Loading...
HomeMy WebLinkAbout2024/12/09 - Briefing Packet MASON COUNTY COMMISSIONER BRIEFING INFORMATION FOR THE WEEK OF December 9, 2024 In the spirit of public information and inclusion, the attached is a draft of information for Commissioner consideration and discussion at the above briefing. This information is subject to change, additions and/or deletion, and is not all inclusive of what will be presented to the Commissioners. Please see draft briefing agenda for schedule. CoU���� . 1854 4�°�x aa��rA BOARD OF MASON COUNTY COMMISSIONERS DRAFT BRIEFING MEETING AGENDA 411 North Fifth Street, Shelton WA 98584 Week of December 9, 2024 1854 Monday Noon WA State Association of Counties Zoom Meeting* Virtual Assembly *This is being noticed as a Special Commission meeting because a quorum of the Mason County Commission may attend this event and notification is provided per Mason County Code Chapter 2.88.020-Special Meetings. Monday, December 9, 2024 Zoom link available on the Mason County website Commission Chambers Times are subject to change,depending on the amount of business presented 9:00 A.M. Closed Session—RCW 42.30.140(4)Labor Discussion 10:00 A.M. Historic Preservation Commission Interviews 10:20 A.M. Superior Court—Paddy McGuire 10:30 A.M. Public Health—David Windom 10:45 A.M. Public Works—Loretta Swanson Utilities&Waste Management 10:55 A.M. Support Services—Mark Neary Commissioner Discussion—as needed Commission meetings are live streamed at http://www.masonwebtv.com/and public comment is accepted via email msmithkmasoncountywa.gov;mail to Commissioners Office,411 N 5'Street,Shelton,WA 98584;or phone at(360)427-9670 ext.419. If you need to listen to the Commission meeting via telephone,please provide your telephone number to the Commissioners' office no later than 4:00 p.m.the Friday before the meeting. If special accommodations are needed,contact the Commissioners'office at Shelton(360)427-9670 ext.419 Briefing Agendas are subject to change,please contact the Commissioners' office for the most recent version. Last printed 12/05/24 at 8:42 AM *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Paddy McGuire Ext:206 Department: Superior Court Briefing: Action Agenda: Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): December 9,2024 Agenda Date(s): December 17,2024 Internal Review: ❑ Finance ❑ Human Resources ❑ Legal ❑ IT ❑ Risk ❑ Other (This is the responsibility of the requesting Department) Item• Convert Court Commissioner Contract Employee to Regular Employee Background/Executive Summary: Many years ago,the Court Commissioner position was part-time, and the person being hired required a contract guaranteeing that the county would pay full benefits. The position is now full-time and is a regular county employee, except the Board approves a contract annually. The Commission will need to approve the position as a regular FTE. We have hired a new Commissioner effective January 1 and will end the annual contract approval. Budget Impact(amount, funding source,budget amendment, etc.): None,the position is included in the Court's 2025 budget. Public Outreach: N/A Requested Action: Approval to create one full-time employee(FTE) Court Commissioner position in Superior Court. Attachment(s)• Contract Position Description COURT COMMISSIONER PROFESSIONAL SERVICES AGREEMENT This agreement is between Tirsa C. Butler (Commissioner) , and Mason County Superior Court (Court) and Mason County (County) . The parties to this agreement, in consideration of the terms and conditions set out below, agree as follows : Section One - Appointment of Commissioner Pursuant to RCW 2 . 24 . 010, the Court hereby appoints Tirsa C. Butler as Court Commissioner for a term beginning January 1, 2024 and ending December 31, 2024, and she hereby accepts such appointment and agrees to act as Court Commissioner pursuant to the terms and conditions set forth herein. Section Two - Responsibilities and Duties of Commissioner 1 . Pursuant to RCW 2 . 24 . 020, Commissioner shall, before entering upon the duties of such office, take and subscribe an oath to support the Constitution of the United States, the Constitution of the State of Washington, and to perform the duties of such office fairly and impartially and to the best of his or her ability. 2 . Commissioner shall perform his or her duties under the direction of, and in accordance with the policies, procedures and timelines established by the Court . 3. Commissioner' s work schedule shall be 40 hours per week, normally to be scheduled during regular business hours of Monday through Friday during the hours of 8 : 00 a.m. to 5 : 00 p.m. Additional hours outside of regular court hours may be required as otherwise scheduled. 4 . Commissioner shall regularly preside over court dockets including but not limited to: Therapeutic Courts Involuntary Treatment Court Probate/Guardianship Domestic Relations COURT COMMISSIONER PROFESSIONAL SERVICES AGREEMENT Domestic Violence and Anti-harassment Ex parte 5 . During the hours established by the work schedule herein, Commissioner may also be required to perform other duties, such as, (1) hear and decide civil, domestic, probate, juvenile and/or adult criminal matters authorized by LCrR 4 . 2; (2) review requests for temporary orders in domestic violence petitions and other ex parte order requests; and (3) other matters as arranged by the Court. 6. Commissioner will successfully complete the Washington Judicial College and shall comply with Continuing Judicial Education requirements as set out in GR 26. Section Three - Compensation Pursuant to RCW 2 .24 . 030, County agrees to pay Commissioner for the work set out in the schedule herein a salary at the rate of 850 of the salary of a Superior Court Judge. As of July 1, 2023 Commissioner' s rate of pay is as follows : $15, 398 . 53 per month ($88 . 84 per hour) for a total annual salary of $184, 782 . 35. As of July 1, 2024 Commissioner' s rate of pay is as follows : $16, 168 . 49 per month ($93 . 28 per hour) for a total annual salary of $194, 021 . 85 . Section Four - Benefits/Deductions Commissioner shall be eligible for all benefits available to Mason County employees within Chapters 6 and 7 of the Mason County Personnel Policies . Commissioner shall receive the same insurance premium contribution as regular full-time employees . Deductions by County from Commissioner' s pay will include applicable taxes, an amount equal to an employee' s contribution for applicable benefits and other deductions required by federal and state law. Section Five - Integration Clause This agreement embodies the whole agreement between the parties . This agreement shall supersede all previous communications, representations or agreements, either verbal or written, between the parties . Section Six - Written Modification as Necessary COURT COMMISSIONER PROFESSIONAL SERVICES AGREEMENT - -1 — There may be no modification of this agreement, except in writing, executed with the same formalities as this instrument. Section Seven - Termination This agreement shall terminate immediately should Commissioner not be in good standing with the Washington State Bar Association. Additionally, Court or Commissioner may terminate this agreement for any reason upon thirty (30) days written notice delivered to the other party. Actual delivery by Commissioner of a written notice to terminate to the Presiding Judge will constitute notice. Signed this `emu day of Signed this lq+6 day of bar,mn�k , 2023: �)prPmb,- , 2023: MASON COUNTY SUPERIOR COURT BOARD OF COUNTY COMMISSIONERS DAVID STEVENS, � �Judge SHARON TRASF Chair DANIEL LL, Judg 7 0 Y D g b� Signe this day of �C , 2023 : TIRSA C. BUTLER Approved as to form: MASON COUNTY PROSECUTOR' S OFFICE COURT COMMISSIONER PROFESSIONAL SERVICES AGREEMENT - 3 ACKNOWLEDGEMENT I, Tirsa C. Butler, acknowledge receipt of a copy of Mason County' s Non-Discrimination and Harassment Policy (chapter 12 of the Personnel Policies) . I shall abide by this policy and that of state and federal laws that preclude discrimination on the basis of a person' s race, color, creed, religion, national origin, ethnicity, age, sex, marital status, veteran' s status, sexual orientation, or disability (known or perceived) . Signed: Date: TIRSA C. _'NUTLETZ COURT COMMISSIONER PROFESSIONAL SERVICES AGREEMENT - 4 POSITION DESCRIPTION .0 Title: Court Commissioner Department: Superior Court Affiliation: Non-Represented Supervises/Directs: None Reports to: Superior Court Judges Exempt: X Non-Exempt: Job Class: 1116 Risk Class: 5306-07 Salary Range: 85% of the Superior Court Judicial Salary JOB SUMMARY: The Court Commissioner is a regular full-time position appointed by the Superior Court Judges. The Court Commissioner performs all duties and responsibility of a Court Commissioner and Judge Pro Tem as assigned by the Judges of Superior Court pursuant to RCW 2.24.040. The Court Commissioner is fully accountable to the Judges of Superior Court for the efficient and effective operation of all assigned duties and will be expected to maintain a cooperative working relationship with all those who interact with the court. Individual must apply a thorough and complete knowledge of the laws and procedures related to court operations and administration. Requires a close working relationship with public officials within County and State government, local agencies and the general public. Individual works independently and receives administrative direction from the Judge of the Superior Court. Powers of the Court Commissioner are specifically set forth in the RCW 2.24.040. In accordance with applicable law, the Court Commissioner's duties will include, but are not limited to, presiding over the following types of cases: • Domestic Relations • Domestic Violence & Anit-Harassment Protection Orders • Involuntary Treatment Court • Juvenile Offender • Probate/Guardianships • Therapeutic Courts • Daily Civil Ex Parte • Other matters the Court assigns Ethics and Integrity: Respects and maintains confidentiality. Earns trust, respect and confidence through honesty, forthrightness and professionalism in all interactions. Est. 3.2021/Rev 1-11.2024 Valuing Diversity: Help create a work environment that embraces and appreciates diversity and treats all with acceptance and respect; and values diverse perspectives Communication: Effective communication skills to convey thought and information clearly and concisely to a broad audience. Strong writing and editing skills Relationship Building: Proven skills to create and maintain effective teams and partnerships Multi-tasking: Proven multi-tasking skills with the ability to handle multiple assignments in various stages simultaneously. Ability to work in a fast-paced environment with changing priorities Analytical Skills: Analytical skills with exceptional attention to detail ESSENTIAL JOB FUNCTIONS: (Any one position may not include all the duties listed nor do the listed examples include all tasks which may be found in positions of this class.) To perform this job successfully, the incumbent must be able to perform each essential function satisfactorily. The requirements listed below are a representative of the knowledge, skills and/or abilities required. KNOWLEDGE, SKILLS AND ABILITIES: Knowledge of: The job assignment sufficient to perform thoroughly and accurately the full scope of responsibility as illustrated by examples in the above job description Relevant information, including applicable policies, procedures, laws and regulations The judicial system, including but not limited to the above-described types of cases Court rules, rules of evidence, and local court procedures and practices Skill in: Interpersonal relationships Conflict resolution Oral and written communications Adapting to changes in workload demand Working on multiple projects simultaneously Responding to emergencies Composing/generating and editing correspondence Communicating with people of diverse backgrounds Working in stressful environments Prioritizing work Ability to: Demonstrate competency in required job skills and knowledge Perform multiple tasks simultaneously under tight deadlines, prioritizing work and managing own time Keep abreast of current developments using available resources effectively always demonstrate accuracy and thoroughness Confront difficult situations while maintaining objectivity Keep emotions under control Establish and maintain effective relations Est. 3.2021/Rev 1-11.2024 Objectively identify, analyze and interpret legal issues, principles, and arguments Direct and control courtroom proceedings in a decisive, orderly, respectful, and equitable manner, including exercising appropriate judicial temperament and demeanor Effectively handling pressure in difficult and unexpected situations by responding in a calm and rational manner Communicate orally and in writing in a concise and effective manner Effectively manage high volume court calendars including the requisite reading and preparation associated with those calendars Willingness to learn and use court-based technology Possess excellent writing, legal research, and analytical skills Quickly decide and issue rulings on matters taken under advisement Work both independently as well as cooperatively, and be able to quickly transition between different assignments and tasks Meet attendance standards necessary for successful job performance MINIMUM QUALIFICATIONS: The qualifications for this office are set forth in RCW 2.24.010 and include the requirement that applicants must be a U.S. citizen and member in good standing with the Washington State Bar Association. This position requires a bachelor's degree from an accredited four-year college or university, a law degree from an American Bar Association accredited law school (or admission pursuant to APR6), a license to practice law in the State of Washington and a minimum of five (5) years of experience preferred. An emphasis on Juvenile and Family Law is desirable. The applicant selected for this position must adhere to the Code of Judicial Conduct (CJC). Valid Washington State driver's license US Citizenship Pass Background Check WORKING CONDITIONS: Duties are primarily performed in an office/court environment while sitting at a desk or computer terminal. The duties require sitting, standing, and walking; visual acuity (which may be corrected/assisted) to read and review written materials; and audio acuity (which may be corrected/assisted)to hear spoken conversations. Physical exertion may be required to lift boxes, equipment, and supplies ranging in weight from 10 to 40 pounds. Work beyond the normal workday and/or weekends may be required. This position is designed "at will" under the provisions of Mason County Personnel Policies, Section 1 .2 The incumbent works in the capacity of a confidential employee and is required to maintain confidentiality with regard to a broad range of matters including, but not limited to: employee performance, the management of protected health information, and matters protected by the attorney— client privilege. Any breach of this requirement of employment may result in immediate discipline, up to and including termination. Elected Official Signature of Approval: Date: Est. 3.2021/Rev 1-11.2024 Human Resources Director or Designee Signature of Approval: Date: I have read and understand the above position description: Name: Date: Signature: Est. 3.2021/Rev 1-11.2024 *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Paddy McGuire Ext:206 Department: Superior Court Briefing: Action Agenda: ❑ Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): December 9,2024 Agenda Date(s): Click or tap here to enter text. Internal Review: ❑ Finance ❑ Human Resources ❑ Legal ❑ IT ❑ Risk ❑ Other (This is the responsibility of the requesting Department) Item• Two Full-Time Court Commissioners in Superior Court from January 1 —January 12, 2025 Background/Executive Summary: Timing for the end of Judge Goodell's term will require two full-time Court Commissioners from January 1 to January 12,2025. RCW 2.08.070 sets the term of office for Superior Court Judges from the second Monday in January. Judge Goodell will resign on December 31,2024 so Tirsa Butler must remain as Commissioner until she becomes a Judge on January 13,2025. The Court has hired Jason Kinn as a full- time Commissioner effective January 1, so there will be a short period when we have two full-time Commissioners. HR and Payroll have been advised of the situation. Budget Impact(amount,funding source,budget amendment, etc.): Minimal since we will not pay the county portion of Judge Goodell's salary during this short period. Public Outreach: N/A Requested Action: Informational only. Attachment(s)• . • MASON COUNTY Public Health & Human Services Briefing December 9, 2024 Briefing Items Consolidated Contract(CONCON)—David Windom — Environmental Health fee increase—Casey Bingham Treatment Sales Tax (TST) Law Enforcement Co-Responder contracts—Melissa Casey *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: David Windom Ext:260 Department: Public Health Briefing: Action Agenda: Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): December 9,2024 Agenda Date(s): December 17,2024 Internal Review: 0 Finance ❑ Human Resources 0 Legal ❑ IT N Risk ❑ Other (This is the responsibility of the requesting Department) Item• State of Washington Department of Health Consolidated Contract Background/Executive Summary: This is the biannual base agreement with the Department of Health(DOH)to which budget amendments are made throughout the course of the biennium. Budget Impact(amount,funding source,budget amendment, etc.): None in this portion of the contract. Public Outreach: N/A Requested Action: Approval for the Public Health and Human Services Director to sign the Consolidated Contract (CONCON)between the Washington State Department of Health(DOH) and Mason County Public Health and Human Services. Attachment(s)• Contract DOH CONTRACT#: CLH32059 January 1, 2025 — December 31, 2027 CONSOLIDATED CONTRACT Between STATE OF WASHINGTON DEPARTMENT OF HEALTH And Mason County Public Health & Human Services Page 1 of 18 DOH CONTRACT#: CLH32059 Table of Contents 1. Purpose.....................................................................................................................................3 2. Statements of Work.................................................................................................................3 3. Exhibits....................................................................................................................................3 4. Definitions ...............................................................................................................................3 5. Funding and