Loading...
HomeMy WebLinkAbout4458 RESOLUTION NO. 4 4 5 8 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON, AUTHORIZING ACCEPTANCE OF A KING COUNTY GRANT IN THE AMOUNT OF FIFTY THOUSAND DOLLARS ($50,000) IN SUPPORT OF THE OLYMPIC LEADERSHIP ACADEMY PROGRAM WHEREAS, King County is the manager of Safe Communities Grant program supporting partnerships with local communities; and WHEREAS, King County desires to have certain services performed by the Contractor as described in this Contract, attached hereto, designated as Exhibit "A", and incorporated by reference in this Resolution; and WHEREAS, the City of Auburn is a public agency with an afterschool program intent on providing at-risk youth a supportive school environment that gives them an opportunity to improve their chances of academic and personal success; and WHEREAS, the program is now in its fifth successful year and provides service to 50 - 60 youth daily; NOW, THEREFORE, THE CITY COUNCIL OF AUBURN, WASHINGTON, HEREBY RESOLVES THAT: Section 1. The Mayor is authorized to enter into a contract with King County to accept the Safe Communities Grant funds, in substantial conformity with the contract attached hereto as Exhibit "A" and incorporated herein by this reference. Section 2. Any funding assistance received shall be used for implementation of the project referenced above. Section 3. This resolution shall take effect and be in full force upon passage and signatures hereon. Resolution No. 4458 February 24, 2009 Page 1 of 2 SIGNED and DATED this Ile -oday of March, 2009. TY OF ~ PETER B. LEWIS, MAYOR ATTEST: Da i Ile E. Daskam, City Clerk AP VE FORM' niel . , C i t y or ey Resolution No. 4458 February 24, 2009 Page 2 of 2 This form is available in alternate King County Contract No. D39051D formats for people with disabilities Federal Taxpayer ID No. 97 (~QQ-/dZd2 upon request. KING COUNTY CONTRACT FOR SERVICES WITH OTHER GOVERNMENT, INSTI7UTION, OR JURISDICTION - 2009 Department Seattle-King County Dept. vf Public Health (a.k.a. Public Health - Seattle & King County) Division ODIR/King County Children & Family Commission Contractor City of Auburn-Parks, Art, & Recreation Department Project Title Olympic Leadership Academy Contract Amount $ 50,000.00 Contract Period Start date: January 1, 2009 ; ~=~la~~: D`eaember 31, 2009 . F,. THIS CONTRAGT is entered into by KING COUNTY (the "County"), and City of Auburn-Parks, Art, and Recreation Department (the "Contractor'), whose address is 910 - 9th Street SE, Auburn, Washington 98002. WHEREAS, the County has been advised that the following are the current funding sources, funding levels and effective dates: FUNDING SOURCES FUNDING LEVELS EFFECTIVE DATES COUNTY $50,000.00 1/1/09 to 12/31/09 and WHEREAS, the Counry desires to have certain seniices performed by the Contractor as described in this Contract, and as authorized by the 2009 Annual Budget. , NOW THEREFORE, in consideration of payments, covenants, and agreements hereinafter mentioned, to be made and performed-by, the parties hereto, the parties covenant and do mutually agree as follows: 1. INCORPORATION OF EXHIBITS The Contractor shall provide services and comply with the requirements set forth in the following attached exhibits, which are incorporated herein by reference: • Exhibit A: Project Statement of Work, Description, & Requirements • Exhibit B: Invoice • Exhibit C: Mission, Method, and Expectations • Exhibit D: Certificate of Insurance and Additional Insured Endorsement D39051 D: City of Auburn Resolution 4458 Exhibit A 2009 SKCDPH-Other Govt. Boilerplate Page 1 of 16 y r • II. TERM AND TERMINATION A. This Contract shall commence on the 1 st day of Januarv 2009, and shall terminate on the 31 st day of December 2009, unless extended or terminated earlier, pursuant to the terms and conditions of the Contract. B. This Contract may be terminated by the either party without cause, in whole or in part, prior to the date specified in Subsection II.A. above, by providing the other party thirty (30) days advance written notice of the termination. C. The County may terminate this Contract, in whole or in part, upon seven (7) days " advance written notice in the event: (1) the Contractor materially breaches any duty, obligation, or service required pursuant to this Contract, or (2) the duties, obligations, or services required herein become impossible, illegal, or not feasible. If the Contract is terminated by the County pursuant to this Subsection II.C. (1), the Contractor shall be liable for damages, including any additional costs of procurement of similar services from another source. If the termination results from acts or omissions of the Contractor, including but not limited to misappropriation, nonpertormance of required services, or fiscal mismanagement, the Contractor shall return to the County immediately any funds, misappropriated or unexpended, which have been paid to the Contractor by the Counry. D. If County or other expected or actual funding is withdrawn, reduced, or limited in any way prior to the termination date set forth above in Subsection II.A., the County may, upon written notification to the Contractor, terminate this Contract in whole or in part. If the Contract is terminated as provided in this Subsection: (1) the County wilt be liable only for payment in accordance with the terms of this Contract for services rendered prior to the effective date of termination; and (2) the Contractor shall be released from any obligation to provide such further services pursuant to the Contract as are affected by the termination. . Funding or obligation under this Contract beyond the current appropriation year is conditional upon appropriation by the County Councif of suffrcient funds to support the activities described in the Contract. Should such appropriation not be approved, this Contract will terminate 4f the close of ttie current appropriation year. E. The Contractor may terminate this Contract upon seven (7) days written notice, should the County commit any material breach of this Contract. F. Nothing herein shall limit, waive, or extinguish any right or remedy provided by this Contract or law that either party may have in the event that the obligations, terms, and conditions set forth in this Contract are breached by the other party. III. COMPENSATION AND METHOD OF PAYMENT A. The County shall reimburse the Contractor for satisfactory completion of the services and requirements specified in this Contract, payable in the following manner: Upon receipt and approval of a signed invoice as set forth in Exhibit B that complies with the budget in Exhibit A. D39051 D: City of Auburn 2009 SKCDPH-Other Gvvt. Boilerplate Resolution 4458 Exhibit A Page 2 of 16 B. The Contractor shail submit an invoice and all accompanying reports as specified in the attached exhibits not more than 60 working days after the close of each indicated reporting period. The Coun .ty will initiate authorization for payment after approval of corrected invoices and reports. The County shall make payment to the Contractor not more than 30 days after a complete and accurate invoice is received. C. The Contractor shall submit its final invoice and all outstanding reports within 90 days of the date this Contract terminates. If the Contractor's final invoice and reports are not submitted by the day specified in this subsection, the County will be relieved of all liability for payment to the Contractor of the amounts set forth in said invoice or any subsequent invoice. D. When a budget is attached hereto as an exhibit, the Contractor shall apply the funds received from the County under this Contract in accordance with said budget. The contract may contain separate budgets for separate program components. The Contractor shal) request prior approval from the County for an amendment to this Contract when the cumulative amount of transfers among the budget categories is expected to exceed 10% of the Contract amount in any Contract budget. Supporting documents necessary to explain fully the nature and purpose of the amendment must accompany each request for an amendment. E. If travel costs are contained in the attached budget, reimbursement of Contractor travel, lodging, and meal expenses are limited to the eligible costs based on the following rates and criteria. 