Signature of Authorized Official

Date

Bob Burnette, C.P.M., CTPM

Director, Client Services Contracting Unit

1100 WEST 49TH STREET AUSTIN, TEXAS 78756

(512) 458-7470

[email protected]

92648-1

DALLAS COUNTY

By: _________ _ Signature

Date

Printed Name and Title

Address

City, State, Zip

Telephone Number

E-mail Address for Official Correspondence

1 8

CONTRACT NO. 2013-043224 PROGRAM ATTACHMENT NO. 001 PURCHASE ORDER NO. 0000391958

CONTRACTOR: DALLAS COUNTY

DSHS PROGRAM: HIV - HOPW A

TERM:02/0112013 THRU: 01131/2014

SECTION 1. STATEMENT OF WORK:

As the Administrative Agency for the approved Human Immunodeficiency Virus (HIV) Planning Area, Contractor shall administer the Housing Opportunities for Persons with AIDS (HOPW A) program to meet the housing needs of low income individuals with HIV I Acquired Immunodeficiency Syndrome (AIDS) within the State of Texas, in order to provide stable, accessible housing that will help facilitate clients' entry into, or continuation of, primary medical care and other support services for persons with HIV I AIDS and their families. Contractor shall enter into binding, enforceable agreements with subcontractors (project sponsors) to provide the following services:

• A tenant-based rental assistance (TBRA) program (including assistance for shared housing arrangements) andlor a short-term rent, mortgage, and utility assistance (STRMU) program consisting of no more than twenty-one (21) weeks in any fifty-two (52) week period of short-term rent, mortgage and/or utility payments for eligible clients;

• Supportive Services (Case Management and basic telephone service may be used to assist all income eligible, HIV-positive individuals; smoke detectors may only be provided to clients with a mortgage); and

• Permanent Housing Placement (PHP) Services (e.g. assistance for reasonable security deposits, not to exceed the amount equal to two (2) months of rent; costs related to application fees and credit checks; deposits must be returned to the subrecipient).

Both TBRA and STRMU are defined at 24 CFR, U.S. Department of Housing and Urban Development (HUD), Part 574

Contractor is responsible for ensuring efficient, effective, and proper implementation of the HOPWA program in its geographic area of responsibility. Included in these responsibilities is ensuring that program eligibility standards are met. Eligibility for participation in the HOPW A program shall be determined at client intake by:

1. Proof of HIV and/or AIDS diagnosis will be determined at intake into services by one of the following methods as required in the revised DSHS HIV/STD policy document, found at ht!J2;Llv{Ww.dshs.state.t~.uS/l1ivsJd/QolicWo!!cies/22000 LQdf:

" Positive Western Blot laboratory result that includes the name of the client;

PROGRAM A TT ACHMENT - Page 1

1 9

e Report of detectable HIV "viral load" that includes the name of the client; @ Positive qualitative Nucleic Acid Amplification Test (NAAT) or other diagnostic

assay for HlV infection, which has been approved by the Food and Drug Administration (FDA), that includes the name of the client;

* Signed statement from a physician, physician's assistant, an advanced practice nurse or a registered nurse (RN) attesting to the HIV -positive status of the person; or

e Hospital discharge summary documenting HlV -positive status.

Client records from a client's previous service provider may be used for the purpose of establishing the client's eligibility for HlV/AIDS services if those records contain one of the forms of proof of an AIDS or HIV disease diagnosis listed above.

2. Proof that a client's individual or family income does not exceed eighty percent (80%) of the median income for the area, as determined by the U.S. Department of Honsing and Urban Development (HUD) [DSHS HOPWA Program Manual- Section 17-1 HUD Tables], htill1/WlYy\!.dshs.state.tx.usjhivstd/hopwaifiles/HOPW A Program Manual.do~.

3. Documentation that the client is a named occupant on lease/rental agreement and/or utility bills.

4. Documentation of a short-term emergency situation shall be required for participation in the STRMU progrmn [as defined in the DSHS HOPWA Program Manual- Section 9-2 (f) STRMU Emergency Need].

Contractor is held to the requirements articulated in Administrative Agency Ryan White Part B Contraet Guidance, issued date December 14, 2011 and posted at http://www.dshs.state.tx.us/hivstd/funding/default.shtm. Progrmn Attachment in accordance with: DSHS Guidance for Housing Assistance Opportunities for Persons with AIDS (HOPW A) issued May 16, 2012 and posted at http:LLwww~dshs.state.tx.us/hivstdlfi.md~faultshtm.

All activities shall be performed in accordance with the final, budget summary as submitted and approved by DSHS, as well as any letters or memos with policies or other instructions given to Contractor.

Contractor must receive written approval from DSHS before varying from applicable policies, procedures, and protocols, and must update its implementation documentation within forty-eight (48) hours of making approved changes so that staff working on activities under this Renewal Program Attachment knows of the change(s).

Contractor must receive written approval from DSHS for all service delivery reallocation requests. All reallocation requests must be submitted no later thml thirty (30) days prior to the last day of the Renewal Program Attachment; or with prior program approval, no later than thirty (30) days after the expiration of this Renewal Program Attachment.

PROGRAM ATTACHMENT-Page 2

20

Contractor shall comply with all applicable federal and state statutes and regulations, including, but not limited to:

$ Chapters 81 and 85 of the Texas Health and Safety Code; • Title VIII, Subtitle D of Cranston-Gonzales National Affordable Housing Act (NAHA)

42 USC §§12901-12912, as amended; • 24 Code of Federal Regulations (CFR), Housing and Urban Development, Parts 50 and

574; • Fair Housing Act, 42 USC §§3601-3619, and implementing regulations at 24 CFR Part

100; • Equal Opportunity in Housing, Executive Order 11063, November 24, 1962, and

implementing regulations at 24 CFR Part 107; • The Civil Rights Act of 1964, 42 USC §2000d (Nondiscrimination in Federally Assisted

Programs) and implementing regulations issued at 24 CFR Part 1; • Age Discrimination Act of 1975,42 USC §§6101-61O7, and implementing regulations at

24 CFR Part 146; • The Rehabilitation Act of 1973, 29 USC §794, and implementing regulations at 24 CFR

Part 8; • The Housing and Urban Development Act of 1968, 12 USC § 170 1 (u); • The Drug-Free Workplace Act of 1988, 41 USC §§701, 701 note, and 702-707, and

HUD's implementing regulations at 24 CFR Part 24, Subpart F; • 24 CFR Part 574.300(c) (Limitations of Assistance to Primarily Religious

Organizations); • Employment Opportunities for Lower Income Persons in Connection with Assisted

Projects, Housing and Urban Development Act of 1968, as amended, 12 U.S.C. § 1701(u) section 3;

• Federal Executive Order 11625: Prescribing Additional Arrangements for Developing and Coordinating a National Program for Minority Business Enterprise, October 13, 1971 (http://www.archives.gov/federal-reg.i§ter/codificatiQI1lexecutive-order/l1625.html);

• Federal Executive Order 12138: Creating a National Women's Business Enterprise Policy and Prescribing Arrangements for Developing, Coordinating and Implementing a National Program for Women's Business Enterprise, May 18, 1979 (httj2;LL\'!YI''-iiI,arcJ1i,{''-'hgov/fede~ister!codificationJexecutive-order/12432.html); and

$ Federal Executive Order 12432: Minority Business Enterprise Development, July 14, 1983. (htt]2;(Lwww &,spjvclhgpvl tedem:]·r~~tlcodificationJexecutive-order/I 213 8.hlm!).

Contractor shall comply with all applicable state and federal policies, standards, and guidelines, including, but not limited to (as revised):

• DSHS Standards for Public Health Clinic Services, located at htln:llwww.dshs.statc.t0.~,s/qmbldshsslndrds4clinicservs.pdf;

• DSHS mv Assurances, jTIU!;(bY~\~d:Bl~~illl~~~~2aill~~LfiulinrlW~ili&!tl1YJ~QDj~j~~~A;~IT~nf~JLill;and

• DSHS Program's HOPWA Program Manual, located at

PROGRAM ATTACHMENT - Page 3

2 1

Contractor is responsible for maintaining access to current standards and guidelines for its staff working on activities under this Renewal Program Attachment. All services and activities shall be performed in accordance with all the above policies, standards, and guidelines, as specified.

DSHS Program reserves the right, where allowed by legal authority, to redirect funds in the event of financial shortfalls. DSHS will monitor Contractor's expenditures on a quarterly basis. If expenditures are below the Renewal Program Attachment amount, Contractor's budget summary may be subject to a decrease for the remainder of the Renewal Program Attachment term. Vacant positions existing after ninety (90) days may result in a decrease in funds. DSHS also reserves the right to reallocate funds in the event the demand for services is less than projected by Contractor, or to align with any shifts in how federal HUD monies are directed to be used in specific areas of the state, or in the event prior project years' unexpended monies are less than previously estimated/anticipated.

For purposes of this Renewal Program Attachment, Contractor shall not use funds to make payments to HOPWA clients or to purchase or improve any building or other facility.

SECTION II. PERFORMANCE MEASURES:

The Contractor will monitor each subcontractor's progress towards achieving HUD's outcome performance measure objectives: (I) to provide housing assistance to establish, or better maintain, a stable living environment in housing that is decent, safe, and sanitary; (2) to reduce the risk of homelessness; and (3) to improve access to health care and supportive services. The perfonnance measures will be used in part by DSHS to monitor the Contractor effectiveness in providing the services described in this Renewal Program Attachment and to meet the HUD reporting requirements, without waiving the enforceability of any other terms of the Program Attachment.

Contractor must: • Ensure that HOPW A services are delivered, as described herein; • Comply with all the reporting requirements of this Renewal Program Attachment

including (but not limited to) those HOPW A reporting requirements listed in the Special Provisions below;

• Ensure that each subcontractor expends no more than seven percent (7%) of the subcontractor's contract (allocation) amount by said subcontractor for administrative costs;

• Ensure that each subcontractor documents local demand for housing needs beyond their current capacity and has a written policy that outlines the agency's resj}Onse to such demand. The documentation of local demand for housing needs is to be done through the use of waiting lists;

• Ensure that all subcontractors establish and implement a written policy that outlines the management of a HOPW A waiting list for clients, even if a subcontractor does not currently have a waitlist. This policy must include standards and priorities for managing the waiting list according to HOPW A eligibility criteria and Special Needs clients, as defined by HUD

PROGRAM ATrACHMENT - Page 4

22

CFR, u.s. Department of Housing and Urban Development (HUD), Part 574) and sub contractors' waiting list policies should be provided to DSHS' Contract Management Unit, service consultants, and DSHS HOPWA grant coordinator. Waiting lists are to be updated every three (3) months indicating the number of clients on the waiting list by housing assistance category (STRMU and TBRA), and the date clients were added and removed. The subcontractors shall maintain separate waiting lists for clients needing TBRA and/or STRMU assistance, using the following criteria:

TBRA - number of clients who:

a) Are HIV-Positive; b) Are Income Eligible (as defined in the DSHS HOPWA Manual located at

http://www.dshs.state.tx.us/hivstdJhopwaifiles/HOPWJ\ProgramManual.do 5,;;); and

c) Are unable to receive rental assistance due to insufficient HOPW A funds.

STRMU - number of clients who:

a) Are HIV -Positive; b) Are Income Eligible (as defined in the DSHS HOPWA Manual located at http://w\illw.dshs.state.tx.usihivstd/hopwa/files/HOPW A Program ManuaLdo,,); c) Are the owner or named occupant on the lease/rental agreement/utility bill; d) Already in housing and have a short-term emergency situation that may put the

client at risk of becoming homeless; and e) Are unable to receive emergency assistance due to insufficient HOPW A funds.

Clients on the STRMU wait list should be under a minimum of at least one of these three categories: assistance with rental costs, mortgage payments, and/or utility costs.

• Ensure that 100% of clients receiving HOPW A services also receive case management services and that all clients have comprehensive housing plans for establishing and/or maintaining stable residency. Housing plans shall include periodic contact with a case manager/benefits counselor and a primary health care provider as detennined by the case manager and client;

$ Ensure that 100% of clients receiving HOPWA TBRA: apply for the Housing Choice Voucher Program, formerly known as Section 8 Housing, to determine eligibility; and, renew their applications every ninety (90) days, or as required by the local Housing Choice Voucher Program (as the term is defined at httn)/www.hud.goY/9ffi~_es/pih/pr.Qgra!1l.§ihf.v/inde;x.cfrol; and

@ Ensure that within ninety (90) days of the effective date of this Renewal Program Attachment, that at least one member of the Contractor's staff and at least one staff member from each project sponsor will obtain a certificate of completion of HOWPA Financial Management Online Training (http://www.hudhre.info/index.cfm?do=viewHopwaFinanciaITraining).

PROGRAM A TT ACHMENT - Page 5

23

Contractor shall utilize a standard program reporting format, as provided by DSHS Program. Contractor accepts responsibility and accountability for each subcontractor's compliance and timely submission of documentation required in the quarterly program report. Failure to submit a required report or additional requested information by the due date specified in the Renewal Program Attachment or upon request by DSHS constitutes a breach of contract. Contractor shall submit program reports to DSHS on the following schedule:

HOPW A Reporting Periods and Due Dates February - April 2013 May 30, 2013

May - July 2013 August 30,2013

August - October 2013 November 30, 2013

November 2013 - January 2014 February 28, 2014 (this report is also the 12-month cumulative final program year-end report)

The program reporting format may be accessed at http://www.dshs.state.tx.us/hivstd/hopwaldefault.shtm. The repOlis shall be submitted by email to: biv$JgTepo.!:tte9h(il)ci~1s.,~tate"tx.u~. The Summary of HOPWA Expenditures by Administrative Agency and Project Sponsor form (titled EXHIBIT B) must be completed and submitted with each State of Texas Purchase Voucher (Form B-13. All reported HOPWA expenditures must be verified with tbe final FSR. The Program Progress Report and the Exhibits A and B can be found athttp://www.dshs.state.tx.us/hivstd/hopwaJdefault.shtm. Form B-13 can be found at ht1J;L:ij1A'ww,dshs.state.tx.us/grants/forms/bl3form.doc

Contractor shall track the number of clients served and the number of units of service provided by completing all applicable HOPWA-related fields in the AIDS Regional Information and Evaluation System (ARIES). Contractor will enter HOPW A data into ARIES on a scheduled basis that corresponds to the program reporting periods specified in this Renewal Program Attachment. Client and service information entered by Contractor into ARIES must be consistent with the information submitted by Contractor in programmatic reports and other submissions to DSHS.

SECTION III. SOLICITATION DOCUMENT:

Exempt - Governmental Entity

SECTION IV. RENEWALS:

DSHS may renew the Renewal Program Attachment for up to three (3) additional one-year terms and one two-month term at DSHS' sole discretion.

SECTION V. PAYMENT METHOD:

Cost Reimbursement Funding is further detailed in the attached Categorical Budget and, if applicable, Equipment List.

PROGRAM ATTACHMENT - Page 6

24

SECTION VI. BILLING INSTRUCTIONS:

Contractor shall request payment using the State of Texas Purchase Voucher (Form B-I3) and acceptable supporting documentation for reimbursement of the required services/deliverables. The B-13 can be found at the following link htt]2;I.Lwww.clshs.state.tx.us/gmnts/forms/bllform.do.£. Vouchers and supporting documentation must be mailed, faxed or electronic mail to the addresses/number below.

Claims Processing Unit, Mail Code1940 Department of State Health Services

1 100 West 49th Street PO Box 149347

Austin, TX 78714-9347

The fax number for submitting State of Texas Purchase Voucher (Form B-I3) to the Claims Processing Unit is (512) 458-7442. The email [email protected].

SECTION VII. BUDGET:

Source of Funds: CFDA # 14.241.000

DUNS #: 073128597

SECTION VIII. SPECIAL PROVISIONS:

General Provisions ARTICLE IV. PAYMENT METHODS AND RESTRICTIONS, Section 4.04 Working Capital Advance Section does not apply to this Renewal Program Attachment.

Strict adherence to the General Provisions ARTICLE VII. CONFIDENTIALITY is required due to the sensitive and highly personal nature ofHIV/AIDS-related information.

Therefore, General Provisions ARTICLE VII CONFIDENTIALITY, Section 7.02 Department Access to PHI and Other Confidential Information, is revised to include the following:

DSHS shall have timely access to a client or patient record in the possession of Contractor or any subcontractor under authority of the Texas Health and Safety Code, Chapters 81 and 85, and the Medical Practice Act, Texas Occupations Code, Chapter 159. In such cases, DSHS shall keep confidential any information obtained from the client or patient record, as required by the Texas Health and Safety Code, Chapter 81, and Texas Occupations Code, Chapter 159.

General Provisions, ARTICLE vn CONFIDENTIALITY, Section 7.03 Exchange of Client­Identifying Information, is required due to the sensitive and highly personal nature of HIV / AIDS-related information This article is revised to include the following:

Contractor shall not transfer a client or patient record through any means, including electronically, to another entity or person, or subcontractor without written consent from

PROGRAM ATTACHMENT - Page 7

25

the client or patient, or someone authorized to act on his or her behalf; however, DSHS may require Contractor to timely transfer a client or patient record to DSHS if the transfer is necessary to protect either the confidentiality of the record or the health and welfare of the client or patient. Contractor shall ensure the subcontractor is held to this confidentiality provision.

Contractor shall comply with all applicable policies regarding HlV/STD Confidentiality, as follows:

TB/HIV ISTD and Viral Hepatitis Unit Confidential Infonnation Security Policy htt12 :llw}vw •. 03hs .~.@Je~tlL1Is.Lbi vstgmQ licyLpo Ii "je~a_QJJ .. QLpdf

TB/HIV/STD and Viral Hepatitis Unit Breach of Confidentiality Response Policy http://wwyv.dshs.state.lx.us/hi vstd/policy/po licies/3 03 00 1. pdf

Breach report form and instructions !lttp:llwww.dshs.state.tx.l!s/hivstd@licy/policies/303002.doc ll.t..tJ2:llw'WW. dshs. state. tx. us/hi vstd/po Ii cy/po I icies/3 0 3 00 3. pdf

General Provisions ARTICLE VIII RECORDS RETENTION, Section 8.01 Retention, is hereby revised to include the following requirement:

Contractor must comply with the State of Texas Record Retention Schedule for HIV/STD Prevention and Care Branch Records.

The HIV/STD Prevention and Care Branch Records Retention schedule can be accessed at http://www.dshs.state.tx.us/records/HSR-HIV-STD.llill

General Provisions ARTICLE XIII. GENERAL TERMS, Section 13.15 Amendment, IS

amended to include the following:

Contractor must submit all amendment and revision requests in writing to the Division Contract Management Unit at least ninety (90) days prior to the end of the term of this Renewal Program Attachment.

PROGRAM A IT ACHMENT - Page 8

26

2013-043224-001

Categorical Budget:

PERSONNEL

FRINGE BENEFITS

TRAVEL

EQUIPMENT

SUPPLIES

CONTRACTUAL

OTHER

TOTAL DIRECT CHARGES

IN[)IR:ECTCHAR:GES .

TOTAL

DSHS SHARE

CONTRACTOR SHARE

OTHER MATCH

Total reimbursements will not exceed $58,720.00

$0.00

$0.00

$0.00

$0.00

$0.00

$58,720.00

$0.0.0

$58,720.00

>$O;OQ

$58,720.00

$58,720. .. 0.0

$0.00

$0..0.0

Financial status reports are due: 05/31/2013,08/30/2013, 11/29/2013,04/01/2014

fir"-' 0'0" Dallas County {' .~ Health and Human Services ~, '\~-:r-,p Grants Management

27

Zachary Thompson Director

TO: COMMISSIONERS COURT

FROM: ZACHARY THOMPSON, DIRECTOR

DATE: FEBRUARY 19, 2013

-v:>

~ 'f? ,n o

SUBJECT: FY 2013 DEPARTMENT OF STATE HEALTH SERVICES HOPWA GRANT­CONTRACT AMENDMENT

Backgrouud ofIssue The Dallas County Judge is the grantee aud Regal recipient of the State of Texas Department of State Health (DSHS) Housing Opportunities for Persons with AIDS (HOPW A) grant. Dallas County Health and Human Services (DCHHS) is designated to serve :as the Administrative Agency for DSHS HOPW A funds. In accordance with the provisions of the DSHS, the Administrative Agency is responsible for completing the DSHS HOPW A renewal grant application" which is a continuing and non-competing application, and submitting it to the DSHS.

Tbe FY 2013 contract between DSHS and DCHHS, Contract No.2013-041066, has a budget period of September 01,2012 through August 31,2013. DCHHS was awarded $52,554.

Fiscal Impact There is no fiscal impact to Dallas County.