Billing.................................................................................................................4 6. Contract Management..............................................................................................................5 7. Access to Records....................................................................................................................5 8. All Writings Contained Herein................................................................................................5 9. Assignment..............................................................................................................................5 10. Assurances...............................................................................................................................5 11. Confidential Information.........................................................................................................6 12. Ethics and Conflict of Interest.................................................................................................6 13. Debarment Certification ..........................................................................................................6 14. Disputes ...................................................................................................................................7 15. Equipment Purchases...............................................................................................................7 16. Governing Law and Venue......................................................................................................7 17. Independent Capacity ..............................................................................................................7 18. Insurance..................................................................................................................................7 19. Licensing, Accreditation, and Registration..............................................................................7 20. Maintenance of Records..........................................................................................................7 21. Modifications and Waivers......................................................................................................8 22. No Third-Party Rights Created................................................................................................8 23. Nondiscrimination ...................................................................................................................8 24. Order of Precedence.................................................................................................................8 25. Ownership of Material/Rights in Data.....................................................................................8 26. Public Records Act..................................................................................................................8 27. Publications..............................................................................................................................9 28. Responsibility for Actions.......................................................................................................9 29. Recapture.................................................................................................................................9 30. Loss or Reduction of Funding.................................................................................................9 31. Severability..............................................................................................................................9 32. Subcontracts.............................................................................................................................9 33. Subrecipient.............................................................................................................................9 34. Survivability.............................................................................................................................9 35. Term.......................................................................................................................................10 36. Termination for Convenience................................................................................................10 37. Termination for Default.........................................................................................................10 38. Termination Procedure ..........................................................................................................10 Standard Federal Certifications and Assurances........................................................................12 Federal Assurances-Non-Construction Programs....................................................................17 2025-2027 Consolidated Contract Page 2 of 18 DOH CONTRACT#: CLH32059 CONSOLIDATED CONTRACT between STATE OF WASHINGTON DEPARTMENT OF HEALTH (Referred to as'°DOH") and MASON COUNTY PUBLIC HEALTH&HUMAN SERVICES (Referred to as"LHJ") for THE DELIVERY OF PUBLIC HEALTH SERVICES FOR THE PERIOD OF January 1,2025 through December 31,2027 1. Purpose This Contract is entered into in accordance with RCW 43.70.512, RCW 43.70.515,the general statutory powers of the Secretary of the Department of Health (DOH), including but not limited to RCW 43.70.020 and RCW 43.70.040, the general statutory powers of local health jurisdictions (LHJs), and RCW 70.05.060, RCW 70.05.070, RCW 70.08.020, and RCW 70.46.060, the authority forjoint or cooperative action provided for under RCW 39.34, and any LHJ home rule charter authority. The propose of this Contract is to define the parties' joint and cooperative relationship. The contract and all Statements of Work adopted under its provisions are intended to facilitate the delivery of public health services to the people in Washington State. This Contract is the result of cooperative planning efforts between the LHJ and DOH and establishes the terms for reimbursement for services funded by state and federal grants. 2. Statements of Work The individual program activities, requirements, and outcomes/deliverables to be achieved by the parties under this Contract shall be mutually agreed to and issued as Exhibit A, Statements of Work, subsequent to the execution of this Contract.The LHJ shall furnish the necessary personnel,equipment,material and/or services and otherwise do all things necessary for or incidental to the performance of the work as set forth. 3. Exhibits This Contract shall incorporate mutually agreed to and issued amendments throughout the Contract term, as the following Exhibits: • Exhibit A-Statements of Work • Exhibit B—Allocations • Exhibit C—Federal Grant Awards Index 4. Definitions As used throughout this Contract and unless amended for a particular Statement of Work,the following terms shall have the meanings set forth below: "Assistance Listing Number":The unique identifying code assigned to a federal assistance program which identifies the awarding agency. "Budget, Accounting, and Reporting System (BARS)": The system designed by the State Auditor's office for collecting,consolidating,and reporting financial budgeting and accounting information from all local governmental units. "Client": An agency, firm, organization, individual or other entity applying for or receiving services provided by the LHJ under this Contract. "Confidential Information": Information protected from disclosure under federal or state law. 2025-2027 Consolidated Contract Page 3 of 18 DOH CONTRACT#: CLH32059 "Contract Coordinator": Each party's designated contact for at] notices required or permitted under this Contract. "Contracting Officer": The DOH Contracts and Procurement Office Director and his/her delegates within that office authorized to execute this agreement on behalf of DOH. "Contractor": An entity that provides goods or services to DOH and others. A contractor normally operates its business in a competitive environment, provides its goods and/or services to many different purchasers during normal business hours, and is not subject to the compliance requirements of the federal program. "Equipment": When used in this Contract is defined as an article of non-expendable, tangible property other than land, buildings, or fixtures which is used in operations and having a useful life of more than one year and an acquisition cost of$5,000 or more(State),$10,000 or more(Federal),or as otherwise stated. "Federal Assistance": Assistance provided by a federal agency in the form of grants, contracts, loans, loan guarantees, property, cooperative agreements, interest subsidies, insurance, or direct appropriations, but does not include direct federal cash assistance to individuals. "Federal Funding Accountability and Transparency Act(FFATA or the Transparency Act)": A federal act to make information available online so the public can see how federal funds are spent. Fixed Assets": Fixed assets are property and/or equipment obtained through donation,gift,purchase,capital lease, or construction with a service life of more than one year. "Program Contact": Each party's designated contact for those purposes identified in the Program Contacts List resource, respective to each Statement of Work. "Subcontractor": Any individual or group contracted with the LHJ to perform all or part of the services included in this Contract. This term will also apply to situations where an LHJ's subcontractor contracts with another individual or group to perform all or part of the services included in its agreement with the LHJ. "Subrecipient" or "Subgrantee": A non-federal entity that receives a subaward of federal grant money or goods directly or indirectly from DOH and makes decisions regarding who can receive what federal assistance; has its performance measured against the objectives contained in the DOH agreement with the federal government;makes decisions on how to operate the program to accomplish the program goals;has the obligation to comply with federal Subrecipient requirements; and/or use federal funds to carry out a program for the public purpose specified in the authorizing statute. 5. Funding and Billing A. DOH shall pay the LHJ for services as set forth in Exhibit A, Statements of Work,not to exceed funding amounts as detailed in Exhibit B,Allocations(as executed). The LHJ will advise the DOH Program Contact identified for a respective Statement of Work in writing 90 calendar days prior to the end of the funded period, or as soon as practicable thereafter, if the LHJ anticipates not using all Contract funding. B. If the Exhibit A, Statement of Work, is supported by federal funds that require compliance with FFATA (the Transparency Act), the corresponding checkbox on the Statement of Work will be checked. C. Total consideration for this Contract shall be modified by mutually agreed to amendments issued on a periodic basis. The LHJ will submit accurate and timely billings which, for clarity and consistency,will be prepared using the A19 form provided and following the instructions located on the DOH Sharepoint page for LHJs. DOH will authorize payment only upon satisfactory completion and acceptance of deliverables and for allowable costs as outlined in the Statement of Work and/or budget. 2025-2027 Consolidated Contract Page 4 of 18 DOH CONTRACT#: CLH32059 D. The LHJ will submit a DOH BARS Financial Report on a DOH-provided template by April 15th for the prior calendar year. 6. Contract Management Unless otherwise specified in the Contract,the following individuals are the contacts("Contract Coordinators")for all notices required or permitted under this Contract: LHJ Contract Coordinator: DOH Contract Coordinator: Name: David Windom Name: Brenda Henrikson/Shannon May Title: Public Health Director Title: Contracts Specialist Mailing Address: Mailing Address: 2300 Kati Court, Suite A PO Box 47905 Shelton, WA 98584 Olympia, WA 98504-7905 Physical Address: Physical Address: Same as above 111 Israel Rd SE Olympia,WA 98504-7905 Phone: 360-427-9670 Phone: 360-236-3933/360-236-3946 Email Address: Email Address: dwindom@inasoncountywa.gov masoncountywa.gov brenda.henrikson@doh.wa.gov shannon.inay@doh.wa.gov doh.wa.gov A party may change its Contract Coordinator or its Program Contact by providing written notice to the other party. DOH Program Contacts can be found in the Program Contacts List resource. 7. Access to Records To the extent authorized by applicable federal and state law, the parties shall provide access to records relevant to this Contract to each other, the Joint Legislative Audit and Review Committee, the State Auditor, and authorized federal officials, at no additional cost. Inspections shall occur at reasonable times and upon reasonable notice. 8. All Writings Contained Herein This Contract contains all the terns and conditions agreed upon by the parties. No other understandings,oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. The individuals signing this Contract, and subsequent amendments certify by their signatures that they are authorized to sign this Contract on behalf of their respective entity. 9. Assignment Except for subcontracting as authorized in this Contract, the LHJ shall not assign or delegate, in whole or in part, this Contract or any of its rights, duties, obligations, or responsibilities, without the prior written consent of DOH's Contracting Officer, which consent shall not be unreasonably withheld. 10. Assurances The parties agree that all activity pursuant to this Contract shall be in accordance with all applicable current federal, state, and local laws, rules, and regulations. The LHJ acknowledges its agreement to comply with federal certifications and assurances by signing and returning the following: I. Standard Federal Certifications and Assurances(page 12) 2. Federal Assurances for Non-Construction Programs(page 17) I 2025-2027 Consolidated Contract Page 5 of 18 i DOH CONTRACT#: CLH32059 11. Confidential Information The parties agree to comply with all state and federal statutes and regulations relating to Confidential Information. DOH and LHJ will limit access to the Confidential Information to the fewest number of people necessary to complete the work. Everyone having access to Confidential Information covered by this Contract must agree to protect the confidentiality of the information. Either party to this Contract may designate certain Confidential Information as "Confidential Information/Notice Requested." The designation shall be made by clearly stamping,watermarking, or otherwise marking each page of the Confidential Information. If a third-party requestor seeks information that has been marked "Confidential Information/Notice Requested," notice shall be given to the marking party prior to release of the information. Such notice shall be provided to the program contact no less than five (5) business days prior to the date of disclosure, to allow the party objecting to disclosure to seek a protective order from the proper tribunal. DOH and LHJ agree to establish, document, and maintain security practices and safeguards consistent with state and federal laws, regulations, standards, and guidelines to prevent unauthorized access, use, or disclosure of Confidential Information in any form. In accordance with federal and state contracting requirements, DOH may monitor, audit, or investigate LHJ management of Confidential Information relating to this Contract. Working together, the LHJ and DOH may use any and all tools available to track Contract related Confidential Information. If one of the parties becomes aware of an actual or suspected breach of confidentiality, that party will promptly notify the Contract Coordinator for the other patty of the facts. The parties will work within their respective organizations to take any steps necessary to determine the scope of the breach and to restore reasonable security to the Confidential Information. Both parties agree to mitigate any known harmful effects of a breach in confidentiality,including notifying affected individuals to the extent required by law. The parties will also reasonably cooperate with law enforcement as appropriate. 12. Ethics and Conflict of Interest Both parties and their officers shall comply with all ethics laws and procurement standards applicable to their activities under this Contract, including RCW 42.23 and RCW 42.52, and 2 CFR 200.318, and as subsequently amended. The LHJ must maintain and comply with written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award, and administration of subcontracts. The LHJ must comply with the following minimum requirements: No employee, officer, or agent may participate in the selection, award, or administration of a subcontract supported by a grant award if they have a real or apparent conflict of interest. Such a conflict of interest would arise when the employee,officer, or agent, any member of their immediate family,their partner,or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit g from a firm considered for a contract. The officers, employees, and agents of the LHJ may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts and must comply with Chapter 39.26.020 RCW. However, LHJ may set standards for situations in which the financial interest is not substantial, or the gift is an unsolicited item of nominal value. The standards of conduct must provide for disciplinary actions to be applied for violations of such standards by officers,employees, or agents of the LHJ. If a violation occurs and is not cured within a reasonable time after notice,the other party shall have the right to terminate this Contract. This section is expressly subject to section 14. Disputes, in this Contract. 13. Debarment Certification The LHJ, by signing this Contract, certifies that the LHJ is not presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from participating in this Contract by any federal department or agency. The LHJ also agrees to include the above requirement in all subcontracts into which it enters. The LHJ will notify DOH of any such events that may occur during the term of the Contract. 2025-2027 Consolidated Contract Page 6 of 18 DOH CONTRACT#: CLH32059 14. Disputes Except as otherwise provided in this contract, when a dispute arises between the parties and it cannot be resolved by direct negotiation,the parties agree to participate in good faith in non-binding mediation. The mediator shall be chosen by agreement of the parties. If the parties cannot agree on a mediator,the parties shall use a mediation service located in Washington State that selects a qualified mediator for the parties. Each party shall bear its own costs for mediation and each party shall contribute equally to the mediator's fee,if any. The parties agree that mediation shall precede any action in a judicial tribunal. Nothing in this contract shall be construed to limit the parties' choice of a mutually acceptable alternate dispute resolution method in addition to the dispute resolution procedure outlined above. 