Loading...
HomeMy WebLinkAbout4568 RESOLUTION N0..4568 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF AUBURN, WASHINGTON,:. AUTHORIZING . ACCEPiTANCE OF A KING COUNTY GRANT IN THE AMOUNT OF~ $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 ha've 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 it's sixth. 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 and. to implement such administrative : procedures as may be necessary to carry out the directiyes of this legislation. Section 2. Any funding assistance received shall be used for implernentation of the project referenced above. Section 3. This resolution shall take effect and be in full force upon passage antl signatures hereon. Resolution 4568 February 23; 2010 Page 1 of 2 oz.e1o SIGNED and DATED this day of March, 2609- ~ OFAUBURN ~ PETER B. LEWIS, MAYOR AfiTEST: . ~ Danielle E. Daskam, City Clerk APP E TO FORM: nief . , City Attorney ; . Resolution 4568 ' February 23, 2010 Page 2 of 2 r • - Public Health ~ Seattle & King County King County Contract No. D39943D Federal Taxpayer ID No., 11- 60012Z ` This form is available in alternate formats for people with disabilities upon request. KING COUNTY CONTRACT FOR SERVICES WITH OTHER GOVERNMENT, INSTITUTION, OR JURISDICTION - 2010 Departmenf Seattle-King County Dept. of Public Health (a.k.a. Division Public Health - Seattle & King Count )/ODIR Contractor Gi of Auburn Parks, Art and Recreation De artment Pro'ect Title O m ic Leadershi Academ Contract Amount $50,000.00- Fift Thousand Dollars and Zero Cents Contract Period Start date: 01701/2010 End date: 12/31/2010 TNIS CONTRACT is entered into by KING COUNTY (the "County"), and Gitv of Auburn P-arks, Art and Recreation Department (the "Contractor''), whose address is 910 9th Street SE, Auburn; WA 98002: V1/MEREAS, the County has been advised that the following are the currentfunding sources, funding levels and effective dates: FUNDING SOURCES FUNDING LEVELS EFFECTIVE DATES COUNTY $50,000.00 1/1/2010 to 12/31/2010 and WHEREAS, the County desires to have certain senrices performed by the Contractor as described in fhis Contract, and as authorized by the 2010 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 mufually 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: A. Program Exhibits and Requirements • Exhibit A: Project Statement of Work, Description and Requirements • Exhibit B: Invoice • Exhibit C: Certificate of Insurance and Additional Insured Endorsement II. Term and Termination A. This Contract shall commence on 01/01/2010, and shall terminate on 12/31/2010, unless extended , orterminated earlier, pursuanf 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 atlvance written notice in the event: (1) the Contractormaterially breaches'any duty, obligation, or service required SKCDPH-Agency BP:1 of 14 , 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, nonperFormance of required services, or fiscal mismanagement, the Gontractor shall return to the County immediately any funds, misappropriated or unexpended, which have been paid`to the Contractor by the County. 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 will 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 bythe County Council of sufficient funds to support the activities described in the Contract. Should such appropriation not be approved, this Confract will terminate at fhe close of the current appropriation year. E. The Contractor mayterminate this Contract upon seven (7) days written notice, should the Gounry 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 tfiis Contract are breached by the other party. - III. Compensation and Method of Pavment A. The County shall reimburse the Contractor for satisfactory completion of the services and . requirements specified in this Contract, payable in tfie following manner: . Upon receipt and approval of a signed invoice as set forth in Exhibit B that complies with.the budget in Exhibit A. . B. The Contractor shall submit an invoice and all accompanying reports as specified in the attached exhibits not more than 60 working days after the close ofieach indicafed ceporting period: The County will initiate authorization for payment aftec approval of eorrected invoices and reports. The County shall make payment to the Contractor not more than 30 days after a complete anci 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. Jf 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 Gontract in accordance with said budget. The contract may'eonfain , separate budgets for separate program components. The Contractor shall 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. SKCDPH-Agency BP:2 of 14 , • 1. The mileage rate allowed by King County shall not exceed the current Internal Revenue Service (IRS) rates per mile as allowed for business related travel. The IRS mileage rafe 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. Wherr 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 #o 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. Accorrimodation rates shall not exceed the federal lodging limit plus host city faxes. 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 t'icket; per person, shall be billed per trip. IV. Internal Control and Accountinq 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. 