1. The mileage rate al64ed by King County shall not exceed the current Internal Revenue Service (IRS) rates per mile as allowed for business related travel. The IRS mileage rate shall be paid for the operation, maintenance and depreciation of individually owned vehicles for that time which the vehicle is used during work hours. Parking shall be the actual cost. When rental vehicles are authorized, government rates shall be requested. If the Contractor does not request government rates, the Contractor shall be personally responsible for the difference. Please reference the federal web site for current rates: http://www.gsa.gov. 2. Reimbursement for meals shall be limited to the per diem rates established by federal travel requisitions for the host city in the Code of Federal Regulations, 41 CFR § 301, App.A. 3. Accommodation rates shall not exceed the federal lodging limit plus host city taxes. The Contractor shall always request government rates. 4. Air travel shall be by coach class at the lowest possible price available at the time the County requests a particular trip. In general, a trip is associated with a particular work activity of limited duration and only one round-trip ticket, per person, shall be billed per trip. IV. INTERNAL CONTROL AND ACCOUNTING SYSTEM The Contractor shall establish and maintain a system of accounting and internal controls which complies with applicable, generally accepted accounting principles, and governmental accounting and financial reporting standards. D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 3 of 16 V. DEBARMENT AND SUSPENSION CERTIFICATION Agencies receiving federal funds that are debarred, suspended, or proposed for debarment are excluded from contracting with the County. The Contractor, by signature to this Contract, certifies that the Contractor is not presently debarred, suspended, or proposed for debarment by any Federal department or agency. The Contractor also agrees that it will not enter into a subcontract with a contractor that is debarred, suspended, or proposed for debarment. The Contractor agrees to notify King County in the event it, or a subcontractor, is debarred, suspended, or proposed for debarment by any Federal department or agency. For more information on suspension and debarment, see Federal Acquisition Regulation 9.4. VI. MAINTENANCE OF RECORDS/EVALUATIONS AND INSPECTIONS A. The Contractor shall maintain accounts and Pecords, including personnel, property, financial, and programmatic records and other such records as may be deemed necessary by the County to ensure proper accounting for all Contract funds and compliance with this Contract. B. In accordance with the nondiscrimination and equal employment opportunity requirements set forth in Section XIV. below, the Contractor shall maintain the following: 1. Records of employment, employment advertisements, application forms, and other pertinent data, records and ' information related to employment, applications for employment or the administration or delivery of services or any other benefits under this Contract; and 2. Records, including written quotes, bids, estimates or proposals submitted to the Contractor by all businesses seeking to participate on this Contract, and any other information necessary to document the actual use of and payments to subcontractors and suppliers in this Contract, including employment records. The County may visit, a,t. any mutually agreeable time, the site of the work and the Contractor's office to review the foregoing records. The Contractor shall provide every assistance requested by the County during such visits. In all other respects, the Cvntractor shall make the foregoing records available to the County for inspection and copying upon request. (f this Contract involves federal funds, the Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations or statutes included or referenced in the contract documents. C. Except as provided in Section VII of this Contract, the records listed in A and B above shall be maintained for a period of six (6) years after termination hereof unless permission to destroy them is granted by the Office of the Archivist in accordance with Revised Code of Washington (RCV1) Chapter 40.14. D. Medical records shall be maintained and preserved by the Contractor in accordance with state and federal medical records statutes, including but not limited to RCW 70.41.190, 70.02.160, and standard medical records practice. If the Contractor ceases operations under this Contract, the Contractor shall be responsible for the disposition and maintenance of such medical records. E. The Contractor shall provide right of access to its facilities-including those of any subcontractor assigned any portion of this Contract pursuant to Section XIII-to the County, the state, and/or federal agencies or officials at all reasonable times in order to D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 4 of 16 monitor and evaluate the services provided under this Contract. The County will give advance notice to the Contractor in the case of fiscal audits to be conducted by the County. F. The records and documents with respect to all matters covered by this Contract shall be subject at all time to inspection, review, or audit by the County and/or federal/state officials so authorized by law during the performance of this Contract and six (6) years after termination hereof, unless a longer retention period is required by law. G. The Contractor agrees to cooperate with the County or its agent in the evaluation of the Contractor's pertormance under this Contract and to make available all information reasonably required by any such evaluation process. The results and records of said evaluations shall be maintained and disclosed in accordance with RCW Chapter 42.56. H. The Contractor agrees that all information, records, and data collected in connection with this Contract shall be protected from unauthorized disclosure in accordance with applicable state and federal law. VII. COMPLIANCE WITH THE HEALTH INSURANCE PORTABILITY ACCOUNTABILITY ACT OF 1996 (HIPAA) Terms used in this section shall have the same meaning as those terms in the Privacy Rule, 45 CFR Parts 160 and 164. A. Obliqations and Activities of the Contractor 1. The Contractor agrees not to use or disclose protected health information other than as permitted or required by law. 2. Implement administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the protected health information that it creates, receives, maintains, or transmits on behalf of the covered entity as required by CFR Title 45, Section 164, Subpart C. 3. The Contractor agrees to mitigate, to the extent practicable, any harmful effect that is known to the Confractor of a'use or disclosure of protected health information by the Contractor in violati'on of the requirements of this Contract. 4. The Contractor agrees to report to King County Public Health Compliance Office any use or disclosure of protected health information not allowed under this Contract, or security incident, within two (2) days of the Contractor's knowledge of such event. 5. The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides protected health information received from, or created or received by the Contractor on behalf of King County, agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information. 6. The Contractor agrees to make available protected health information in accordance with 45 CFR § 164.524. 7. The Contractor agrees to make available protected health information for amendment and incorporate any amendments to protected health information in accordance with 45 CFR § 164-526. D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 5 of 16 8. The Contractor agrees to make internal practices, books, and records, including policies and procedures and protected health information, relating to the use and disclosure of protected health information received from, or created or received by the Contractor on behalf of King County, available to the Secretary, in a reasonable time and manner for purposes of the Secretary determining King County's compliance with the privacy rule. 9. The Contractor agrees to make available the information required to provide an accounting of disciosures in accordance with 45 CFR 164 § 528. B. Permitted Uses and Disclosures bv Business Associate The Contractor may use or disclose protected health information to perform functions, activities, or services for, or on behalf of, King County as specified in this Contract, provided that such use or disclosure would not violate the Privacy Rule if done by King County or the minimum necessary policies and procedures of King County. ° C. Effect of Termination 1. Except as provided in paragraph C.2. of this section, upon termination of this Contract, for any reason, the Contractor shall return or destroy all protected health information received from King County, or created or received by the Contractor on behalf of King County. This provision shall apply to protected health information that is in the possession of subcontractors or agents of the Contractor. The Contractor shall retain no copies of the protected health information. 