15. Equipment Purchases Equipment purchased by the LHJ for use by the LHJ or its subcontractors during the term of this Contract using federal funds, in whole or in part, shall be the property of the LHJ. The use,management and disposal of the equipment must comply with federal requirements. These requirements are found in the Office of Management and Budget's(OMB's) Uniform Guidance,Title 2 Code of Federal Regulations Part 200(2 CFR 200)-Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, or are included in the federal funding agency's regulations. Equipment purchased by the LHJ for use by the LHJ or its subcontractors during the term of this Contract using non-federal funds, in whole or in part, shall be the property of the LHJ unless noted otherwise in the respective Statement of Work. 16. Governing Law and Venue The laws of the state of Washington govern this Contract,venue shall be proper only in Thurston County,Washington. 17. Independent Capacity The employees or agents of each party who are engaged in the performance of this Contract shall continue to be employees or agents of that party and shall not be considered for any purpose to be employees or agents of the other party. 18. Insurance The LHJ certifies that it is self-insured, is a member of a risk pool, or maintains insurance coverages sufficient to cover obligations under this Contract. Each party shall pay for losses for which it is found liable. The LHJ agrees to require all subcontractors to maintain insurance in types and with limits as may be determined by the LHJ and/or its risk manager, unless the LHJ and DOH agree otherwise. 19. Licensing,Accreditation, and Registration The LHJ shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements and standards,necessary for the performance of this Contract. 20. Maintenance of Records Each party to this Contract shall maintain books, records, documents, and other evidence that sufficiently and properly reflect all direct and indirect costs expended by it. All books, records, documents, and other material relevant to this Contract will be retained for six(6)years after expiration unless otherwise required for longer period. If any litigation, claim, or audit is started before the expiration of the six-year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. Each patty will use reasonable security procedures and protections to ensure that records and documents provided by the other party are not erroneously disclosed to third parties. Both parties agree to continue protecting records in accordance with Section 11. Confidential Information, until such time as the information is destroyed in accordance with applicable state and federal records retention laws. 2025-2027 Consolidated Contract Page 7 of 18 DOH CONTRACT#: CLH32059 21. Modifications and Waivers This Contract, or any term or condition,may be modified only by a written amendment signed by the DOH Contracting Officer and the authorized representative for the LHJ. Either party may propose an amendment. However, any state or federal law, regulation, or grant funding requirement, including anything amended after the fact,that must be included in order to receive or expend the grant funding is hereby incorporated by reference, and may be documented by letter amendment from DOH to the LHJ. Failure or delay on the part of either party to exercise any right, power, privilege, or remedy provided under this Contract shall not constitute a waiver.No provision of this Contract may be waived by either party except in a writing signed by the DOH Contracting Officer or the authorized representative of the LHJ. 22. No Third-Party Rights Created This Contract, or any program hereunder, is entered into solely for the benefit of the two parties thereto and shall not be construed as giving rise to any right, remedy or expectancy of any kind or nature on the part of any third party. 23. Nondiscrimination During the performance of this Contract,the LHJ and DOH shall comply with all federal and state nondiscrimination laws, regulations, and policies. In the event of the LHJ's noncompliance or refusal to comply with any nondiscrimination law, regulation or policy, this Contract may be rescinded, canceled, or terminated in whole or in part, and the LHJ may be declared ineligible for further contracts with DOH. The LHJ shall,however, be given a reasonable time in which to cure this noncompliance. Any dispute may be resolved in accordance with the"Disputes"procedure set forth herein. 24. Order of Precedence In the event of an inconsistency in the terms of this Contract,or between its terms and any applicable statute or rule,the inconsistency shall be resolved by giving precedence in the following order: • Applicable state and federal statutes,and local laws, rules, regulations, and funding requirements. • Terms and conditions of this Contract. • Statements of Work. • Any other provisions of this Contract, including other materials incorporated by reference. 25. Ownership of Material/Rights in Data Records and other documents relevant to this Contract, in any medium, furnished by one party to this Contract to the other party, will remain the property of the furnishing party, unless otherwise agreed. Data which is delivered under the Contract shall be transferred to DOH with a nonexclusive, royalty-free, perpetual, irrevocable license to publish, translate, reproduce, modify, deliver, perform, dispose of, and to authorize others to do so; provided that such license shall be limited to the extent which the LHJ has a right to grant such a license. The LHJ shall exert all reasonable effort to advise DOH, at the time of delivery of data furnished under this Contract, of all known or potential invasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Contract. DOH shall receive prompt written notice of each notice or claim or copyright infringement received by the LHJ with respect to any data delivered under this Contract. DOH shall have the right to modify or remove any restrictive markings placed upon the data by the LHJ,provided that if DOH modifies or removes such markings without the LHJ's approval, it assumes all liability for doing so. 26. Public Records Act Notwithstanding Sections 11 or 18,the parties to this contract are public bodies subject to the Public Records Act,RC W 42.56 (PRA). Under the PRA, all materials relating to the conduct of government or the performance of any governmental or proprietary function prepared,owned,used, or retained by a public body or its functional equivalents are considered public records. The PRA requires that public records responsive to a public records request be promptly produced unless the PRA or an "other statute" exempts such records from production.This Contract is not intended to alter any parry's obligations under the PRA. The parties agree that if one party receives a public records request (receiving party) for files that may include confidential information under General Terms and Conditions Section I (Confidentiality/Safeguarding of Information), the receiving party will notify the other party of the request and of the 2025-2027 Consolidated Contract Page 8 of 18 DOH CONTRACT#: CLH32059 date that the records will be released to the requester unless the other party obtains a court order enjoining disclosure. If the other party fails to obtain the court order enjoining disclosure, the receiving party may release the requested information on the date specified.If the other party obtains a court order from a court of competent jurisdiction enjoining disclosure pursuant to the PRA, the receiving party shall maintain the confidentiality of the information per the court order. 27. Publications Any program reports, articles, and publications that result from information gathered through use of state and federal funds must acknowledge receiving support from DOH and/or the appropriate federal agencies. Correspondingly, such documents resulting from information gathered through use of local funds must acknowledge receipt of such local support. 28. Responsibility for Actions Each party to this Contract shall be solely responsible for the acts and omissions of its own officers, employees, and agents in the performance of this Contract. Neither party to this Contract will be responsible for the acts and omissions of entities or individuals not party to this Contract. DOH and the LHJ shall cooperate in the defense of tort lawsuits, when possible. 29. Recapture In the event that the LHJ fails to perform this contract in accordance with state or federal laws,and/or the provisions of this Contract, DOH reserves the right to recapture funds in an amount to compensate DOH for the noncompliance, including the amount of any grant funds administered pursuant to this contract. 30. Loss or Reduction of Funding In the event funding from state,federal,or other sources is withdrawn,reduced,or limited in any way after the effective date of this contract and prior to normal completion, DOH may elect to suspend or terminate the contract, in whole or in part, under the "Termination for Convenience" clause with a ten (10) business day notice to LHJ, to the extent possible, subject to renegotiation at DOH's discretion under those new funding limitations and conditions. 31. Severnbility If any term or condition of this Contract is held invalid, such invalidity shall not affect the validity of the other terms or conditions of this Contract, provided,however,that the remaining terms and conditions can still fairly be given effect. 32. Subcontracts Unless specifically noted as not allowable within a Statement of Work,the LHJ may subcontract any or all the services or other obligations specified in this Contract. The LHJ will require the subcontractor to comply with all the applicable terms and conditions of this Contract, including all terms, conditions,certifications, and assurances. The LHJ agrees it is responsible for assuring adequate performance on the part of the subcontractor. The parties agree that all subcontractors must be responsible for any liabilities created by their actions or omissions. In the event DOH,LHJ, and subcontractor are found by a jury or trier of fact to be jointly and severally liable for personal injury damages arising from any act or omission,then each entity shall be responsible for its proportionate share. 33. Subrecipient For those activities designated as"subrecipient"in Exhibit A,Statements of Work,the LHJ must comply with applicable federal requirements, including but not limited to OIv113's Uniform Guidance at 2 CFR 200, Subparts D (Post Federal Award Requirements), E (Cost Principles) and F (Audit Requirements), and program specific federal regulations, and as any of these requirements may subsequently be amended. If the LHJ expends $1,000,000 or more in federal grants or awards from all sources, it is responsible for obtaining the required single audit. 34. Survivability The terms and conditions contained in this Contract, which by their sense and context are intended to survive the expiration of the Contract,shall survive. Surviving terms include,but are not limited to:Access to Records,Confidential 2025-2027 Consolidated Contract Page 9 of 18 DOH CONTRACT#: CLH32059 Information, Disputes, Responsibility for Actions, Maintenance of Records, Ownership of Material/Rights in Data, Subcontracts, Recapture, Termination for Convenience,Termination for Default, and Termination Procedure. 35. Term This Contract will be in effect following execution by the parties from January 1, 2025 through December 31, 2027, unless terminated earlier as provided herein. 36. Termination for Convenience Except as otherwise provided in this Contract, either party may terminate or suspend this Contract, or any program hereunder, for convenience by providing at least thirty(30)days' advance written notice to the other party. If DOH elects to suspend the Contract, in whole or in part,LHJ shall stop work as of the effective date of DOH's written notice of suspension. During suspension, each Party will reasonably notify the other of any conditions that may affect resumption of performance. Upon DOH's written notice to resume performance, LHJ shall resume work unless the LHJ provides notice to DOH that services cannot be resumed. If LHJ cannot resume performance, the Contract or affected Exhibit A, Statement of Work, will be deemed terminated upon the date the LHJ received notice to suspend performance. 37. Termination for Default (a) In the event of a default by either party under this Contract, the nondefaulting patty may give written notice to the defaulting party that it intends to terminate this Contract,or any program hereunder,if the default is not cured within thirty(30)days of the date of the notice,or such longer period of time as may be reasonable under the circumstances. If the default is not cured within that time, the nondefaulting party may then notify the defaulting patty in writing that this Contract is terminated. In the event of such termination, the nondefaulting patty shall have all rights and remedies available to it under general law. (b) A disputed termination for default is expressly subject to the Disputes section of this Contract. 38. Termination Procedure Upon termination DOH may require the LHJ to deliver to DOH any non-LHJ-owned equipment,data,or other property specifically produced or acquired for the performance of such part of this Contract as has been terminated. DOH shall pay to the LHJ the agreed upon price, if separately stated, for completed work and services accepted by DOH. In addition, DOH shall pay the amount determined by DOH's Contracting Officer for(a) completed work and services for which no separate price is stated, (b)partially completed work and services, (c) other property or services which are accepted by DOH, and (d) the protection and preservation of the property. Disagreement by the LHJ with the determination of DOH's Contracting Officer that relates to the obligations or amounts due to the LHJ shall be considered a dispute within the meaning of the "Disputes" clause of this Contract. DOH may withhold from any amounts due the LHJ for such completed work or services such sum as DOH's Contracting Officer reasonably detennines to be necessary to protect DOH against potential loss or liability. The rights and remedies of DOH provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or wider this Contract. After receipt of a written notice of termination,the LHJ shall: • Stop work under the Contract on the date and to the extent specified in the notice. • Place no further orders or subcontracts for materials,services,or facilities, except as necessary to complete such portion of the work not terminated. • Assign to DOH, to the extent reasonably directed by DOH's Contracting Officer and to the extent that the LHJ has the legal right to do so, all of the right, title, and interest of the LHJ under the orders and subcontracts in which case DOH has the right, at its reasonable discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts. 2025-2027 Consolidated Contract Page 10 of 18 i DOH CONTRACT#: CLH32059 • Settle all outstanding liabilities and all claims arising out of orders or subcontracts, with the approval or ratification of DOH's Contracting Officer to the extent he/she may reasonably require, which approval or ratification shall be final for all the purposes of this clause. • Transfer title to DOH and deliver, as reasonably directed by DOH's Contracting Officer, any property which, if the Contract had been completed, would have been required to be furnished to DOH. • Complete performance of such part of the work not terminated by DOH's Contracting Officer;and, • Take such action as may be necessary,or as DOH's Contracting Officer may reasonably direct,for the protection and preservation of the property related to this Contract, which is in the possession of the LHJ, or its subcontractors, and in which DOH has or may acquire an interest. IN WITNESS WHEREOF, the parties have executed this Contract. MASON COUNTY PUBLIC HEALTH &HUMAN STATE OF WASHINGTON SERVICES DEPARTMENT OF HEALTH Signature: Signature: Title: Title: Print Name: Print Name: Date: Date: 2025-2027 Consolidated Contract Page 11 of 18 DOH CONTRACT#: CLH32059 Standard Federal Certifications and Assurances Following are the Assurances, Certifications, and Special Conditions that apply to all federally funded (in whole or in part) agreements administered by the Washington State Department of Health, including but not limited to Exhibit A Statements of Work designated as"subrecipient" CERTIFICATIONS 1. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION The undersigned (authorized official signing for the contracting organization) certifies to the best of his or her knowledge and belief, that the contractor, defined as the primary participant in accordance with 45 CFR Part 76, and its principals: A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal Department or agency. B. Have not within a three-year period preceding this contract been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public(Federal, State, or local)transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements,or receiving stolen property; C. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local)with commission of any of the offenses enumerated in paragraph(b)of this certification; and D. Have not within a three-year period preceding this contract had one or more public transactions(Federal, State, or local)terminated for cause or default. Should the contractor not be able to provide this certification, an explanation as to why should be placed after the assurances page in the contract. The contractor agrees by signing this contract that it will include, without modification, the clause titled Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion--Lower Tier Covered Transactions in all lower tier covered transactions(i.e.,transactions with sub-grantees and/or contractors)and in all solicitations for lower tier covered transactions in accordance with 45 CFR Part 76. 2. CERTIFICATION REGARDING DRUG-FREE WORKPLACE REQUIREMENTS The undersigned authorized official signing for the contracting organization)certifies that the contractor g ( acto will or will g g g g ) > continue to,provide a drug-free workplace in accordance with 45 CFR Part 76 by: A. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition. B. Establishing an ongoing drug-free awareness program to inform employees about: 1) The Dangers of drug abuse in the workplace. 