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 Confract, 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 witli 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: Mainfenance ofi Records/Evaluations and Inspections A. The Contractor shall maintain accounts and records, including personnel, property, financial, and programmatic records and other such records as may be, deemed necessary liy the Counfy to ensure properaccounting 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 Conttact; 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, at 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 requesfed by the County during such visits. In all other respects, the Contractor shall make the foregoing records available to the Counfy fqr,inspection and copying upon request. If this Contract inyolves federal funds, the Contractor shall comply with all recotd 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 SKCDPH-Agency BP:3 of 14 i is granted by the Office of the Archivist in accordance with Revised Code of Washington (RCW) Chapter 40.14. D. Medical recocds 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 Contractorceases 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 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 ifs agent in the evaluation of the Contractor's performance 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 lnsurance Portabilitv Accountabilitv Act of 1996 (HIPAA) Terms used in this section shall have the same meanin.g as those'terms in the Privacy Rule, 45 Code of Federal Regulations (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 orrequired by this Contract, HIFAA and the Health Information Technologyfor Economic and Clinical Health Act (HITECH). The Contractor shall use and disclose protected health information only if such use or disclosure, respectiVely, is in compliance with each applicable requirement of 45 CFR § 164.504(e). The Confractor is directly res onsible for full com liance with the rivac rovisions of'HIPAA and WITECH that aPpI P p P Y P Y to business associates. 2. The Contractor agrees to 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 County as required by 45 CFR, Part 164, Subpart C. The Contractor is directly responsible for compliance with the security provisions of HIPAA and HITECH that apply to business associates, including sections 164.308, 164.310, 164.312, and 164.316 of title 45 CFR. 3. Wthin two (2) business days of the discovery of a breach as defined at 45 CFR § 184.402 the Contractor shall notify the County of any breach of un5ecured protected health information. The notification shall include the identification of each individual whose unsecured protected health information has been, or is reasonably believed by fhe Contractor to have been, accessed, acquired, or disclosed during such breach; a brief description of what happened, including the date of the breach and the date of-the discovery of the breach, if known; a description of the types of unsecured protected health information that were involved in the breach (such as whether full name, social security number, date of birth, home address, account number, diagnosis, disability code, or other types ofi information were involved); any steps individuals should take to protect themselves from . SKCDPH-Agency BP:4 of 14. , • ' potential harm resulting from the breach; a briefi description of what the Contractor is doing' to investigate the breach, to mitigate harm to individuals, and to protect against any further breaches; the contact procedures of the Confractor for individuals to ask questions or learn additional information, which shall include a toll free number, an e-mail address, Web site, or ' postal address; and any other information required to be provided to the individual by the County pursuant to 45 CFR § 164.404, as amended. A breach shall be treated as discovered in accordance with the terms of 45 CFR § 164.410. The infocmation shall be updated promptly and provided to the Countyas requested by the County. 4. The Contractor agrees to mitigate, to the extent practicable, any harmful effect that is known to the Contractor of a use or disclosure of protected health information by the Contractor in . violation of the requirements of this Contract or the law. 5. The Contractor agrees to report in writing all unauthorized or otherwise improper disclosures ofi protected health information or security incident to the County within two days of the Contractor knowledge of such event. 6. The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides protected health information received from, or created orreceived by the Contractor on behalf of the County, agrees to the same, restrictions and conditions that apply through this Contract to the Contractor with respect to such information. 7. The Contractor agrees to make available protected health information in accordance with 45 CFR § 164.524. 8. 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. 