2. In the event the Contractor determines that retuming or destroying the protected health information is infeasible, the Contractor shall provide to King County notification of the conditions that make return or destruction infeasible. Upon notification that return or destruction of protected health information is infeasible, the Contractor shall extend the protections of the Contract to such protected _ health information and limit further uses and disclosure of such protected health information to those purposes that make the return or destruction infeasible, for so long as the Contractor maintains such protected health information. VIII. AUDITS A. If the Contractor or subcontractor is a municipal entity or other government institution or jurisdiction, or is a non-profit organization as defined in OMB Circular A-133, and expends a total of $500,000 or more in federal financial assistance and has received federal financial assistance from the County during its fiscal year, then the Contractor or subcontractor shall meet the respective A-133 requirements described in subsections VIII.B. and VIII.C. B. If the Contractor is a non-profit organization, it shall have an independent audit conducted of its financial statement and condition, which shall comply with the requirements of GAAS (generally accepted auditing standards); GAO's Standards for Audits of Governmental Organizations, Programs, Activities, and Functions; and OMB Circular A-133, as amended, and as applicable. The Contractor shall provide a copy of the audit report to each County division providing financial assistance to the Contractor no later than six (6) months subsequent to the end of the Contractor's fiscal year. The Contractor shall provide to the County its response and corrective action plan for all findings and reportable conditions contained in its audit. When reference is made in its D39051 D: City of Aubum 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 6 of 16 audit to a"Management Letter' or other correspondence made by the auditor, the Contractor shall provide copies of those communications and the Contractor's response and corrective action plan. Submittal of these documents shall constitute compliance with subsection VIII.A. C. If the Contractor is a municipal entity or other government institution or jurisdiction, it shall submit to the County a copy of its annual report of examination/audit, conducted by the Washington State Auditor, within thirty (30) days of receipt, which submittal shall constitute compliance with subsection VIII.A. D. If the Contractor, for-profit or non-profit, receives in excess of $100,000 in funds during its fiscal year from the County, it shall provide a fiscal year financial statement prepared by an independent Certified Public Accountant or Accounting Firm within six (6) months subsequent to the close of the Contractor's fiscal year. E. Additional audit or review requirements which may be imposed on the County will be passed on to the Contractor and the Contractor will be required to comply with any such requirements. IX. CORRECTIVE ACTION If the County determines that a breach of contract has occurred, that is, the Contractor has failed to comply with any terms or conditions of this Contract or the Contractor has failed to provide in any manner the work or services agreed to herein, and if the County deems said breach to warrant corrective action, the following sequential procedure will apply: A. The County will notify the' Contraetor in writing of the nature of the breach; The Contractor shall respond in writing within three (3) working days of its receipt of such notification, which response shall indicate the steps being taken to correct the specified deficiencies. The corrective action plan shall specify the proposed completion date for bringing the Contract into compliance, which date shall not be more than ten (10) days from the date of the Contractor's response, unless the County, at its sole discretion, specifies in writing an extension in the number of days to complete the corrective actions; 8. The County witl notify the Contractor in writing of the County's determination as to the sufficiency of the Contractor's corrective action plan. The determination of sufficiency of the Contractor's corrective action plan shall be at the sole discretion of the County; C. In the event that the Contractor does not respond within the appropriate time with a corrective action plan, or the Contractor's corrective action plan is determined by the County to be insufficient, the County may commence termination of this Contract in whole or in part pursuant to Section II.C.; D. In addition, the County may withhold any payment owed the Contractor or prohibit the Contractor from incurring additional obligations of funds until the County is satisfied that corrective action has been taken or completed; and E. Nothing herein shall be deemed to affect or waive any rights the parties may have pursuant to Section II. Subsections B, C, D, and E. D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate _ Resolution 4458 Echibit A Page 7 of 16 X. DISPUTE RESOLUTION ' A. The parties shall use their best, good-faith efforts to cooperatively resolve disputes and problems that arise in connection with this Contract. Both parties will make a good faith effort to continue without delay to carry out their respective responsibilities under this Contract while attempting to resolve the dispute under this section. B. If a dispute arises between the parties that cannot be resolved by direct negotiation, . the dispute shall be submitted to.a dispute board for a non-binding determination. Each party shall timely appoint one member to the dispute board. Those members shall jointly appoint an additional member. Any costs of the dispute board shall be split evenly between the two parties. The dispute board shall timely review the facts, Contract terms and applicable law and rules, and make its determination. Provided that each party and the dispute board act in a timely manner, the parties agree not to seek legal or equitable relief in the courts until the dispute board renders its determination. Thereafter, either party may seek legal or equitable relief in the courts. XI. HOLD HARMLESS AND INDEMNIFICATION A. In providing services under this Contract, the Contractor is an independent Contractor, and neither it nor its officers, agents, employees, or subcontractors are employees of the County for any purpose. The Contractor shall be responsible for all federal and/or state tax, industrial insurance, and Social Security liability, that may result from the pertormance of and compensation for these services and shall make no claim of career service or civil service rights which may accrue to a County employee under state or local law. The County assumes no responsibility for the payment of any compensation, wages, benefits, or taxes by, or on behaff of the Contractor, its employees, subcontractors and/or others by reason of this Contract. The Contractor shall protect, indemnify, and save harmless the County, its officers, agents, and employees from and against any and all claims, costs, and/orJosses whatsoever occuRing or resulting from (1) the Contractor's failure to pay any such compensation, wages, benefits, or taxes, and/or (2) the supplying to the Contractor of work, services, materials, or supplies by Contractor employees or other suppliers in connection with or support of the performance of this Contract. B. The Contractor further agrees that it is financially responsible for and will repay the County all indicated amounts following an audit exception which occurs due to the negligence, intentional act, and/or failure, for any reason, to comply with the terms of this Contract by the Contractor, its officers, employees, agents, or