2) The contractor's policy of maintaining a drug-free workplace. 3) Any available drug counseling,rehabilitation, and employee assistance programs; and 4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 2025-2027 Consolidated Contract Page 12 of 18 DOH CONTRACT#: CLH32059 C. Making it a requirement that each employee to be engaged in the performance of the contract be given a copy of the statement required by paragraph 1) above. D. Notifying the employee in the statement required by paragraph I), above, that, as a condition of employment under the contract,the employee will: 1) Abide by the terms of the statement; and 2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. E. Notifying the agency in writing within ten (10) calendar days after receiving notice under paragraph D. 2)from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every contract officer or other designee on whose contract activity the convicted employee was working,unless the Federal agency has designated a central point for the receipt of such notices.Notice shall include the identification number(s)of each affected grant. F. Taking one of the following actions, within 30 calendar days of receiving notice under paragraph D. 2) with respect to any employee who is so convicted: I) Taking appropriate personnel action against such an employee,up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended;or 2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. G. Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (A), (B), (C), (D),(E), and (F). For purposes of paragraph(E) regarding agency notification of criminal drug convictions, DOH has designated the following central point for receipt of such notices: Compliance and Internal Control Officer Department of Health—Office of Financial Services PO Box 47901 Olympia,WA 98504-7901 3. CERTIFICATION REGARDING LOBBYING Title 31, United States Code, Section 1352, entitled "Limitation on use of appropriated funds to influence certain Federal contracting and financial transactions," generally prohibits recipients of Federal grants and cooperative agreements from using Federal(appropriated)funds for lobbying the Executive or Legislative Branches of the Federal Government in connection with a SPECIFIC grant or cooperative agreement. Section 1352 also requires that each person who requests or receives a Federal grant or cooperative agreement must disclose lobbying undertaken with non-Federal(non-appropriated)funds.These requirements apply to grants and cooperative agreements EXCEEDING $100,000 in total costs(45 CFR Part 93). The undersigned (authorized official signing for the contracting organization) certifies, to the best of his or her knowledge and belief, that: A. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract,grant, loan, or cooperative agreement. B. If any funds other than Federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or 2025-2027 Consolidated Contract Page 13 of 18 III DOH CONTRACT#: CLH32059 cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure of Lobbying Activities," in accordance with its instructions. (If needed, Standard Form-LLL, "Disclosure of Lobbying Activities," its instructions, and continuation sheet are included at the end of the application form.) C. The undersigned shall require that the language of this certification be included in the award documents for all subcontracts at all tiers(including subcontracts, subcontracts, and contracts under grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering this transaction imposed by Section 1352, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. 4. CERTIFICATION REGARDING PROGRAM FRAUD CIVIL REMEDIES ACT(PFCRA) The undersigned (authorized official signing for the contracting organization)certifies that the statements herein are true, complete, and accurate to the best of his or her knowledge, and that he or she is aware that any false, fictitious, or fraudulent statements or claims may subject him or her to criminal, civil, or administrative penalties. The undersigned agrees that the contracting organization will comply with the Public Health Service terms and conditions of award if a contract is awarded. 5. CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Public Law 103-227, also known as the Pro-Children Act of 1994 (Act), requires that smoking not be permitted in any portion of any indoor facility owned or leased or contracted for by an entity and used routinely or regularly for the provision of health,day care,early childhood development services,education or library services to children under the age of 18, if the services are funded by Federal programs either directly or through State or local governments,by Federal grant, contract,loan,or loan guarantee. The law also applies to children's services that are provided in indoor facilities that are constructed, operated, or maintained with such Federal funds. The law does not apply to children's services provided in private residence, portions of facilities used for inpatient drug or alcohol treatment, service providers whose sole source of applicable Federal funds is Medicare or Medicaid, or facilities where WIC coupons are redeemed. Failure to comply with the provisions of the law may result in the imposition of a civil monetary penalty of up to $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. By signing the certification, the undersigned certifies that the contracting organization will comply with the requirements of the Act and will not allow smoking within any portion of any indoor facility used for the provision of services for children as defined by the Act. The contracting organization agrees that it will require that the language of this certification be included in any subcontracts which contain provisions for children's services and that all subrecipients shall certify accordingly. The Public Health Services strongly encourages all recipients to provide a smoke-free workplace and promote the non-use of tobacco products. This is consistent with the PHS mission to protect and advance the physical and mental health of the American people. 6. DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS - INSTRUCTIONS FOR CERTIFICATION By signing and submitting this certification, the prospective contractor is providing the certification set out below. A. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective contractor shall submit an explanation of why it cannot provide the certification set out below.The certification or explanation will be considered in connection with the department or agency's determination whether to enter this transaction. However, failure of the prospective contractor to furnish a certification or an explanation shall disqualify such person from participation in this transaction. 2025-2027 Consolidated Contract Page 14 of 18 DOH CONTRACT#: CLH32059 B. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter this transaction. If it is later determined that the prospective contractor knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. C. The prospective contractor shall provide immediate written notice to the department or agency to whom this contract is submitted if at any time the prospective contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. D. The terms covered transaction,debarred,suspended,ineligible,lower tier covered transaction,participant,person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549.You may contact the person to whom this contract is submitted for assistance in obtaining a copy of those regulations. E. The prospective contractor agrees by submitting this contract that, should the proposed covered transaction be entered,it shall not knowingly enter any lower tier covered transaction with a person who is debarred,suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by DOH. F. The prospective contractor further agrees by submitting this contract that it will include the clause titled Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Covered Transaction,provided by HHS,without modification,in all lower tier covered transactions and in all solicitations for lower tier covered transactions. G. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous.A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List of excluded parties at https://sam.gov/contentihome. H. Nothing contained in the foregoing shall be construed to require establishment of a system of records to render in good faith the certification required by this clause.The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph F.of these instructions,if a participant in a covered transaction knowingly enters a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, DOH may terminate this transaction for cause or default. 7. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS-PRIMARY COVERED TRANSACTIONS A. The contractor certifies to the best of its knowledge and belief, that it and its principals: 1) Are not presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. 2) Have not within a three-year period preceding this contract been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining,attempting to obtain, or performing a public(Federal, State or local)transaction or contract tinder a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,making false statements, or receiving stolen property; 3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State,or local)with commission of any of the offenses enumerated in paragraph A.2.of this certification;and 4) Have not within a three-year period preceding this contract had one or more public transactions (Federal, State,or local)terminated for cause or default. 2025-2027 Consolidated Contract Page 15 of 18 DOH CONTRACT#: CLH32059 B. Where the prospective contractor is unable to certify to any of the statements in this certification,such prospective contractor shall attach an explanation to this contract. AUTHORIZED SIGNATURE REQUIRED SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TITLE PLEASE PRINT OR TYPE NAME: DATE 2025-2027 Consolidated Contract Page 16 of 18 DOH CONTRACT#: CLH32059 Federal Assurances—Non-Construction Programs Public reporting burden for this collection of information is estimated to average 15 minutes per response, including time for reviewing instructions,searching existing data sources, gathering,and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project(0348-0040), Washington,DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. Note: Certain of these assurances may not be applicable to your projector program. If you have questions,please contact the awarding agency. Further, certain Federal awarding agencies may require applicants to certify to additional assurances. If such is the case,you will be notified. As the duly authorized representative of the contractor, I certify that the contractor: 1. Has the legal authority to apply for Federal assistance, and the institutional, managerial, and financial capability (including funds sufficient to pay the non-Federal share of project cost)to ensure proper planning, management, and completion of the project described in this application. 2. Wil I give the awarding agency,the Comptroller General of the United States,and if appropriate,the State,through any authorized representative, access to and the right to examine all records, books, papers, or documents related to the award; and will establish a proper accounting system in accordance with generally accepted accounting standards or agency directives. 3. Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest, or personal gain. 4. Will initiate and complete the work within the applicable time frame after receipt of approval of the awarding agency. 5. Will comply with the Intergovernmental Personnel Act of 1970(42 U.S.C. §4728-4763)relating to prescribed standards for merit systems for programs funded under one of the 19 statutes or regulations specified in Appendix A of OPM's Standards for a Merit System of Personnel Administration(5 C.F.R. 900, Subpart F). 6. Will comply with all Federal statutes relating to nondiscrimination. These include but are not limited to: (a)Title VI of the Civil Rights Act of 1964(P.L. 88-352)which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. § 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Act of 1973, as amended(29 U.S.C. §794), which prohibits discrimination on the basis of handicaps; (d)the Age Discrimination Act of 1975, as amended (42 U.S.C. § 6101-6107),which prohibits discrimination on the basis of age; (e)the Drug Abuse Office and Treatment Act of 1972(P.L.92-255), as amended,relating to nondiscrimination on the basis of drug abuse;(f)the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism;(g) §523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. §290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (i)any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and Q) the requirements of any other nondiscrimination statute(s)which may apply to the application. 7. Will comply, or has already complied, with the requirements of Titles 11 and III of the uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) which provide for fair and equitable treatment of persons displaced or whose property is acquired because of Federal or federally assisted programs.These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. 2025-2027 Consolidated Contract Page 17 of 18 DOH CONTRACT#: CLH32059 8. Will comply, as applicable, with the provisions of the Hatch Act (5 U.S.C. § 1501-1508 and 7324-7328) which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. 9. Will comply,as applicable,with the provisions of the Davis-Bacon Act(40 U.S.C. §276a to 276a-7),the Copeland Act (40 U.S.C. §276c and 18 U.S.C. § 874)and the Contract Work Hours and Safety Standards Act(40 U.S.C. §327-333), regarding labor standards for federally assisted construction sub-agreements. 10. Will comply, if applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93-234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is$10,000 or more. 11. Will comply with environmental standards which may be prescribed pursuant to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91-190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EO 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in floodplains in accordance with EO 11988; (c) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. § 1451 et seq.); (f)conformity of Federal actions to State (Clear Air)Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. § 7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended, (P.L. 93-523); and (h)protection of endangered species under the Endangered Species Act of 1973, as amended,(P.L. 93-205). 12. Will comply with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. § 1721 et seq.)related to protecting components or potential components of the national wild and scenic rivers system. 13. Will assist the awarding agency in assuring compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.C. § 470), EO 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. § 469a-1 et seq.). 14. Will comply with P.L.93-348 regarding the protection of human subjects involved in research,development,and related activities supported by this award of assistance. 15. Will comply with the Laboratory Animal Welfare Act of 1966 (P.L. 89-544, as amended, 7 U.S.C. § 2131 et seq.) pertaining to the care, handling, and treatment of warm-blooded animals held for research,teaching,or other activities supported by this award of assistance. 16. Will comply with the Lead-Based Paint Poisoning Prevention Act(42 U.S.C. §4801 et seq.)which prohibits the use of lead-based paint in construction or rehabilitation of residence structures. 17. Will cause to be performed the required financial and compliance audits in accordance with the Single Audit requirements in OMB Uniform Guidance at 2 CFR 200, Subpart F, and any subsequent amendment. 18. Will comply with 2 CFR 200.216, and any subsequent amendment—Prohibition on certain telecommunications and video surveillance services or equipment. 