9. The Contractor agrees to make internal practices, books, and records, including policies and procedures and protected health information, relating to the use and disclosure ofi protected health information received from, or created or received by the Contractor on behalfi of King County, available to the Secretary, in a reasonable time and manner for purposes of ttie Secretary determining King County's compliance with HIPAA, HITECH or this Contract, 10. The Contractor agrees to make available the information required to provide an accounting of disclosures in accordance with 45 CFR §164.528. Should an individual make a request to the County for an accounting of disclosures of his or her protected health information pursuant to 45 CFR § 164.528; Contractor agrees to promptly provide an accounting, as specified under42 U.S.C. § 17935(c)(1) and 45 CFR §164.528, of disclosures of protected' health information that have been made by the Contractor acting on behalf of the County. The accounting shall be provided by the Contractor to the County or to the individual, as directed by the Coanty. 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 HIRAA 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 the County, or created or received by the Contractor on behalf of the 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. SKCDPH-Agency BP:5 of 14 , ~ . 2. In the event the Contractor determines that returning or destroying the protected health information is infeasible, the Contractorshall pcovide to King County notification of the conditionsthat 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 hea.lth information and limit further uses and disclosure of such protected health information to those purposes that make the return or destruction infeasi6le, for so long as the Contractor maintains such protected health information. D. Reimbursement for Costs Incurred Due to Breach 1. Contractorshall reimburse the County, without limitation, for all costs of investigation, dispute resolution, notification of individuals, the media, and the government, and expenses incurred in responding to any audits or other investigation relating to or arising out of a breach of unsecured protected health information by the Contractor. 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 finaneial assistance from the County during its fiscal year, then the Contractor or subcontractor shall meet the respective A-133 reguirements 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 ofthe audit report to each County division providing financial i 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. WFien reference is made in its audit to a"Management Letter" or other correspondence made by the auditor, the Confractor 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 govemment institution or jurisdicfion; 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 orreview 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 Gounty 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 fo 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 Contractor 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 SKCDPH-Agency BP:6 of 14 Contract into compliance, which date shali 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; B. The County will notify the Contractor in writing of the County's determination as to the sufficiency of the Gontractor'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, orthe 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. 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 responsi6ilities 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 shalt timely appoint one member to the dispute board. Those meinbers 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 underthis Contract, the Contractor is an independent Contractor, and neither it nor its officers, agents, employees, or subcontracfors 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 performance 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 behalf of the Confractor, its employees, subconfractors, 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/or losses whatsoever occurring 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 Contracfi. 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 ferms of this Contract by the Contractor, its officers, employees, agents, or subcontractors. This _duty. to repay the County shall noY be diminished or extinguished by the prior termination of the Contract pursuant to the Duration of Contract or the Termination section. SKCDPH-Agency BP:7 of 14 • . 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 offcers, employees, subcontractors and/or agents in its performance or non-pertormance of its obligations under this Gontract In the event the County incurs any judgment, award, and/or cost arising therefrom including attomeys' fees to enforce the provisions of this article, all such fees, expenses, and costs shall be recoverable from the Contractor. D. The County shall 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 resuft from, the negligent acts or omissions of the County, its officers, employees, or agents in its performance or non-performanee of its obligations under this Gonfract. In the event the Confractor incurs any judgment, award, and/or cost arising therefrom incloding 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 ` provision 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. XIL . Insucance ReQUirements A. By the date of execution ofi this Contract, the Contractor shall procure and maintain for the duration of this Contract, insurance against claims for injuries to persons or damagesto property which may arise from, or in connection with, the performance of work hereunder by the Confractor, its agents, representatives, employees,;and/or.subcontracfors. The cosfs of such insurance shall be paid by . the Confractor 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/ot 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 risksthat may be applicable to the Contractor under this Contract: The Cqhtracfor shall assess its own, risks and, if it deems appropriate and/or prudent, maintain greater limits and/or broader coyerage. 