subcontractors. This duty to repay the County shall not be diminished or extinguished by the prior termination of the Contract pursuant to the Duration of Contract or the Termination section. C. The Contractor shall defend, indemnify, and hold harmless the County, its officers, employees, and agents from any and all costs, claims, judgments, and/or awards of damages, arising out of, or in any way resulting from, the negligent acts or omissions of the Contractor, its officers, employees, subcontractors and/or agents in its performance or non-performance of its obligations under this Contract In the event the County incurs any judgment, award, and/or cost arising therefrom including attorneys' D39051D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page8of16 fees to enforce the provisions of this article, all such fees, expenses, and costs shail be recoverable from the Contractor. D. The County shali defend, indemnify, and hold harmless the Contractor, its officers, employees, and agents from any and all costs, claims, judgments, and/or awards of damages, arise out of, or in any way result from, the negligent acts or omissions of the County, its officers, employees, or agents in its performance or non-performance of its obligations under this Contract. In the event the Contractor incurs any judgment, award, and/or cost arising therefrom including attorneys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the County. E. Nothing contained within this provision shall affect and/or alter the application of any other provisivn contained within this Contract. F. The indemnification, protection, defense and save harmless obligations contained herein shall survive the expiration, abandonment or termination of this Agreement. XII. (NSURANCE REQUIREMENTS A. By the date of execution of this Contract, the Contractor shall procure and maintain for the duration of this Contract, insurance against claims for injuries to persons or damages to property which may arise from, or in connection with, the performance of work hereunder by the Contractor, its agents, representatives, employees, and/or subcontractors. The costs of such insurance shall be paid by the Contractor or subcontractor. The Contractor may furnish separate certificates of insurance and policy endorsements for each subcontractor as evidence of compliance with the insurance requirements of this Contract. The-Contractor is responsible for ensuring compliance with all of the insurance requirements stated herein. Failure by the Contractor, its agents, employees, officers, subcontractors, providers, and/or provider subcontractors to comply with the insurance requirements stated herein shall constitute a material breach of this Contract. B. Minimum Scope and Limits of Insurance By requiring such minimum insurance, the County shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor under this Contract. The Contractor shall assess its own risks and, if it deems appropriate and/or prudent, maintain greater limits and/or broader coverage. Coverage shall be at least as broad as: 1. Commercial General Liability: Insurance Services Office form number (CG 00 01 current edition or its equivalent) covering COMMERCIAL GENERAL LIABILITY. Minimum Limit: 1 000 000 combined single limit per occurrence by bodily injury, personal injury, and property damage, and for those policies with aggregate limits, a 2 000 000 aggregate limit. 2. Professional Liability: Professional Liability, Errors, and Omissions coverage. In the event that services delivered pursuant to this Contract either directly or indirectly involve or require D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 9 of 16 professional services, Professional Liability, Errors, and Omissions coverage shall be provided. Minimum Limit: 1 000 000 per claim and in the aggregate. 3. Automobile Liability: In the event that services delivered pursuant to this Contract require the use of a vehicle or involve the transportation of clients by Contractor personnel in Contractor-owned vehicles or non-owned vehicles, the Contractor shall provide evidence of the appropriate automobile coverage. . Insurance Services Office form number (CA 00 01 current edition or its equivalent) covering BUSINESS AUTO COVERAGE, symbol 1"any auto"; or the appropriate coverage provided by symbolg 2, 7, 8, or 9. Minimum Limit: 1 000 000 combined single limit per accident for bodily injury and property damage. 4. Workers' Compensation: Workers' Compensation coverage, as required by the Industrial Insurance Act.of the State of Washington, as well as any similar coverage required for this work by applicable federal or "Other States" state law. Minimum Limit: Statutory requirements of the state of residency. 5. Stop Gap/Employers Liability: Coverage shall be at least as broad as the protection provided by the Workers' Compensation policy Part 2(Employers Liability) or, in states with monopolistic state funds, the protection provided by the "Stop Gap" endorsement to the general liability policy. Minimum Limit: 1 000 000 C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to, and approved by, the County. The deductible andlor self-insured retention of the policies shall not apply to the Contractor's liability to the County and shall be the sole responsibility of the Contractor. D. Other Insurance Provisions The insurance policies required in this Contract are to contain, or be endorsed to contain, the following provisions: 1. Liabilitv Policies (Except Workers Compensation and Professional/Errors and Omissions) a. The County, its officers, officials, employees, and agents are to be covered as additional insureds as respects liability arising out of activities performed by or D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 10 of 16 on behalf of the Contractor in connection with this Contract. (CG 2010 11/85 or its equivalent) b. The Contractor's insurance coverage shall be primary insurance as respects the County, its officers, officials, employees, and agents. Any insurance and/or self-insurance maintained by the County, its offces, officials, employees, or agents shall not contribute with the Contractor's insurance or benefit the Contractor in any way. c. The Contractor's insurance shall apply separately to each insured against whom claim is made and/or lawsuit is brought, except with respect to the limits of the insurer's liability. 2. All Policies a. Coverage shall not be suspended, voided, canceled, reduced in coverage or in limits, except by the reduction of the applicable aggregate limit by claims paid, until after forty-five (45) days prior written notice has been given to the County. b. Each insurance policy shall be written on an "occurrence" form; except that insurance on a"claims made" form may be acceptable with prior County approval. If coverage is approved and purchased on a"claims made" basis, the Contractor warrants continuation of coverage, either through policy renewals or the purchase of an extended discovery period, if such extended coverage is available, for not less than three (3) years from the date of Contract termination, and/or conversion from a"claims made" form to an "occurrence" coverage form. E. Acceptabilitv of Insurers Unless otherwise approved by the County, insurance is to be placed with insurers with a Bests' rating of no less than A: VIII, or, if not rated with Bests, with minimum surpluses the equivalent of Bests' surplus size VIII. Professional Liability, Errors, and Omissions insurance may be placed with insurers with a Bests' rating of B+VII. Any exception must be approved by King County. If, at any time, the foregoing policies shall fail to meet the above minimum requirements the Contractor shall, upon notice to that effect from the County, promptly obtain a new policy, and shall submit the same to the County, with appropriate certificates and endorsements, for approval. F. Verification of Coveraqe The Contractor shall furnish the County certificates of insurance and endorsements required by this Contract. Such certificates and endorsements, and renewals thereof, shall be attached as exhibits to the Contract. The certificates and endorsements for each insurance policy are to be Signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements for each insurance policy are to be on forms approved by the County prior to the commencement of activities associated with the Contract. The County reserves the right to require complete, certified copies of all required insurance policies at any time. D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 11 of 16 G. Municipal or State Contractor Provisions tf the Contractor is a Municipal Corporation or a Contractor of the State of Washington and is self-insured for any of the above insurance requirements, a certification of self- insurance shall be attached hereto and be incorporated by reference and shall constitute compliance with this Section. H. Insurance for Subcontractors If the Contractor subcontracts any portion of this Contract pursuant to Section XIII, the Contractor shall include all subcontractors as insureds under its policies or shall require separate certificates of insurance and policy endorsements from each subcontractor. Insurance coverages provided by subcontractors as evidence of compliance with the insurance requirements of this Contract shall be subject to all of the requirements stated herein. 