Operational Impact The purpose ofthis amendment is to reduce fianding in the amount of$29,543, as well as the contract term to be effective September I, 2012 to Jauuary 3 i" 2013. The revised budget is $23,0 II.

Legal Impact The Dallas County Commissioners Court must approve the amended contract

Strategic Plan Compliance Recommendations included in this briefing aJre consistent with the Dallas County Strategic Plan, Vision 2: Dallas County is a healthy community. DCHlHS is the designated Administrative Agency for the Housing Opportunities for Persons with AIDS/HIV (HIOPW A) grant. The FY 2013 DSHS HOPW A grant directly supports a regional indigent medical and memtal health care network for tbose impacted by HIVIAlDS.

Recommendation It is recommended tbat tbe Dallas County COlmmissioners Court approve the FY 20 13 DSHS HOPW A contract amendment, Contract Number 2013- 0410616-004A, as described in Program Attachment #OO4A, and authorizes the County Judge to sign the Amemdment on behalf of Dallas County .

.-""" /' .,/'. /' .iF"' JJ' "",. / ,",o>"".,r';.,.:r ;':'

RECOMMENDED BY: ---l ~""*"::7 ,'>::"-,,,,~=-c,,,,J-=£,...:"',,,,--j ____ _ /Zachary $ .. ThomIson, Director

Attachment

, ,

c: Darryl Martin, Court Administrator Virginia Porter, County Auditor

2377 N. Stemmol1s Freeway Dallas, Texas 75207-2710

Suite 200, LB-16 Office 2L 4-819-1849 FAX 2] 4-819-6023

28

DEPARTMENT OF STATE HEALTH SERVICES

1100 WEST 49TH STREET AUSTIN, TEXAS 78756-3199

CATEGORICAL BUDGET CHANGE REQUEST DSHS PROGRAM: HIV .. HOPWA CONTRATOR: DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENT CONTRACT NO: 201H)41066 CONTRACT TERM: 09/01/2012 THRU: 01/31/2013 BUDGET PERIOD: 09/01/2012 THRU: 01/31/2013 CHG: 00411

Personnel $0.00 Fringe Benefits $0.00

Trllvel $0.00 Equipment $0.00

Supplies $0.00 Contractual $52,554.00

Other $0.00

Performing Agency Share Receiving Agency Share $52,554.00

Total Reimbursements Limit $52,554.00

$0.00 $O.GO

$0.00 $O.GO

$23,011.00 $0.00

$23,011.00 $"!3,011.00

CllIlP9!l Rf.lque~t"p $0.00 $0.00 $0.00 $0.00 $0.00 $(29.543.00) $0.00

$(29,543.00) $0.00 $(29.543.00)

Financial status reports are due: 12/31/2012, 02/28/2013, 06/28/2013, 10/31/2013

29

DEPARTMENT OF STATE HEALTH SERVICES

Amendment To

The Department of State Health Services (DSHS) and DALLAS COUNTY HEALTH AND HUMAN SERVICES DEPARTMENT (Contractor) agree to amend the Program Attachment #.J1Q:L (Program Attachment) to Contract # 2013-041066 (Contract) in accordance with this Amendment No. 004A: HIV­HOPWA , effective 12/1212012 .

The purpose of this Amendment is to change the Program Attachment end date from 08/3112013 to 0113112013 , revise Categorical Budget, Statement of Work, and remove Program Attachment from bundled contracts.

Therefore, DSHS and Contractor agree as follows:

PROGRAM ATTACHMENT NO. is revised as follows:

PROGRAM ATTACHMENT NO.-004 004A

CONTRACT TERM end date is revised as follows:

TEIUyf: 09/0112012 THRU: 08/31/2013 0113112013

SECTION II. PERFORMANCE MEASURES, Paragraph 2, Bullet 5, is revised as follows:

• Ensure that all subcontractors establish and implement a written policy that outlines the management of a HOPW A waiting list for clients, even if a subcontractor does not currently have a waitlist. This policy must include standards and priorities for managing the waiting list according to HOPW A eligibility criteria and Special Needs clients, as defined by HUD (<http://www.dshs.state.tx.us/hivstd/hopwa/files/HOPWA Program Manual.doc> and 24 CFR, U.S. Department of Housing and Urban Development (HUD), Part 574) and sub contractors' waiting list policies should be provided to DSHS' Contract Management Unit, service consultants, and DSHS HOPWA grant coordinator. Waiting lists are to be updated every three (3) months indicating the number of clients on the waiting list by housing assistance category (STRMU and TBRA), and the date clients were added and removed. The subcontractors shall maintain separate waiting lists for clients needing TeHaHt Based Restal Assistasee (TBRA) TBRA and/or Short Term ReHt Mortgage Utility (STRMU) STRMU assistance, using the following criteria:

SECTION n. PERFORMANCE MEASURES, Paragraph 2, is revised at Bullet 5 to add the following:

Clients on the STRMU wait list should be. updeuuninimu!1lSlLat.t one oftMse three categories: assistance with rental costs, mortgage payments, and/or utility .costs.

Page - lof3

30

SECTION II. PERFORMANCE MEASURES, Paragraph 3, is revised to replace the program reports schedule in its entirety as follows:

HOPW A Pro!!ram Pro!!ress Rcoortin!! Periods and Due Dates August 2012- October 2012 November 30. 2012 (3 months) November 2012 - January 2013 February 28, 2013 (this report is also the (3 months) 12-month cumulative final program

progress year-end report)

SECTION II. PERFORMANCE MEASURES, Paragraph 4, is revised as follows:

The program reporting format may be accessed at http://www.dshs.state.tx.us/hivstdlhopwaldefault.shtm. The reports shall be submitted by email to:[email protected]. Ih~ Summary of HOPWA Expenditures by Administrative Agency and Project Sponsor (see B)[hibit A attaches) form (titled EXHIBIT B) must be completed and submitted with each pre gram repert. ERhibit B mllst be sllbmittea ,vith each State of Texas Purchase Voucher (Form B-13) EElEhibit C, attaehea). All reported HOPWA expenditures must be verified with the final FSR. The Program Progress Report and the Exhibits A and B can be found at ht1;pjlwww.dshs.state.tx.us/hivstd/hopwaldefault.shtm. Form.B-13 can be found at http://www.dshs.state.tx.us/grants/forms/b 13furm.doc.

SECTION IV. RENEWALS, is revised as follows:

DSHS may renew the Renewal Program Attachment for up to-th~ four (4) additional one-year terms and one seven menth five-month term at DSHS' sale discretion.

SECTION VII. BUDGET, is revised as follows:

Source of Funds: CFDA # 14 .241 14.241.000

SECTION VIII. SPECIAL PROVISIONS, is revised as follows:

General Previsions ARTICLE IV. PAYMEl>TT METHODS AND RBSTR1CTIONS, Seotion 4.05 Financial Statlls Reperts EFSRs) is hereby amendes to ifwholae the fellowiag:

Centraotef shall sHbmit FSR1l to Aooellnts Payable by the last bHsiness aay of the menth following the end efeaoh term reported. The FSR period will be reported as fullews: QWHior One shall inolHde September I, 2Q12 throllgh Nevomber 3Q, 2012. QHarter two shall inoIHde Deoember I, 2012 through Janllary 31, 2Q 13. QllMer three shall ifloluae Fesruary 1, 2Q 13 threllgh May 3 1, 2Q 13. Qllarter feHr shall inelllde JHflO 1, 2Q 13 threllgh Allgllst 31, 2013. Centraotor shall sHbmit the final FSR ne later thoo sixty E6Q) oalenaar says fell owing the end of the applioable term.

The Categorical Budget is revised as attached.

All other terms and conditions not hereby amended are to remain in full force and effect. In the event of a conflict between the terms ofthis contract and the terms of this Amendment, this Amendment shall control.

Page - 20f3

Department of State Health Services

Signature of Authorized Official

Date: ________________ _

David L. Lakey, M.D.

Commissioner

1100 WEST 49TH STREET AUSTIN, TEXAS 78756

512.458.7375

david [email protected]

3 1

Contractor

Signature of Authorized Official

Dffie: ________________ _

Name: ____ _

Title:

Address: _______________ _

Phone: ________________ _

Email: _________________ _

Page - 3 of3

DALLAS COUNTY 32 HEALTH AND HUMAN SERVICES GRANTS MANAGEMENT

Zachary Thompson Director

TO: COMMISSIONERS COURT

FROM:

DATE:

SUBJECT:

ZACHARY THOMPSON, DIRECTOR

FEBRUARY 19,2013

FY 2012 RYAN WHITE HIV/AIDS TREATMENT EXTENSION ACT OF 2009 PART A-MINORITY AIDS INITIATIVE CONTRACT AMENDMENTS

Background oHssue The Dallas County Judge is the grantee and legal recipient of the Ryan White HIV/AIDS Treatment Extension Act of 2009 (TEA) Part A-Minority AIDS Initiative (MAl) grant for the Dallas Eligible Metropolitan Area (EMA). This grant is administered by the United States Department of Health and Hnman Services, Health Resources and Services Administration (HRSA). Dallas County Health and Human Services (DCHHS) is designated to serve as the Administrative Agency for TEA grant funds for the EMA. DCHI-lS is responsible for completing the grant application, managing the sub­recipient award process, tracking the expenditure of funds by service providers throughout the contract period and making recommendations, when appropriate, to reallocate flmds. In accordance with the provisions of the TEA, the grantee appoints members to serve on the Dallas EMA Ryan White Plarming Council (RWPC). The RWPC is charged with the responsibility of establishing priorities for the allocation of TEA funds and determining allocation offunds by service category.

Contracts amendments and budgets in the amount of$49,750 are being submitted under this briefing for approval.

Fiscal Impact There is no fiscal impact to Dallas County.

Operational Impact Administrative Agency staffwill coordinate and monitor the programmatic and fiscal accountability of the subcontractors in accordance with the responsibilities assigned to them by the Dallas County Commissioners Court.

Legal Impact The Dallas County Commissioners Court must approve the award recommendations and authorize the County Judge to sign the contracts on behalf of Dallas County.

Strategic Plan Compliance Recommendations included in this briefing are consistent with the Dallas County Strategic Plan, Vision 2: Dallas County is a healthy community. DCHHS is the designated Administrative Agency for the Ryan White Treatment Extension Act of2009 Part A-Minority AIDS Initiative (MAl) grant. The FY 20 12 Ryan White Part A-Minority AIDS Initiative grant directly supports a regional indigent medical and mental healthcare network for those impacted by HIV/AIDS.

cn~_" " .,j

~: .. :~. (:::':J-f.,./".

Commissioners Court Page 2

Recommendation

33

It is recommended that the Dallas County Commissioners Court approve the award ofFY 2012 Ryan White Part A - Minority AIDS Initiative grant funds in the amount of $49,750.00, to service providers as outlined in Attachment A, and authorize the County Judge to sign the contracts with the specific service providers on behalf of Dallas County.

Attachment c: Darryl Martin, Court Administrator

Virginia Porter, County Auditor

34 ATTACHMENT A

FY 2012 - 2013 MINORITY AIDS INITIATIVE (MAl) AWARD

1'·(+ " , ..... ".' .. , .. ..... i ••. ::....... ., •. , .•.•. • . ""'" .;.;;;. < •• .w~,,~. "~n .. ~~ CA INITIAL ONE.PAGE TOTAL

~ .. RFP

. ... ~ ' .• , . '" • ..•. e: .0> '. . .. ,~. ..... AIDS ,I . -,0;;:464 49,750

AIDS ARMS r ,OutDatient Medica! Care·· 2012 189.280 189.280 I Olltpatl,nt Medical Cme·· 2010 226, 226. I

Case . I 179,546. 179, 546 M"OI"al Case • '1 1'1 32,3S] 32. 381

tOTAL 833,782 49,750

tI •••• ·e.;; j"" :.<e. .... , .. ;' .,.; ; .:.'.';": ...... : ...•.... , ... ';, ~w"'~ 0",1 Health C,n', SS.12l

roTAI 88, !3 , ••• '" . :

•••• "" ... , '. ;.:.,; ...

DALLAS COUNTY HOSPITAL Case i.500 33,500 DISTRICT d.b.a. -"

~ ~ !Ii ..:. 33,soo

49~ , : DELIVERY • I ... I Flinds , 49,750 (49.750

~ I ! Funds , , ,

ITOT AL CONTRACTUAL AWARD ~;AS EMA

~ 49,750 ,

~ t·, AA·,

" r 1 ~ __ ~upport (25,200)

QM "QlIalltv t ""PPOli 53,28' '550 33,737 QM " ell"ol Chart Review 5.000 ;,(lOO

.;'." "'S~IVE ,FY 2012,201 , (MAl) AWARD , ,

1~ ";'.'. ;,e.·; .• ,;,

21Si2()13 C:\D.\ers\yf1emmmgs\AppData\Loc~I\M;crosoh\Wi"dowsITemporar); internet flic,\Content.Om!iookIGKHIK807\fY 2012 MAi A!t A 02 26 13

DALLAS COUNTY 35

HEALTH AND HUMAN SERVICES GRANTS MANAGEMENT

Zachary Thompson Director

TO: COMMISSIONERS COURT

FROM: ZACHARY THOMPSON, DIRECTOR

DATE: FEBRUARY 19, 2013 w

SUBJECT:

:p>

=-" FY 2012 RYAN WHITE HIV/AIDS TREATMENT EXTENSION ACT OF 200~o PART A FORMULA CONTRACT AMENDMENTS ~

o Background ofIssue The Dallas County Judge is the grantee and legal recipient ofthe Ryan White HIV/AIDS Treatment Extension Act of2009 (TEA) Part A Formula grant for the Dallas Eligible Metropolitan Area (EMA). This grant is administered by the United States Department of Health and Human Services, Health Resources and Services Administration (HRSA). Dallas County Health and Human Services (DCI-IHS) is designated to serve as the Administrative Agency for TEA grant funds for the EMA. DCHHS is responsible for completing the grant application, managing the SUb-recipient award process, tracking the expenditure of funds by service providers throughout the contract period and making recommendations, when appropriate, to reallocate funds. In accordance with the provisions of the TEA, the grantee appoints members to serve on the Dallas EMA Ryan White Planning Council (R WPC). Thy R WPC is charged with the responsibility of establishing priorities for the allocation of TEA funds and determining allocation of funds by service category.

Contract amendments and budgets in the amount of $356,500.00 are submitted with this briefing for approval.

Fiscal Impact There is no fiscal impact to Dallas County.

Operational Impact Administrati ve Agency staff will coordinate and monitor the programmatic and fiscal accountability of the subcontractors in accordance with the responsibilities assigned to them by the Dallas County Commissioners Court.

Legal Impact The Dallas County Commissioners Court must approve the award recommendations and authorize the County Judge to sign the contracts on behalf of Dalllas County.

Strategic Pian Compliance Recommendations included in this briefing are consistent with the Dallas County Strategic Plan, Vision 2: Dallas County is a healthy community. DCHHS is the designated Administrative Agency for the Ryan White Treatment Extension Act 0[2009 Part A grant. The FY 20 12 Ryan White Part A Fonnula grant directly supports a regional indigent medical and mental healthcare network for those impacted by HIV / AIDS.

....... , (j";

. " ';:':~1 (~.-:': tjl

Commissioners COllrt Page 2

Recommendation

36

It is recommended that the Dallas County Commissioners Court approve the award ofFY 2012 Ryan White Part A Formula funds in the amount of $356,500.00, to service providers as presented in Attachment A, and authorize the County Judge to sign the contract with the specific services providers on behalf of Dallas County.

Attachment c: Darryl Martin, Court Administrator

Virginia Porter, County Auditor

FY 2012-2013 Ryan White Par! A Formula Award

7.1812013

AIDS Arms, Inc.

AIDS Interfaith :-4etwork, Inc.

AIDS Services of Dallas

Health Services of North Texas, Inc.

D.n" County'

Dallas County Hospital District d.h.a, Parkland

Health and Hospital System

Dallas Legal Hospice

Home Health Services

I~egacy Counseling Center

Ope~ Ar~s, ,Inc. d.b.a. Bryan's House

Resource Center of Dallas, Inc. d.b.a. AIDS Resource Center

"'OR

, ",'

, WIIlT>: PART A "" "",

M",Ii,,' , TOTA'

i

TOTAl

, TOTAl

.\11" ,

Om' "d", C",

TO

TO rAl

Case ( Food EmIl.,

i' "

OTA'

)M· - Slg)Port

,

OM ('Ii",,, (h,H" ",,',,' , ,?

,AWARD

37

, 314,74" 213,739

,,s.~ -

""

419,'

129,<>45 120,7<8

~ 1.4",117

<,OJ' ,38 1,261

',299

~ _",691

1,

4'9,;

4,029

18,139

,.;

I I

I I

ATTACHMENT A

5',378

I

51, 164,619 89,125

=

::1 299,36.

39,

129" 120,

122,45'

1.6!9, 224-:144 388,261

2,

22.00.

.~ 18,139 75M3

~ 1,]95

ll9A02 137,61

85'. 02, 15

8,442,319 "'."0 8'798'8~ 356,SOO

~,500

1186.""'" (6(),(l\)(l)

(356,500)

- 8,798,819

~

,>, '",

. I 9."',346

c.\Use"\y(kmm",gs\AprDO!w~.CJCal~'vl,cro",,fi\WinciQw,\Temrol'"ry In!cm"! Filt;\Conlent,OmlookIGKllIKR07lfY 2012 PM An A 01, 26 1)

38 DALLAS COUNTY DEPARTMENT OF HEALTH AND HUMAN SERVICES ADMINISTRATION

Zachary S. Thompson Director

MEMORANDUM

TO: COMMISSIONERS COURT

FROM: Zachary Thompson, Director

DATE: February 19, 2013

--N

SUBJECT: RENEWAL OF THE INTERLOCAL AGREEMENT FOR BIOTERRORISM OR HEALTH EMERGENCY ASSISTANCE BETWEEN DALLAS COUNTY AND DALLAS COUNTY COMMUNITY COLLEGE DISTRICT (DCCCD)

BACKGROUND

Dallas County Community College District (DCCCD) and Dallas County Health and Human Services (DCHHS) desires to enter into an interlocal agreement, in order to protect the health and safety of the public throughout Dallas County, by allowing DCCCD facilities to be utilized as needed by the County's Health Authority in the event of a local health emergency or act of bioterrorism. This agreement will allow for better coordination, provided that adequate facility space is available, and it would ensure that the effort to protect the citizens of Dallas County is accomplished as quickly as possible, if the need arises.

OPERATiONAL IMPACT

There is no operational impact to Dallas County.

lEGAL IMPACT

The County Judge is required to sign the contract aiter approval by the Commissioners Court. The District Attorney's Office, Civil Section has reviewed and modified the contract content and the contract has been approved as to form.

FINANCIAL IMPACT

There is no financial impact to Dallas County.

STRATEGIC PLAN COMPLIANCE

Recommendations included in this briefing are consistent with the Dallas County Strategic Plan, Vision 2: Dallas County is a healthy community.

RECOMMENDA nON

Dallas County Commissioners Court does hereby approve the Interlocal Agreement for Bioterrorism or Health emergency assistance between Dallas County and Dallas County Community College District (DCCCD), and authorizes the County Judge to sign the agreement on behalf of Dallas County.

Recommended bY:~.L:::~=::';H~=74~~.,...-­, Director

c: Darryl Martin, Court Administrator Virginia Porter, County Auditor

2377 N.Stemmons Freeway Suite 600 - LB 12

Dallas, Texas 75207-2710 Office (214) 819-2101) FAX (214) 1119-6012

39

INTERLOCAL AGREEMENT

FOR BIOTERRORISM OR HEALTH EMERGENCY ASSISTANCE

BETWEEN

DALLAS COUNTY, TEXAS

AND

DALLAS COUNTY COMMUNITY COLLEGE DISTRICT

THIS AGREEMENT (the "Agreement"), is made and entered into by and between the following Parties:

County of Dallas, Texas (hereinafter referred to as "County"), located at the Administration Building - 2nd Floor, 411 Elm Street, Dallas, TX 75202, is a corporate and political body recognized as a legal subdivision of the State of Texas pursuant to Article XI, Section 1 of the Texas Constitution; AND

Dallas County Community College District (hereinafter referred to as "DCCCI)"), located at 1601 So. Lamar, Dallas, TX 75215, a community college district, created pursuant to Chapter 130 of the Texas Education Code.