19. Will comply with all applicable requirements of all other Federal laws, executive orders, regulations, and policies governing this program. AUTHORIZED SIGNATURE REQUIRED SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TITLE PLEASE PRINT OR TYPE NAME: DATE 2025-2027 Consolidated Contract Page 18 of 18 *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Casey Bingham Ext: 562 Department: Public Health Briefing: ❑X Action Agenda: ❑X Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): December 9,2024 Agenda Date(s): December 17,2024 Internal Review: ❑ Finance ❑ Human Resources ❑ Legal ❑ IT ❑ Risk ❑ Other (This is the responsibility of the requesting Department) Item• Environmental Health Fees Background/Executive Summary: This is the inform the Commissioners of the 2025 fee schedule for Environmental Health. Adjustments were previously made with Resolution no. 70-13. A CPI-U of 2.4%was used for the calculations. Budget Impact(amount, funding source,budget amendment, etc.): N/A Public Outreach: N/A Requested Action: Approval of the Resolution approving the Mason County Public Health and Human Services 2025 Environmental Health Fee Schedule. Attachments) Resolution Fee Schedule RESOLUTION NO. _70 - TO AMEND RESOLUTION NO. 145-08 ENVIRONMENTAL HEALTH FEES WHEREAS,the provision of public health services and activities within Mason Comity requires the collection of fees to compliment other sources of revenue, WHEREAS, it is the role and responsibility of Mason County Board of County Commissioners to set policy for Mason County Public Health concerning the funding of public health programs and activities in Mason County and to set fees accordingly, WHEREAS,the Mason County Board of health met on November 26,2013 and reviewed and deliberated on the appropriate fees for public health goods and services, and WHEREAS,the proposed Environmental Health Fees for 2014 were approved by the Mason County Board of Health on November 26, 2013, THEREFORE,IT IS ESTABLISHED THAT Mason County Public Health, Environmental Health Fees are amended for 2014 as shown in Attachment A,effective January 1, 2014. IT IS FURTHER ESTABLISHED THAT Mason County Public Health, Environmental Health Fees will be increased each year after 2014 by the amount of the July to July Consumer Price Index(CPIU)—All Urban Consumers with a maximum increase of 5%. APPROVED this -7`AA day of 'MG• ,2013. BOARD OF COUNTY COMMISSIONERS ' Randy p eatherlin, Chai rson i Terri Jeffre ,W o missioner Tim Sheldon,Commissioner ATTEST: Mindi Brock, Clerk of the Board APPROVED AS TO FORM: Tim Whitehead,Chief Civil Deputy Prosecuting Attorney Resolution No. RESOLUTION AMENDING RESOLUTION NO. 70-13 FOR THE 2025 ENVIRONMENTAL HEALTH FEES WHEREAS, the provision of public health services and activities within Mason County requires the collection of fees to compliment other sources of revenue; and, WHEREAS,it is the role and responsibility of the Mason County Board of County Commissioners to set policy for Mason County Public Health and Human Services concerning the funding of public health programs and activities in Mason County and to set fees,accordingly; and, THEREFORE, IT IS ESTABLISHED THAT, Mason County Public Health and Human Services Environmental Health fees are amended for 2025 as shown in Attachment A, effective January 1, 2025; and, NOW, THEREFORE, BE IT RESOLVED, that the Board of County Commissioners of Mason County hereby declare that the Mason County Public Health and Human Services Environmental Health fees will be increased by the amount of the July-to-July Consumer Price Index(CPI-U)of 2.4%. DATED this 17t1i day of December,2024. BOARD OF COUNTY COMMISSIONERS ATTEST: MASON COUNTY,WASHINGTON McKenzie Smith,Clerk of the Board Randy Neatherlin,Chair APPROVED AS TO FORM: Kevin Shutty,Vice-Chair Tim Whitehead,Chief Deputy Prosecuting Attorney Sharon Trask,Commissioner Mason County Public Health and Human Services Page 1 of 5 2025 Environmental Health Fee Schedule Drinking Water Program Plan Review Private 2 Party $295 $305 3-14 Connections $690 $705 Existing System Approval $495 $505 Re-submittal $a65 $165 Well Construction Permit $2-95 $305 Well Decommissioning $3-95 $405 Well Site Inspection $2-50 $255 Re-inspection $160 $165 Group B or Individual Sanitary Survey $46`5 $470 Water System Health Letter $954hF 100 WaiverNariance $295 $305 Water Adequacy Review- See building permit plan review Technical Assistance (per hour) $95/hfr 1 100 Appeal $4-95 $205 School Inspection Plan review (per hour) $95/hr $100/hr Pre-school $95/hr $100/hr Elementary School $05/hr $100/hr Middle School $95/hr $100/hr High School $05/hf $100/hr Day Care $95/hr $100/hr Technical Assistance (per hour) $95/-4r $100/hr Water Recreation Facility Year-round Operation $495 $505 Additional pool or spa $95 $100 SeasonalOperation $3-05 $405 Additional pool or spa $50 $50 TechnicalAssistance (per hour) $95/hr $100/hr Vector Process& ship vector specimen $50 $50 i Solid Waste Program Municipal Landfill Application $95/hr $100/hr Renewal $460 $470 Closure/ Post Closure $460 $470 Transfer Station, Moderate Risk Waste Facility Application $530 $540 Renewal $395 $405 Per Ton (Fee set by resolution) $1.50 Monofill, Inert Disposal/Landfill Application $5-95 $610 Mason County Community Services- Environmental Health 415 N. 6th Street-Shelton, WA 98584 360-427-9670, ext. 400 Mason County Public Health and Human Services Page 2 of 5 2025 Environmental Health Fee Schedule Renewal $395 $405 Closure/ Post Closure $33A $335 Woodwaste, Woodwaste recycling, Composting, Limited purpose landfill, Medical Incinerator, Waste to energy, Treatment facility Application $73A $745 Renewal $460 $470 Closure/Post Closure $345 $325 Piles, Surface Impoundments Application $395 $405 Renewal $295 $305 Tire Pile, Recycling,Conditional Exempt Waste Facility, Drop Box Application $395 $405 Renewal $2-95 $305 Non-inert Construction Demo Landfill Application $930 $945 Renewal $539 $540 Closure/ Post Closure $365 $370 Energy Recovery/Inceneration Application $5-0220 $5,125 Renewal $4-,7-9A $1,830 Technical Assistance (per hour) $95/hr $100/hr Waiver $2-95 $305 Appeal $495 $200 Hazardous Material Cleanup Illegal Drug Lab Plan Review $295 $305 Per hour over 3 hours $951hr $100/hr I Food Service Permit Fees Restaurants Complex Large $895 $915 Complex Small $59A $600 Non-complex Large $395 $405 Non-complex Small $295 $305 Taverns Complex Large $895 $915 Complex Small $595 $610 Non-complex (no Food) $295 $305 Mobiles Complex $590 $600 f Non-complex $295 $305 Kitchens Large $295 $305 Small $2G5 $210 Confectionery $295 $210 Espresso $285 $210 Bed & Breakfast $2A5 $210 Mason County Community Services- Environmental Health 415 N. 6th Street- Shelton, WA 98584 360-427-9670, ext. 400 Mason County Public Health and Human Services Page 3 of 5 2025 Environmental Health Fee Schedule Bake $2-95 $305 School/Jail Food Service Central Kitchen $295 $305 Satellite Kitchen $2-N $210 Headstart/Preschool $2-50 $255 Re-inspections Initial $95 $100 Follow-up $465 $165 Technical Assistance per hour) $95/h $100/hr Plan Review (per hour $954 r $100/hr Appeal/Office Conference $4-95 $200 Catering Off Premises Vending - Licensed Restaurant $2-05 $210 Catering with Commessa Only $295 $305 Grocery/Markets 0-3 Checkstands Base fee $295 $305 4+ Checkstands Base fee $350 $355 For Each Department Add: Bakery $95 $100 Meat $95 $100 Seafood $95 $100 Deli $ 59 $155 Espresso $95 $100 Food Handlers Card (fee set by State) $a-0 $10 Duplicate for Lost Food Handlers Card $3 $3 Temporary Food Event Low Risk Foods Regular Tax Exem 1 Single Event $50 50 $35 $35 Multiple up to 21 days $95 100 $75 $80 Farmer's Market $55 85 $65 $65 Moderate Risk Foods Single Event $95 100 $75 $80 Multiple up to 21 days $ -95 200 $450 $160 Farmer's Market $4-&5 190 $U5 $140 High Risk Foods Single Event $ 50 155 $120 Multiple up to 21 days $295 305 $22-5 $235 Farmer's Market $2W 290 $22-0 $230 Expedited Food Permit Additional 50% of fee Land Use Fees BLA (office review) $159 $155 Large Lot Subdivision Application fee $460 $470 Per Parcel fee $35 $40 Short Subdivision $460 $470 Subdivision Application fee $690 Mason County Community Services- Environmental Health 415 N. 6th Street-Shelton, WA 98584 360-427-9670, ext. 400 Mason County Public Health and Human Services Page 4 of 5 2025 Environmental Health Fee Schedule Per Parcel fee $35 $40 Other review (per hour) $95/hf $100/hr Pre-application meeting - Major EH Plan Review $265 $270 Change in Tennant- Minor EH Plan Review $-145 $140 Building Plan Review/Change of Use- Onsite Sewage: $140 Building Plan Review/Change of Use- Drinking Water Availability: $140 Water Resource Inventory Area WRIA) Fee, set by State) $500 Technical Assistance per hour $95/hf $100/hr Licensed Onsite Professionals Certified Installer Annual $2-95 Certified Pumper Inspection <1 hour, additional time billed per hour $95 $100/hr Annual $2-95 $305 Certified O&M Specialist Annual $295 $305 Washington State DOL Certified Designer Inclusion on Mason County list-Annual Listing $35 $40 Onsite Sewage System Fees Individual permit $540 $555 Installation $265 $270 Extension $1-65 $165 Homeowner install - in addition to installation fee $22-5 $230 Tank Only $265 $270 Community/Commercial $1,260 $1,285 Base + hourly rate > 8 hrs Per connection (payable with design submittal $465 $165 Re-inspection/Re-submittal $145 $165 I Winter Observation $5-95 $610 EH Review (Non-refundable) CRT Water $265 $270 Septic $265 $270 Both $445 $450 Property Evaluation $365 $370 Dye Test (supplies extra) $95/hr $100/hr Appeal $1-95 WaiverNariance Staff/EH $1-95 $200 Health Officer/DOH/Director $2-95 $305 Technical Assistance per hour) $95/hr $100/hr Other EH Fees Technical Assistance all EH Programs $95/hr $100/hr Fee for copies (set by State) $0.15 SEPA (set by DCD Filing fees Fee set by Auditor) Mason County Community Services- Environmental Health 415 N. 6th Street-Shelton, WA 98584 360-427-9670, ext. 400 Mason County Public Health and Human Services Page 5 of 5 2025 Environmental Health Fee Schedule Scanning fee (per document/ ermit 10 �p p $ Operating without a permit Double permit fee Technology Surcharge set by DCD for electronicpermitting) I i I i i i 1 i I j I Mason County Community Services- Environmental Health 415 N. 6th Street-Shelton, WA 98584 360-427-9670, ext. 400 *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Melissa Casey Ext:404 Department: Public Health Briefing: Action Agenda: Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): 12/9/24 Agenda Date(s): 12/17/24 Internal Review: ❑ Finance ❑ Human Resources ❑X Legal ❑ IT ❑X Risk ❑ Other (This is the responsibility of the requesting Department) Item• FY25 Contract—Law Enforcement Co-Responder Program Background/Executive Summary: The Law Enforcement Co-Responder Program is a partnership between the Mason County Sheriff's Office and Olympic Health and Recovery Services(OHRS) through which Certified Peer Counselors, Crisis Clinicians, and Designated Crisis Responders conduct outreach, support,and assessment in collaboration with and as directed by law enforcement.This program provides effective crisis de- escalation, diversion from the criminal justice system,and connection to behavioral health services and resources. This reduces the burden on the criminal justice system by allowing law enforcement to prioritize emergency response accordingly and by decreasing arrests and jail admissions for individuals in behavioral health crisis. Budget Impact(amount,funding source,budget amendment, etc.): Treatment Sales Tax- $180,000 Public Outreach: Followed contract extension/renewal process outlined in Treatment Sales Tax Policies&Procedures; reviewed and recommended for renewal by Housing and Behavioral Health Advisory Board Requested Action: Approval of FY25 Law Enforcement Co-Responder Program contract Attachment(s)• FY25 Co-Responder Program contract MASON COUNTY PROFESSIONAL SERVICES CONTRACT CONTRACT # This CONTRACT is made and entered into by and between Mason County, hereinafter referred to as "COUNTY" and Olympic Health & Recovery Services, hereinafter referred to as "CONTRACTOR." Contracted Entity Olympic Health & Recovery Services OHRS Address 670 Woodland Square Loop SE, Suite 301 City, State, Zip Code 360-763-5828 Phone Lacey, WA 98503 Primary Contact: Name, Title Joe Avalos, OHRS Administrator Primary Contact: E-mail 360-819-3305 0oe.avalos tmbho.or Washington State UBI# 603-569-721 Federal EIN 47-5326968 Total Award/Contract Value $180,000 Contract Term January 1, 2025 — December 31, 2025 COUNTY and CONTRACTOR, as defined above, acknowledge, and accept the terms of this contract and EXHIBITS and have executed this contract on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this contract are governed by this contract including any [Special Conditions, General Terms and Conditions, Exhibits, etc.]. CONTRACTOR NAME BOARD OF COUNTY COMMISSIONERS MASON COUNTY, WASHINGTON Agency Name Randy Neatherlin, Chair Authorized Signature Date APPROVED AS TO FORM: Print Name & Title Date Tim Whitehead, Chief DPA Professional Services Contract (rev 01/2024) Pagel Special Conditions CONTRACTOR agrees to the following: The award of funds does not guarantee that the CONTRACTOR will receive funding if special conditions are not met. The following documents are requirements and must be received within 30 days of the contract award start date for the CONTRACTOR to submit an invoice and receive funding. If the agency has provided these documents under a previous contract, only updated documents need to be provided. For tracking purposes, please notify COUNTY on each item stating "no updates" if this is the case. 1. CONTRACT REQUIREMENTS to receive funding: a. Vendor Payment Form b. Certificate of Insurance (see requirements Exhibit B) Funding Source: Treatment Sales Tax (RCW 82.14.460) General Terms and Conditions Scope of Services: CONTRACTOR agrees to provide COUNTY the services and any materials as set forth as identified in "Exhibit A Scope of Services," during the CONTRACT period. In the event that CONTRACTOR expends the total award specified in "Exhibit C Budget" before the end of the CONTRACT duration, CONTRACTOR remains liable to provide COUNTY the services as identified in "Exhibit A Scope of Services." No material, labor or facilities will be furnished by COUNTY, unless otherwise provided for in the CONTRACT. CONTRACTOR may submit a written proposal with an estimated cost for other expenses allowable under the RCW 82.14.460 that may not be specified in "Exhibit A Scope of Services." The COUNTY must give written approval before any expenses are incurred and considered allowable costs for reimbursement to this CONTRACT. Term: Services provided by CONTRACTOR prior to or after the term of this CONTRACT shall be performed at the expense of CONTRACTOR and are not compensable under this CONTRACT unless both parties hereto agree to such provision in writing. The term of this CONTRACT may be extended by mutual consent of the parties; provided, however, that the CONTRACT is in writing and signed by both parties. Amendments and Extension: This CONTRACT may be amended by mutual agreement of the parties. Such amendment shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. The duration of this CONTRACT may be extended by mutual written consent of the parties, for a period of up to one year, and for a total of no longer than three years. Professional Services Contract (rev 01/2024) Page 2 Debarment Certification: The CONTRACTOR, by signature to this contract, certifies that the CONTRACTOR is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded in any Federal department or agency from participating in transactions. Independent Contractor: CONTRACTOR's services shall be furnished by the CONTRACTOR as an independent contractor, and nothing herein contained shall be construed to create a relationship of employer-employee. All payments made hereunder and all services performed shall be made and performed pursuant to this CONTRACT by the CONTRACTOR as an independent contractor. CONTRACTOR acknowledges that the entire compensation for this CONTRACT is specified in Exhibit C Budget and the CONTRACTOR is not entitled to any benefits including, but not limited to: vacation pay, holiday pay, sick leave pay, medical, dental, or other insurance benefits, or any other rights or privileges afforded to employees of COUNTY. The CONTRACTOR represents that he/she/it maintains a separate place of business, serves clients other than COUNTY, will report all income and expense accrued under this CONTRACT to the Internal Revenue Service, and has a tax account with the State of Washington Department of Revenue for payment of all sales and use and Business and Occupation taxes collected by the State of Washington. CONTRACTOR will defend, indemnify and hold harmless COUNTY, its officers, agents or employees from any loss or expense, including, but not limited to, settlements, judgments, setoffs, attorneys' fees or costs incurred by reason of claims or demands because of breach of the provisions of this paragraph. Taxes: CONTRACTOR understands and acknowledges that COUNTY will not withhold Federal or State income taxes. Where required by State or Federal law, the CONTRACTOR authorizes COUNTY to withhold for any taxes other than income taxes (i.e., Medicare). All compensation received by the CONTRACTOR will be reported to the Internal Revenue Service at the end of the calendar year in accordance with the applicable IRS regulations. It is the responsibility of the CONTRACTOR to make the necessary estimated tax payments throughout the year, if any, and the CONTRACTOR is solely liable for any tax obligation arising from the CONTRACTOR's performance of this CONTRACT. The CONTRACTOR hereby agrees to indemnify COUNTY against any demand to pay taxes arising from the CONTRACTOR's failure to pay taxes on compensation earned pursuant to this CONTRACT. COUNTY will pay sales and use taxes imposed on goods or services acquired hereunder as required by law. The CONTRACTOR must pay all other taxes, including, but not limited to, Business and Occupation Tax, taxes based on the CONTRACTOR's gross or net income, or personal property to which COUNTY does not hold title. COUNTY is exempt from Federal Excise Tax. Professional Services Contract (rev 01/2024) Page 3 No Guarantee of Employment: The performance of all or part of this CONTRACT by the CONTRACTOR shall not operate to vest any employment rights whatsoever and shall not be deemed to guarantee any employment of CONTRACTOR or any employee of CONTRACTOR or any sub-contractor or any employee of any sub-contractor by COUNTY at the present time or in the future. Accounting and Payment for CONTRACTOR Services: Payment to the CONTRACTOR for services rendered under this CONTRACT shall be as set forth in Exhibit C Budget. Where Exhibit C requires payments by the COUNTY, payment shall be based upon written claims supported, unless otherwise provided in Exhibit C, by documentation of units of work actually performed and amounts earned, including, where appropriate, the actual number of days worked each month, total number of hours for the month, and the total dollar payment requested, so as to comply with municipal auditing requirements. Acceptable invoices will be processed within 30 days of receipt. Unless specifically stated in Exhibit C or approved in writing in advance by the official executing this CONTRACT for COUNTY or his or her designee (hereinafter referred to as the "Administrative Officer"), COUNTY will not reimburse the CONTRACTOR for any costs or expenses incurred by the CONTRACTOR in the performance of this CONTRACT. Where required, COUNTY shall, upon receipt of appropriate documentation, compensate the CONTRACTOR, no more often than monthly, in accordance with COUNTY's customary procedures, pursuant to the fee schedule set forth in Exhibit C. Fraud and Other Loss Reporting: CONTRACTOR shall report in writing all known or suspected fraud or other loss of any funds or other property furnished under this CONTRACT immediately or as soon as practicable. Billing Procedures and Payment: The funding awarded may only be used for eligible activities and expenses. COUNTY will pay CONTRACTOR upon acceptance of services provided and receipt of properly completed invoices, which shall be submitted to the COUNTY representative not more often than monthly. Exceptions to the single billing per month (or quarterly) can be made by the COUNTY on a case-by-case basis. The CONTRACTOR shall only be paid as a reimbursement of allowable costs incurred during each invoice period, according to the terms provided in Exhibit A, if CONTRACTOR performs the services and submits all reporting to a satisfactory level. The COUNTY may, in its sole discretion withhold payments by the Grantee for services rendered if the CONTRACTOR fails to satisfactorily comply with any term or condition of this Grant. No payments in advance or in anticipation of services or supplies to be provided under this Grant shall be made by the COUNTY. Professional Services Contract (rev 01/2024) Page 4 Withholding Payment: In the event the CONTRACTOR has failed to perform any obligation under this CONTRACT within the times set forth in this CONTRACT, then COUNTY may, upon written notice, withhold from amounts otherwise due and payable to CONTRACTOR, without penalty, until such failure to perform is cured or otherwise adjudicated. Withholding under this clause shall not be deemed a breach entitling CONTRACTOR to termination or damages, provided that COUNTY