1. All Coveraqes and Requirements Nothing contained within these insurance requirements shall be deemed to limit the scope, application and/or limits of the coverage afforded by said policies, which coverage will apply to each insured to the full extent provided by the terms and conditions of the policy(s). Nothing contained within this provision shall affect and/or alter the application of any other provision contained within this Contract. XIII. ASSIGNAAENTISUBCONTRACTING A. The Contractor shall not assign or subcontract any portion of this Contract or transfer or assign any claim arising pursuant to this Contract without the written consent of the County. Said consent must be sought in writing by the Contractor not less than fifteen (15) days prior to the date of any proposed assignment. B. "SubcontracY" shall mean any agreement between the Contractor and a subcontractor or between subcontractors that is based on this Contract, rop vided that the term "subcontracY" does not include the purchase of (1) support services not related to the subject matter of this Contract, or (2) supplies. C. The Contractor shall include Sections III.D, IV, V, VI, VII, VIII, XI, XII, XIV, XV, and XXI, in every subcontract or purchase agreement for services that relate to the subject matter of this Contract. D. The Contractor agrees to include the following language verbatim in every subcontract, provider agreement, or purchase agreement for services which relate to the subject matter of this Contract: "Subcontractor shall protect, defend, indemnify, and hold harmless King County, its officers, employees and agents from any and all costs, claims, judgments, and/or awards of damages arising out of, or in any way resulting from the negligent act or omissions of subcontractor, its officers, employees, and/or agents in connection with or in support of this Contract. Subcontractor expressly agrees and understands that King County is a third party beneficiary to this Contract and shall have the right to bring an action against subcontractor to enforce the provisions of this paragraph." D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 12 of 16 XIV. NONDISCRIMINATION The Contractor shall comply with all applicable federal, state and local laws regarding discrimination. XV. NONDISCRIMINATION IN SUBCONTRACTING PRACTICES . A. In accordance with the provisions of Washington Initiative 200, no County Minority and Women Business (M/WBE) utilization requirements shall apply to this Contract. No minimum level of M/WBE subcontractor participation or purchase from M/WBE certified ' vendors is required and no preference will be given by the County to a bidder or proposer for their M/WBE utilization or M/WBE status. The completion of County MIWBE forms which may be included in the Contract documents is not required. Provided, however, that any affirmative action requirements set forth in any federal regulations or statutes included or referenced in the Contract documents will continue to apply. B. During the term of this Contract, the Contractor shall not create barriers to open and fair opportunities for M/WBEs to participate in all County contracts and to obtain or compete for contracts and subcontracts as sources of supplies, equipment, construction and services. In considering offers from and doing business with subcontractors and suppliers, the Contractor shall not discriminate against any person on the basis of race, color, creed, religion, sex, age, nationality, marital status, sexual orientation or the presence of any disability in an otherwise qualified disabled person. C. The Contractor shall maintain, until at least 12 months after completion of all work under this Contract, records and information necessary to document its level of utilization of M/WBEs and other businesses as subcontractors and suppliers in this Contract and in its overall public and private business activities. The Contractor shall also maintain, until 12 months after. completion of all work under this Contract, all written quotes, bids, estimates or proposals submitted to the Contractor by all businesses seeking to participate in this Contract. The Contractor shall make such documents available to the County for inspection and copying upon request. If this Contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations or statutes included or referenced in the Contract documents. D. King County encourages the Contractor to utilize small businesses, including Minority- owned and Women-owned Business Enterprises ("M/WBEs") in County contracts. The Washington State Office of Minority and Women's Business Enterprises (OMWBE) can provide a list of certified MM/BEs. Contact OMWBE office at (360) 753-9693 or on-line through the web site at www.wsdot.wa.gov/omwbe/. E. Any violation of the mandatory requirements of the provisions of this Section shall be a material breach of Contract for which the Contractor may be subject to damages and sanctions provided for by Contract and by applicable law. D39051 D: City of Aubum 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 13 of 16 XVi. CONFLICT OF INTEREST A. The Contractor agrees to comply with the provisions of KCC Chapter 3.04. Failure to comply with any requirement of KCC Chapter 3.04 shall be a material breach of this Contract, and may result in termination of this Contract pursuant to Section II and subject the Contractor to the remedies stated therein, or otherwise available to the County at law or in equity. B. The Contractor agrees, pursuant to KCC 3.04.060, that it will not willfulfy attempt to secure preferential treatment in its dealings with the County by offering any valuable consideration, thing of value or gift, whether in the form of services, loan, thing or promise, in any form to any county official or employee. The Contractor acknowledges that if it is found to have violated the prohibition found in this paragraph, its current contracts with the county will be cancelled and it shall not be able to bid on any county contract for a period of two years. C. The Contractor acknowledges that for one year after leaving County employment, a former county employee may not have a financial or beneficial interest in a contract or grant that was planned, authorized, or funded by a county action in which the former county employee participated during county employment. Contractor shall identify at the time of offer current or former County employees involved in the preparation of proposals or the anticipated performance of Work if awarded the Contract. Failure to identify current or former County employees involved in this transaction may result in the County's denying or terminating this Contract. After Contract award, the Contractor is responsible for notifying the County's Project Manager of current or former County employees who may become involved in the Contract any time during the term of the Contract. XVII. EQUIPMENT PURCHASE. MAINTENANCE. AND OWNERSHIP A. The Contractor agrees that any equipment purchased, in whole or in part, with Contract funds at a cost of $5,000 per item or more, when the purchase of such equipment is reimbursable as a Contract budget item, is upon its purchase or receipt the property of the County and/or federaUstate government. B. The Contractor shall be responsible for all such property, including the proper care and maintenance of the equipment. C. The Contractor shall ensure that all such equipment will be returned to the County or federal/state