I. PURPOSE

WHEREAS, in order to protect the health and safety of the public throughout Dallas County, DCCCD desires to allow its facilities to be used as needed by COUNTY'S Health Authority in the event of a local health emergency or act of bioterrorism; and

WHEREAS, a formal agreement between the COUNTY and DCCCD would allow for better coordination of this effort, provided that adequate facility space is available, and help ensure that this effort is accomplished as quickly as possible if the need arises; and

WHEREAS, the governing official of both the COUNTY and DCCCD that have executed this Agreement of identical counterparts, collectively desire to secure for each such entity the benefits of mutual aid and protection of life and property in the event of such an outbreak of disease; it is agreed as follows:

II. DEFINITIONS

A. Political Subdivision: Any corporate and political entity organized under state law, as defined in Chapter 791, Texas Government Code ("Chapter 791")

40

B. Local Government: county, municipality, special district (including school districts), or other political subdivision ofthis state, as defined in Chapter 791.

C. Local Health Authority: ("LHA"), means the physician employed by the Dallas County Health and Human Services Department that has been appointed as Health Authority for Dallas County pursuant to Chapter 121 of the Texas Health & Safety Code ("Chapter 121").

D. Local Health Authority's Jurisdiction: Includes the unincorporated area of Dallas County, and in the event of a local health emergency, includes the campuses of DCCCD, and the local municipalities that have appointed the LHA to lead their emergency health response under such circumstances.

E. Control Measures: Pursuant to Chapter 81 of the Texas Health & Safety Code, known as the Texas Communicable Disease Prevention and Control Act ("Chapter 81")' a communicable disease control nneasure may be imposed by the Local Health Authority in the Local Health Authority's jUirisdiction.

1. Pursuant to Chapter 81, control measures may be imposed on an individual, animal,

place or object as appropriat,e.

2. Pursuant to Chapter 81, control measures may include: immunization, detention,

restriction, disinfection, decontamination, isolation, quarantine, disinfestation,

chemoprophylaxis, preventil.1le therapy, prevention and education.

F. Local Health Emergency: the ou:!tbreak of disease from natural or man-made sources, or as the result of an act or acts; of bioterrorism, requiring the application of control measures under the provisions OIif Chapter 81.

III. DESgGNATION OF HEALTH AUTHORITY

DCCCD agrees to designate the COUNTY's Health Authority to serve as leader and coordinator of the DCCCD's emerg€ncy health response for purposes of a local health emergency or incident of bioterrorism. This agreement is made pursuant to the authority of the COUNTY and DCCCD to contract for public health and emergency assistarnce under Chapter 791 of the Texas Governm<ent Code. The terms and conditions under which the Local Health Authority's powers are anvoked are more fully described in Section IV herein. A copy of the signature page for DCCOD is attached hereto as Exhibited "A".

4 1

IV. DUTIES

A. Upon request of the lHA, DCCCD shall furnish mutual aid in coping with a local health emergency, subject to the conditions hereinafter stated. DCCCD will make available college facilities for distributing medications and vaccines only. Any additional uses of DCCCD facilities and / or property will be made under a separate interloeal agreement. This Agreement applies to the Brookhaven, Cedar Valley, Eastfield, EI Centro, Mountain View, North Lake, and Richland college facilities only. This agreement does not apply to any other DCCCD facilities and/or property.

B. The provisions of this Agreement are activated whenever the lHA dec/ares a local health emergency. The governing body of the COUNTY and DCCCD, by signing this Agreement, authorizes the provision of assistance upon a declaration of a local health emergency.

C. Any furnishing of college facilities pursuant to this Agreement are subject to the following conditions:

1. Any request for aid hereunder shall specify the locations(s) and shall state

the time period for which such facilities are requested.

2. DCCCD shall designate one individual at each facility to be used on campus to

serve as a single point of contact to the lHA and/or the LHA's agent

designated to operate that facility.

3. DCCCD shall be released by the LHA when the services of DCCCD are no

longer required or when the individual in charge of DCCCD's facilities and

staff decides, in his or her sole discretion, that further assistance should not

be provided.

D. DCCCD shall prepare and keep current an emergency management plan for its college campuses, providing for disaster preparedness, response, recovery, and rehabilitation. The plan shall provide rules governing entrance to and exit from the campuses and its buildings, and other security measures deemed necessary.

E. The LHA will act as the coordinator for mutual aid responses under this Agreement. The LHA agrees that it shall maintain a current listing of the parties to this Agreement. Such listing shall include personnel to be contacted at DCCCD, appropriate telephone and facsimile numbers, and other information which would be needed in order to contact DCCCD in the case of a response.

42

V. WAIVER

Each party to this Agreement waives all claims against the other entities which are parties hereto, and further waives compensation or any loss, damage, personal injury, or death occurring as a consequence of the performance of this Agreement, except those caused in whole or in part by the negligence of an officer or employee of another entity.

VI. REIMBURSEMENT OF EXPENSES

Federal funds awarded within Dallas County related to a health emergency covered by this Agreement will be distributed as directed and/or required by the Federal Emergency Management Agency or other appropriate Federal agency and/or the State of Texas.

VII.SOVEREIGIIIIMMUNITY

The parties to this Agreement agree that each shall be responsible for their own negligent acts or omissions or other tortuous conduct in the course of the performance of this Agreement, without waiving any sovereign or governmental immunity available to any party under Texas law and without waiving any available defenses under Texas law. Nothing in this paragraph shall be construed to create or grant any rights, contractual or otherwise, in or to any third persons or entities.

VIII. LIABILITY

In the event that an individual performing duties subject to this Agreement shall be cited as a defendant party to any state or federal civil lawsuits arising out of his or her official acts while performing duties pursuant to the terms of this Agreement, such individual shall be entitled to the same benefits that he or she would be entitled to ~eceive had such civil action arisen out of an official act within the scope of his or her duties for the entity where regularly employed or volunteering and occurred within the jurisdiction of this entity where regularly employed or volunteering. The benefits described in this paragraph shall be supplied by the entity where the individual is regularly employed or volunteering. However, in situations where a political subdivision which is a party to this Agreement may be liable, in whole or in part for the payment of damages, then that political subdivision may intervene in such cause of action to protect its interests.

IX. LIMITATION ON LIABILITY OF PRIVATE PERSONS

Pursuant to Section 81.007 of the Texas Health & Safety Code and any subsequent amendments, a private individual performing duties in compliance with orders or instructions of the LHA issued pursuant to quarantine, is not liable for the death of or injury to a person or for damage to property except in a case of willful misconduct or gross negligence.

43

X. INSURANCE

All parties agree that they will, at all times during the Term of this Agreement, maintain in full force and effect insurance or self-insurance to the extent permitted by applicable taws. All parties will be responsible for their respective costs of such insurance, any and all deductible amounts in any policy and any denials of coverage made by their respective insurers.

XI. COMPLIANCE WITH LAWS AND VENUE

in providing services required by this Agreement, all parties must observe and comply with all licenses, legal certifications, or inspections required for the services, facilities, equipment, or materials, all applicable federal, State, and local statutes, ordinances, rules, and regulations. Texas law shall govern this Agreement and exclusive venue shall lie in Dallas County, Texas.

XII. ENTIRE AGREEMENT

This Agreement contains all commitments and agreements of the parties hereto as to mutual aid to be rendered during or in connection with the declaration of a local health emergency. No other oral or written commitments of the parties shall have any force or effect if not contained herein. Notwithstanding the preceding sentence, it is understood and agreed that certain signatory entities may have heretofore contracted or may hereafter contract with each other for mutual aid in disaster situations, and it is hereby agreed that this Agreement shall not invalidate any such individual contract.

XIII. STATUTORY AUTHORITY

The parties agree that this Agreement is entered into by and between the entities pursuant to the authority of Chapter 81 of the Health & Safety Code and applicable provisions of Chapter 791 ofthe Government Code. The entities which are parties hereto agree that this Agreement is for the performance of governmental functions and services as described in Chapter 791.

XiV. SEVERABIUTY

In case one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegaiity, or unenforceability shall not affect any other provision hereof and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein.

XV. APPROVAL

This Agreement has been officially authorized by the governing body of each party hereto.

44

XVI. TERM

The term of this Agreement shall commence on the date of the last signature approving this Agreement and shall remain in full force and effect for a 12-month term, and will automatically renew with the same terms and conditions on an annual basis for successive 12-month terms pursuant to Section 791.001{f) of the Government Code. Notwithstanding the provisions hereof, any local government which is a party hereto may provide emergency assistance to another local government as provided in Section 791.027 of the Government Code.

XVii. CANCELLATION NOTICE

It is agreed by and between the parties hereto that any party hereto shall have the right to terminate its participation in this Agreement upon ninety (90) days written notice to the other parties.

XVIII. NOTICE

Any notice or certification provided for in this Agreement to be given by either party to the other shall be required to be in writing and shall be deemed given when personally delivered or within three (3) business days after being deposited in the United States Mail, postage prepaid, certified, return receipt requested or registered addressed as follows:

To County:

To DCCCD:

County Judge Clay Jenkins Administration Building- 2nd Floor 411 Elm Street Dallas, TX 75202

Wright Lassiter, Jr. Chancellor 1601 So. Lamar Dallas, Texas 75215

EXECUTED by the parties hereto, each respective entity action by and through its duly authorized official as required by law, on the date specified on the multiple counterparts executed by such entity.

45

The County of Dallas, State of Texas, has executed this Agreement pursuant to Commissioners Court Order Number and passed on the day of 20 __ .

COUNTY OF DALLAS

BY: Clay Jenkins County Judge

RECOMMENDED:

BY: Zachary Thompson Director Health and Human Services Department Dallas County

APPROVED AS TO FORM*:

CRAIG WATKINS DISTRICT ATTORNEY

Teresa Guerra Snelson

BY: Melanie Barton Assistant District Attorney Dallas County, Texas

*BY LAW, THE DISTRICT ATTORNEY'S OFFICE MAY ONLY ADVISE OR APPROVE CONTRACTS OR

LEGAL DOCUMENTS ON BEHALF OF ITS CLIENTS. IT MAY NOT ADVISE OR APPROVE A LEASE,

CONTRACT, OR LEGAL DOCUMENT ON BEHALF OF OTHER PARTIES. OUR REVIEW OF THIS

DOCUMENT WAS CONDUCTED SOLELY FROM THE LEGAL PERSPECTIVE OF OUR CLIENT. OUR

APPROVAL OF THIS DOCUMENT WAS OFFERED SOLELY FOR THE BENEFIT OF OUR CLIENT. OTHER

PARTIES SHOULD NOT RELY ON THIS APPROVAL, AND SHOULD SEEK REVIEW AND APPROVAL BY

THEIR OWN RESPECTIVE ATTORNEY(S).

Date:

To:

From:

Re:

DALLAS COUNTY JUVENILE DEPARTMENT

46 Dr. Terry S. Smith

Director Juvenile Services 0/\ L L /\ S /"f)llr'J T\£hief Juvenile Probation Officer

{'(}J\.{J'Al('r"I""'I_I';'_~'" 1 f' "~ j/-,-i d'J~iU,'f"' R~ CQII£(T

Henry Wade Juvenile Justice Center 13 fEB 13 AM 9: 43 2600 Lone Star Drive, Box 5 Dallas, Texas 75212

MEMORANDUM

February 19, 2013

Dallas County Commissioners Court

Dr. Terry S. Smith, Director

Rationale for Same Date Briefing and Court Order

The attached Briefing and Court Order requests Commissioners Court's approval to accept the 33 desktop computers from ITT Technical Institute. The Juvenile Department is requesting approval for the "Same. Day Briefing and Court Order" on February 19, 2013 so that the computers can be re-imaged, tagged and disbursed to offices throughout the department.

To assist referred youth in becoming productive, law abiding citizens, while promoting public safety and victim restoration.

214-698-2200 Office

Date:

To:

From:

Subject:

DALLAS COUNTY JUVENILE DEPARTMENT

Henry Wade Juvenile Justice Center

47

2600 Lone Star Drive, Box 5 Dallas, Texas 75212

MEMORANDUM

February 19, 2013

Dallas County Commissioners Court

Dr. Terry S. Smith, Director

Donation of desktops from In Technical Institute

Background of Issue:

Dr. Terry S. Smith Director Juvenile Services

Chief Juvenile Probation Officer

The Dallas County Juvenile Board approved this request to accept the 33 donated desktop computers from In Technical Institute at January 28, 2013 meeting. 20 desktop computers will be immediately distributed as follows:

6 - 304th and 305th District Judges/Associates 1- new officer in our Special Needs Unit 2 - new officers in our District 5 office 1- replacing old laptop in District 1 1 - replacing old laptop in District 8 1- in Room 7 of our Detention Center 8 - to JJAEP for use in the classrooms

Impact on Operations and Maintenance:

The ITT Technical Institute of Desoto, Texas has 33 computers, Dell OptiPlex 760s, to donate to Dallas County. After consultation with Mr. Adeeb Hyder, Manager Desktop and Help Desk Services, these Dell computers could be accepted and utilized in the county if approved by the Juvenile Board.

Strategic Plan Compliance:

This request complies with Vision 3: Dallas is safe, secure, and prepared, by expanding disposition alternatives with regard to treatment for youth/families involved in the juvenile justice system.

legal Information:

ITT Technical Institute has transferred ownership and warranty to Dallas County so that parts could be ordered for these computers if needed at a later date.

Financiallmpact!Considerations:

There are no financial implications to the county.

Performance Impact Measures:

To assist referred youth in becoming productive, law abiding citizens, while promoting public safety and victim restoration.

214-698-2200 Office 214-698-5508 Fax

48 Donation of desktops from ITT Technical Institute Page 2

There are no performance measures in acceptance of this donation.

Project Schedulellmplementation:

computers were picked up after approval from the Juvenile Board and are awaiting asset tagging and re-imaging by Service desk after approval by Commissioners Court.

Recommendation:

It is recommended that the Dallas County Commissioners Court approve the acceptance of the 33 desktop computers.

Recommended by:

~bl~> 1~==-=:"> Dr. Terry S. Smith, Director =:7 Dallas County Juvenile Department

To assist referred youth in becoming productive, law abiding citizens, while promoting public safety and victim restoration.

214-698-2200 Office 214-698-5508 Fax

49

DALLAS COUNTY OPERATIONS

MEMORANDUM

To: Commissioners Court /

From: Chris Thompson, Director of Operations rz: SubJect: Rationale for Same Day Briefing and Court Order

Date: February 19,2013

It is necessary to brief and court order on the same day because the Railroad Commission of Texas has limited grant funding for this project and participation is on a first come, first serve basis.

GEORGEALLENCOURTSBUILDlNG· 600 COMMERCE STREET • SUITE750 • DALLAS, TEXAS 75202·214.653.6567

50

DALLAS COUNTY OPERATIONS

February 4, 2013

To: Commissioners Court

Through: Darry I Martin, Commissioners Court Adll}i~strator and Chris Thompson, Director of Operations ( l,

""",~

From: Julio Cuin, Fleet Manager

Subject: Grant Funds for Natural Gas Vehicles

Background of Issue: The Railroad Commission of Texas has grant funding available from the U.S. Department of Energy to help public fleets purchase new, ultra-low omission vehicles. The grant is available for purohasing new natural gas vehicles. The grant will pay 100% of the differential cost (cost difference of diesel/gasoline fuel vehicles and natural gas fuel vehic.!es).

This grant presents the opportunity to promote clean air by purchasing vehicles that use natural gas.

Staff has identified five vehicles approved for replacement as good candidates for this grant opp01tunity. Vehic1es identified are two 2.5 ton cab and chassis refrigerant diesel trucks (EQ203 and EQ204) and three % ton service body gasoline pick-ups (RLI21, RL 137 and RLl43).

Impact on Operations: There will be minimum impact Oil operations. The replacements for the two 2.5 ton cab and chassis refrigerant trucks will continue to be used for transporting and delivering foods to the jails by the Sheriff Department personnel. The replacements for the three % ton service body pick-ups will continue to be used by Facilities Management as currently designated.

Natural gas fuel is available at the County facility located at 100 N. Riverfront Blvd., Dallas, Texas 75207 and at numerous other locations.

If approved, the attached grant documents will be submitted to The Railroad Commission of Texas to reserve funding. At that time, The Commission will draft the contract for the grant. On receipt ofthe contract, it will be submitted for court approval.

600 Commerce Street Suite 750 Dallas, Texas 75202

51

Financial Impact: Taking advantage ofthis grant, Dallas County will receive reimbursement for the differential cost for the compressed natural gas fueling system. The differential cost for the five vehicles is $92,600.

Cost Differential Breakdown

~~r>"···· .... ·Y··'ll~~,~W~~~~~~~Jg: L . Make". f·*Differ~ntial .. COS.t •. ··Mddef. per vehicle.

2.5 ton Super Duty Cab and Chassis 2013 Ford F650 $26,500 2.5 ton Super Duty Cab and Chassis 2013 Ford F650 $26,500

3/4 ton Service pick-up Regular Cab 2013 Ford F250 $13,200

3/4 ton Service pick-up Regular Cab 2013 Ford F250 $13,200 3/4 ton Service pick-up Regular Cab 2013 Ford F250 $13,200

Total differential cost: $92,600

Utilizing natural gas vehicles will reduce fuel expenditures, The COUllty is currentiy paying $3.43 for diesel and $3.18 for gasoline per gallon. Compressed Natural Gas (CNG) is available at significantly reduced cost through the County's contract with Transtar Energy Company L.P, The current price for CNG is $1.03.

The estimated savings utilizing Compressed Natural Gas (CNG) vs. diesel/gasoline for these five vehicles is an estimated $11,286.35 annually.

eNG Savings IComp",~soo N'A~"'I G~s)

Legal Impact: This brief and required grant documents have been reviewed and approved by the Civil District Attorney Office.

Strategic Plan Compliance: This is consistent with Dallas County Strategic Plan, Vision 4; tllese vehicles will utilize cleaner and cheaper fuel and promote cRean air and energy.

Recommendation: Participate in tllis grant and authorize the County Judge to sign all required grant documents.

600 Commerce Street Suite 750 Dalias, Texas 75202

Railroad Commission of Texas App!icant Fleet Description Sp~eadsheet

Agency Information .

~_~¢y !!;.r::~ ''''''',J rFirst NBme fLast Name !JobTttle 1-' .. ,1-.. ......... .., ,-"uu" , , ·rch.ds---·- -;Yhorripson !DirectorofOpcraHons

I

. Reet Makeup Vehicle Tvpe Number Gasoline 1018 cim;isuvlfruc}(s Numbe~ Diesel 98 CiJfs/suvltrucks

iNumber Otner (Ilst"fuel typef Iv".' -:, lC8f.:isuv/(r:,:;-ks "

H

Natural Gas Vehicll! Planned Purchases

Vehicle Type (Pickup. van, schoo! bus. J C",,"'""'>_ medium/hea2/.Y-du!i truck, etc.) ModeJ Year +-1~akefModel ~found on engine sticker) 2.5 fon Soper Outy Cab and Chassis 2013 Ford F650 2.5 ton Super Duty Cab and Cnasis 2013 Ford F6EO 314 ton Servic{' nick-up RefjuJar Cab 2013 Ford FZ50 ~1/4 ton Servic£ pick-uEl r:~Guj8r Cab 2013 FordF2S0 .;y4 ton Service pick-up Regular C1b 2013 Ford F2.:3.0

I I

Address 600 Commerce St. Ste:75O ........... " .... -

! Miles Omren per 'ear

I i 10,675,060 I 1,101,916

I I 81,-9-18

Aftermarket Conversion or OEM

AMe

~-AMC AMC AMC AMC _ .. -

~ .. I _._._-,_.

---""-_. ! I

Cit' State EmaiIAddres-s- . ---'-lZipCcde '-!OfficePhone Oaf!EiS Texas cfhor.ur~~,-{ !""t,;;-s.Id~ \ 75.202 \214 653 6434

Name. Address and Distance to nearest natura! Qas refueling station(s) in miles

100'1'1. Riverfront Blvd., Daflas, TX 75207

! Purchase IFU6\ Iype (Gasoline or

Price or Diesel) of

Incremental Miles I Comparable Cost pec ICOiwentional

I (corwers!onl Gallen Miles Oriven oer year [VehIcle $26,500 15 14.00J !Diesel $26,500 15 14.000 I Les8_1 _, ___ $1:: 20D I it.a 15.000 Gasoline $-:: _JO 13.3 i,r:;;nC) Gasofine $13,.200 12..; 15,000 G<='rOline--

I ! .._ .... - "

I ! i

()l I\)

53

DALLAS COUNTY ENGINEERING AND PROJECT MANAGEMEN13 FEB 13 Ali 8: 02

February 19, 2013

TO: Commissioners Court

THROUGH: Dale Lilley, Director of Faciliilies"~ /~/ Chris Thompson, Director of Operations,~",,-

FROM: John Clark, Senior Project ManagerCf2,

SUBJECT: Energy Performance Contract Update and Request to Move Forward,

BACKGROUND

On August 30, 2011, the Court was briefed on an agreement with Schneider Electric Services to perform an Investment Grade Audit (lGA) as part of their Energy Performance Contract with Dallas County, Court Order 2011-1590, September 20, 2011, authorized the IGA. This was the first step in the Energy Performance Contract between Dallas County and Schneider Electric,

The Energy Performance Contract is divided into four phases (all County facilities are divided among these four phases), Each phase is further divided into sub-elements: (a) an Investment Grade Audit, (b) Mobilization and Implementation, and (c) Monitoring and Verification. Phase 1 Energy Conservations Measures (Downtown campus) are currently being implemented.