promptly gives notice in writing to the CONTRACTOR of the nature of the default or failure to perform, and in no case more than ten (10) days after it determines to withhold amounts otherwise due. A determination of the Administrative Officer set forth in a notice to the CONTRACTOR of the action required and/or the amount required to cure any alleged failure to perform shall be deemed conclusive, except to the extent that the CONTRACTOR acts within the times and in strict accord with the provisions of the Disputes clause of this CONTRACT. COUNTY may act in accordance with any determination of the Administrative Officer which has become conclusive under this clause, without prejudice to any other remedy under the CONTRACT, to take all or any of the following actions: (1) cure any failure or default, (2) to pay any amount so required to be paid and to charge the same to the account of the CONTRACTOR, (3) to set off any amount so paid or incurred from amounts due or to become due the CONTRACTOR. In the event the CONTRACTOR obtains relief upon a claim under the Disputes clause, no penalty or damages shall accrue to CONTRACTOR by reason of good faith withholding by COUNTY under this clause. Labor Standards: CONTRACTOR agrees to comply with all applicable state and federal requirements, including but not limited to those pertaining to payment of wages and working conditions, in accordance with RCW 39.12.040, the Prevailing Wage Act; the Americans with Disabilities Act of 1990; the Davis-Bacon Act; and the Contract Work Hours and Safety Standards Act providing for weekly payment of prevailing wages, minimum overtime pay, and providing that no laborer or mechanic shall be required to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to health and safety as determined by regulations promulgated by the Federal Secretary of Labor and/or the State of Washington. Assignment and Subcontracting: The performance of all activities contemplated by this CONTRACT shall be accomplished by CONTRACTOR. No portion of this CONTRACT may be assigned or subcontracted to any other individual, firm or entity without the express and prior written approval of COUNTY. Conflict of Interest: If at any time prior to commencement of, or during the term of this CONTRACT, CONTRACTOR or any of its employees involved in the performance of this CONTRACT shall have or develop an interest in the subject matter of this CONTRACT that is potentially in conflict with the COUNTY's interest, then CONTRACTOR shall immediately notify COUNTY of the same. The notification of COUNTY shall be made Professional Services Contract (rev 01/2024) Page 5 with sufficient specificity to enable COUNTY to make an informed judgment as to whether or not COUNTY's interest may be compromised in any manner by the existence of the conflict, actual or potential. Thereafter, COUNTY may require CONTRACTOR to take reasonable steps to remove the conflict of interest. COUNTY may also terminate this CONTRACT according to the provisions herein for termination. Non-Discrimination in Employment: COUNTY's policy is to provide equal opportunity in all terms, conditions and privileges of employment for all qualified applicants and employees without regard to race, color, creed, religion, national origin, sex, sexual orientation, age, marital status, disability, or veteran status. CONTRACTOR shall comply with all laws prohibiting discrimination against any employee or applicant for employment on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, marital status, disability, or veteran status, except where such constitutes a bona fide occupational qualification. Furthermore, in those cases in which CONTRACTOR is governed by such laws, CONTRACTOR shall take affirmative action to insure that applicants are employed, and treated during employment, without regard to their race, color, creed, religion, national origin, sex, age, marital status, sexual orientation, disability, or veteran status, except where such constitutes a bona fide occupational qualification. Such action shall include, but not be limited to: advertising, hiring, promotions, layoffs or terminations, rate of pay or other forms of compensation benefits, selection for training including apprenticeship, and participation in recreational and educational activities. In all solicitations or advertisements for employees placed by them or on their behalf, CONTRACTOR shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. The foregoing provisions shall also be binding upon any sub-contractor, provided that the foregoing provision shall not apply to contracts or sub-contractors for standard commercial supplies or raw materials, or to sole proprietorships with no employees. Non-Discrimination in Client Services: CONTRACTOR shall not discriminate on the grounds of race, color, creed, religion, national origin, sex, age, marital status, sexual orientation, disability, or veteran status; or deny an individual or business any service or benefits under this CONTRACT; or subject an individual or business to segregation or separate treatment in any manner related to his/her/its receipt any service or services or other benefits provided under this CONTRACT; or deny an individual or business an opportunity to participate in any program provided by this CONTRACT. Waiver of Noncompetition: CONTRACTOR irrevocably waives any existing rights which it may have, by contract or otherwise, to require another person or corporation to refrain from submitting a proposal to or performing work or providing supplies to COUNTY, and CONTRACTOR further promises that it will not in the future, directly or indirectly, induce or solicit any person or Professional Services Contract (rev 01/2024) Page 6 corporation to refrain from submitting a bid or proposal to or from performing work or providing supplies to COUNTY. Work Product: CONTRACTOR will provide COUNTY with all work product including; plans, data reports, prior to the release of the final payment for services. Patent/Copyright Infringement: CONTRACTOR will defend and indemnify COUNTY from any claimed action, cause or demand brought against COUNTY, to the extent such action is based on the claim that information supplied by the CONTRACTOR infringes any patent or copyright. CONTRACTOR will pay those costs and damages attributable to any such claims that are finally awarded against COUNTY in any action. Such defense and payments are conditioned upon the following: A. CONTRACTOR shall be notified promptly in writing by COUNTY of any notice of such claim. B. CONTRACTOR shall have the right, hereunder, at its option and expense, to obtain for COUNTY the right to continue using the information, in the event such claim of infringement, is made, provided no reduction in performance or loss results to COUNTY. Confidentiality: CONTRACTOR, its employees, sub-contractors, and their employees shall maintain the confidentiality of all information provided by COUNTY or acquired by CONTRACTOR in performance of this CONTRACT, except upon the prior written consent of COUNTY or an order entered by a court after having acquired jurisdiction over COUNTY. CONTRACTOR shall immediately give to COUNTY notice of any judicial proceeding seeking disclosure of such information. CONTRACTOR shall indemnify and hold harmless COUNTY, its officials, agents or employees from all loss or expense, including, but not limited to, settlements, judgments, setoffs, attorneys' fees and costs resulting from CONTRACTOR's breach of this provision. Right to Review: This CONTRACT is subject to review by any Federal, State or COUNTY auditor. COUNTY or its designee shall have the right to review and monitor the financial and service components of this program by whatever means are deemed expedient by the Administrative Officer or by COUNTY's Auditor's Office. Such review may occur with or without notice and may include, but is not limited to, on-site inspection by COUNTY agents or employees, inspection of all records or other materials which COUNTY deems pertinent to the CONTRACT and its performance, and any and all communications with or evaluations by service recipients under this CONTRACT. CONTRACTOR shall preserve and maintain all financial records and records relating to the performance of work under this CONTRACT for six (6) years after CONTRACT termination, and shall make them available for such review, within Mason County, State of Washington, upon request. CONTRACTOR also agrees to notify the Administrative Officer in advance of any inspections, audits, or program review by any individual, Professional Services Contract (rev 01/2024) Page 7 agency, or governmental unit whose purpose is to review the services provided within the terms of this CONTRACT. If no advance notice is given to CONTRACTOR, then CONTRACTOR agrees to notify the Administrative Officer as soon as it is practical. Insurance Requirements: At a minimum, CONTRACTOR shall provide insurance that meets or exceeds the requirements detailed in "Exhibit B Insurance Requirements." Insurance as a Condition of Payment: Payments due to CONTRACTOR under this CONTRACT are expressly conditioned upon the CONTRACTOR's strict compliance with all insurance requirements under this CONTRACT. Payment to CONTRACTOR shall be suspended in the event of non- compliance. Upon receipt of evidence of full compliance, payments not otherwise subject to withholding or set-off will be released to CONTRACTOR. Industrial Insurance Waiver: With respect to the performance of this CONTRACT and as to claims against COUNTY, its officers, agents and employees, CONTRACTOR expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligations to indemnify, defend and hold harmless provided in this CONTRACT extend to any claim brought by or on behalf of any employee of CONTRACTOR. This waiver is mutually negotiated by the parties to this CONTRACT. CONTRACTOR Commitments, Warranties and Representations: Any written commitment received from CONTRACTOR concerning this CONTRACT shall be binding upon CONTRACTOR, unless otherwise specifically provided herein with reference to this paragraph. Failure of CONTRACTOR to fulfill such a commitment shall render CONTRACTOR liable for damages to COUNTY. A commitment includes, but is not limited to, any representation made prior to execution of this CONTRACT, whether or not incorporated elsewhere herein by reference, as to performance of services or equipment, prices or options for future acquisition to remain in effect for a fixed period, or warranties. Defense and Indemnity Contract: Indemnification by CONTRACTOR. To the fullest extent permitted by law, CONTRACTOR agrees to indemnify, defend and hold COUNTY and its departments, elected and appointed officials, employees, agents and volunteers, harmless from and against any and all claims, damages, losses and expenses, including but not limited to court costs, attorney's fees and alternative dispute resolution costs, for any personal injury, for any bodily injury, sickness, disease or death and for any damage to or destruction of any property (including the loss of use resulting there from) which 1) are caused in whole or in part by any act or omission, negligent or otherwise, of the CONTRACTOR, its employees, agents or volunteers or CONTRACTOR's subcontractors and their employees, agents or volunteers; or 2) are directly or indirectly arising out of, resulting from, or in connection with performance of this CONTRACT; or Professional Services Contract (rev 01/2024) Page 8 3) are based upon CONTRACTOR's or its subcontractors' use of, presence upon or proximity to the property of COUNTY. This indemnification obligation of CONTRACTOR shall not apply in the limited circumstance where the claim, damage, loss or expense is caused by the sole negligence of COUNTY. This indemnification obligation of the CONTRACTOR shall not be limited in any way by the Washington State Industrial Insurance Act, RCW Title 51, or by application of any other workmen's compensation act, disability benefit act or other employee benefit act, and the CONTRACTOR hereby expressly waives any immunity afforded by such acts. The foregoing indemnification obligations of the CONTRACTOR are a material inducement to COUNTY to enter into this CONTRACT, are reflected in CONTRACTOR's compensation, and have been mutually negotiated by the parties. Participation by County — No Waiver. COUNTY reserves the right, but not the obligation, to participate in the defense of any claim, damages, losses or expenses and such participation shall not constitute a waiver of CONTRACTOR's indemnity obligations under this CONTRACT. Survival of CONTRACTOR's Indemnity Obligations. CONTRACTOR agrees all CONTRACTOR's indemnity obligations shall survive the completion, expiration or termination of this CONTRACT. Indemnity by Subcontractors. In the event the CONTRACTOR enters into subcontracts to the extent allowed under this CONTRACT, CONTRACTOR's subcontractors shall indemnify COUNTY on a basis equal to or exceeding CONTRACTOR's indemnity obligations to COUNTY. Compliance with Applicable Laws, Rules and Regulations: This CONTRACT shall be subject to all laws, rules, and regulations of the United States of America, the State of Washington, political subdivisions of the State of Washington and Mason County. CONTRACTOR also agrees to comply with applicable Federal, State, County or municipal standards for licensing, certification and operation of facilities and programs, and accreditation and licensing of individuals. Administration Contract: COUNTY hereby appoints, and CONTRACTOR hereby accepts, the Mason County Public Health and Human Services Director and his or her designee, as COUNTY's representative, hereinafter referred to as the Administrative Officer, for the purposes of administering the provisions of this CONTRACT, including COUNTY's right to receive and act on all reports and documents, and any auditing performed by the COUNTY related to this CONTRACT. The Administrative Officer for purposes of this CONTRACT is: Melissa Casey, Community Health Manager Mason County Public Health & Human Services 415 N. 6th Street Phone: 360-427-9670 Ext. 404 Professional Services Contract (rev 01/2024) Page 9 Fax: 360-427-7787 E-mail: mcaseyCcD.mason countywa.gov Financial Contact: Casey Bingham, Finance Manager Mason County Public Health & Human Services 415 N. 6th Street Phone: 360-427-9670 Ext. 562 Fax: 360-427-7787 E-mail: caseyb(a-).mason countywa.gov Notice: Except as set forth elsewhere in the CONTRACT, for all purposes under this CONTRACT except service of process, notice shall be given by CONTRACTOR to COUNTY's Administrative Officer under this CONTRACT. Notices and other communication may be conducted via e-mail, U.S. mail, fax, hand-delivery or other generally accepted manner including delivery services. Modifications: Either party may request changes in the CONTRACT. Any and all agreed modifications, to be valid and binding upon either party, shall be in writing and signed by both of the parties. Termination for Default: If CONTRACTOR defaults by failing to perform any of the obligations of the CONTRACT or becomes insolvent or is declared bankrupt or commits any act of bankruptcy or insolvency or makes an assignment for the benefit of creditors, COUNTY may, by depositing written notice to CONTRACTOR in the U.S. mail, terminate the CONTRACT, and at COUNTY's option, obtain performance of the work elsewhere. If the CONTRACT is terminated for default, CONTRACTOR shall not be entitled to receive any further payments under the CONTRACT until all work called for has been fully performed. Any extra cost or damage to COUNTY resulting from such default(s) shall be deducted from any money due or coming due to CONTRACTOR. CONTRACTOR shall bear any extra expenses incurred by COUNTY in completing the work, including all increased costs for completing the work, and all damage sustained, or which may be sustained by COUNTY by reason of such default. If a notice of termination for default has been issued and it is later determined for any reason that CONTRACTOR was not in default, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Public Convenience paragraph hereof. Termination for Public Convenience: COUNTY may terminate this CONTRACT in whole or in part whenever COUNTY determines, in its sole discretion, that such termination is in the interests of COUNTY. Whenever the CONTRACT is terminated in accordance with this paragraph, Professional Services Contract (rev 01/2024) Page 10 CONTRACTOR shall be entitled to payment for actual work performed in compliance with Exhibit A Scope of Service and Exhibit C Budget. An equitable adjustment in the CONTRACT price for partially completed items of work will be made, but such adjustment shall not include provision for loss of anticipated profit on deleted or uncompleted work. Termination of this CONTRACT by COUNTY at any time during the term, whether for default or convenience, shall not constitute breach of CONTRACT by COUNTY. Termination for Reduced Funding: COUNTY may terminate this CONTRACT in whole or in part should COUNTY determine, in its sole discretion, that such termination is necessary due to a decrease in available project funding including State and/or Federal grants. Whenever the CONTRACT is terminated in accordance with this paragraph, the CONTRACTOR shall be entitled to payment for actual work performed in compliance with Exhibit A Scope of Services and Exhibit C Budget. Disputes: 1. Differences between the CONTRACTOR and COUNTY, arising under and by virtue of the AGREEMENT shall be brought to the attention of COUNTY at the earliest possible time in order that such matters may be settled or other appropriate action promptly taken. For objections that are not made in the manner specified and within the time limits stated, the records, orders, rulings, instructions, and decisions of the Administrative Officer shall be final and conclusive. 2. The CONTRACTOR shall not be entitled to additional compensation which otherwise may be payable, or to extension of time for (1) any act or failure to act by the Administrative Officer of COUNTY, or (2) the happening of any event or occurrence, unless the CONTRACTOR has given COUNTY a written Notice of Potential Claim within ten (10) days of the commencement of the act, failure, or event giving rise to the claim, and before final payment by COUNTY. The written Notice of Potential Claim shall set forth the reasons for which the CONTRACTOR believes additional compensation or extension of time is due, the nature of the cost involved, and insofar as possible, the amount of the potential claim. CONTRACTOR shall keep full and complete daily records of the work performed, labor and material used, and all costs and additional time claimed to be additional. 