government upon termination of this Contract unless otherwise agreed upon by the parties. D. The County will provide property tags so Contractor can mark property. The Contractor shall admit County staff to the Contractor's premises for the puFpose of confirming property has been marked with County property tags. The Contractor shall establish and maintain inventory records and transaction documents (purchase requisitions, packing slips, invoices, receipts) of equipment purchased with Contract , funds. D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 14 of 16 . XVIII. PROPRIETARY RIGHTS The parties to this Contract hereby mutually agree that if any patentable or copyrightable materiai or article should result from the work described herein, all rights accruing from such material or article shail be the sole properry of the party that produces such material or atticle. If any patentable or copyrightable material or article should result from the work described herein and is jointly produced by both parties, all rights accruing from such material or article shall be owned in accordance with US Patent Law. Each party agrees to and does hereby grant to the other parry, irrevocable, nonexclusive, and royalty-free license to use, according to law, any material or article and use any method that may be developed as part of the work under this Contract. • The foregoing products license shall not apply to existing training materials, consulting aids, checklists, and other materials and documents of the Contractor which are modified for use in the performance of this Contract. The foregoing provisions of this section shall not apply to existing training materials, consulting aids, checklists, and other materials and documents of the Contractor that are not modified for use in the performance of this Contract. XIX. POLITICAL ACTIVITY PROHIBITED None of the funds, materials, property, or services provided directly or indirectly under this Contract shall be used for any partisan political activity or to further the election or defeat of any candidate for public office. XX. KING COUNTY RECYCLED PRODUCT PROCUREMENT POLICY In accor.dance with King County Code 10.16, the Contractor shall use recycled paper for the production of all printed and photocopied documents related to the fulfillment of this Contract. In addition, the Contractor shall use both sides of paper sheets for copying and printing and shall use recycled/recyclable products wherever practical in the fulfillment of this Contract. XXI. FUTURE SUPPORT The County makes no commitment to support the services contracted for herein and assumes no obligation for future support of the activity contracted herein except as expressly set forth in this Contract. XXII. ENTIRE CONTRACT/WANER OF DEFAULT The parties agree that this Contract is the complete expression of the terms hereto and any oral or written representations or understandings not incorporated herein are excluded. Both parties recognize that time is of the essence in the performance of the provisions of this Contract. Waiver of any default shall not be deemed to be a waiver of any subsequent default. Waiver or breach of any provision of the Contract shall not be deemed to be a waiver of any other or subsequent breach and shall not be construed to be a modification of the terms of the Contract unless stated to be such through written approval by the County, which shall be attached to the original Contract. D39051 D: City of Auburn 2009 SKCDPH-Other Govt. Boilerplate Resolution 4458 Exhibit A Page 15 of 16 XXIII. CONTRACT AMENDMENTS ' Either party may request changes to this Contract. Proposed changes which are mutually agreed upon shall be incorporated by written amendments to this Contract. XXIV. NOTICES Whenever this Contract provides for notice to be provided by one party to another, such notice shall be in writing and directed to the chief executive office of the Contractor and the project representative of the County department specified on page one of this Contract. Any time within which a party must take some action shall be computed from the date that the notice is received by said party. XXV. SERVICES PROVIDED IN ACCORDANCE WITH LAW AND RULE AND REGULATION The Contractor and any subcontractor agree to abide by the laws of the state of Washington, rules and regulations promulgated thereunder, and regulations of the state and federal governments, as applicable, which control disposition of funds granted under this Contract, all of which are incorporated herein by reference. In the event that there is a conflict between any of the language contained in any exhibit or attachment to this Contract, the language in the Contract shall have control over the language contained in the exhibit or the attachment, unless the parties affirmatively agree in writing to the contrary. XXVI. APPLICABLE LAW This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue for any action hereunder shall be in the Superior Court for King County, Washington. IN WITNESS HEREOF, the parties hereby agree to the terms and conditions of this Contract: KI COUNTY C TR ~ OR King oun Executive Signa ure / 72 t.. Pco; s Date NAME (Please type or print) MaR 16 2009 Date Approved as to Form: OFFICE OF THE KING COUNTY RECF-IVED ty// PROSECUTING ATTORNEY MHt~ 2 ti 202 D39051 D: City of Auburn G ra n~& C"o ntract, 2009 SKCDPH-Other Govt. Boilerplate • Resolution 4458 Exhibit A SeirV'i'L'`es Page 16 of 16 SC APAR CONTRACT # D39051D EXHIBIT A-1 EXHIBIT A PROJECT STATEMENT OF WORK, DESCRIPTION, & REQUIREMENTS Safe Communities Olympic Leadership Academy City of Auburn Parks, Art and Recreation Department Contract Period 1/1/09 -12/31/09 1. STATEMENT OF WORK The Agenc shall provide a youth leadership project in accordance with the terms and conditiong°scribed herewith. The total amount of reimbursement pursuant to this Exhibit shall n~t exceed $50,000 for the period of January 1, 2009 through December 31, 2009. II. PROGRAM DESCRIPTION Safe Community programs are community collaborations based on proven and best practice programs designed to prevent recidivism or entry into the juvenile justice system. Services are multi-faceted and targeted to meet the specific needs of individual youth. Services are designed to build on the assets and strengths of youth to maximize their social and academic success in the transition from adolescence to early adulthood. A. GOAL The goal of Safe Communities programs is to mobilize all elements of the community to work together for community safety and for opportunities for youth. The program will assist communities in providing positive options and role models for youth and in reducing youth crime, violence and involvement in the Juvenile Justice System. B. OUTCOMES ° Youth participating in the Olympic'Leadership Academy (OLA) will experience the following outcomes: 1. At least 75°/a of youth participating in the project will experience reduced rates of recidivism andlor avoid contact with the juvenile justice system. 2. At least 75% of youth participating in the project will decrease their risk-taking behavior 3. At least 70% of regular project participants will increase their participation in school and extra-curricular activities 4. At least 45% of regular project participants will meet or surpass State standards set for the students grade level in both reading and mathematics 5. At least 30% of project participants' parents will participate in the OLA program activities and/or school activities and events. 6. At least 50% of regular project participants will incur fewer disciplinary actions at school. King County Contract D39051D Exhibit A Page 1 of 7 . i SC APAR CONTRACT # D39051 D EXHIBIT A-2 C. OUTCOME LINKAGE TO COMMUNITIES COUNT 2008 REPORT For the contract period of January 1, 2009 through December 31, 2009 the Agency shall demonstrate a linkage between service outcomes listed above, and at least two of the 38 social and health indicators listed in the Communities Count 2008 Report. Such linkage is sought to connect contracted Agency outcomes to a clear, common, and measurable set of community-defined social and health indicators. The Agency's contracted service outcomes shall impact the following Communities Count 2008 Social and Health Indicators as listed below: 1. Academic Achievement Youth participating in the project will increase their school attendance and academic achievement. The agency will collect and monitor grades and attendance records as part of their data collection process. 