Phase 2 (currently on hold) includes the Sterrett/Crowley Campus (Frank Crowley, Lew Sterrett, West / North / South towers and the associated Pariking garages.

Phase 3 includes Henry Wade Juvenile Justice Center, Central Kitchen facility, Health & Human Services, North Dallas Government Center, letot Center, Investment Building, South Dallas Government Center, youth Village/Medlock Center, Garland Government Center and East Dallas Government Center.

With the conclusion of the Phase 3 Investnnent Grade Audit and the confirmation of potential savings through a third party engineering review, (Phase 2 cornpleted in October), this phase (Phase 3) is set to move to the next step. The Mobilization & Implementation of the approved energy conservation measures (ECMs) will start. This will "trigger" the Phase 4 Investment Grade Audit, which will include the remaining "outlying" buildings.

The purpose of this briefing is to recommend moving forward with Phases 3 Mobilization and Implementation of the accepted energy conservation measures and proceed to the Phase 4 Investment Grade Audit.

54

IMPACT ON OPERATIONS/FINANCIAL

Phases 2 & 3 IGAs have identified several energy conservation measures for the Crowley/Sterrett campus (Phase 2) and several other County facilities (Phase 3). Phase 2 was further separated into 2 sub phases (A) Mechanical and Controls, & (B) Lighting & Water.

Phase 2 (A) Implementation cost $8,232,586.00 Phase 2 (8) Implementation cost $9,472,568.00 Phase 3 Implementation cost $7,263,350.00

By implementing these measures, the County will reduce energy consumption and improve performance in the listed buildings. The key to this program is (1) improvements can be made now to the County's buildings infrastructure, (2) reduce our environmental impact in the region, (3) stimulate the local economy through sub-contractors, *approximately 25% MWBE, and the bonus is it will pay for itself in utility savings.

Phase 3 - Third Party Engineering review has been briefed and an IDIQ work order assigned. Funding for Phase 3 is available in the Major Capital Improvement Program (Fund 196), Unallocated Reserves to be transferred to the project (70168).

LEGAL

Proposed actions are consistent with the base contract approved by the Civil Section of the District Attorney's Office.

STRATEGIC PLAN COMPLIANCE

The Energy Performance Contract aligns with the following vision indicators of the County's Strategic Plan:

Vision 1 indicator - Maintain County facilities and information systems.

Vision 5 indicator - Increase County's emphasis on facilitatinglinitiating economic development and on improving the area's quality of life.

RECOMMENDATION

Approve the sequential mobilization and implementation of Phase 3 of the recommended energy conservation measures and continue to the Phase 4 Investment Grade Audit.

Jclark/staffileJPhase Two/three EPe February 2013

55

DALLAS COUNTY COMMUNICATIONS AND CENTRAL SERVICES/TELECOMMUNICA TIONS

February 19, 2013

To:

Through:

From:

Subject:

Commissioners Court

Darryl Martin, Court Administrator Chris Thompson, Director of Operations

Paulette Hunter, Telecommunications Manager

AT&T Communication Services at 130 W Church Street, Grand Prairie, TX

Background of Issue On October 2, 2012, staff briefed the need for a telecommunications technology upgrade because of the approaching technological obsolesence and "end of life" for mainteance support of our current communication systems. The briefing outlined staffs efforts to evaluate various alternatives 10 determine a tcchnolgy refresh that addresses the County's network hub sites (2),14 PBX's, 40+remote locations, voice mail, call center application, hardware, software, training, and mainteance. Staff solicted quotes from DIR telecommunications service providers ranging from small to large; Acatel, AT&T Avaya, Cisco, Microsoft, and ShorewTel submit1ed proposals to address the County's system.

Staff also advised that based on the quotes/proposals and the County's telecommunications system's complexity and criticality, staff's continued evaluation efforts would be directed toward top industry providers. As such, CISCO has installed and is demonstrating their system in several County departments, A vaya is demonstrating their system at the Records building on the 2nd floor. AT&T is proposing to provide a nOwcost demonstration oftheir Hosted Unified Communications (UC) solution for a period of6 months at the new Grand Prairie Sub-Courthouse,

Hosted UnifIed Communications (UC) is a virtual/cloud communications applikation which the service provider manages and supports. UC is a collection of communications products that provide users a unified interface of components such as voice/VoIP, Mobility, video calling, unified messaging, presence, immediate messaging (IM)/chat, conferencing and collaboration through audio, video and Web, These same capabilities are present in the other two demonstrations. The difference is that in a hosted solution the system is provided and managed and in the other scenarios, the County purchases and manages the system.

The purpose of this briefing is to recommend approval for AT&T to move forward with their Hosted DC Services Solution demonstration.

Operational Considerations This demonstration will allow the evaluation of AT&T's Hosted Unified Communications technology in a live environment. The tria! will consist ofUnfiied Communications and voice services for 172 end users, This service can be extended on a month to month basis for three addtional months if necessary, This should provide sufficient time to complete evaluations and select the option for future telecommunications,

Strategic Plan Compliance Supports Vision 5 improving and maintaining Dallas County service delivery, to improve services, and a traditional service provider whereby the County ensures the maintenance and deliver;.: of services to its stakeholders.

Legal Considerations Legal has reviewed and approved the attached agreement with emphasis on Paragraph 6, part e (hold harmless agreement), Paragraph 9 (Warranty Exclusion), and Paragraph 10 (Limitation of Liability).

Financial Impact A TI circuit will be required which otherwiase would not be needed. The estinnated monthly recurring cost will be $300.00 The funding identfified for telecommunications equipment for Grand Prairie should be held in reserve until the completion of all evaluations and the selection of the best system.

Recommendation Authorize the AT&T trial UC solution so that the hosted services option can be evaluated.

Attachments

56

~at&t AGREEMENT FOR TECHNICAL TRIAL FOR AT&T UNIFIED COMMUNICATIONS AS A SERVICE

CustomE:!r . . AT&T . . . AT&T Sales Contact ...

. . . .• f2J Primary Contact •

'C;on;pany: County of Dallas -

AT&T Corp. Name: Dustin Alexander Street Address: 600 Commerce St Street Address: 311 S. Akard Street

I City: Dallas City: Dallas State/Province: TX State/Province: TX Zip Code: 75202 Zip Code: 75202 Country: USA Country: USA

Telephone: Fax: 2147457819 Email: [email protected] Sales/Branch Manager: Pattie Buikema SCVP Name: Steve Roberts Sales Strata: Gov-Ed Sales Reqion: WEST

Customer Contact (for notices) AT&T Contact (for riotices) AT&T Solution Provicler or Representative Information (if applicable) 0

Name: Title: Paulette Hunter Street Address: 311 S. Akard Street Name: Street Address: 600 Commerce St City: Dallas Company Name: City: Dallas State/Province: TX Street Address: State/Province: TX Zip Code: 75202 City: Zip Code: 75202 Country: USA State/Province: Country: USA Zip Code: Telephone: Fax: 214653-6464 With a copy to: Country: Email: AT&T Corp. Telephone: [email protected] One AT&T Way Fax:

Bedminster, NJ 07921-0752 Email: ATTN: Master Agreement Support Team Agent Code: Email: mastlaJatt.com

AT&T and Customer, acting through their duly authorized representatives, hereby agree to the terms set forth in this Agreement.

Customer (by its authorized representative) .

By:

Name: Clav Jenkins

Title: Countv Judqe

Date:

attuid - hp549n

•. ... AT&T . . I (by its authorized representative)

Bv:

Name:

Title:

Date:

AT&T and Customer Confidential Information Page 1 of 8

-

eCRMID ___ _

cover page V1 - 0410112008

57 AGREEMENT FOR TECHNICAL TRIAL FOR AT&T UNIFIED COMMUNICATIONS AS A SERVICE

This Agreement is made and entered into as of the date it is signed by both parties (hereinafter referred to as the "Effective Date") by aile between AT&T Corp., on behalf of itself and its affiliated companies (hereinafter referred to collectively as "AT&T"), and the Custome identified above (hereinafter referred to as "Customer"). For purposes of this Agreement, "Customer" shall include parents, subsidiaries, ane affiliates, and the directors, officers, employees, agents, representatives, and subcontractors.

RECITALS

Whereas, AT&T desires to offer an evaluation trial (hereinafter referred to as the "Trial") of its Unified Communications as a Service (UC Services) in advance of the Customer purchase of the Service;

Whereas, Customer wishes to determine the utility and feasibility of utilizing the Service to meet some of its business needs, without cost to the Customer; and

Whereas, AT&T and Customer recognize that use of the Service during the Trial is an adjunct to, and not replacement for, the telecommunications services Customer ordinarily uses in the course of its business and that Customer must continue to utilize such services to obtain access to 9-1-1 or similar emergency service numbers;

COVENANTS

NOW, THEREFORE, AT&T and Customer agree as follows:

1. Recitals

The foregoing recitals are made part of this Agreement.

2.

a.

b.

This Agreement shall commence with the Effective Date.

The term of the Trial shall not exceed six (6) months. The Term of the Trial will commence at a mutually agreed time within 60 days of the Effective Date, and shall conclude no later than December 31",2013.

3. Scope of Trial:

''2,:" 5 'service . ;. Servldll Punlicatlon se:~lce publication Ldcation "ff"~ "-, '~i VJj~ !0"

AT&T Unified AT&T Business Service Guide Website Communications Services to Service Guide Library

o AT&T Unified Communications Services

4. AT&T UC TRIAL SERVICES TERM

http://serviceguidenew.att.com/

AT&T will provide the AT&T Unified Communications Services (UC Services) as described in Service Publication referenced above. The UC Services will be made available to the Customer for the Trial Period set for the below, subject to the conditions outlined below:

a. AT&T will provide Enhanced UC Voice Services for 172 End Users, including Cisco IP sets to support the UC Service at customer's Grand Prairie Subcourthouse at 130 W Church Street, Grand Prairie TX 75050;

b. AT&T will install a Survivable Voice Gateway at Customer's Grand Prairie Sub-Courthouse location. AT&T will retain title to such equipment;

c. AT&T will provide Professional Services reasonably necessary for implementation of the Trial; d. The Trial is offered to Customer during the Controlled Introduction of the Service by AT&T for the Trial Term and includes a

custom element of Dial Plan development and Integration of the UC Services with Customer's existing Avaya PBX located at George Allen Courts Building.

5. AT&T's Rights and Responsibilities

a. AT&T will conduct the Trial of the Service with Customer in accordance with this Agreement The Service will consist of AT&T UC Voice and AT&T UC Central®, as those services are defined by A T& T, and as may be modified by A T& T during the course of the Trial.

UC Services Dallas Trial AT&T and Customer Confidential Information Page 2 of 8

a!tuid - hp549n

58 AGREEMENT FOR TECHNICAL TRIAL FOR AT&T UNIFIED COMMUNICATIONS AS A SERVICE

b. AT&T UC Voice will include the Service as well as inbound TNs/DIDs and connectivity to the public switched telephone networ~ (PSTN) for outbound calls associated with the Service. The Service includes standard outbound calling over the Service.

C. AT&T will provide access to the Service and at the conclusion of the Trial will disconnect the Service. Unless otherwise agreec by the parties, Customer shall have access to the UC Service during the Trial at no charge for the duration of the Trial Period.

d. Access to AT&T UC Central® shall involve the use of a Participant Application, which is subject to the terms and conditions 01

an End User License Agreement ("EULA"). During the Trial, AT&T shall allow Cuslomer to utilize the Service through thE Participant Application pursuant to the terms of the EULA.

e. In providing the Service during the Trial, AT&T shall have the ability, in its sole discretion, to add, delete and/or modify an) features and functionalities of the Service, with or without notice to Customer.

f. AT&T shall have all rights, title and interest to any and all inventions, ideas, know-how and intellectual property resulting 01

arising from the Trial.

g. AT&T will provide, install, configure and maintain the equipment to support the AT&T UC Services for the duration of the Trial

h. AT&T will design and program the AT&T UC Services for dial plan integration with Customer's existing Avaya PBX enterprise system as defined in the Network Integration Pricing Schedule .. AT&T will also configure the UC Services connecting to the Avaya (legacy Nortel) PBX located at 600 Commerce Street, Dallas, Texas 75202 as defined in the Network Integration Pricing Schedule.

i. AT&T will provide 7x24x365 Support via AT&T's UC Service Desk to provide Tier 1.5-4 support for all equipment, UC software and end user UC applications as well as Security Incident Response Management.

j. AT&T will coordinate testing with the County during all phases of system installation.

6. Customer's Responsibilities

a. During the Trial, Customer agrees to comply with the all technical requirements necessary to utilize and evaluate the Servke. Customer will be responsible for its own CPE and appropriate transport/connectivity between its network and the AT&T UC network. Such technical requirements shall be provided to Customer prior to the beginning of the Trial and may be modified by AT&T during the Trial.

b. Customer shall provide the following network services at Customer's expense:

i. the existing Opt-E·MAN service between their Data Hub 600 Commerce Street, Dallas TX 15202 and their Gran<:f Prairie Sub-courthouse at 130 W Church Street, Grand Prairie TX 75050 for the Project.

ii. 8 Business Access Lines (POTS) for faxes and failover at the Grand Prairie Sub-Courthouse.

iii. 1 DS1 circuit from the County's Data Hub located at 600 Commerce Street, Dallas TX 75202 to AT&T's Internet [)ata Center (I DC).

iv. All network infrastructures necessary to support IP telephony, including L2/L3 hardware, switch configurations, WAN, and cabling, as reasonably determined by AT&T.

v. Provide configuration services and changes required in the Avaya (legacy Nortel) PBX for dial plan integration ar>d with 200 numbers in the County's dialing plan.

c. Customer has responsibility for compliance with all procurement laws, rules and regulations and shall cooperate with AT& if in all aspects of the Trial as reasonably required by AT&T. Cooperation shall include, but not be limited to: (i) evaluating the Service while the Trial is in progress and informing AT&T of its views concerning the strengths and weaknesses of the Service; (ii) completing such surveys as AT&T may submit to Customer during the Trial; and (iii) to the extent reasonably necessary, assist in required maintenance and trouble shooting. During the Tria!, Customer shall permit AT&T, upon reasonable request, to petiorm such maintenance, tests, experiments and measurements as it deems appropriate. Customer agrees to accept electronic and/or written communications regarding the Trial and the Service to the person(s) designated above.

d. Customer acknowledges that nothing in this Agreement shall be construed as a commitment by AT&T to offer the Service to Customer or to anyone else following the termination of the Trial. A separate agreement shall be required for the Service after the termination of the Trial.

UC Services Dallas Trial AT&T and Customer Conflden!iallnformation Page 3 of 8

attuid - hp549n

e.

f.

g.

h.

i.

j.

k.

i.

59 AGREEMENT FOR TECHNICAL TRIAL FOR AT&T UNIFIED COMMUNICATIONS AS A SERVICE

Customer has sale responsibility for adequately protecting and maintaining its own equipment, software, data, and othe property used in connection with the Trial. Customer agrees to hold AT&T harmless from any damage or loss to Customer' equipment, software, data and other property that may result from the SelVice or participation in the Trial.

Unless otherwise agreed in writing, Customer shaH bear its own expenses associated with the Trial.

The Trial and the Service made available through the Trial will not affect, in any way, Customer's obligations to AT&T for am tariffed services which it receives from AT&T <or any goods or services provided to Customer by AT&T under any other contract; or agreements. Customer will be responsible for any mobile phone charges incurred in conjunction with the Service.

Customer acknowledges and agrees that (ihe Service will not include access to 9-1-1 or other emergency numbers anc Customer further agrees to maintain necessary connectivity to 9~1-1 or other emergency numbers through the use of service~ other than the Service. Customer is directed to the AT&T Service Guide, Emergency 911/E911 provisions for further informatior regarding Customer's obligations regarding tfie provision of 911/E911 Services.

Customer shall restrict access to the Service, and any web portals or other means to access the Service, to Customer':: registered users, who shall be limited to Customer's employees, officers and directors.

Customer agrees to comply with the terms and conditions of the EULA both during and after the Trial and the term of thio Agreement. Customer shall ensure that ifs 'Users which install the Software through Customer's network, including but nol limited to its employees, accept the terms and! conditions under the EULA, prior to their use of the AT&T UC Services.

Access Right. Customer will in a timely manner allow AT&T access as reasonably required for the Services to property and equipment that Customer controls and will obtain at Customer's expense timely access for AT&T as reasonably required for the Services to property controlled by third parties such as Customer's landlord. AT&T will coordinate with and, except in an emergency, obtain Customer's consent to enter upon Customer's property and premises, which consent shall not be unreasonably withheld. Access rights mean the right to construct, install, repamr, maintain, replace and remove access lines and network facilities and the right to use ancillary equipment space within a building for Customer's connection to AT&T's network. Customer must provide AT&T timely information and access to Customer's facilities and equipment as AT&T reasonably requires for the Services, subject to Customer's reasonable security policies. Customer will furnish any conduit, holes, wire ways, wiring, plans, equipment, space, power/utilities and other items as AT&T reasonably requires for the Services and will obtain any necessary licenses, permits and consents (including easements and rights-of~way). Customer wi!! have the Site ready for AT&T to perform its work according to a mutually agreed schedule.

Safe Working Environment. Customer wlll ensure that the location at which AT&T insta/ls, maintains or provides SeNices is a safe working environment, free of Hazardous, Materials and reasonably suitable for the Services. "Hazardous Materials" mean any substance or material capable of pOSing an unreasonable risk to health, safety or property or whose use, transport, storage, handling, disposal or release is regulated by any law related to pollution, to protection of air, water or soil or to health and safety. AT&T shall have no obligation to perform wo,rk at a location that is not a suitable and safe working environment or to handle, remove or dispose of Hazardous Materials.

7. Termination

a. This Agreement shall terminate upon the earlier to occur of the following: (i) the expiration date of the Term of the Trial; (ii) upon thirty (30) business days' prior written notice 1>" either party; or (iii) immediately and without notice, as required by either party to comply with appl"lcable law, regulation or lawfull order.

b. Upon termination of this Agreement or upon expiration of the Term of the Trial. AT&T may offer, in its sole discretion, Customer the ability to subscribe to the Service. Custormer's subscription to the Service shall be pursuant to terms and conditions mutually ~~u~~b~~ .

8. Confidentiality

a. Both parties, for their mutual benefit, desire 00 disclose or have disclosed to the other, certain speCifications, deSigns, plans, drawings, software, data prototypes, or other business andlor technical information (hereinafter collectively referred to as "Information") which is proprietary to the disclosing party or its affiliated companies. The receiving party shall hold such Information in confidence, shall reproduce or ,copy such Information only to the extent necessary for its authorized use, shall restrict disclosure of such Information to its employees who have a need to know, shall advise such employees of the obligations assumed under this section, and shall not disclose such Information to any third party without the prior written approval of the other party.

b. These restrictions on the use of disclosure of information shall not apply to anl/lnformation: (i) that is independently developed by the receiving party or its affiliated companies or !awfully received free of restriction from another source having the right so to furnish such Information; or (Ii) that is or becomes publicly available by means other than unauthorized disclosure; or (iii) that, at the time of disclosure to the receiving party, was known to such party or its affiHlated companies free of restriction as evidenced

UC Services Dallas Trial AT&T and Customer Confidential Information Page 4 of 8

attuid - hp549n

60 AGREEMENT FOR TECHNICAL TRIAL FOR AT&T UNIFIED COMMUNICATIONS AS A SERVICE

by documentation in such party's possession; or (iv) that the disclosing party agrees in writing is free of restrictions stated in this Agreement.

c. Information shall be subject to these confidentiality restrictions if it is in writing or other tangible form, only if clearly marked as proprietary when disclosed to the receiving party or, if not in tangible form, only if summarized in a writing so marked and delivered to the receiving party within 30 days of such disclosure, in which case the Information contained in such summary shall be subject to the restrictions herein.

d. Other than as may be granted in the EULA, no license to a party, under any trademark, patent, copyright, mask work protection right or any other intellectual property right, is either granted or implied by the conveying of Information to such party. None of the Information which may be disclosed or exchanged by the parties shall constitute any representation, warranty, assurance, guarantee or inducement by either party to the other of any kind, and, in particular, with respect to the non-infringement of trademarks, patents, copyrights, mask protection rights or any other intellectual property rights, or other rights of third persons or of either party.

e. All Information shall remain the property of the transmitting party and shall be returned upon written request or upon the receiving party's determination that it no longer has a need for such Information. Upon expiration or termination of this Agreement, each party shall return to the transmitting party, or, if agreed to by the transmitting party, destroy, all Information supplied by the transmitting party, and all copies of Information.

f. Each party agrees that it will not, without the prior written consent of the other, transmit, directly or indirectly, the Information received from the other hereunder or any portion thereof to any country outside of the United States.

g. Each party agrees that all of its obligations undertaken in this Section 5 as a receiving party of Information shall survive and continue for five (5) years after any termination of this Agreement.

h. Customer's feedback to AT&T provided pursuant to Subsection 3(b) of this Agreement shall be considered AT&T's proprietary information. Notwithstanding subparagraph 5(e), customer may retain a copy of this Agreement following the Agreement's expiration or termination.