3. The CONTRACTOR shall not be entitled to claim any such additional compensation, or extension of time, unless within thirty (30) days of the accomplishment of the portion of the work from which the claim arose, and before final payment by COUNTY, the CONTRACTOR has given COUNTY a detailed written statement of each element of cost or other compensation requested and of all elements of additional time required, and copies of any supporting documents evidencing the amount or the extension of time claimed to be due. Arbitration: Other than claims for injunctive relief brought by a party hereto (which may be brought either in court or pursuant to this arbitration provision), and consistent with the provisions hereinabove, any claim, dispute or controversy between the parties under, Professional Services Contract (rev 01/2024) Page 11 arising out of, or related to this CONTRACT or otherwise, including issues of specific performance, shall be determined by arbitration in Shelton, Washington, under the applicable American Arbitration Association (AAA) rules in effect on the date hereof, as modified by this CONTRACT. There shall be one arbitrator selected by the parties within ten (10) days of the arbitration demand, or if not, by the AAA or any other group having similar credentials. Any issue about whether a claim is covered by this CONTRACT shall be determined by the arbitrator. The arbitrator shall apply substantive law and may award injunctive relief, equitable relief (including specific performance), or any other remedy available from a judge, including expenses, costs and attorney fees to the prevailing party and pre-award interest, but shall not have the power to award punitive damages. The decision of the arbitrator shall be final and binding and an order confirming the award or judgment upon the award may be entered in any court having jurisdiction. The parties agree that the decision of the arbitrator shall be the sole and exclusive remedy between them regarding any dispute presented or pled before the arbitrator. At the request of either party made not later than forty-five (45) days after the arbitration demand, the parties agree to submit the dispute to nonbinding mediation, which shall not delay the arbitration hearing date; provided, that either party may decline to mediate and proceed with arbitration. Any arbitration proceeding commenced to enforce or interpret this CONTRACT shall be brought within six (6) years after the initial occurrence giving rise to the claim, dispute or issue for which arbitration is commenced, regardless of the date of discovery or whether the claim, dispute or issue was continuing in nature. Claims, disputes or issues arising more than six (6) years prior to a written request or demand for arbitration issued under this Agreement are not subject to arbitration. Venue and Choice of Law: In the event that any litigation should arise concerning the construction or interpretation of any of the terms of this CONTRACT, the venue of such action of litigation shall be in the courts of the State of Washington and Mason County. Unless otherwise specified herein, this CONTRACT shall be governed by the laws of Mason County and the State of Washington. Severability: If any term or condition of this CONTRACT or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this CONTRACT are declared severable. Waiver: Waiver of any breach or condition of this CONTRACT shall not be deemed a waiver of any prior or subsequent breach. No term or condition of this CONTRACT shall be held to be waived, modified or deleted except by an instrument, in writing, signed by the parties hereto. The failure of COUNTY to insist upon strict performance of any of the covenants of this CONTRACT, or to exercise any option herein conferred in any one or more instances, shall not be construed to be a waiver or relinquishment of any such, or Professional Services Contract (rev 01/2024) Page 12 any other covenants or contracts, but the same shall be and remain in full force and effect. Order of Precedence: A. Applicable federal, state and county statutes, regulations, policies, procedures, federal Office of Management and Budget (OMB) circulars and federal and state executive orders. B. Funding source agreement(s) including attachments C. Special Conditions D. General Terms and Conditions E. Exhibit B, Insurance Requirements F. Exhibit A, Scope of Service G. Exhibit C, Budget Entire Contract: This written CONTRACT, comprised of the writings signed or otherwise identified and attached hereto, represents the entire CONTRACT between the parties and supersedes any prior oral statements, discussions or understandings between the parties. Professional Services Contract (rev 01/2024) Page 13 EXHIBIT A SCOPE OF SERVICES Program: Mason County Law Enforcement Co-Responder Program Program Description: Olympic Health and Recovery Services will partner with the Mason County Sheriff's Office (MCSO) to provide co-responder services to engage with individuals experiencing behavioral health crises that do not rise to the level of need for incarceration. CONTRACTOR will respond with MCSO to identified behavioral health crisis situations and intervene to connect individuals to resources and services to mitigate future crises. Services include identification and screening of individuals with behavioral health and social service needs, referrals and connection to behavioral health treatment and social service resources, assistance in obtaining basic resources, outreach and support to individuals seen on a recurring basis, short term case management, and coordination of service delivery. A. CONTRACTOR will recruit, hire, and maintain four staff positions, two Crisis Clinicians and two Peer Specialists, with duties, functions, and qualifications as described below: a. Job Title: Crisis Clinician (BA) b. Job Title: Peer Specialists — Crisis c. All positions are maintained by Olympic Health & Recovery Services Program Expectations: A. CONTRACTOR will cultivate contacts and establish and maintain positive, effective, collaborative working relationships with Mason County Sheriff's Office personnel, other law enforcement agencies, emergency medical response agencies, court systems, community leaders, Mason County Public Health & Human Services, federal, state, regional and local agencies, homeless shelters, area community service and faith-based groups, staff of state and local hospitals and health providers in an effort to care for and assist individuals with chronic behavioral health disorders and in need of social services. • Develop a network of working relationships with, Designated Crisis Responders (DCR), Mason County Jail, behavioral health treatment providers, emergency housing providers, and other social services providers. • Serve as a liaison with other County departments, divisions, outside agencies, and the community. Participate in systems planning, including representation on various committees. • Establish and maintain a rapport with the population served. • Provide information, consultation, and referral. • Respond to requests for information about available services for individuals who are homeless, individuals with behavioral health disorders, and those with other human and social service needs. Make referrals to appropriate service providers and coordinate service delivery. • Assist the target population served with obtaining basic resources such as shelter, food, medical services, behavioral health treatment, jobs and other social and human services as needed. • Develop and maintain a housing resource list. Professional Services Contract (rev 01/2024) Page 14 • Assist with relocations. • Provide outreach, engagement and liaison support to those people that are seen on a recurring basis which may require short term intensive case management. Facilitate services for high-need individuals across all involved systems of care. • Monitor contact behaviors and progress, provide assistance toward attaining pre- determined goals, and schedule appointments. • Promote best practices in treatment approaches, support systems, and interventions. Meet with and interview contacts, families, and other care providers to assess needs and eligibility of services. Advocate needs of contacts within and outside system; liaise between contact, caregivers, and service providers. Provide client-level and system-wide troubleshooting and advocacy. • Follow-up with identified individuals in an effort to bridge gaps between police and/or emergency medical contacts and social service providers. • Consult with other agency professionals on difficult cases. • Develop and recommend procedures for identifying and screening people with social service needs. • Establish and administer maps of camp locations for service providers and the Mason County Sheriff's Office. • Study and analyze program participation. Prepare recommendations and a yearly report for improvement of existing and development of new programs. Review statistical data and identify future trends. Collect and prepare data for status reports and a monthly outcome summary. • Prepare memos, correspondence, records and reports related to social services activities. • Develop, recommend, plan, initiate and organize programs, policies, procedure and projects that will assist in efficiently addressing the human and social service needs of the target population served within the Mason County community. • Provide training to officers on social service resources. • Manage limited resources to maximize efficiencies and effectiveness of services provided. • Facilitate transport for person(s) in need of assistance to appropriate facilities. • May attend and testify at court hearings and other legal proceedings. • Perform related work and special projects as assigned. B. CONTRACTOR will oversee subcontracted services and will work in partnership with the Mason County Sheriff's Office. Subcontracted services will work in coordination with law enforcement, emergency medical response agencies, court systems, community leaders, government agencies, treatment providers, housing providers, and other social service providers. C. CONTRACTOR will supply the Crisis Clinicians and Peer Specialists with all necessary equipment and software to carry out the functions of their position. This includes, but is not limited to, a computer and a phone. D. COUNTY will provide the Crisis Clinicians and Peer Specialists with a workspace and access to internet at Mason County Sheriff's Office. E. The Crisis Clinicians and Peer Specialists must work 40 hours per week excluding holidays recognized by CONTRACTOR. Professional Services Contract (rev 01/2024) Page 15 • The Crisis Clinicians' and Peer Specialists' schedules will be set by CONTRACTOR with input from COUNTY. • The Crisis Clinicians and Peer Specialists should attend all CONTRACTOR staff meetings, in-services, or other critical organizational meetings. Performance/Reporting and Deliverables: The CONTRACTOR will collect data and report on the following measures on a quarterly basis. Performance measures and targets are subject to change under the authorization of the COUNTY. Co-Responder with MCSO The following demographics should be collected for every unduplicated client served for the contract year, including clients who carried over from the previous year and all new enrollments for the contract year. Reported in the 4tn quarter only. • Gender Identity (Male, Female, Transgender, Other Identity, choose not to respond) • Age Group (0-14, 15-17, 18-24, 25-54, 55+ years old) Demographics Race (White, Black or African American, Asian, American Indian or Alaska Native, Native Hawaiian or Other Pacific Islander, Multiple Races, Other, choose not to respond) • Ethnicity (Non-Hispanic/Non-Latino, Hispanic/Latino, choose not to respond) • Zip Code (98501, 98502, 98503, 98506, 98512, 98513, 98516, 98530, 98531, 98576, 98579, 98589, 98597, HOW Transient/ Homeless, Other, choose not to respond) MUCH? Number of The number of new clients referred to the program during the Referrals quarter. The number of clients who received program services each quarter, including clients who were enrolled at the start of each quarter (caseload carryover) and all new clients each quarter. Clients re- admitted to the program after a formal exit are considered new enrollments. Clients served • Receive program services: Eligible clients are contacted by program staff. • Eligibility: Individuals have been referred by TCSO or other partners as having behavioral health and or social service needs. • Target: 25 in-person outreaches per week The number of clients who were referred to other services (e.g., HOW Referred to Other Law Enforcement Assisted Diversion, housing, behavioral health WELL? Services assessment or treatment, case management or other services). Professional Services Contract (rev 01/2024) Page 16 EXHIBIT B INSURANCE REQUIREMENTS A. MINIMUM Insurance Requirements: 1. Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01, with an edition date prior to 2004, or the exact equivalent. Coverage for an additional insured shall not be limited to its vicarious liability. Defense costs must be paid in addition to limits. Limits shall be no less than $1,000,000 per occurrence for all covered losses and no less than $2,000,000 general aggregate, for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. 2. Workers' Compensation on a state-approved policy form providing statutory benefits as required by law with employer's liability limits for CONTRACTOR's, no less than $1,000,000 per accident for all covered losses. 3. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including owned, non-owned and hired autos, or the exact equivalent. Limits shall be no less than $1,000,000 per accident, combined single limit. If CONTRACTOR owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If CONTRACTOR or CONTRACTOR's employees will use personal autos in any way on this project, CONTRACTOR shall obtain evidence of personal auto liability coverage for each such person. B. Certificate of Insurance: A Certificate of Insurance naming COUNTY as the Certificate Holder must be provided to COUNTY within five (5) days of CONTRACT execution. C. Basic Stipulations: 1. CONTRACTOR agrees to endorse third party liability coverage required herein to include as additional insureds COUNTY, its officials, employees and agents, using ISO endorsement CG 20 10 with an edition date prior to 2004. CONTRACTOR also agrees to require all contractors, subcontractors, and anyone else involved in this CONTRACT on behalf of the CONTRACTOR (hereinafter"indemnifying parties") to comply with these provisions. 2. CONTRACTOR agrees to waive rights of recovery against COUNTY regardless of the applicability of any insurance proceeds, and to require all indemnifying parties to do likewise. 3. All insurance coverage maintained or procured by CONTRACTOR or required of others by CONTRACTOR pursuant to this CONTRACT shall be endorsed to delete the subrogation condition as to COUNTY, or must specifically allow the named insured to waive subrogation prior to a loss. Professional Services Contract (rev 01/2024) Page 17 4. All coverage types and limits required are subject to approval, modification and additional requirements by COUNTY. CONTRACTOR shall not make any reductions in scope or limits of coverage that may affect COUNTY's protection without COUNTY's prior written consent. 5. CONTRACTOR agrees to provide evidence of the insurance required herein, satisfactory to COUNTY, consisting of: a) certificate(s) of insurance evidencing all of the coverages required and, b) an additional insured endorsement to CONTRACTOR's general liability policy using Insurance Services Office form CG 20 10 with an edition date prior to 2004. CONTRACTOR agrees, upon request by COUNTY to provide complete, certified copies of any policies required within 10 days of such request. COUNTY has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests. Any premium so paid by COUNTY shall be charged to and promptly paid by CONTRACTOR or deducted from sums due CONTRACTOR. Any actual or alleged failure on the part of COUNTY or any other additional insured under these requirements to obtain proof of insurance required under this CONTRACT in no way waives any right or remedy of COUNTY or any additional insured, in this or in any other regard. 6. It is acknowledged by the parties of this CONTRACT that all insurance coverage required to be provided by CONTRACTOR or indemnifying party, is intended to apply first and on a primary non-contributing basis in relation to any other insurance or self-insurance available to COUNTY. 7. CONTRACTOR agrees not to self-insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self- insure its obligations to COUNTY. If CONTRACTOR's existing coverage includes a self-insured retention, the self-insured retention must be declared to the COUNTY. The COUNTY may review options with CONTRACTOR, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. 8. CONTRACTOR will renew the required coverage annually as long as COUNTY, or its employees or agents face an exposure from operations of any type pursuant to this CONTRACT. This obligation applies whether or not the CONTRACT is canceled or terminated for any reason. Termination of this obligation is not effective until COUNTY executes a written statement to that effect. 9. The limits of insurance as described above shall be considered as minimum requirements. Should any coverage carried by CONTRACTOR or a subcontractor of any tier maintain insurance with limits of liability that exceed the required limits or coverage that is broader than as outlined above, those higher limits and broader coverage shall be deemed to apply for the benefit of any person or organization included as an additional insured and those limits shall become the required minimum limits of insurance in all Paragraphs and Sections of this CONTRACT. Professional Services Contract (rev 01/2024) Page 18 10. None of the policies required herein shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to COUNTY and approved of in writing. 11. The requirements in this Exhibit supersede all other sections and provisions of this CONTRACT to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. 12. Unless otherwise approved by COUNTY, insurance provided pursuant to these requirements shall be by insurers authorized to do business in Washington and with a minimum A.M. Best rating of A-:VII. 13. All insurance coverage and limits provided by CONTRACTOR and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this CONTRACT limits the application of such insurance coverage. 