2. ParenbGuardian Involvement in Childs Learning Parents of project participants will increase their involvement in their child's learning through increased involvement in school and OLA activities. Data will be tracked through parent attendance at school and OLA activities. D. OUTPUTS 1. 25 "at-risk" middle school youth receive 1 hour of academic skills building, 4 days a week. 2. 25 "at-risk" middle school youth receive 1 hour of youth development activities, 4 days a week. 3. Parents of children enrolled in the OLA will have access to volunteer opportunities within the OLA including tutoring, leading activities and preparation of culturally relevant snacks. 4. Parents will have access to the project family advocate for referrals to family support services 5. Minimum Service Level This Program shall serve a minimum of 25 youth each month for the months of January-June and October-December. This is an unduplicated count. For the months of July, August and September project staff shall be engaged in planning and evaluation activities. During this time no youth will be served. E. ACTIVITIES 1. Academic skills building that reinforces what is learned in the class and utilizes curriculum adopted by the Auburn School District. King County Contrad D39051D Exhibit A Page 2 of 7 SC APAR CONTRACT # 039051 D EXHIBIT A-3 2. Youth development activities that focus on socialization skills, youth development and cultural enrichment along with observances and celebrations of cultural customs, historical events, music and holidays. 3. Conduct pre and post tests of participant knowledge and behavior. 4. Coordination with parents of volunteer opportunities within the OLA. 5. Referrals of OLA Parents to collateral contacts in the community for family support services including Food and clothing, ESL classes, parenting education and assistance, peer support groups). 6. Maintain partnerships with ather community-based organizations for referrals and service coordination. ' 7. Gather outcome evaluation data on project participants. F. RESOURCES 1. Project Staff  .25 FT Project Director  .6 FTE Family Advocate  3 .1 FTE Para Educators  3 .1 FTE Recreational Aids 2. Partners  Auburn School District  Olympic Middle School  Centro De Amistad Latino 3. Funding  King County Children and Family Commission  Auburn School District  City of Auburn '  21 St Century Schools 4. Matchinq Funds Requirement At a minimum the Agency shall secure a 35% match for the total cost of the program. This match shall be from a funding source outside of King County funders. Failure to comply with this requirement will result in termination of the contract. In-kind contributions are not considered a cash match unless negotiated with the County III. COMPENSATION AND METHOD OF PAYMENT The Agency shall be reimbursed monthly for 1/12 of the total amount specified in Section 1. Work Statement, of this Exhibit for the contract period subject to the following conditions: A. If the Agency provides at least 90% of the required monthly Minimum Service Level specified in Section II.D.5, the County shall reimburse the Agency 100% of the routine monthly reimbursement amount specifies above. B. If for any given month the Agency provides less than 90% of the required monthly pertormance standard specified above, the County will pay the routine monthly reimbursement amount less the % below 90%. King County Contract D39051D Exhibit A Page 3 of 7 SC APAR CONTRACT # D39051 D EXHIBIT A-4 C. At the end of each calendar quarter, if the Agency meets or exceeds 90% of the required contract cumulative service level, the County shali reimburse the Agency the maximum allowable Year to Date reimbursement for that quarter. . IV. REPORTING, MONITORING, EVALUATION AND CULTURAL COMPETENCY REQUIREMENTS The Agency will maintain and make available to the County documentation demohstrating accomplishments of all contractual requirements. Such documentation may include, but is not limited to the following: (1) services/trainings/activities provided, (2) date of services/trainingslactivities, (3)# of hours, (4) names of participants, (5) evaluation of services by participants (6) service logs (7) announcements A. Monthly Reports . The Agency shall send monthly invoices (Exhibit B) within 10 working days after the end of each calendar month. In the event the agency does not meet the monthly reporting requirements or the reports are not accurate and/or complete, the following process will be observed in the event that the County withholds reimbursement pursuant to this provision: 1. The County will notify the Agency within 10 working days upon receipt of the monthly reporting requirements verbally and in writing of the errors and/or omissions in reporting and of the specific corrective action the Agency must take. The County will return the reports to the Agency for correction. 2. The County may withhold reimbursement due to the Agency for the month for which the reporting requirements have not been met. 3. When the Agency has taken the required corrective action, the County shall pay all withheld funds according to the County's routine schedule. B. Mid-Year Report The Mid-Year Report shal( be included with 'the June, 2009 monthly report. The Report shall address the following: l. Monthly Invoice 2. Narrative report addressing the extent to which the Goals, Outcomes, Outcome Linkage to Communities Count 2008, Outputs, and Activities (Section II) are being achieved to date. King (:ounty C:ontract U:iyUS1U Exhibit A Page 4 of 7 SC APAR CONTRACT # D39051 D EXHIBIT A-5 C. Finat Program Report The Agency shall submit a Final Program Report which will be included with the final (December, 2009) invoice. The Final Program Report shall include the following information: 1. Monthly Invoice 2. Narrative report addressing the extent to which the Goals, Outcomes, Outcome Linkage to Communities Count 2008, Outputs, and Activities (Section II) are being achieved to date. D. Monitoring Requirements The Agency shall cooperate with a scheduled site visit conducted to determine contract compliance and program assessment. Additional site visits for follow-up or verification of reports may be made. E. Evaluation The Agency shall cooperate with the County or designee, in designing and conducting an evaluation of the program. The Agency shall cooperate with the County or designee in an evaluation assessment for the program during 2009. F. Cultural Competency Agency staff shall participate with the County or designee in the development and implementation of culturally competency guidelines. King County Contrad D39051D Exhibit A Pa9e 5 of 7 SC APAR CONTRACT # D39051 D Exhibit B Exhibit B Invoice Safe Communities Olympic Leadership Academy City of Auburn Parks, Art and Recreation Department 910 9th Street SE Auburn, WA 98002 Contract Period 1/1/09-12/31/09 TO: Seattle-King County Department of Public Health King County Children and Family Commission Attn: Jim Ott 401 5th Avenue, Suite 1300 Seattle, WA 98104 In performance of a signed contract, I certify the following services have been provided for the period through , and request reimbursement for the amount indicated below. Printed Name Signature Date Expenditure Item Program Current Accumulated galance Budget Expenditure Expenditure Olympic Leadership $50,000.00 Academ Total $50,000.00 FOR HEALTH DEPARTMENT USE ONLY Suffix Project Expense Acct Budget Current Expense to be Year to Date Paid Paid A 8015/H00140 53180 $50,000.00 Approved: Children and Family Commission Program Manager Date King County Contract D39051D Exhibit A Page 6 of 7 EXHIBIT C Mission, Method, and Expectations Public Health Program Activities Provided by Community Partners A. Mission  The overall mission of Public Health - Seattle & King County is to provide pubiic health services that promote health and prevent disease to King County residents, in order to achieve and sustain healthy people and healthy communities. B. Method  One of the key methods that Public Health - Seattle & King County uses to support this mission and extend the reach of public health program activities is to engage in contractual partnerships with community based organizations. This partnering activity increases access to needed and mandated health services, and enables community partner agencies and the people they serve to benefit from service models that are informed by sound public health principles and practices. Community partner organizations, with the support of funds provided through this contractual relationship, extend Public Health's activities to promote population health, according to goals and outcomes determined under state and national performance standards. C. Expectations  Public Health expects that its community based contracting partners will perform contracted health services in accordance with the goals, performance measures, and accountability methods that are outlined in the program-specific exhibits that accompany this contract.  