9. Warranty Exclusion

a. CUSTOMER UNDERSTANDS THAT THE TRIAL IS OFFERED ON AN "AS IS" BASIS. AT&T MAKES NO WARRANTY, GUARANTEE, OR REPRESENTATION, EXPRESS OR IMPLIED, RELATING TO THE RELIABILITY, EFFECTIVENESS, ACCURACY, COMPLETENESS, PERFORMANCE, OR OPERATION OF THE TRIAL, THE SERVICE, OR OF THE EQUIPMENT AND SERVICES FURNISHED TO CUSTOMER FOR PURPOSES OF THE SERVICE OR THE TRIAL, AND SPECIFICALLY DISCLAIMS ANY WARRANTY OF MERCHANTABILITY, NON-INFRINGEMENT OR FITNESS FOR A PARTICULAR PURPOSE.

b. Customer also understands that AT&T does not guarantee that the Trial and/or the Service will not cause interruptions in or interference with Customer's telecommunications services. Customer agrees to hold A T& T harmless from any interruptions to Customer's services resulting from the Trial, including amounts that might otherwise be due Customer from AT&T pursuant to any Service Level Agreement or other tariff or contract.

10. Limitation of Liability

a. CUSTOMER SHALL NOT BE ENTITLED TO DAMAGES, INCLUDING WITHOUT LIMITATION ANY GENERAL, DIRECT, INDIRECT, INCIDENTAL, CONSEQUENTIAL, RELIANCE OR SPECIAL DAMAGES, ON ACCOUNT OF ANY ACT OR OMISSION OF AT&T RELATED IN ANY WAY: TO THE TRIAL; TO THE SERVICE; TO EQUIPMENT OR SERVICES PROVIDED TO THE CUSTOMER FOR PURPOSES OF THE TRIAL OR OF THE SERVICE; OR TO THIS AGREEMENT. THIS SECTION SHALL APPLY (i) REGARDLESS OF THE FORM OF ACTION, WHETHER IN CONTRACT, WARRANTY, STRICT LIABILITY, TORT (INCLUDING, WITHOUT LIMITATION, NEGLIGENCE OF ANY KIND, WHETHER ACTIVE OR PASSIVE) OR OTHERWISE, AND (ii) WHETHER OR NOT DAMAGES WERE FORESEEABLE.

b. As used in this Section 7, "AT&T" and "Customer" shall be deemed to include parents, subsidiaries, and affiliates, and the directors, officers, employees, agents, representatives, and subcontractors of all of them.

11. Force Majeure

Neither party nor its affiliates, subsidiaries, subcontractors, parent corporation or any of its parent's affiliates or subsidiaries shall be liable in any way for delay, failure in performance, loss or damage due to any of the following force majeure conditions: fire, strike, embargo, explosion, power blackout, earthquake, flood, war, labor disputes, civil or military authority, acts of God or the public enemy, inability to secure raw materials, acts or omissions of other carriers or suppliers, or other causes beyond its reasonable control, whether or not similar to the foregoing.

UC Services Dallas Trial AT&T and Customer Confidenliallnformalion Page 5 of 8

attuid - hp549n

61 AGREEMENT FOR TECHNICAL TRIAL FOR AT&T UNIFIED COMMUNICATIONS AS A SERVICE

12. Assignment

Neither party may assign or transfer or attempt to assign or transfer any part or all of this Agreement. or any of its rights or obligatio", hereunder, without the prior written consent of the other party, except that AT&T may assign this Agreement to its parent, any subsidiary, 0

any affiliate.

13. Choice of Law and Venue

The construction, interpretation and performance of this Agreement shall be governed by the laws of the State of Texas without giving effec to its choice of law rules. The exclusive jurisdiction and venue for any dispute under this agreement shall be a court of competent jurisdictfor located in Dallas County, Texas.

14. Entire Agreement

The terms and conditions of this Agreement shall constitute the entire agreement and understanding of the parties with respect to the subject matter hereof and shall supersede all prior, written or ora! agreements, proposals Of understandings. Th'ls Agreement shall not be modified, altered, changed or amended in any respect, except by a writing signed by an authorized representative of each party.

15. Publicity

Neither party shall use the name or logo of the other party in any advertising or publicity related to this Agreement or its subject matter without the express written consent of the other party.

16. Import-Export

Customer shall comply with import and export contro/laws, conventions and regulations for all equipment, software, or technical information Customer moves or transmits between countries using the Services.

17. Compliance with laws

Customer's shall comply with the authorizations, licenses and permissions required by the law in the country in which the Service is used in respect to Customer's use of the Service. Customer shall notify and obtain and remain in compliance with end user consents, authorizations, and permissions to the monitoring, filtering and/or interception of end user e-mail, instant messages or other communications, and/or the processing of personal data in connection with the Service. AT&T acknowledges and agrees that Dallas County does not have the ability under Article XI, Section 7 of the Texas Constitution to indemnify AT&T or any other third party for damages arising under this Agreement.

18. Indemnification.

In addition to the Limitation of Liability set forth above in Section 10, both Parties, including their respective employees and elected officials, agree that each shall be responsible for its own negligent acts or omissions or other tortious conduct in the course of performance of this Agreement, without waiving any governmental immunity available to Dallas County under Texas and other applicable laws, and without waiving any available defenses under Texas and other applicable laws. Nothing in this paragraph shall be construed to create or grant any rights, contractual or otherwise, in or to any third persons or entities.

19. Sovereign Immunity.

This Agreement is expressly made subject to Dallas County's Governmental Immunity, including, wilflout limitation, Title 5 of the Texas Civil Remedies Code and all applicable State and federal Laws. The parties expressly agree that no prOVision of this Agreement is in any way intended to constitute a waiver of any immunities from suit or from liability, or a waiver of any tort limitation, that Dallas County has by operation of law, or otherwise. NOthing in this Agreement is intended to benefit any third party beneficiary. Notwithstanding the foregoing, Vendor does not waive any defenses afforded under Texas law, including but not limited to the Texas Torts Claims Act.

20. Insurance. Within ten (10) days after the Effective Date of this Agreement, AT&T shall furnish, at its sole cost and expense, the following minimum insurance coverage. Such insurance is a condition precedent to commencement of any services. AT&T shaH, ~n the stated ten (10) day period, furnish to the Dallas County Purchasing Agent verification of the insurance coverage in the type and amount required herein, meeting all conditions in this Agreement, by an insurance company rated at least A- by AM Best and eligible to do business in the State of Texas. Such insurance shall show the County as the certificate holder (general liability insurance). Coverage dates shall be inclusive of the contract term and any period of extension, if any and renewal certificates will be provided if need be.

1. The following insurance coverage is required:

(a) Workers' Compensation Insurance in the amount and in compliance ",i,th the provisions as provided fOll" by Texas Law as established by the Texas Workers Compensation Act, Title 5, Subtitle A, Texas Labor Code for all employees assigned to operate or work under this Contract. In the event Client Profiles elects and County approves Client Profiles to sublet any WOll"k, Client Profiles shall require subcontractors to provide Workers' Compensation Insurance for alll of the latter's employees unless Client Profiles affords such

UC Services Dallas Trial AT&T and Customer Confidential Information Page 6 of 8

attuid - hp549n

62 AGREEMENT FOR TECHNICAL TRIAL FOR AT&T UNIFIED COMMUNICATIONS AS A SERVICE

employees protection.

Types of Coverage Limits of Liability

(1) Workers Compensation Statutory

(2) Employer's liability Bodily injury by Accident $500,000 Each Accident Bodily injury by Disease $500,000 Each Employee Bodily injury by Disease $500,000 Policy Limit

This insurance must include a Waiver of Subrogation! Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from the County.

(b) Commercial General Liability Insurance, including Contractual Liability Coverage Commercial General Liability Insurance coverage for the following: (1) Premises Operations; (2) Independent Contractors or Consultants; (3) Products/Completed Operations; (4) Personal Injury; (5) Contractual liability; (6) Explosion, Collapse and Underground; (7) Broad Form Property Damage, to include fire legal liability. Such insurance shall carry limits of One Hundred Thousand and 00/100 Dollars ($100,000.00) for bodily injury and property damage per occurrence with a general aggregate of Three Hundred Thousand and 00/100 Dollars ($300,000.00) and products and completed operations aggregate of One Hundred Thousand and 00/100 Dollars ($100,000.00). There shall not be any policy exclusion or limitations for personal injury, advertising liability, fire damage, legal liability, broad form property damage, and/or liability for independent contractors or such additional coverage or increase in limits specifically contained within the bid speCifications.

This insurance must include a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from the County. (c) Commercial Automobile Liability Insurance. AT&T shall maintain commercial auto liability insurance covering all owned, hired

and non~owned vehicles used in connection with the services performed under this Agreement with limits of liability of One Hundred Thousand and 00/100 Dollars ($1001,000.00) each person and Three Hundred Thousand and 00/100 Dollars ($300,000.00) each accident for bodily injury and One Hundred Thousand and 00/100 Dollars ($100,000.00) each occurrence for property damage or a combined single limit fur bodily injury and property damage liability of Four Hundred Thousand and 00/100 Dollars ($400,000.00).

County shall be included as an additional insured under the terms of these poliCies of insurance.

This insurance must include a Waiver of Subrogation Endorsement, waiving the carrier's right of recovery under subrogation or otherwise from the County.

2. AT&T agrees that, with respect to the above referenced-iinsurance, all required insurance contracts wi!! contain the following required provisions: (a) Include County as an additional insured (as the interest of each insured may appear) as to all applicable coverage. (b) Provide that the inclusion of one or more persons, corporations, organizations, firms or entities as insureds under this policy shall not

in any way affect the right of any such person, corporation, organization, firm or entity with respect to any claim, demand, suit, or judgment made, brought or recovered in favor of any other insured.

(c) Provide that this policy shall protect each person, corporation, organization, firm or enUty in the same as though a separate policy had been issued to each, provided that its endorsement shall not operate to increase the insurance company's limits of liability as set forth elsewhere in the policy.

(d) Provide that the other insurance clause shall not apply to County where County is an additional insured on the policy.

3. AT&T shall be solely responsible for all cost of any insurance as required here, any and all deductible amount.

4. It is the intent of these requirements and provisions that insurance covers all cost and expense so that County will not sustain any expense, cost, liability or financial risk as a result of the performance of services under this Agreement.

5. Except as otherwise expressly specified, AT&T shall agree that all required policies of insurance shall, waive the issuing insurance company's right of recovery against County, whether by way of subrogation or otherwise.

6. Insurance certificates. The certificates of insurance shall list Dallas County as the certificate holder. Any and all copies of Certificates of Insurance shall reference the RFP number, if any, for which the insurance is being supplied. All duly executed certificates for the same required to be carried by AT&T under this AII,reement, ,shall be delivered to the Dallas County Purchasing Agent located at the Dallas County Records Building, 509 Main Street, 6 Floor, Suite 623, Dallas, Texas 75202 within ten (10) days of execution andlor renewal of this Agreement and upon renewals with ten (10) days prior to the expiration of the term of such coverage, or such non-delivery shall constitute a default of this Agreement subject to immediate termination at County's sole discretion.

7. All insurance coverage shall be on a per occurrence basis or a per claim basis if AT&T provides for two (2) year tail coverage or continued renewad coverage, unless specifically approved In writing and executed by the County's Purchasing Agent and Risk Manager.

8. All insurance required to be carried by AT&T andlor subcontractors under this Agreement shall be acceptable to County in form and content, in its sole discretion. Acceptance of or the verificatffon of insurance shall not relieve or decrease the liability of AT&T.

UC Services Dallas Trial AT&T and Customer Confidenliallnformation Page 7 of 8

a!tuid - hp549n

63 AGREEMENT FOR TECHNICAL TRIAL FOR AT&T UNIFIED COMMUNICATIONS AS A SERVICE

9, Approval, disapproval or failure to act by County regarding any insurance supplied by AT&T shall not relieve AT&T of full responsibility a liability for damages and accidents as set forth herein, Neither shall bankruptcy, insolvency or denial of liability by any insuranc, company exonerate AT&T from liability,

10. Insurance is a condition precedent to any work and/or services performed under this Agreement and for the entire term of thi~ Agreement, including any renewals or extensions, In addition to any and all other remedies County may have upon AT&T's failure te provide and maintain any insurance or policy endorsements to the extent and within the time herein required, or such insurance lapses, is reduced below minimum requirements or is prematurely terminated for any reason, County shall have the right to order AT&T to stop work and/or services hereunder or, at its sale discretion, terminate this Agreement.

11, AT&T shall advise County in writing within 72 business hours of any claim or demand against County or AT&T, known to AT&T related to or arising out of AT&T's activities under this Agreement.

12, Acceptance of the services by County shall not constitute nor be deemed a release of the responsibility and liability of AT&T, its employees, associates, agents or subcontractors for the accuracy and competency of their services; nor shaH such acceptance be deemed an assumption of responsibility or liability by County for any defect in the services performed by AT&T, its employees, subcontractors, and agents.

13, Nothing herein contained shall be construed as limiting in any way the extent to which AT&T may be held responsible for payments of damages to persons or property resulting from AT&T's or its subcontractor's peliormance of the work and/or services covered under this Agreement

14. It is agreed that County shall deem AT&T's required insurance primary with respect to any insurance or self insurance carried for liability arising out of operations under this Agreement.

15, AT&T shall notify County in the event of any cancellation in required coverage that is not replaced,

16, The provisions of this Section are solely for the benefit of the Parties hereto and not intended to create or grant any rights, contractual or otherwise, to any other person or entity.

17. The provisions of this Section shall sUlVive termination or expiration of this Agreement or any determination that this Agreement or any portion hereof is void, VOidable, invalid or unenforceable.

18. Insurance Lapses.

Pursuant to Section 94,73 of the Dallas County Code, if the AT&T fails to maintain the required insurance under this Agreement at all times during the Agreement or otherwise has a lapse in any of the required insurance coverage, including worker's compensation coverage, during the term of the Agreement, AT&T shall immediately cure such lapse at the AT&T's sale cost and expense orthe County may terminate the Agreement

19, Independent Contractors The Parties are and shall be independent contractors to one another, and nothing herein shall be deemed to create an agency, partnership or jOint venture between the Parties.

Recommended by:

Chris Thompson Director of Operations Dallas County, Texas

APPROVED AS TO FORM*: DALLAS COUNTY CRAIG WATKINS DISTRICT ATTORNEY

TERESA GUERRA SNELSON CHIEF, CIVIL DIVISION

Melanie Barton Assistant District Attorney

*8y law, the District Attorney's Office may only advise or approve contracts or lega8 documents on behalf of its clients. It may not advise or approve a contract or legal document on behalf of other parties. Our review of this document was conducted solely from the legal perspective of our client. Our approval of this document was offered solely for the benefit of our client. Other parrties should not rely on this approval and should seek review and! approval by their own respective attorney(s).

UC Services Dallas Trial AT&T and Customer Confidential Information Page 8 of 8

atluid - hp549n

64

DALLAS COUNTY O!lli i ",,)' i'U"U' !JTY i \ ,,", \_ I 1, ,.. Il

OFFICE OF INFORMATION 1EJt1llNOl:;ooy;oUrlT

13 FEB I 3 r;l 2: 56

February 19,2013

TO: Commissioners Court

THROUGH: Stanley Victrum, Chief Information Officer

FROM: Randy Guin, IT Security Officer

SUBJECT: IT Security Policy Amendment - cns (Criminal Justice Infonnation Systems) Access and Support

BACKGROUND In 2010 The FBI (Federal Bureau ofInvestigation) implemented a three-year transition plan to implement major revisions to the CJIS Security Policy (version 5,1) to be completed by 2013,

Dallas County has historically maintained CJI (Criminal Justice Information) on 1he Mainframe, With the implementation of new systems and systems integration to add functionality and improve efficiency, the scope of CJIS compliance has expanded,

The purpose of this briefing is to present an amendment to the Dallas County IT Security Policy for review and distribute to County Departments for 30-day review and comment

OPERATIONAL IMPACT The purpose of the proposed policy amendment is to provide policy and procedure to ensure Dallas County maintains compliance with State and Federal guidelines required for access and support for cns systems,

FINANCIAL IMPACT There will be no financial impact as a result of this policy.

STRATEGIC PLAN COMPLIANCE The implementation of the IT Security Policy will support Vision I: Dallas County government is a model interagency partner. The policies will provide guidelines for all Dallas County departments to adhere to the same IT policies.

RECOMMENDATION Staff recommends the Commissioners Court approve the proposed amendment to the Dallas County IT Security Policy as attached for inclusion in 1he Dallas County Code.

Recommended by:

509 Main St., 6th Floor, Dalias, Texas 75202 Work (214) 653-6649

)

[email protected] Fax (214) 653-6327

65

74-1025 - Criminal Justice Information Systems Access and Support for Persons who are not Peace Officers.

Dallas County has applied the rules contained with the CJIS Security Policy to access the TLETS (Texas Law Enforcement Telecommunications System) and associated systems which include the Texas Crime Information Center (TCIC), National Crime Information Center (NCIC), and the Texas Computerized Criminal History (CCH) file and others.

Dallas County in its sole discretion shall make a determination based upon Texas Commission on Law Enforcement Officer Standards and Education (TCLEOSE) peace officer criminal history screening rules (Title 37, Texas Administrative Code, Chapter 217) to determine eligibility for systems access for all Dallas County IT Staff, contractors and vendors.

Dallas County shall require all Vendors and/or Contractors entering into business with Dallas County which will require access to systems processing, storing or transmitting Criminal Justice Information (CJI) to include the CJIS Security Addendum in accordance with the Federal Bureau of Investigation CJIS Policy 5.1 Section 5.1.1.5 as part of any and all contracts with Dallas County.

(Texas department of Public Safety, Policy Statement - Texas CJIS Systems Access Revised 2/29/08)

(Criminal Justice Information Services (CJIS) Security Policy Version 5.1 7/13/2012 Section 5.12.1.1&2).

66

DALLAS COUNTY ["'A'I' f,c' ;'(',!IUfY " ) _LI-,') \.JUl.;lt

OFFICE OF INFORMATION:1I1E(i;HN'OOO(t;¥JfH

13 FEB ! 3 P!4 2- 5Ei

February 19, 2013

To: Commissioners Court

Through: Stanley Victrum, ChiefInformation Officer

From: Randy Guin, IT Enterprise Security Officer

Subject: Strong (2 Factor) Authentication

BACKGROUND Dallas County began expanding the acceptance of credit card payments in 2012 which expanded the scope for PCI (Payment Card Industry) compliance,

Dallas County is currently implementing policy, process and network changes to meet CJIS (Criminal Justice Information System) compliance,

Both PCI and CJIS standards require a strong or 2-factor authentication solution for remote access to the Dallas County network to maintain compliance,

RECOMMENDATION The Office ofInformation Technology recommends using the 2-factor strong authentication solution, The solution uses mUltiple forms of authentication meeting CJIS and PCI requirements while providing 2-factor authentication functionality addressing public safety concerns for LEA's (Law Enforcement Agency) and security concerns for users requiring remote access,

IMPACT ON OPERATIONS There will be no immediate impact on operations,

STRATEGIC PLAN COMPLIANCE The approval, purchase and implementation of the requested software and hardware are consistent with Strategy I A of the County's Strategic plan: Improve the Customer Experience by implementing Standards of Operation, Innovation and Technology.

67

LEGAL IMPACT Dallas County has committed to maintaining PCI compliance as part of the contracts with our banking and credit card processing vendors. Failure to maintain compliance could result in penalty fees and/or being unable to accept credit card payments.