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 tothis Contract either directly or indirectly involve or require professional services, Rrofessional L'iability, Errors, and Omissions coverage shall be provided. Minimum Limit: 1 000 000 per claim and in the aggregate. 3. Automobile Liability: SKCDPH-Agency BF:8 of 14 ' In the event that services delivered pursuant to this Contract reqaire 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 BU3INESS AUTO COVERAGE, symbol 1"any auto"; or the appropriate coverage provided by symbols 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 Wasfiington, as well as any similar coverage required for this work by applicable federal or "Other States" state law. Minimum Limit: Statutory requirements ofthe 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 and/or self-insured retention of the policies shall not apply to fhe Contractor's liability to the County and shall be the sole responsibility ofithe Contractor. D. Other.lnsurance 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 offcers, officials, employees, and agents are to be covered as additional insureds as respects liability arising out of actiyities pertormed by or 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 offices, officials, employees, or agents shalt 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 witfi respect to the limifs of the insurer's liability. 2. All Policies a. Goverage 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 °`oecurrence" form; except that insurance on a"claims made" form may be acceptable with prior County approval. SKCDPH-Agency BP:9 of 14 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 dafe of Contract termination, and/or conversion from a"claims made" form to an "occurrence" coverage form.. E. Acceptabilitv of lnsurers 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 certificafes and endorserrients, and renewals ttiereof, shall be attached as exhibits to tfie Contract. The certificates. and endorsements for each insurance policy are to be signed by a person authorized by that insurerto 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. G. Municipal or State Contractor Provisions . If fhe 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-irisurance shall be attached hereto and be incorporated by reference and shall constitute complianee with this Section. H. Insurance for Subcontractors Ifithe Confractor-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. I,nsur"a.'n"ce coverages provided 6y subcontractors as evidence of compliance with the insurance requirements of fhis Contracf shall be subjec# to all of the requirements stated herein. 1. All Covera4es and Requirements Nothing contained within these insurance requirements shall be deemed to limit the scope, application and/or limifs 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. Assiqnment/Subcontractinct A. The Confractor shall not assign or subcontract any portion of this Contract or#ransfer 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. "Subcontract" shall mean any agreement between the Contractor and a subcontractor or between subcontractors that is based on this Contract, rovided that the term "subcontract" does not SKCDPH-Agency BP:10 of 14 include the purchase of (1) support services not related to the subject matter of this Contract, or (2) supplies. C. The Confractor shall include Sections III.D., IV, V, VI, VII, VIII, XI, XII, XIV, XV, XXI, and XXV, in every subcontract or purchase agreement for services that relate to the subject matter of this Gonfract. 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: . "Su6contractor 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 Confract. Subcontractor expressly agrees and understands that King Counfy is a third party beneficiary to this Contract and shall hade the right to bring an action against subcontractor to enforce the provisions of this paragraph." XIV. Nondiscrimination The Contractor shall comply with all applicable federal, stafe and Iocal laws regarding discrimination. XV. Nondiscrimination_in Subcontractinq Practices . A. 1n accordance with the provisions of Washington Initiative 200, no County Minority and Women Business (M/INBE) 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 M/WBE forms which may be included in the Contract - documenfs is not required; Provided, however; that any affirmative action requirements set forth in any federal regulations or statufes 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 fo 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 Contraetor 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 tfiis Contract. The Contractor shall make such documents available to the Gountyfor inspection and copying upon request. If this Contract invol'ves 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 M/WBEs. Contact OMWBE office at (360) 753-9693 oron-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 materia( breach of Confract for which fhe Contractor may be subject to damages and sanctions provided for by Contract and by applicable law. - SKCDPH-Agency BP:11 of 14 