Public Health will provide professional and technical assistance to community partner organization program staff in order to support the development and maintenance of strong and effective program services.  Public Health and community partner organizations will collaborate in developing and performing program evaluation activities that will measure the effectiveness of program efforts, including efforts to measure the impact of program activities on the health status of residents of King County. King County Contract D39US1U Exhibit A Page 7 of 7 Exhibit D WCIA Coveraqe Document #CT-2009 Paqe 2 WASHINGTON CITIES INSURANCE AUTHORITY Self-lnsured Coverage Document CT-2009 January 1, 2009, to January 1, 2010 12:01 am Pacific Standard Time LIMITS/ULTIMATE NE7 LOSS: SELF-INSURED lAYER LIMIT: $4,000,000 PER OCCURREIVCE REINSURED LAYER GEM: $1,000,000 PER OCCURRENCE PER MEMBER REiNSURED LAYER Munich Re America: $15,000,000 PER OCCURRENCE TOTAL LIMIT: $20,000,000 FER OCCURRENCE, subject to aggregates and sub-limits below and in Section I.D, (Coverage Limits) in the WCIA Joint Protection Program. AGGREGATE LIMITS/SUB-LIMITS: $4,000,000 per occurrence limit and $4,000,000 annual aggregate limit per Member applying for the re[ease, discharge or backup of liquids and/or effluents from waste water andtor sanitary sewer lines owned, leased, maintained or operated by a "Member". $4,000,000 per occurrence limit and $4,OD0,000 annual aggregate per Member applying to Terrorism. $5,006,000 per occurrence limit and $5,000,000 annual aggregate {imit per member for Errors or Omissions Coverage arising out of the operations, ownership, maintenance or use of any airport. Above $5,000,000 Per Occarrence $15,000,000 annuaf aggregate; Product Liability coverage per Member, $15,000,000; Public Official Liability annual aggregate per Member, $15,000,000; Emp{oyment Practice Liability annual aggregate per Member and a$30,000,000 annual aggregate per Member for Law Enforcement liability arising out of Member owned jails or holding facilities with overnight or greater length of stay for the confinement of inmates. DESCRIPTION OF COVERAGE: General Liability, Automobile Liability, Stop-Gap Coverage, Errors or Omissions Liability and Employee Benefits Liability. LIMiTS OF LIA6fLITY FOR ALL COVERAGE. The Limits/Ultimate Net Loss stated herein and the rules below set the maximum the Authority will pay regardless of the number of: a. members, b. claims made or lawsuits brought; or c. persons or organizations making cfaims or bringing lawsuits TEt2RITORY: This coverage applies to General Liability, Automobile Liability, Stop-Gap Coverage, Errors or Omissions Liability and Employee Benefit Liability occurring anywhere in the United States of America, its territories and possessions or Canada. . . r WCIA Covereae Document #CT 2009 Pacte 3 Members covered by this agreement include the following and new members approved by the Executive Committee during the Coverage Year: Aberdeen Kenmore Pollman Anacortes Kent PuElman-Moscow Regional Airport A Regionai Coalition for Housing Kirkland Pullman Metropolitan Park District Arfington Lacey Puyallup Auburn La Conner Renton Bainbridge Esland Lake Forest Park Richland Battie Ground Lake Forest Park Transportation Ridgefield Benton Ciry Beneflt DistricF SCORE Benton County Emergency 5ervices Lake Stevens SheEton Bonney Lake Lakewood Shoreline Bothell Leavenworth Silver Lake Water & Sewer District 8urlington Long Beach Skagit 911 Burien Longview Snohomish Camas LQTT Alliance Snohomish Co. Emergency Radio Cashmere Mabton System Centralia MACECOM SNOCOMlMedic 7 Chehalis Maple Valley SNOPAC Cheney Marysviile Snoqualmie Chelan Marysville Fire Disfrict Soap Lake Cfark Regional Emergency. Services McCleary Spokane Valley Agency (CRESA) Medical Lake Stanwood Clarkston Medina Steilacoom Cle Elum Mercer fsland Sumner Clyde Hiil Metropolitan Park District of Tacoma Three Rivers Regional Wastewater Coupeville Mill Creek Authority Covington Milton Thurston Regiortal Pkanning Counci! Cowlitz-Wahkiakum Council of Monroe Toppenish Governments Monroe Fire District Tukwila Des Moines Montesano Tumwater Eastside Public Safety Moses LaEce Union Gap Communications Mountlake Terrace University Place eCity Gov Alliance Mount Vernon Valley Communications Edgewood Mukilteo Valley Regional Fire Authority Edmonds Multi Agency Communications Center Walla Walla Elma Newcastle WA Cifies Insurance Authority Emergency Services Coordinating. NoRnandy Park Warden Agency North Bonneville Washougal Enumclaw Northshore Utility Disfrict Water Operating Board Federal Way NW incident Management 7eam Wesfport Fife Oak Harbor WHITCOM 911 George Qcean Shores Woodinville Goldendale Olympia Woodway Grandview Othello Yakima Valley Conference of Grays Harbor 911 Communications Pasco Govemments Hoquiam PENCOM Yarrow Point Issaquah Port Angeles Zillah Kelso Port Townsend This document is not an insurance policy. The Washington Cities Insurance Authority (Authority) is not an insurance company. This document is an agreement by the Authority and its members to pay all cavered losses subject to the limifs and other #erms and conditions of this Agreement and any addenda attached. In consideration of the assessments paid by the members, this Agreernent provides the following coverages: 1. COVERAGE AGREEMENTS A. GENERAL & AUTOMOBILE LiABILITY COVERAGE 1. Coverage C, Office of the Director Public Health a 401 Fifth Avenue, Suite 1300 - ~ Seattle, WA 98104-1818 SeatLle Sc K1Ilg COUIlty 206-296-4600 Fax 206-296-0166 TTYRelay:711 www.kingcounty.gov/health Q~ p ii C~ 1 o November 4, 2008 TO: Ken Guy, Division Director Finance & Business Operations Division VIA: David Leach, Section Manager Procurement & Contract Services Section FROM: David Fleming, MD, Director and Health Officer Department of Public Health RE: Waiver from Standard Procurement Procedures The Seattle-King County Department of Public Health is seeking approval of a waiver from the standard procurement procedures in order to procure from multiple agencies various services related to assisting parents, children, and families. The agencies and estimated respective contract costs are: Auburn Parks and Recreation 50,000.00 Center for Human Services 80,000.00 Child Care Resources 53,000.00 Chinese Information and Service Center 75,000.00 Encompass 58,000.00 Friends of Youth 550,078.00 Learning Disabilities Association of WA 72,000.00 Powerful Voices 40,100.00 Renton Area Youth and Family Services 63,500.00 Safe Futures Youth Center 58,000.00 Southwest Youth and Family Services 62,040.00 University of Washington 71,200.00 United Way of King County 45,000.00 Works of the Heart $100,000.00 ' Youth Eastside Services 30,000.00 Estimated Total $1,407,878.00 Pursuant to King County codes 4.16.040, we request that the above requiremeiit be contracted on a proprietary ~ basis due to Single Source Availability. Rationale for Selection of Proposed Source(s): These agencies have been awarded contracts based on a competitive RFP process conducted by the King County Children and Family Commission (CFC). KCCFC Waiver November 4, 2008 Page 2 O Rationale for Proposed Waiver: The Commission conducts the RFP process and selects the contractors based on their rating criteria and mission. CFC contracts are administered by Public Health, which is not involved in the RFP process. Please contact Jim Ott, CFC Program Analyst III, at 263-8766, for questions and additional information. Certification: I hereby certify that the facts and statements concerning this request for a waiver from standard procurement pr edures are accurate to the best of my knowledge. Departm757~t~ Date Appr v Disapprove 1,, 7~~ /j ! G~ Manager, Procurement & Contract Services Date nzj'Vq+.,' Kz,.- "  i i -/y -O 1y' Director, Finance & Business Operations ivision Date