Dallas County has committed to maintaining CJIS compliance to enable law enforcement timely and secure access to ClI (Criminal Justice Information). Failure to maintain compliance could result in Dallas County LEA's not having access to TLETS (Texas Law Enforcement Telecommunications System) data.

FINANCIAL IMPACT 2-factor software, including maintenance and professional services can be purchased through Visual Pro 360 (DlR-SDD-1365) for $37,850.00. Funding is available in the Major Technology Fund Unallocated Reserves to be transferred to the IT Maintenance fund (195.1090.6520)

M/WBE None

Recommended by:

ctrutn, Chief Information Officer

DALLAS COUNTY PUBLIC WORKS

February 19, 2013

MEMORANDUM

TO: Commissioners Court

68

THROUGH: Mike Cantrell, Commissioner District No.2

FROM: Alberta L. Blair, P.E. Director of Public Works

SUBJECT: MERRITT ROAD MCIP PROJECT 22805

13 fEB 13 P~f ~: 21

(Garland/Rowlett City Limits Parkway to Pleasant Valley Road) CONTRACT FOR PROJECT CONSTRUCTION

BACKGROUND

Merritt Road from Garland/Rowlett City Limits to Pleasant Valley Road was selected in the fifth call for projects for the Major Capital Improvement Program for Program Year 2013. The project is located in Road and Bridge District 2 and in the City of Sachse.

Dallas County and the City of Sachse have entered into MASTER AGREEMENTS GOVERNING TRANSPORTATION MAJOR CAPITAL IMPROVEMENT PROJECTS. Dallas County and the City of Sachse have executed a SUPPLEMENTAL AGREEMENT TO MASTER AGREEMENT for this project pursuant to Court Order 2011-2099 dated December 6,2011. By City Resolution No. 3338 the City of Sachse approved the amount of City project costs stated in the SUPPLEMENTAL AGREEMENT. The County is designated as the LEAD AGENCY for the project.

Bids were received for Merritt Road MCIP Project 22805 (Bid No. 2013-012-6206) from Garland/Rowlett City Limits to Pleasant Valley Road on December 20, 2012, with Ed Bell Construction Co. SUbmitting the best and lowest bid in the amount of $2,828,411.91 including Add Alternate Bid No 1, Alternate Bid No.2 and Partnering Workshop.

411 Elm St., 4th Floor Dallas, Texas 75202 (214)653-7151

Commissioners Court Page Two

PROJECT SCHEDULE

69

A total of 240 working days have been allocated for the constmction contract. It is anticipated that actual constmction of the project will begin in Mandl 2013 and will be completed around Summer 2014.

OPERATIONS AND BACKGROUND

Constmction of this project, i.e., reconstmcti:on of Merritt Road, will provide improvement of the existing inadequate facility and improve Sachse's connection to the George Bush Tollway, and a seamless connection with the Rowlett portion of the improved Merritt Road. After constmction of the project, Merritt Road will be maintained by the City of Sachse.

FINANCIAL IMPACT

On December 20, 2012, bids were received for the subject project as follows (including Add Alternate Bid No.1, Alternate Bid No.2 and Partnering Workshop; detailed bid tabulation is attached):

Ed Bell Constmction Co. Tiseo Paving Company Lone Star Civil CPS Civil Austin Bridge & Road PaveCon, Inc.

$2,828,411.91 $3,019,438.45 $3,080,778.27 $3,097,778.00 $3,115,093.00 $3,183,770.20

The City of Sachse's total cost for funding in<eluding City requested items is $1,895,893.91.

M/WBE PARTICIPATION

A report from the Minority/Women Owned Business Enterprise Office is attached.

STRATEGIC PLAN COMPLIANCE

The County has worked with the City of Sacmse and numerous agencies and utilities on this project which is consistent with Vision 1: Dallas County iis a model interagency partner. This project will improve County transportation and other infi-astmctrure whieh is consistent with Vision 4: Dallas County proactively addresses critical regional issc\Ues and Vision 5: Dallas County is the destination of choice for residents and businesses.

411 Elm St., 4th Floor Dallas, Texas 75202 (214)653-7151

Commissioners Court Page Three

RECOMMENDA TlON

70

Ed Bell Construction Co. has performed in a satisfactory manner on previous similar projects. If Commissioners Court is in agreement, a court order will be placed on the next fOlTIlal agenda authorizing the award of a construction contract with Ed Bell Construction Co. in an amount not to exceed $2,828,411.91 to be paid $932,518.00 fi'om MCIP Fund 196, Project 8201, with the remaining $1,895,893.91 to be reimbursed by the City of Sachse.

Approved by:

/:..& Blair, P.E. ' L.Jhector of Public Works

Attachments: Bid Tab M/WBE Report

JLM/DA/mg

411 Elm St., 4th Floor Dallas, Texas 75202 (214)653-7151

71

~ ~ • " to z , ~ z ~ d

" • ,

72

g I ~

· ~~ N£:!

i ~~ ~ ~ .. • , OJ •

, 9~ ~ 00

~ 0 0

'ti

" i ,

~ • • 0

i i 0

~ ~

.{ i • !

~ 0 • • , " 0 ~ •

~

n-q m 0 ~o ;;: ,--l<....

i gg o ~!.(' ~

iHl ill -l G"l~

0 o • > 1 ~~ ~ ~ ~~

i II ::! G) 2;:0 o m S!=i Z ;:!l:::O-l

0, ~ ~~

a ~~ 5 mo , ~.

I ~~ J 00 ~.

~g <. !:~

~; h 8 :l]g • ~~ ~ m

~ liB d~ ;!!~ m"

~ z

" ~ Ii < , g 0

C

~ ,

0 C > Z

~ < C Z

" • ~ ~

~ ~ ~

~ 1'ltl'I'II'I'ln'J'I'I'1 Ii " > ~n!§g8 §§iH!§§s8§§

w , g g :5 :5 8 1 g g 8 g g g g g g 8 c z ~ · '" , " ! m

~ I l Ii Ii II Ii IIIIIII! 1IIIIi 1I1I1I Ii III II I ,

c z

" • ~ • 0 m

~ m ,

1[[[IIII~~1 [I ~ , ~ .. "''''1tl''!:l''''''''''''' "

~ r~!~~~~~~!~~~!~~ :gggi'l':~~':'ll>llii;:.j;2!og<l , g8gi;l\'i5:1?,.;!,\t,~g)'lg)'l~gg c ~ • ~ 0 • m • ,

l'I'lil'I"I"I'I'I'I'I"I'I'11 II ~

i § -8 -§ § § § -§ § 'g '§ 'g § '§ § § § , gggSgSSgSggggggg c z

~ " • g. ~ 0 m

~ m 00 x ~§ " • m , !'!'", ~ [ -, 0 ~~ Z

c ~t z

" "g • • n m

8 m ~ I 0 z ~

SL

74

8 ! " 8 ! ,

DALLAS COUNTY COMMISSIONERS COURT Minority/Woman Business Office

MEMORANDUM

DATE:

TO:

January 23, 2013

John Mears, P.E. Dennis Abraham, P.E. Gloria Torres, Senior Buyer

75

FROM: Matthew Parson, Interim Minority Business Officer

SUBJECT: M/WBE Review of "Merritt Road, MCIP Project # 22805

Page 1 of2

Garland/Rowlett City Limits to Pleasant Valley Road" #2013-012-6206

The M/WBE evaluations for the subject bid are as follows:

Austin Bridge & Road. LP (Non-MIWBE Firm) The firm reports that they will perform the required duties with existing staff, as well as with the following certified firms:

MIWBE Firm T&R Excavation (HM) WOE Construction (WF) Signature Contractors (WF) WOE Construction (WF)

Amount $185,000.00 $500,000.00 $100,000.00 $185,000.00

% 5.85% 15.82% 3.16% 5.85%

Ed Bell Construction Com pan v (Non-MIWBE Firm) The firm reports that they will perform the required duties with existing staff, as well as with the following certified firms:

MIWBE Firm American Striping Company (WF) Brock Environmental Services (WF) Brenda Price Trucking (WF) WOE Construction (WF) K&S Contractor Services (WF) Signature Contracting (WF)

CPS Civil LLC (Non-MIWBE Firm)

Amount $37,000.00 $13,000.00 $65,000.00 $10,000.00 $400,000.00 $63,000.00

% 1.31% 0.46% 2.30% 0.35% 14.14% 2.23%

The firm reports that they will perform the required duties with existing staff. The firm did not indicate the payment amounts. Below are the following certified firms they anticipate involving:

509 Main Street, Suite 613, Dallas, Texas 75202 214-653-6018 (OlIiee) 214-653-7449 (Fax)

76

MfWBE Review of "Merritt Road, MCIP Project #22805 Garland/Rowlett CIty Limits to Pleasant Valley Road" #2013-012-6206

MiWBE Firm Buyers Barricades (WF) American Striping (WF) I&H Concrete Cutting (WF)

Amount TBD TBD TBD

Lone Star Civil Construction Incorporated (Non-MIWBE Firm)

% TBD TBD TBD

Page 2 on

The firm did not submit any of the required M/WBE forms with the exception of the EE-01.

Pavecon (Non-MIWBE Firm) The firm reports that they will perform the required duties with existing staff, as well as with the following certified firms:

MIWBE Firm I&H Concrete Cutting (BM) American Striping (WF)

Amount $600,000.00 $37,545.00

Tiseo Paving Company (Non-MIWBE Firm)

% 18.68% 1.17%

The firm reports that they will perform the required duties with existing staff, as well as with the following certified firms:

MIWBE Firm Brock Environmental Services (WF) T&R Excavation (HM) Peachtree (N/A) WOE Construction (WF)

Amount $13,590.00 $244,000.00 $228,000.00 $207,000.00

cc; Commissioners Court (thru Darryl Martin)

% 0.45% 8.08% 7.55% 6.86%

509 Main Street, Suite 613, Dallas, Texas 75202 214-653-6018 (Office) 214-653-7449 (Fax)

Bid Summary

Merritt Road MCIP Project #22805

(Garland/Rowlett City Limits to Pleasant

Valley Road)

PAVING, DRAINAGE, AND UTILITY

IMPROVEMENTS

Bid Number #2013-012-6206

General Contractor

Austin Bridge & Road, LP

Ed Bell construction Company

CPS Civil LLC

Lone Star Civil Construction Incorporated

Pavecon

GC's Bid Amount MLWBE Subs SUQQliers

$ 3,160,114.75 T&R Excavation

WOE Construction

Signature Contractors

WOE Construction

$ 2,828,411.91 American Striping Company

Brock Environmental Services

Brenda Price Trucking

WOE Construction

K&S Contractor Services

Signature Contracting

$ 3,079,973.00 Buyers Barricades

American Striping

I&H Concrete Cutting

$ 3,033,963.95 TBD

$ 3,211,359.80 I&H Concrete Cutting

American Striping

MLWBE MLWBE S @ Bid M!WBE %

HM $ 185,000.00 5.85%

WF $ 500,000.00 15.82%

WF $ 100,000.00 3.16%

WF S 185,000.00 5.85%

$ 970,000.00 30.70%

Wf $ 37,000.00 1.31%

WF $ 13,000.00 0.46% ----l

WF $ 65,000.00 2.30%

WF $ 10,000.00 0.35% ----l WF $ 400,000.00 14.14%

WF $ 63,000.00 2.23%

$ 588,000.00 20.79%

WF TBD TBD

WF TBD TBD

BM TBD TBD

TBD TBD TBD

BM $. 600,000.00 18.68%

WF $ 37,545,00 1.17%

$ 637,545.00 19.85%

Tiseo Paving Company $ 3,019,438.45 Brock Environmental Services WF

T&R Excavation HM

Peachtree

WOE Construction WF

'low bidder shown in bold

$ 13,590.00

$ 244,000.00

$ 228,000.00

$ 207,000.00

$ 692,590.00

0.45%

8.08%

7.55%

6.86%

22.94%

-...,J OJ

79 DALLAS COUNTY OFFICE OF BUDGET AND EV ALUATION

February 12, 2013

TO: Commissioners Court l~o;;

THROUGH: Ry~~rown, Budget Officer

FROM: Office of Budget and Evaluation Staff

SUBJECT: Conference/Travel{fraining Requests

The following departments have requested approval for Conference/Travel/Training. The requested amounts listed are estimates. All reimbursements for hotel and meals are reimbursed according to Dallas County policy with receipts. Mileage reimbursements are reimbursed at the approved rate at the time of travel. Additional documentation is available for further reference.

Elected Officials/Departments notifying Commissioners Court of Conference/Travel/Training fund requests that do not require Commissioners Court approval under State Statues

PROBATE COURT INVESTIGATOR/VISITOR OFFICE - Myra Kirkland, Patricia McArdle, Elizabeth Hart, Renata Cunha, Drew Dixon, and Olga Moreno notifies Commissioners Court of their attendance at the 2013 Spring Gerontological Symposium at Baylor University LHSON in Dallas, Texas on March 1, 2013. The total cost to attend is $510 for registration fees ($85 per person). Funding is available in Escrow Funds 532.4701.4702.4703.21667.

Elected Officials/Departments requesting Conference/Travel/Training approval for funds that have Commissioners Court authority

OFFICE OF INFORMATION TECHNOLOGY - requests approval for Rodney Christian and Sabrina Roberts to perform a site visit to Data Management Center in Malabar, Florida from February 12-13, 2013. The total estimated cost to attend is $1,681 ($946 - transportation, $300 - hotel, $160 - food, $100 -luggage fee, and $175- rental car and gas). Funding is available in 195.1090.4010.

JUVENILE DEPARTMENT - requests approval for Nakish Greer to attend the Administrative Assistants Training in Dallas, Texas on April 4, 2013. The total estimated cost to attend is $225 ($20 - food, $195 - registration, and $10 - parking). Funding is available within budget -professional fees.

411 Elm Street - 3rd Floor, Dallas Texas 75202-3340 (214) 653-6363 • Fax (214) 653-6517 • rlwiltkins(fllc!aHilscounty.clIz<g

80

COUNTY TREASURER- requests approval for Joe Wells to attend the TAC County Investment Officer Training, Level II in Galveston, Texas from June 10-13, 2013 in Galveston, Texas. The CIO II Conference - 20 hours is required for continued County Investment Officer Certification and Public Funds Investment Act Training requirement. The total estimated cost to attend is $536 ($200 - hotel and $336 - roundtrip mileage). Funding is required from Unallocated Reserves.

SHERIFF - requests approval for the following:

a) T. Trout to attend the K9 Dog Refresher Training in Kaplan, Louisiana from February 25-28, 2013. The total estimated cost to attend is $500 ($276- hotel and $200 - food). Funding is available in 532.3151.91002.

b) L. Jones to attend the K9 Dog Refresher Training in Kaplan, Louisiana from February 25, 2013-March 1, 2013. The total estimated cost to attend is $250 for food. Funding is available in 532.3151.91002.

c) D. Ratcliff-Saldana and S. Womack to attend the Racial Profiling Data Collection and Analysis in Plano, Texas on February 15, 2013. A county vehicle with credit card will be used for transportation. The total estimated cost to attend is $300 for registration ($150-each). Funding is available in 532.3151.91002.

d) Audrey Williams to attend the Crime Against Women Conference in Dallas, Texas from April 8 -10, 2013. The total estimated cost to attend is $325 for registration. Funding is available in 532.3151.91002.

CONSTABLE PRECINCT 4 - Constable Williams to attend the Justice of the Peace and Constables Association of Texas, Inc. Day at the State Capital for one day on February 25-26, 2013 in Austin, Texas. The total estimated cost to attend is $590 ($197 - hotel, $73 - parking, $70 - food, and $250 - rental car). Funding is available in the department's DDA.

COUNTY CLERK - requests approval for Rhonda Pennington-Lamb and Norma Mendoza­Reyna to attend the 2013 Annual Collections Conference in San Antonio, Texas from May 5-8, 2013. The total estimated cost to attend is $2,121 ($991 - hotel, $380 - registration, $300 -travel, $350 - meals, and $100 -parking). Funding is available in the Records Management Fund.

TRUANCY COURT - requests approval for Trina Crosby to attend the Odyssey User Conference in Austin, Texas from May 22 -24, 2013. The total estimated cost to attend is $894 ($194 - mileage, $270 - hotel, $105 - food, and $325-- registration fee). Funding is required from Unallocated Reserves.

Briefing Dale -February 19,2013

81 Notifying Commissionel's Court of Conference/Travel/Training funds used by Gmnt Progmms

SHERlFF - requests approval for Captain Chris Turner and Lieutenant Jerry Kitchens to attend to provide testimony at the Senate Finance Hearing in Austin, Texas on February 6, 2013, A county vehicle will be used for transportation. The total estimated cost to attend is $40. Funding is available in the Sheriff Emission Task Force grant #3095.

OFFICE OF HOMELAND SECURlTY & EMERGENCY MANAGEMENT -- requests approval for the following:

a) Scott Greeson to attend the WEBEOC Training in Austin, Texas from February 25-- 26, 2013. The total estimated cost to attend is $120 ($85 - hotel and $35- food). Funding is available in grant funds #4105.

b) Michael Gaciri to attend the Texas Department of Emergency Management Conference in San Antonio, Texas from March 24 - 28,2013. The total cost to attend is $916 ($496-hotel, $175- food, $150 - registration fees, and $95 - baggage fees and parking). Funding is available in grant funds #4105.

JUVENILE - requests approval for the following:

a) Mary Borrego and Lilia Gutierrez to attend the Region 4 International Teacher Conference in Houston, Texas from February 26 - 27, 2013, The total estimated cost to attend is $750 ($302 - hotel, $114 - rental car, $150 - gas, and $184 - food). Funding is available in the Juvenile Department's State Aid Grant (466.2460.7503.2013).

b) Sarah Fisher to attend the Dallas Reentry Symposium in Dallas, Texas on February 25, 2013. The total estimated cost to atteud is $45 for registration. Funding is available in the Juvenile Department's State Aid Grant (466.2460.7125.2013).

c) Dr. Terry Smith, Karen Ramos, Stephanie Lawrence, Herman Guerra, Karla Florence, Sheldon Clark, Nicole Brown, Leana Baxley, Nekandra Coulter, Pamela DeGroff, Angelina Rodriguez-Diaz, Cody Perkins, Savanah Rivera, Joslyn Tatum and Cassandra Anderson to attend the "Dallas Reentry Symposium - Reentry Today: Unlocking the Many Opportunities" presented by DOORS and the City of Dallas in Dallas, Texas on February 25, 2013. The total estimated cost to attend is $645 for registration. Funding is available in the Juvenile Department's State Aid Grant (466.2460.7108.2013).

COUNTY CRlMINAL COURTS - Judge Canas requests approval to send Ben Morgan and Jennifer Garst (Case Manager at the Family Place) to the 2013 Conference on Crimes Against Women in Dallas, Texas from April 8 -10, 2013. The total cost to attend is $650 for registration for two people if paid before March 16, 2013. Funding is available in the Crime Against Women grant (CCC#lO grant funds - 466.2460.2012.2511).

Briefing Date -February 19,2013

82 INSTITUTE OF FORENSICS - requests approval for the following:

a) Stacy McDonald, Kenneth Balagot, and Courtney Ferreira to attend the 10th Annual Advanced DNA Technical Workshop in San Diego, California from March 24 - 28, 2013. The total estimated cost to attend is $7,090 ($1,800 - airfare, $1,200 - hotel, $1,065-food, $300 - taxi, $400 - baggage fees/parking, and $2,325 .- registration). Funding is available in the NIJ DNA Backlog Grant.

b) Kenneth Balagot to attend Outdoor Recovery Workshop at University of Tennessee Forensic Anthropology Center for training on collection and documentation of skeletal material from outdoor death/crime scenes in Knoxville, Tennessee from June 2-7, 2013. The total cost to attend is $2,560 ($500 - airfare, $300 - hotel, $350 - food, $200 - taxi, $210 - baggage fees and parking at airport, and $1,000 - registration). Funding is available in the 466.0.4210.3000.2009. Re-brief{rom January 29,2013 to change travel dates

HEALTH AND HUMAN SERVICES - reqnests approval for the following:

a) Anthony Jenkins to attend the Senate Notice of Public Hearing (SB 186) on February 12, 2013 in Austin, Texas. The total estimated cost to attend is $560 ($400 - transportation, $20 - food, $100 - ground transportation and $40 for parking). Funding is available in the Environmental Health training fees.

b) Elizabeth Smith and Emily Gore to attend the WEBEOC Training Conference from March 31 - April 5, 2013 in Augusta, Georgia. The total cost to attend is $4,792 ($800 transportation, $39 - mileage, $1,250 - hotel pre-paid, $560 - food, $375 - ground transportation, $1,500 - registration fee pre-paid, $100 - baggage fee, and $168- airport parking). Funding is available within grant #8723 HHS- PHP.

c) Emily Gore to attend the WEBEOC Administrator Training from February 25 - 26, 2013 in Austin, Texas. The total cost to attend is $223 ($125 - hotel, $70 - food, and $28 - parking). Funding is available within grant #8723 HHS- PHP.

d) Emily Gore and Jesse Wade to attend the Cross County Meeting in Fort Worth, Texas on February 15, 2013. The total cost to attend $39 for mileage. Funding is available within grant #8725 HHS- CRr.

e) Aureilo Rodriguez to attend the OMB Uniform Administrative Requirement/Cost Principles in Fort Worth, Texas from March 25 - 28, 2013. The total cost to attend is $1,735 ($37-miles, $80 - food, $80 - parking, and $1,538 - pre-paid registration). Funding is available in grant #65600.

f) Dindi Moore -Matthews to attend the N. Texas Regional Quality Management Group in Fort Worth, Texas on March 6, 2013. The total cost to attend is $79 ($39 - mileage, $20 - food, and $20 - parking). Funding is available in grant #65600.

g) Brenda Dennis to attend the N. Texas Regional Quality Management Group in Fort Worth, Texas on March 6, 2013. The total cost to attend is $79 ($39 -- mileage, $20 _. food, and $20 - parking). Funding is available in grant #65600.