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 Confractor agrees, pursuant to KCC 3.04.060, that it will not willfully 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, ioan, 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 counfy will be caneelled and it shall not be able to bid on any county confract 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 Counfy 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.Froject Manager of current, or former County employees who may become involved in the Contract any time during the term of the Contract. - XVII. Ec~uipment Purchase, Maintenance, and Ownershia 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 equipmenf is reimbursable as a Contract budget item, is upon its purchase or receipt the property of the County and/or federal/state 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 Gontractor can mark property. The Contractor shall admit County staff to the Contractor's premises for the purpose of confirming properfy ha"s been marked with County property tags. The Contractor shall establish and mainfain inventory records and transaction documents (purchase requisitions, packing slips, invoices, receipts) of equipment purchased with Contract funds. XVIII. Proarietarv Ricthts The parties to this Contract hereby mutually agree that if any patentable or copyrightable material or article should result from the work described herein, all rights accruing from such material or article shall be the sole properry of the party that produces such material or article. If any patentable or copyrightable matenal or article should result from the work deseribed 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 parry agrees to and does hereby grant to the other party, 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 producfs 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. SKCDPH-Agency BP:12 of 14 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 Activitv 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. Kinq Countv Recvcled Product Procurement Policv In accordance 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 ContracL ln 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 7 The County makes n~o 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 ContractJWaiver of Default The parties agree that this Contract is the complete expression of the terms hereto and any oral or written represenfations 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 deemetl to be a waiver of any other or subsequent breach and shall not be eonstrued to be a modification of the terms of the Contract unless stated to be such through written approval by the Gounty, which shall be attached to the original Contract. 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 chiefiexecutive 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 Requlation 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 Gontract, the language in the Contract shall have control over the language eontained in the exhibit or the attachment, unless the parties affirmatively agree in writing to the contrary. SKCDPH-Agency BP:13 of 14 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 H6REOF, the parties hereby agree to the terms and conditions of this Contract: Cit of Auburn Parks, Art and KING COUNTY Recre ent King Cbun Executive Signature Date NAME (Please type or print) . MAR 12010. . Date ' . Approved as to Form: OFFICE`OF THE:KING COUNTY PROSEGUTING ATTORNEY PHSKC Contract # D39943D - Olympic Leadership Academy . ~ . MAR 17 SKCDPH-Agency BR:14 of 14 . , / SC ' . . APAR • CONTRACT # D39843D EXHIBIT A 1 , EXHIBIT A - PROJECT STATEMENT-OF WORK, DESCRIPTION, & REQUIREMENTS Safe Cammunities . , Olympic Leadership Academy City of Auburn Parks, Art and Recreation Department - Contract Period 1i1/10 -12/31/10 1. STATEMENT OF WORK The Agency shall provide a youth leadership project in accordance with the terms and conditions described herewith. The total amount of reimbursement pursuant to this Exhibit shall not`exceed $50,000 for the period of January 1, 2010 through December 31, 2010. 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, •and 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 ofi 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 partic,ipating in the.Olympic Leadership Academy (OLA) will experience the following outcomes:. 1. At least 75% of youth participating in the project will experience reduced rates of recidivism and/or avoid contact with the juyenile justice system, . 2. At least 75% of youth pa►ticipating in ttie project will decrease their risk-taking behavior 3. At least 70% of regular project participants wilF 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 sfudents grade, level in 6oth reading and mathematics 5. At least 25% 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 wilt incur fewer disciplinary actions af school. . . , sc APAR ' CONTRACT # D38943D EXHIBIT A-2 . C. OUTCOME LINKAGE TO GOMMUNITIES COUNT 2008 REPORT For the contract period of January 1, 2010, through December 34,, 2010 the Agency shall demonstrate a linkage between senrice 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 Ageney 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 betow: . 1. Academic Achievement Youth participating in the project will increase their school attendance and academic achieveme'nt. The agency will collect and monitor grades and . attendance records as part of their data collection process. 