Briefing Dale -February 19, 2013

83 h) Angela Jones to attend the N. Texas Regional Quality Management Group in Fort Worth,

Texas on March 6, 2013. The total cost to attend is $79 ($39 - mileage, $20 - food, and $20 - parking). Funding is available with in grant #65600.

i) Joe K. Thekkekara to attend the OMB Uniform Administrative Requirement/Cost Principles in Fort Worth, Texas on March 25 - 28, 2013. The total cost to attend is $1,735 ($37-mileage, $80 - food, $1,538 - registration fees, and $80 - parking). Funding is available with in grant #65600.

Briel1ng Date -February 19,2013

84

DALLAS COUNTY OFFICE OF BUDGET AND EVALUATION

February 19,2013

TO: Commissioners Court

THROUGH: Ry~~rown, Budget Officer '--

FROM: Erica Terrazas, Budget and Policy Analyst

SUBJECT: Sheriff Personnel Reorganization

w ...,., M CD

BACKGROUND ~ 0

The Sheriff Personnel Division recruits, interviews, investigates, screens and hires all qualifi~ §-< applicants for certified law enforcement and civilian positions within the Dallas County Sheriff s -l Office. The hiring process for certified law enforcement officers consists of four phases: the application process, appointments, extensive background check, and employment. Due to the continual turnover of certain positions in the Sheriffs Office, such as Detention Service Officers, the Sheriff Personnel Division must ensure that a continual workforce is being hired to fill open positions. The Sheriff Personnel Division consists of six (6) full time positions: one (1) Clerk I, one (1) Clerk II, two (2) Deputies, one (1) Deputy III and one (1) Detention Service Officer. Currently, two (2) detached Detention Service Officers (DSOs) are assisting with recruitment activities, including preliminary and extensive background checks, following up with applicants, and assisting with monthly interview events and job fairs. One (1) clerk from the Sheriff Intake­Release division currently assists with administrative duties, such as conducting new employee orientation, maintaining benefit enrollment information, and monitoring of Sheriff Personnel data concerning new hires and part lime staff.

Each month, the Personnel Division holds an interview event where invited qualified candidates are interviewed by a Deputy to see if they qualify for a conditional offer as they continue through the extensive background check process. In November 2012, 72 applicants were invited to interview, 36 attended and 25 continued through the extensive backgronnd phase. In December 2012, 92 applicants were invited, 54 attended and 35 continued through the extensive background phase.

The Office of Bndget and Evaluation examined the cnrrent processes and procedures and determined that the Sheriff Personnel Division's current use of two (2) detached DSOs and one (1) detached Clerk 1 should be replaced with permanent positions to continue and improve the current workflow. The purpose of this briefing is to provide the recommendation to the Commissioners Court on the addition of two (2) full time Detention Service Officers and one (1) Human Resources Technician (Grade 8) to the Sheriff Personnel Division.

411 Elm Street - 3rt! r'loor, Dallas, Texas 75202~3340

(214) 653-6389· (2]4) 653-6517 . [email protected]

85

IMPACT ON OPERATIONS The Human Resources (HR) Technician will contact applicants for scheduling and enter information for the preliminary background checks, such as the driver's license check and employment verification letters. The HR Technician will also keep track of hiring statistics for law enforcement positions, prepare reports, prepare benefits packets, conduct new hire sign-up, and conduct exit interviews. As liaison between County HR and Sheriff Personnel, the HR Tech will manage County inquiries and 19 paperwork requests. This position's focus will be the administrative side of the hiring process.

Two (2) full time DSO positions will assist in the preliminary phase of the hiring process by interpreting criminal background check information for applicant eligibility. The DSOs will also prepare all TCLEOSE Ll, F5, and F7 Forms as well as make sure all files have completed Ll, L2, and L3 paperwork in order for the candidate to be hired by Dallas County. These positions will also be working with the polygraph examiner and retrieving polygraph results for interpretation. The DSO positions' focus will be the law enforcement interpretation of background checks required to determine a candidate's eligibility for hiring. This will be cspecially necessary as the goal of Sheriff Personnel is to run the Deputy Academy year-round to have a hirable pool of candidates for vacant Deputy positions.

Both positions will assist with job fairs and interview events.

FINANCIAL IMPACT/CONSIDERATIONS During planning for the FY2013 Budget, funding was allotted for possible additional staff for Sheriff Personnel from the General Fund. The DSO position's annual salary of $39,354 and $15,383 in benefits come to a total of $54,737. The total salary and benefits for both DSO positions come to $109,474. The return of the two (2) detached DSO would result in less overtime in the jails.

The HR TeclUlician position's annual salary of $32,864 and $14,198 in benefits come to a total of $47,062. The position of Clerk I currently occupied by the detached Clerk will be eliminated from the Sheriff Intake Release division, for a cost savings of $40,965 in salary and benefits.

RECOMMENDATION The Office of Budget and Evaluation recommends the Commissioners Court approve the addition of two (2) Detention Service Officers and one (1) Human Resources Technician, with the Human Resources/Civil Service Department reviewing the classification of the Human Resources Technician, to the Sheriff Personnel Division.

86 DALLAS COUNTY OFFICE OF BUDGET AND EVALUATION

February 13, 2013

TO: Commissioners Court

THROUGH: (7 Rya Brown, Budget Officer

FROM: Ronica L, Watkins, Assistant Budget Officer

SUBJECT: Mental Health Diversion Court Grant Application

Background The Criminal Justice Division, Office of the Governor, is accepting applications for FY2013-2014 Justice Assistance Grant funding. The Dallas County Mental Health Diversion Court began operation July 6, 2004. Mental health courts have been created in numerous jurisdictions across the United States, largely as a response to the increasing number of defendants with serious mental illnesses who are caught up in the criminal justice system. They are based on the innovative drug court program that was first developed in Miami, Florida in 1989. The drug court concept has received widespread attention as an effective treatment strategy for drug­involved criminal offenders. Drug courts are designed to reduce the impact of crime on individuals, families, community and the criminal justice system by using the power of the court to engage nonviolent drug offenders in appropriate treatment as an alternative to traditional criminal justice processing. In 1997, Blfoward County, FL, translated the drug court model to cases involving people with mental illnesses and created the nation's first mental health court.

NorthSTAR funding for Substance use treatment has decreased in light of the current cuts in funding for mental health issues. In the past, NorthSTAR has paid for 14 days of residential drug treatment. However, it is increasingly difficult to get the full 14 days of treatment approved. Fourteen days is considered by the mental health community to be an unreasonable benchmark because anyone that has a severe addictiion that warrants residential treatment can't be successfully treated for substance use addiction in 14 days, let alone someone with a co-occurring mental illness. This is a continuation grant that provides the court the flexibility to send someone to treatment for 30-45 days, which is the normal course of treatment.

In addition, changes in TCOOMI fundiNg to jail diversion programs resulted in the loss of crisis housing and the opportunity to stabilize and assess individuals to determine the need to treatment as they are released from jail. This gramt is essential in providing a transitional opportunity for treatment for defendants with co-occurring disorders. The purpose of this briefing is to provide Commissioners Court with a recommendation for the submittal of this grant.

411 Elm Street - 3ifd Floor, Dallas Texas 75202-3340 (214) 653-6448 • Fax (214) 653-6517. [email protected]

87

Operational Impact This grant is requesting continuation funding for residential substance abuse treatment of indigent offenders with co-occurring disorders projected to be enrolled in the Dallas County Mental Health Diversion Court in FY2014. Grant activities will consist of residential substance abuse treatment in DSHS-licensed facilities contracted through the County bid process.

The target population is adults charged with non-violent misdemeanor offenses A-B and certain defendants with non-violent felony offenses who are identified as members of the Priority Population (Schizophrenia, Bipolar Disorder, and Major Depressive Disorder).

The goal of the project is to reduce recidivism among offenders with co-occurring disorders by providing structured supervised substance abuse treatment along with intensive case management and judicial monitoring that assists participants in maintaining abstinence from drugs and/or alcohol.

The current grant allows for treatment for three to four persons per month for 7-15 days beyond what NorthSTAR covers per person. The statistics of the program for FY2012demonstrate that over 70% of the individuals interviewed for jail diversion require treatment in order to be successful in the Diversion program. Therefore, the continuation grant application requests that funding continue to provide the same level of services for a minimum of 3 persons per month. It is important to note as well that the cost per day has increased to $80 per day for treatment.

Performance Measures Standard performance measures are required for diversion court programs. As part of the requirements of the grant both output and outcome measures will be established based upon the Standard CJD Drug Court Objectives. Tbe performance measures of the grant application will reflect tbe services being provided and the extent to which the goals of the project have been achieved. The Public Policy Research Institute at Texas A&M oversees the grant evaluations.

Financial Impact The grant seeks funding to purchase residential substance abuse treatment services through contract providers. The grant application is requesting funds in the amount 0($50,000 with no cash match required. It is estimated that the grant funds will provide up to three individuals (average, but could be up to four per month) needing treatment for 14-21 (some more/some less) days at $80 per day of residential substance abuse treatment for an estimated amount of $3,920 per month ($47,050 annually). Additional funding request includes: travel and training ($1,000), transportation -bus tickets for participants ($1,200) and instant test kits for participant testing at court appearance ($750). All vendors that are contracted for services are required to have a facility, program and individual licenses, and credentials issued by the Texas Department of State Health Services (formerly TCADA).

Recommendation The Office of Budget and Evaluation recommends submission of the grant application to the Criminal Justice Division, Office of the Governor. The grant application is requesting funding for the Mental Health Diversion Court residential substance abuse treatment services. The amount of the grant application is $50,000 for the period of September 1, 2013 - August 31, 2014.

/~~00i~7' / f~ \ ,\,-, \

(f§"I,!:y . ~ I Dallas County

88

\ • \', ,~. ') Office of Budget and Evaluation \ D'}::"- . {? -_. ____ . ________________ _ ~4j;;:(i ,\s~

'., .... _/ February 19, 2013

To: Commissioners Court /"

W

Through:

From:

Subject:

( V R~n Brown, Budget Officer

.~

Charles Reed, Budget and Policy Analyst

Interlocal Agreement With Tarrant County for Forensic Laboratory Services

BACKGROUND

..,., r'1 ClO

W

""'" :x Y! .z:-0

On January 15, 2013, Dallas County authorized the addition of three (3) Drug Chemist II positions in an effort to reduce the extensive backlog for processing forensic evidence. After hired, these positions require several months of training before being able to move a full caseload. Because of this, the Southwestern Institute of Forensic Sciences (SWIFS), has requested that Commissioners Court approve an interlocal agreement allowing Tarrant County Medical Examiner and Forensic Laboratory (MEFL) to perform laboratory analysis. SWIFS currently has a non·jail case backlog of approximately 3,200 cases dating back to October of 2011.

OPERATIONAL IMPACT The Tarrant County MEFL will analyze and return all evidence to Dallas County within eight (8) weeks of delivery to Tarrant County. This interlocal agreement is necessary to reduce the forensic evidence backlog. Any party may terminate the contract for services in whole or in part with a 30-day advance w!i[(en notification to the other party.

FINANCIAL IMPACT Dallas County will be invoiced in accordance with the current fee schedule (attached) for all services performed. The current fee schedrue is effective from October 1,2012 through September 30, 2014. Tarrant County will provide at least 30 days of advance written notice of any changes in the fee schedule.

Should it become necessary for a Tarrant COUinty analyst to travel to Dallas County to testify, Dallas County will pay the rate of $49:5 per hour for court testimony and $85 per hour for travel and wait time for court testimony.

RECOMMENDATION The Office of Budget and Evaluation recommends Commissioners Court approve the interlocal agreement with Tarrant County for forensic laboratory services to be utilized until SWIFS reaches an appropriate level of trained staff able to support Dallas County's volume of forensic evidence requests.

411 Elm Street - 3rd Floor, Dallas Texas 75202-3340 (214) 653 - 6655 • Fax (214) 653 - 6517. [email protected]

c,! ._,,'~ _',c

e/')

(Ij . ~)cn

c' )

;::i C) (f)

0_1

0-< c ' ~'J -;

8T ATE OF TEXAS

COUNTY OF DALLAS

§ § §

89

INTERLOCAL AGREEMENT FOR

FORENSIC LABORATORY SERVICES

THIS CONTRACT is between Dallas County, acting by its Commissioners Court on behalf of the Southwestern Institute of Forensic Sciences at Dallas and Tarrant County, acting by its Commissioners Court on behalf of the Tarrant County Medical Examiner's Office.

I. DESCRIPTION OF WORK

For the consideration paid by Dallas County to Tarrant County, Tarrant County will provide qualitative evidence analysis. Additionally, on request of Dallas County, Tarrant County will perform quantitative analysis of evidence. Collectively, these services are called "Services" in this Contract. Tarrant County will perform the Services in a competent and professional manner, and in conformity with applicable professional standards for the Services. Tarrant County will analyze and return all evidence to Dallas County within 8 weeks of delivery to Tarrant County.

2. PAYMENT FOR SERVICES

Tarrant County will invoice Dallas County monthly for periodic work as defined in the Tarrant County fee schedule for Services, ("Exhibit A"). Dallas County will pay Tarrant County within 30 days of invoice receipt. With each invoice Tarrant County will provide backup information that may be reasonably required by Dallas County. Tarrant County will provide at least 30 days advance written notice of any changes in Exhibit A. Should it become necessary for a Tarrant County employee to travel to Dallas County to testify, Dallas County will pay the rate of $495/hr for in court testimony and $85/hr for travel/wait time to provide in court testimony. No additional expenses will be paid by Dallas County.

3. TERM

The term of this Contract commences on January _, 2013 and terminates on December __ 2013, with the option of a I year extension.

4. INDEPENDENT CONTRACTOR

Tarrant County's status in the performance of the Contract is that of an independent contractor and not an agent, employee, or representative of Dallas County.

5. RESPONSIBILITY

Dallas County and Tarrant County each agree to be responsible for their own negligent acts, errors or omissions in the performance of this Contract, without waiving any governmental immunity or any other defenses available to either Dallas County or Tarrant County under Texas law. The provisions of this Contract are solely for the benefit of the Dallas County and Tan-ant County are not intended to create or grant any rights, contractual or otherwise, 10 any other person or entity.

6. TERMINATION

Any party may terminate this Contract in whole or in part for their convenience upon 30 days advance written notice to the other party. Dallas County will compensate Tarrant County in accordance with the Contract

Effective 10112

90

for all Services perfonned prior to receipt of notice.

7. NOTICES

Any notice, payment, statement, or demand required or pennitted to be given hereunder by either party to the other may be effected by personal delivery in writing or by mail, postage prepaid. Mailed notices must be addressed to the parties at the addresses appearing below, but each party may change its address by written notice in accordance with this section. Mailed notices shall be deemed communicated as of three days after mailing.

lfintended for Tarrant County, 10: G. K. Maenius County Administrator I 00 E. Weatherford Fort Worth, Texas

If intended for Dallas County, to:

Jeffrey J. Barnard, M.D. Director and Chief Medical Examiner Dallas County Southwestern Institute of Forensic Sciences at Dallas 2355 N. Stemmons Fwy Dallas, Texas 75207

8. RIGHT OF REVIEW AND AUDIT

Dallas County may review any of the Services performed by Tarrant County. Dallas County is hereby granted the right to audit, at its election, all of Tarrant County's records and billings relating to the performance of this Contract. Tarrant County agrees to retain such records for a minimum of3 years following completion of this Contract, and allow reasonable access to said records.

9. APPLlCABt.E LA WS

This Contract is entered into subject to all applicable Texas and federal Laws.

10. VENUE

ff Dallas County wishes to sue Tarrant County, exclusive venue lies in Tarrant County, Texas. If Tarrant County wishes to sue Dallas County, exclusive venue lies in Dallas CoWlty, Texas.

1 I. GOVERNING LA w

This Contract shall be governed by and construed in accordance with the laws and court decisions of the Slate of Texas.

12. t.EGAL CONSTRUCTION

In case anyone or more of the provisions contained in this Contract shall for any reason be held Effective 10/12

91

invalid, illegal, or unenforceable in any respect, Ihis invalidity, illegality, or unenforceability will not affect any other provision and this Contract will be considered as if this invalid, illegal, or unenforceable provision had never been contained in this Contract.

13. COUNTERPARTS

This Contract may be executed in any number of counterparts, each of which may be deemed an original and constitute one and the same instrument.

14. CAPTIONS

The captions to the various clauses of this Contract are for informational purposes only and do not alter the terms and conditions of this Contract.

15. ENTIRE CONTRACT

This Contract embodies the complete understanding of the parties, superseding all oral or written previous or contemporary writings between the parties relating to matters contained in this Contract.

EXECUTED tbis the _-<:,J!!.';W~f)~d.::-__ day Of---'''..1JC-",ctl.!O..LU!<!.l<~~4-.I ____ --'' 2013.