2. Parent/Guardian Involvement in Childs Learning Parents of projecf 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 :tlie 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 leamed in the class and utilizes curriculum adopted bythe Aubum School District. . sc _ APAR CONTRACT # D399430 EXHIBIT A-3 2. Youth development activities that focus on socialization skills, youth development and cultural ennchment along with observances and celebrations . of cuitural 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, and peer support groups. ' 6. Maintain partnerships with other community-based organizations for referrals and service coordination. 7. Gather outcome evaluation data on project participants. F. RESOURCES 9. 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 Aubum ■ 21'5t Cenfury Sctiools 4. Matching Funds Reauirement At a minimum the Agency shall secure a 35% match for the total cosf of the program. This match shall be from a funding source outside of King County; funders. Failure to comply with this teguirement will result in termination of the contract. In-kind' "contributions are not considered a cash match unless negotiated with the County. III. COMPENSATfON 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 Exh'ibit for the contract period subject to the following conditions: A. If the Agency proVides at leasf 90% of the required monthly Minimum Service Level specified in Section 11.0.5, .the County shall reimburse the Agency 100% of the routine monthly reimbursement amount specifes above. B. If for any given month the Agency provides less than 90% of the required monthly performance standard specified above, the County will pay the routine monthly reimbursement amount less the % below 90%. SC APAR CONTRACT # 039943D , 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 Gounty shall 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 . demonstrating accomplishmenfs of all contractual requirements. Such documentation may include, but is not limited tp the following: (1) services/trainings/activities provided, (2) date of services/trainings/actiVities, (3) # of hours, (4) names of participants, (5) evaluation of services by participants, (6) service logs; and (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 meef the monthly reporting requirements or the reports are not accurate and/or complete, tlie 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 fake. The County will retum 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 shalf 6e included with the June, 2010 monthly report. The Report shall address the following: 1. Monthfy Invoice 2. Narrative report addressing the extent tb which the Goals, Outcomes, Oufcome Linkage to Gommunities. Count 2008, Outputs, and Activities ~ (Section II) are being achieved to date. SC APAR CONTRACT # D39943D . EXHIBIT A-5 C. ; "Final Program.Report The Agency shall submif a Final Program Report which will be included with the finaf (December, 2010) invoice. The Final Program Report sliall. 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 11) 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.; Additiona) 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 2010; ` F. Cultural Oompetency,• ` Agency 5taff shall partieipate with the County: or designee in the developmenf and'. - implementation of cultural competency guidelines. , . , , t . , SC APAR . - CONTRACT # D39943D Exhibit B ' Invoice : Safe Communities ' Oiympic Leadership Academy City of Aubum Parks; Art and Recreation Department 910 9"' Street S E Aubum, WA 98002 Contract Period 1/1/10-12/31/10 TO: Seattle-King,County Department of Publ'ic Health King County Children and Family Commission Attn: Jim Ott 401 5"' Avenue, Suite 1300 . Seattle, WA 98104. : In performance of a signed contract, I certify the following services have been provided for tFie 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 ONL.Y Current Expense to be Year to Date Suffix Project Expense Acct Budget paid Paid A 8015/H00140 53180 $50,000.00 Approved: Children and Family Commissio.n Program Manager Date . - 'MAR/21/2010/MON 12:48 PM WCIA FAX Na.12065757426 P.002/002 , . ~~;5►~~.~~?~~~ ~1 L-frity 2?-NFZr- 10 C'eri#: 6678 Seaitte-Kint, C;aun.ty llenartt»ent o#'Yiiblic fiealtb t~tit3: J11Z1 ~~f"t ~ . 401 Sth Ati•e.; Si►itz 13 0U Seaitlc. Wa 98104 [Zi:: CIEV oi'Aubucn KinsZC.'ounty Cnn.t.•aci No. I)3994.3D Er-3dence ot Co-verahe . `T~he abovc captiorier3 tntiry is a. riicf?iber of tiie Was3iingtUt; Citits Iiisuratzce Autizc~i•rty (:W(_'I:a.}, whir.tt is a se1Fiizsure(i pool oFover 13() muni:ipai corporatioiis iit ille Siate nf tiY asbin.gton. WCTA has .;t least S 1 inilEion,per occiirrtncc combi.Fied siiigIe liziiit of 3iability covc.a-aue i11 its scif in>ured 1avet• th: t rria5: he appficablc in tilic c,verit arF iiici:icFii oc: urs ihai d-cLmed tr) be atuibtftcd to zlt;: nec~iigeztce ofthe -m;Mber. WCI:•1 is aiz Interlocai Agree:liei~i z-ir:iong murzicipai;tie s atic€ iia't?iliiy is compleEe(y sel€' fzuided bS' Elie iz?enibership. As there is no insur.,nee pnlie;• invafvcd atic? vi%CJA is t3oi a!: lnSUf'MlCc, CU11-TaE3y, ti'rii.l3' Of;?aF??lilE?UJl l•an13o1 bt; ]3:i132C.d11< aI! "addtt}C3FIilI InSuF2:d". r . ~ . , . . . L,-ic B. L: rson ? _)c:j2ttt~' I?ir~: r• ts_~!' r•c: }3rend:1 HG:111[;tll.111 Iiri2ui Piitv. Recreafic3ti Manager. City c-J'Az:burn