COUNTY OF DALLAS:

By: _________ _

Clay Jenkins

County Judge

APPROVED AS TO FORM:

DALLAS COUNTY CRAIG WATKINS DISTRICT ATTORNEY

TERESA GUERRA SNELSON CHIEF, CIVIL DIVISION

By: Denika Caruthers Assistant District Attorney

TARRANT COUNTY:

B. Glen Whitley

County Judge

APPROVED AS TO?Z?RI'''' f// / /to I

" v By:

i I District Attorney, Tarrant I District Attorney's Office

*By law, the District Attorney's Office may only advise or approve contracts or legal documents on behalf of its clients. rt may not advi:se or approve a contract or legal document on behalf of other parties. Our review of this document was conducted solely from the legal perspective of our client. Our approval of this document was offered solely for the benefit of our client. Other parties should not rely on this approval. and should seek review and approval by their own respective attomey(s),

Effective 10/12

92

Exhibit A

Effective 1 0/12

93

Tarrant County Medical Examiner's Office Laboratory Services Effective 10/01/2012 through 09/30/2014

1"" ... " , County .... ""'" """. ,,"O'ffice Fee ",,,hedule item Description FY11·FY12 FY13·FY14 Comments

1~ , of " ~bone

~ 215

lof I ,

~ 02( lof . Partial 0300 per day $1.500 ,'.650

11025 Inspection wnh body X-rays $750 Discontinued

I onlY with $950 $1.045

11060 Natural Death Partial Autopsy. Head $700 Discontinued

11070 Natural Death Partial Autopsy. Body $900 Discontinued

Natural Death • Autopsv ~1~ .3; 1f Natu" I Death I with ' 1,65

11' Natura Death 'with ~ .571

1200 I with T, !,OOO 11250 I landT, ' ',000 ,250

11300 'with 1 I • and $2,175 $2,400

1~ Natural Death, ' ITDCJ) $1m: :~~ lonlvwlth I death $1

11340 Partial Autopsy with Toxicology, unnatural death $1,430 Discontinued

11350 I death $1,500 $1.650

11360 Unnatural Death Partial Autopsy, Head $950 Discontinued

11370 Unnatural Death Partial Autopsy, Body $1.150

11400 I with "n""tllral death $1.750 ;;~ 11450 Iwltl u I death $2.000

11500 .; ""m landT, ' $2,250 $2,500

I death

11550 vV""P'v'v , -r-I .. ,,"

I death land

$2,425 $2,700

~ ~ ~raldeath ~ , 0

I . BaSIC: screen

~ )d : Screen for Inborn Errors

I Trauma I , per 11 Pm I Blood .' . , from photo

12100 lof Oed Vpgllv' "gllv' "., on scene $165 $165 Der hQllr

12200 IFluid· "01 of sexual assautt kit items, per

$66 $75 ~em

12250 I I I Fluid ,,~ ~:in ! Items, per

$90 $100

12400 DNA Extraction & Quantitalion, per sample $200 $220

12500 DNA Analysis, STR, per sample $250 $275

1

94

Tarrant County Medical Examiner's Office Laboratory Services Effective 10/01/2012 tl1>""""h 09/30/2C114

12550

12600

t-7~~1~,

DNA Analysis, Y STR, per sample

Biological Evidence Collection, per item

. sinale samole . each

P

$250 $275

$20 $25

3150

13200

~mple '~GNS~I~~~lsam~~ole ____ -+ __ ~~-t __ ~~-t ______ ~

Powder or Crystal, Quantitative, each sample $55 Discontinued

~ of I ,of

13400 Visual Identification of Drug, tablel or capsule $25 $30

13500 Tablet, single sample Not $90 New Item

13550 Tablet. additional sample Not

$60 New Item

13600 Tablet, bulk analysis, single exhibit (>5 tablets) AP~~,t'ble $300 New Item

14000 Trends Annual $2; ::.::..;--:;=75,-.+-----1 1000 Crime Scene $66 5 1100 Supply fee: Sexual AssauR Kit

t=1@ Denml I&FUIl~~~~----+__?i3~(00~+_~~_4------~ tI ~ I for I, IiiiiilfiCiiilOrl 1450

18000

18000

18100

18200

18200

~

VisualiZation of !.alent Prints. on Object. per item

I of Latent ~:~~ on Bodies

Comparison of !.atent Prints, per hour

Comparison of latent Prints, per item

lof ,and

. oerjtem , of , per item

,oer item , per item

I~oer~em

on, RlfiedBI , poor firearm

11 0 Seria , aerfirearm

. Der per item

, CUtti~::r cas~ 19400 ~

r-~2~OO:O~o-1--~~ .. ~Slide

A, Not I

$400

$100

$100 New Item

$440

Discontinued

~=,+ __ -:$ $61::::1"00_+_N_e_w_l_te_m~ $140 $15 $155 $'~ $45 $5t

~~+__~~i~1~TI9!-4 ____ --~

~*-11+-~"* ~--+----{ il00 $1

$125 $135

20500 Histology Slide (recul), per case $75 $85

~~0~Go::::-0-r------~C~olco=r'~Phm~o'~lx~"6~,,~perr~Dn~-------r--~---r--~~---r------~ 100 ColorPhot08xl0,perprint f:j ~,,=--+ ___ -I 200 Copy ofDigital Photos on Jise $ :5 $135

2

95

Tarrant County Medical Examiner's Office Laboratory Services Effective 10101/2012 ~:-.. ~MI:i:-. 09130/2014

~ , f'ElrT11it $22

22050 01 I Copy of InqUeS~ Report for I ~&

$85 $95

12100 ( , of f'roor of Death ;70 $75 !2150 , of. 10 ~o !2Z00 CoDY of X-ray. sinale diaital i55

22250 Copy of Fluoroscopy on VHS/Case $125 Discontinued

22350 , Fee (Specimens, Propetty and Histology Slides) $125 $140 ,....., ,fee $1 $1

~i Court 'PeT~ $45 Jt r---! 10 Travel I Wait forT , Der hour $7: 23000 Lower A ,by Gas , each S9(

23100 single

.. ,. $300 $330

23200 ~"Itinl ..

: Sample Analysis, $425 $470

t::::illlQ Testina Fee $140 $155

23300 vu, Screen ~'U "u .. , I Heavy Metal $495 $545

4100 I of , Ir ~m Known. for $90 4150 10f , to ~125 -If Arson - lof , Hairs - ~ ,of Hairs l2..Known ~145 'Wi

I land *. ~145

,of lamps & -m- 0 Fracture Match' , per item

'o~e ,Der~em $100 0

24550 Recovery of Trace Material, per body (processing body) $350 $385

24600 i .& lof~ $22!j $250

24650 Gunshot Residue Analysis, per stub by SEM $150 $200

24700 Gunpowder Identification $210 $235

24750 Identification and Comparison of Glass $150 $165

24800 Identification and Comparison of Paints $150 $165

24850 Identification and Comparison of Tape $150 $165

24900 Impression Evidence Evaluation and Comparison $150 $165

3

96

February 19, 2013

MISCELLANEOUS

1) PURCHASING - requests approval for:

a) waiver of commercial automobile liability insurance for Daxwell as the awarded vendor for five (5) items under Bid No. 2013-010-6201, Annual Contract for Food Service Products. This vendor ships all products via common carrier. The County's approved insurance policy does not require that commercial automobile liability insurance in contract when the items are shipped by common carrier as opposed to being delivered by the vendor.

b) waiver of workers compensation insurance for North Central Ford as the awarded vendor under Bid No. 2012-053-5982, Annual Contract with Ford, Lincoln and Mercury Dealership(s) to Provide Original Equipment Manufacturer Parts and Repair Services. This vendor does not enter County property. The County's approved insurance policy does not require workers compensation coverage unless the vendor will be performing services on County property.

2) ENGINEERING & PROJECT MANAGEMENT - requests approval for extending / tying in of building air conditioning to the new conference room space for the Tax Office on the first floor of the Records Building. This work will be performed by Facilities Management at a cost of $638. Funds are available in the Tax Assessor / Collector budget. Recommended by the Office of Budget and Evaluation.

3) AUTO SERVICE CENTER to put in service CB815, a 2003 Ford Crown Victoria (2FAFP71 W83X182009), with a new vehicle number EV426. It will be used by the new Captain position in the Sheriff Department. Recommended by the Office of Budget and Evaluation.

4) IT SERVICES - requests approval to execute the Statement of Work (SOW) and associated documents for development of the JCMS / Techshare Juvenile and Crossmatch application interface by Crossmatch Technologies. The SOW and related documents have been reviewed and approved as to legal form by Civil and funding is available from JAG Grant. This interface is required for the implementation of the new Techshare Juvenile system which replaces the Juvenile Information System. The interface supports electronic submission of juvenile offender and arrest information to the State of Texas. Recommended by the Office of Budget and Evaluation.

021l9!13

97

5) CRIMINAL DISTRICT COURT NO.2 - requests approval for reimbursement through DDA for calendars purchased for the court. The calendars had a total cost of $26.46. Funding is available in the department's DDA (120.4402.2230). Recommended by the Office of Budget and Evaluation.

Language Inteq1reter Date Court Cause #

Swahili Abubakar Almaawy

1129/2013 FamilyCT 11-00838 (Interlingua)

Ethiopian Abdulhamid Abdulbaki

1125/2013 204TH 12-59807 (Interlingua)

Korean Young Snng 1116/2013 CDC#6 12-15934 & 12-15998

Tigrinya Tesfai Habtemariam 2112/2013 CCC9 13-16612

Nepali Bhuwan Acharya 211112013 CCC8 13-33378

Farsi Mansour Khakpour 2/6/2013 CCC8 12-45388

Korean Young Sung 2112/2013 CCC5 12-15233

TELECOMMUNICATIONS

Community Supervision & Corrections - P1302001 - requests one voice cable and fourteen data cables for Wireless Access Points at Frank Crowley 8th and 9th floor in the Felony Office area. . Equipment $0.00; Installation $3000.00; Recurring Cost $0.00 -Recommended

Constable Precinct 5 - D1302001 - requests one data cable for network access 2nd floor office Administration Office. Equipment $0.00; Installation $200.00; Recurring Cost $0.00 - Recommended

District Attorney - M1302002 - requests one single line phone instrument II th floor Administration Office. Equipment $55.00; Installation $0.00; Recurring Cost $0.00 -Recommended

Jnry Services - D1302003 - requests repair of one data cable 1st floor Central Jury Room. Equipment $0.00; Installation $200.00; Recurring Cost $0.00 - Recommended

Justice of the Peace 5-1 - D1302004 - reqnests four data cables for Chase Point of Sale credit card machines I st floor Judges Area. Equipment $0.00; Installation $800.00; Recurring Cost $0.00 - Recommended

Road & Bridge 2 - D1302005 - requests one data cable for office rearrangement I st floor Commissioner's Office. Equipment $0.00; Installation $200.00; Recurring Cost $0.00 -Recommended

0211 9113

Hourly Rate

110

110

75

80

75

110

75

98

Security - D1302002 - requests one data cable for online Incident Report access 1st floor Security Booth Area. Equipment $0.00; Installation $200.00; Recurring Cost $0.00 -Recommended

Sheriff - Intake - M1302009 - requests one voice cable and one single line phone instrument 1st floor Ste C-S. Equipment $55.00; Installation $200.00; Recurring Cost $0.00 - Recommended

• Funding for the above requests are available from countywide department 1023, line item 7210 telecom equipment and department 1023, line item 6250 cable contract, if otherwise it will be stated in brief.

• Projects are funded by requesting department, if otherwise it will be stated in brief.

• Cell Phone funding is provided by the requesting department and is stated.

• Pagers are funded from department 1023, line item 7214.

MISCELLANEOUS EQUIPMENT

Actual invoiced amounts may deviate by up to $5 from the amounts listed witho"'t additional Commissioners Court Authorization.

DEPARTMENT: ITEMS:

ESTIMATED COST: FUNDING SOURCE: PROPOSED ACTION:

02119113

Sheriff 1 5-Drawer File Cabinet 3 Small 3-Drawer Cabinets $0 Sheriff The Sheriffs Office requests approval to transfer the above listed items to Surplus from the Sheriff Personnel Division. Recommended by the Offiee of Budget and Evaluation.

Miscellaneous EquipmentrrclecommunicationsJDucs/Computer Hardware and Software/Supplies over $50 February 19, 2013

Actual invoiced amounts may deviate by up to $20 from the amounts listed without additional Commissioners Court Authorization

Qty Unit Total R"'"RepJ. Department Funding Expense Code Recom. Item Description Cost Cost N-New .Jusfificalion

749 1 16th Civil District Court

750 A\lditor's Office 751 Auto Service Center 752 County Criminal Court #5 753 County Criminal Court #5 754 Criminal District Court Manager

755 DiSTrict Clerk

756 District Clerk

757 Facilities Management

758 Facilities Management

759 Facilities !\1anagement 760 Facihties Management 761 Facilities Managemcnt

761 Facilities Management

763 Health & Human Services

764 Health & Human Services

165 i lea!th & Human Services

766 Health & Human ServIces

767 Health & Human Services

768 Hcalth & Human Services

769 Health & I-Iuman Services

770 Health & Human Services

771 Health & I·Iuman Services

771 HeaJth & I·luman Services

773 Health & Ullman Services

774 Health & Human Services

775 Health & Human Services

776 Health & Hllman Services

777 HSEM

778 HSEM

779 Information Technology

780 Infonnatiou Technqlo&y 781 Information Technology 782 Juyenile Depanmcnt

783 Juyenile Department

784 Public Works

785 Sheriff - Coul1esy Patrol

786 Sheriff - Courtesy Patrol

787 Shenff - DMU

788 Sheriff-Fiscal

DDA

Within Budget Within Budget

Within Budget - DDA Within Budget - DDA Unallocated ReSeryes

Records ManagementFunds

Records Management Funds

Within Budget

Within Budget

Within Budget Within Budget Within Budget

Within Budget I-IIV/Substance Abuse 3nd

Mental Health Grant

TB-Preyention and Control

Grallt

HIV Prevention Grant

HIV Prevention Grant

Older Adult Services Program

Grant Older Adult Services Program

('mill!

Older Adult Services Program Grant

LlHRAP Weatherization Assistance Program Grant

CPS - Cities Readiness Initiatiye

CPS - Cities Readine,s

Initiative

PHEPGrant

PHEPGrant

PREP Grant Strengthcning Public Health

Infrastructure Gran!

SCBA FY2012 Grant Funds

Unallocated Reserves

Hardware Refresh

Hardware Refresh JAG Grant

Within Budget· Supplies

Psychology Escrow Account

Within Budget

Courtesy Patrol Grant

Comtesy Patrol Grant

Records !\1anagement

Within Budget - Supplies

120.4135.2130

110.1070.2160 120.1027.2730

120.4605.2230 120.4605.2230 120.4470.2095

Records Management Funds

Records Management

Funds 120.1022.2670

120.1022.2670 120.1022.2670 120.1022.2670

120.1022.2670

120.1022.2670

466.2160.2013.8736

466.2090.2013, '$707 466.2160.2013.8074

466.2810.2013.8704

466.2090.2013.8400

466.2090.2013.8400

466.1090.2013-8400

466.2093.2012.8302

466.2080.20 \3.8725

466.2090,2013.8725

466.2090,2013.8723

466.2640.2013.8723

466.2640.2013,8723

466.1080.2013.8903

466.2090.2012.4105

120.3341.2180

195.92055

195.92055 466.8630.2010,2020

]20.5110,2090

532.94011.2150

196.2010.2080

466.2590.2013.53047 466.2590.2013.53047

120.1024,2090

120.3125.2 J 60

2

79

2

I 2

2

40

2

2

2

Wall Sign for Judge's S<:nch

Automatic Letter Opener Portable Power Source Dallas Bar Association Dues Texas Association of County at Law Judges Adobe Acrobat License

Chalrs

Lateral File Cabinet

Digital Camera Water Heater, 120V,4G Camera 2.8-11111m Lense Scaffold wi Levc\ing Jack

Bird Spikes

Dayton 1,100 BTU, 115V NC

20.1 LCD Wide Screen Privacy Filter

PriYi'lcy filllf1' #792t 65 Wireless Keyboard Pre-PaylLunch fm 40 people - Michelle'S Home-style Cooking

42" W Overfiles, Color Putty

42" -Dr Lateral File, Color Putty

5-Dr Legal Size Vertical File, Color Putty

10 3TB External Hard Drive

Online Subscription for Survey Services

59 Sudden Solutions Folding Table 30x20

Sudden Solutions Folding Table 30x21

SPSS Standard Software License User Upgrade Maintenance I

4 Base-SAS Software Maintenanee (SAS-BaseSAS IPC) Renewal Subscription Survey I\fonkey Questions (Platinum Plan) Genuine Hewlett Packard C4960A I HP 83 OEM Inkjet UV

6 Print head and Print head Cleaner

125 TomadoSafetySigns 50 Del! FIPS Laptop wi Docking Station

Z Ci§co EquipmSll! for Records BUilding Blue Deluxe LCD Computer Cabinet Desktop Literature Organizers 12 Compartments

22 Boxed Lunches catered by TLC Creative Works

I American Public Works Association Membership

25 Re-ehargeable flashlight 18 3 Ton SUV Floor Jack

Mid-high Volume, Cross-Cut Shredder wf Large bin

Ready-to-go kit for barcode printer

178

481 405

120 35

265

199

426

200

278

196 1,660

69

881

106

220 65

6

375

600

375

139

305

75

75

1,800

855

490

I77

8 1,650

2l,310 850

55

9

179 77

130

2,418

82

178

481 405

120 35

530

15,741

850

200

278 196

1,660

138

881

212

210 65

242

750

1,200

750

1,390

305

4,425

75

7,200 3,420

490

1,062

1,040

82,500

50,520 850

55

204

\79

1,925 2.340

2,418

82

N

R

R

R R N

R

N

R

R

R N

N R

N

N R

N

N

N

N

N

N

N

N

R

R

N

N

N R

N N N

, R

N , N

N

Needed to display the quote "We who labor here seeks only the tmdl. Needed as replacement to proces, incoming mail Needed to replace broken unit used for jump starts

Renewal dues for Jl1dge Etta Mullin Renewal dues fOf Judge Etta Mullin

Needed to create fi!1able PDF fOl1llS for courts

Needed to replace broken and worn chairs

Needed for Crimina! section manager and supervisor

Needed to document work in County bU!!dings

Needed as rep!3cement in ODR, West Tower Needed as repbcemenl in We~t Tower Needed to provide safe working environment Needed at the Investment Building

Needed as replacemell! for ]JAEP telephone room

Needed to block private patient infonnation

Needed to block private patient information Needed to replace old keyboard

Needed for Greater than AIDS business meeting

New file cabinet for additional client files

New file cabinet for additional client files

New file cabinet for additional client [des

Needed for inspectors and assessors

Survey Service for MRC response drills. programs. surveys. and training follow-up

Needed to stage HAM Radio Equipment dlWng drills, exercise and tr3ining Needed to stage HAM Radio EqUlpment during drills, exercise and training

Renewal and maintenance for 4 software licenses State of Texas SAS Bundle Maintenance for Site

Utilized by Dr. to obtain technology internet questions

Needed 10 rep!ace/clean plotter heads

Needed to distinguish tornado-safe areas in Couuty buildings

Needed to replace aging computers

Needed to expand wireless access to HR and Probate Needed to support DC]M booking Needed to organiz,e interoffice mail Needed for staff ~ttending training provided by Mexia State School

Needed to renew Alberta Blairs membership to APWA

Needed for evelyday use

Needed for everyday use Need own shredder for remodeled area, previously sh~red

with another division, recommended by Records

Management

Needed for harcode printer to label items

(0 (0

789 790 791 792 793

794

795 796

797

798

799

Miscellaneous EguipmentlTelecommunications/Dues/Computer Hardware and Software/Supplies over $50 February 19, 2013

Actual invoiced amountS may deviate by up to $20 from the amounts listed without additional Commissioners Coun Authorization

Qty Department Fundine: Expense Code Recom. Item Descripti',m

Sheriff -Inmate Programs Commissary 532.3151.2090.91046 Mid-high Volume, o-oss-Cut Shredder w! targe bin Sheriff - Inmate Programs Commissary 532.3151-2090.91046 15 MonsterbaH Can Sheriff_Intelligence Federal Forfeiture 532.2090.91002 Gun Safe & $250 Shipping for Gun Safe Sheriff-Intelligence Within Budget - Supplies 120.3134.2090 Television Moum

Sheriff - Kitchen Within Budget - Supplies 120.3152.2090 Electric Pressure Washer pilLS freight Sheriff - Kitchen Within Budget- Supplies 120.3152.2090 Spill Platfonn

Sheriff-Kitchen Within Budge! - $Ilpplies 120.3152.2090 Platfonn Modular Sheriff-Kitchen Within Budget Supplies 120.3152.2090 Conmlercial 1 door refrigerator Sheriff - PhMo Lab Within Budget - Supplies 1203124.2930 Housing and shipping

Sheriff-Traffic

Sheriff-Traffic

Within Budget - Supplies

Within Budget - Supplies

120,3137.2090

120.3137.2620 2

Projector. Cci!.ing Mount Kit, & Adapter and accessories for the projector

Flashlights with AC charge cord & sleeve plus frcight

{Jnil

Cost 2,148

246 1,100

90 1,400

261

157 1,300

170

715

100

Total R=Repl. Cost N""New

2,148 N 3,690 N

1,100 N

90 N

1,400 R 261 N

157 N

1.300 N 340 R

715 R 200 R

Justification Needed to shred sensitive documents Needed as part of inmate recrcation supplies Needed for custody of assault weapons

Needed for purchased TV

Needed to replace current broken pressure washer Needed for Sterrett kitchen fi)f flammable chemicals Needed for Sterrett kitchen for flammable chemicals Needed for Sterrett kitchen

Needed to replace broken item ASAP

Needed to replace damaged unit al Polk Traffic Patrol, cost

to repair exceeds cost to replace Needed to replace lost units

800 Sheriff_West Tower Within Budget - SUpplies 120.3142.2740

120.3147.2550

12 5-GaUon Paint 135 1,620

N Needed for the reconstruction and depopulation of jail floors

801 Sheriff Intake

802 Sherifflnlake

803 Sheriff -Kitchen

804 TaxOfftce

805 Tax Office

806 Texas AgriLife

Within Budget - Supplies

Within Budge! - Supplies

Within Budget. Supplies

Unallocated Reserves·

Reimbursed from Special Inventory Tax

Unallocated Reserves­

RU1Jllers Pem]!t Within Budget - DDA

120.3147.2551

120.3152.2090

120.1035.2090

120.1035,2090

120,2050.2230

Pouch sealer aluminumJpolypropy\ene housing, 120v

Pouch Sealer Ampac Flexible

Stream light litebox dual filament

Construction of Break Room - Plumbing

Sony Voice Recorder

2012 Texas Association 4·H Membership

860 Needed to replace damaged/inoperative unit~ for safe storage

172 R of inmate valuables

398 Needed to replace damaged/inoperative unit for safe storage

398 R of inmate valuables

109 327 R Needed to replace broken items

500 500 N Needed additonal $500 for plumbing. re-bricffrom 2.122013

144 144 N Needed for the Motor Vehicle Review Board

93 93 R Needed for membership for Tamra McGaughy -"

0 0