14. CONTRACTOR agrees require insurers, to provide notice to COUNTY thirty (30) days prior to cancellation of such liability coverage or of any material alteration or non-renewal of any such coverage, other than for non-payment of premium. CONTRACTOR shall assure that this provision also applies to any subcontractors, joint ventures or any other party engaged by or on behalf of contractor in relation to this agreement. Certificate(s) are to reflect that the issuer will provide thirty (30) days' notice to COUNTY of any cancellation of coverage. 15. COUNTY reserves the right at any time during the term of the CONTRACT to change the amounts and types of insurance required by giving the CONTRACTOR ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the CONTRACTOR, the COUNTY and CONTRACTOR may renegotiate CONTRACTOR's compensation. 16. Requirements of specific coverage features are not intended as limitation on other requirements or as waiver of any coverage normally provided by any given policy. Specific reference to a coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all-inclusive. 17. CONTRACTOR agrees to provide immediate notice to COUNTY of any claim or loss against CONTRACTOR arising out of the work performed under this agreement. COUNTY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve COUNTY. Professional Services Contract (rev 01/2024) Page 19 EXHIBIT C BUDGET Submit monthly payment request and ledger electronically to Melissa Casey mcasey(a-masoncountywa.gov Olympic Health & Recovery Services Annualized Total 4.0 FTE Staff Wages & Benefits $335,637 Training/Travel/Supplies $28,000 Admin (10%) $36,364 Total Program Costs $400,001 Treatment Sales Tax Total $180,000 Payment: In the event State, Federal, or local funding changes, the COUNTY reserves the right to amend the payment terms and the amount awarded in this contract. Approved invoices will be disbursed according to the vendor payment schedule of the County Auditor's Office. Refer to the Billing Procedures and Payment clause of this contract for additional information. All COUNTY provided templates must be used and not modified without the expressed, written permission from the COUNTY. The COUNTY has the right to change the reporting requirements with notification to the CONTRACTOR. Payment will be considered timely within 30 days of receipt of invoice. Professional Services Contract (rev 01/2024) Page 20 *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Melissa Casey Ext:404 Department: Public Health Briefing: Action Agenda: Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): 12/9/24 Agenda Date(s): 12/17/24 Internal Review: ❑ Finance ❑ Human Resources 0 Legal ❑ IT N Risk ❑ Other (This is the responsibility of the requesting Department) Item• FY25 Contract—Northwest Resources 11 Social Opportunity Services(SOS)Program Background/Executive Summary: The Social Opportunity Services (SOS)Program provides recovery support services as well as care coordination to individuals that are experiencing Substance Use Disorder and/or Mental Health issues and are subsequently navigating the local criminal justice system,therapeutic courts, and re-entry programs. The SOS program works in partnership with other peers,case managers, and local agencies working within the current Mason County Behavioral Health Response System to better support individuals on their path to recovery, and by doing so,will contribute to a reduction in recidivism. Budget Impact(amount,funding source,budget amendment, etc.): Treatment Sales Tax- $169,003.24 Public Outreach: Followed contract extension/renewal process outlined in Treatment Sales Tax Policies&Procedures; reviewed and recommended for renewal by Housing and Behavioral Health Advisory Board Requested Action: Approval of FY25 Northwest Resources 11 SOS Program contract Attachment(s)• FY25 NWRII SOS Program contract MASON COUNTY PROFESSIONAL SERVICES CONTRACT CONTRACT # This CONTRACT is made and entered into by and between Mason County, hereinafter referred to as "COUNTY" and Northwest Resources II, hereinafter referred to as "CONTRACTOR." Contracted Entity Northwest Resources II Address 2708 Westmoor CT SW City, State, Zip Code Olympia, WA 98506 Phone 360-943-8810 Primary Contact: Name, Title Dennis Neal Primary Contact: E-mail nwrii(@hotmail.com Washington State UBI# 601-619-511 Federal EIN 91-1678289 Total Award/Contract Value $169,003.24 Contract Term January 1, 2025 — December 31, 2025 COUNTY and CONTRACTOR, as defined above, acknowledge, and accept the terms of this contract and EXHIBITS and have executed this contract on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this contract are governed by this contract including any [Special Conditions, General Terms and Conditions, Exhibits, etc.]. CONTRACTOR NAME BOARD OF COUNTY COMMISSIONERS MASON COUNTY, WASHINGTON Agency Name Randy Neatherlin, Chair Authorized Signature Date APPROVED AS TO FORM: Print Name & Title Date Tim Whitehead, Chief DPA Professional Services Contract (rev 01/2024) Pagel Special Conditions CONTRACTOR agrees to the following: The award of funds does not guarantee that the CONTRACTOR will receive funding if special conditions are not met. The following documents are requirements and must be received within 30 days of the contract award start date for the CONTRACTOR to submit an invoice and receive funding. If the agency has provided these documents under a previous contract, only updated documents need to be provided. For tracking purposes, please notify COUNTY on each item stating "no updates" if this is the case. 1. CONTRACT REQUIREMENTS to receive funding: a. Vendor Payment Form b. Certificate of Insurance (see requirements Exhibit B) Funding Source: Treatment Sales Tax (RCW 82.14.460) General Terms and Conditions Scope of Services: CONTRACTOR agrees to provide COUNTY the services and any materials as set forth as identified in "Exhibit A Scope of Services," during the CONTRACT period. In the event that CONTRACTOR expends the total award specified in "Exhibit C Budget" before the end of the CONTRACT duration, CONTRACTOR remains liable to provide COUNTY the services as identified in "Exhibit A Scope of Services." No material, labor or facilities will be furnished by COUNTY, unless otherwise provided for in the CONTRACT. CONTRACTOR may submit a written proposal with an estimated cost for other expenses allowable under the RCW 82.14.460 that may not be specified in "Exhibit A Scope of Services." The COUNTY must give written approval before any expenses are incurred and considered allowable costs for reimbursement to this CONTRACT. Term: Services provided by CONTRACTOR prior to or after the term of this CONTRACT shall be performed at the expense of CONTRACTOR and are not compensable under this CONTRACT unless both parties hereto agree to such provision in writing. The term of this CONTRACT may be extended by mutual consent of the parties; provided, however, that the CONTRACT is in writing and signed by both parties. Amendments and Extension: This CONTRACT may be amended by mutual agreement of the parties. Such amendment shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. The duration of this CONTRACT may be extended by mutual written consent of the parties, for a period of up to one year, and for a total of no longer than three years. Professional Services Contract (rev 01/2024) Page 2 Debarment Certification: The CONTRACTOR, by signature to this contract, certifies that the CONTRACTOR is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded in any Federal department or agency from participating in transactions. Independent Contractor: CONTRACTOR's services shall be furnished by the CONTRACTOR as an independent contractor, and nothing herein contained shall be construed to create a relationship of employer-employee. All payments made hereunder and all services performed shall be made and performed pursuant to this CONTRACT by the CONTRACTOR as an independent contractor. CONTRACTOR acknowledges that the entire compensation for this CONTRACT is specified in Exhibit C Budget and the CONTRACTOR is not entitled to any benefits including, but not limited to: vacation pay, holiday pay, sick leave pay, medical, dental, or other insurance benefits, or any other rights or privileges afforded to employees of COUNTY. The CONTRACTOR represents that he/she/it maintains a separate place of business, serves clients other than COUNTY, will report all income and expense accrued under this CONTRACT to the Internal Revenue Service, and has a tax account with the State of Washington Department of Revenue for payment of all sales and use and Business and Occupation taxes collected by the State of Washington. CONTRACTOR will defend, indemnify and hold harmless COUNTY, its officers, agents or employees from any loss or expense, including, but not limited to, settlements, judgments, setoffs, attorneys' fees or costs incurred by reason of claims or demands because of breach of the provisions of this paragraph. Taxes: CONTRACTOR understands and acknowledges that COUNTY will not withhold Federal or State income taxes. Where required by State or Federal law, the CONTRACTOR authorizes COUNTY to withhold for any taxes other than income taxes (i.e., Medicare). All compensation received by the CONTRACTOR will be reported to the Internal Revenue Service at the end of the calendar year in accordance with the applicable IRS regulations. It is the responsibility of the CONTRACTOR to make the necessary estimated tax payments throughout the year, if any, and the CONTRACTOR is solely liable for any tax obligation arising from the CONTRACTOR's performance of this CONTRACT. The CONTRACTOR hereby agrees to indemnify COUNTY against any demand to pay taxes arising from the CONTRACTOR's failure to pay taxes on compensation earned pursuant to this CONTRACT. COUNTY will pay sales and use taxes imposed on goods or services acquired hereunder as required by law. The CONTRACTOR must pay all other taxes, including, but not limited to, Business and Occupation Tax, taxes based on the CONTRACTOR's gross or net income, or personal property to which COUNTY does not hold title. COUNTY is exempt from Federal Excise Tax. Professional Services Contract (rev 01/2024) Page 3 No Guarantee of Employment: The performance of all or part of this CONTRACT by the CONTRACTOR shall not operate to vest any employment rights whatsoever and shall not be deemed to guarantee any employment of CONTRACTOR or any employee of CONTRACTOR or any sub-contractor or any employee of any sub-contractor by COUNTY at the present time or in the future. Accounting and Payment for CONTRACTOR Services: Payment to the CONTRACTOR for services rendered under this CONTRACT shall be as set forth in Exhibit C Budget. Where Exhibit C requires payments by the COUNTY, payment shall be based upon written claims supported, unless otherwise provided in Exhibit C, by documentation of units of work actually performed and amounts earned, including, where appropriate, the actual number of days worked each month, total number of hours for the month, and the total dollar payment requested, so as to comply with municipal auditing requirements. Acceptable invoices will be processed within 30 days of receipt. Unless specifically stated in Exhibit C or approved in writing in advance by the official executing this CONTRACT for COUNTY or his or her designee (hereinafter referred to as the "Administrative Officer"), COUNTY will not reimburse the CONTRACTOR for any costs or expenses incurred by the CONTRACTOR in the performance of this CONTRACT. Where required, COUNTY shall, upon receipt of appropriate documentation, compensate the CONTRACTOR, no more often than monthly, in accordance with COUNTY's customary procedures, pursuant to the fee schedule set forth in Exhibit C. Fraud and Other Loss Reporting: CONTRACTOR shall report in writing all known or suspected fraud or other loss of any funds or other property furnished under this CONTRACT immediately or as soon as practicable. Billing Procedures and Payment: The funding awarded may only be used for eligible activities and expenses. COUNTY will pay CONTRACTOR upon acceptance of services provided and receipt of properly completed invoices, which shall be submitted to the COUNTY representative not more often than monthly. Exceptions to the single billing per month (or quarterly) can be made by the COUNTY on a case-by-case basis. The CONTRACTOR shall only be paid as a reimbursement of allowable costs incurred during each invoice period, according to the terms provided in Exhibit A, if CONTRACTOR performs the services and submits all reporting to a satisfactory level. The COUNTY may, in its sole discretion withhold payments by the Grantee for services rendered if the CONTRACTOR fails to satisfactorily comply with any term or condition of this Grant. No payments in advance or in anticipation of services or supplies to be provided under this Grant shall be made by the COUNTY. Professional Services Contract (rev 01/2024) Page 4 Withholding Payment: In the event the CONTRACTOR has failed to perform any obligation under this CONTRACT within the times set forth in this CONTRACT, then COUNTY may, upon written notice, withhold from amounts otherwise due and payable to CONTRACTOR, without penalty, until such failure to perform is cured or otherwise adjudicated. Withholding under this clause shall not be deemed a breach entitling CONTRACTOR to termination or damages, provided that COUNTY promptly gives notice in writing to the CONTRACTOR of the nature of the default or failure to perform, and in no case more than ten (10) days after it determines to withhold amounts otherwise due. A determination of the Administrative Officer set forth in a notice to the CONTRACTOR of the action required and/or the amount required to cure any alleged failure to perform shall be deemed conclusive, except to the extent that the CONTRACTOR acts within the times and in strict accord with the provisions of the Disputes clause of this CONTRACT. COUNTY may act in accordance with any determination of the Administrative Officer which has become conclusive under this clause, without prejudice to any other remedy under the CONTRACT, to take all or any of the following actions: (1) cure any failure or default, (2) to pay any amount so required to be paid and to charge the same to the account of the CONTRACTOR, (3) to set off any amount so paid or incurred from amounts due or to become due the CONTRACTOR. In the event the CONTRACTOR obtains relief upon a claim under the Disputes clause, no penalty or damages shall accrue to CONTRACTOR by reason of good faith withholding by COUNTY under this clause. Labor Standards: CONTRACTOR agrees to comply with all applicable state and federal requirements, including but not limited to those pertaining to payment of wages and working conditions, in accordance with RCW 39.12.040, the Prevailing Wage Act; the Americans with Disabilities Act of 1990; the Davis-Bacon Act; and the Contract Work Hours and Safety Standards Act providing for weekly payment of prevailing wages, minimum overtime pay, and providing that no laborer or mechanic shall be required to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to health and safety as determined by regulations promulgated by the Federal Secretary of Labor and/or the State of Washington. Assignment and Subcontracting: The performance of all activities contemplated by this CONTRACT shall be accomplished by CONTRACTOR. No portion of this CONTRACT may be assigned or subcontracted to any other individual, firm or entity without the express and prior written approval of COUNTY. Conflict of Interest: If at any time prior to commencement of, or during the term of this CONTRACT, CONTRACTOR or any of its employees involved in the performance of this CONTRACT shall have or develop an interest in the subject matter of this CONTRACT that is potentially in conflict with the COUNTY's interest, then CONTRACTOR shall immediately notify COUNTY of the same. The notification of COUNTY shall be made Professional Services Contract (rev 01/2024) Page 5 with sufficient specificity to enable COUNTY to make an informed judgment as to whether or not COUNTY's interest may be compromised in any manner by the existence of the conflict, actual or potential. Thereafter, COUNTY may require CONTRACTOR to take reasonable steps to remove the conflict of interest. COUNTY may also terminate this CONTRACT according to the provisions herein for termination. Non-Discrimination in Employment: COUNTY's policy is to provide equal opportunity in all terms, conditions and privileges of employment for all qualified applicants and employees without regard to race, color, creed, religion, national origin, sex, sexual orientation, age, marital status, disability, or veteran status. CONTRACTOR shall comply with all laws prohibiting discrimination against any employee or applicant for employment on the grounds of race, color, creed, religion, national origin, sex, sexual orientation, age, marital status, disability, or veteran status, except where such constitutes a bona fide occupational qualification. Furthermore, in those cases in which CONTRACTOR is governed by such laws, CONTRACTOR shall take affirmative action to insure that applicants are employed, and treated during employment, without regard to their race, color, creed, religion, national origin, sex, age, marital status, sexual orientation, disability, or veteran status, except where such constitutes a bona fide occupational qualification. Such action shall include, but not be limited to: advertising, hiring, promotions, layoffs or terminations, rate of pay or other forms of compensation benefits, selection for training including apprenticeship, and participation in recreational and educational activities. In all solicitations or advertisements for employees placed by them or on their behalf, CONTRACTOR shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. The foregoing provisions shall also be binding upon any sub-contractor, provided that the foregoing provision shall not apply to contracts or sub-contractors for standard commercial supplies or raw materials, or to sole proprietorships with no employees. Non-Discrimination in Client Services: CONTRACTOR shall not discriminate on the grounds of race, color, creed, religion, national origin, sex, age, marital status, sexual orientation, disability, or veteran status; or deny an individual or business any service or benefits under this CONTRACT; or subject an individual or business to segregation or separate treatment in any manner related to his/her/its receipt any service or services or other benefits provided under this CONTRACT; or deny an individual or business an opportunity to participate in any program provided by this CONTRACT. Waiver of Noncompetition: CONTRACTOR irrevocably waives any existing rights which it may have, by contract or otherwise, to require another person or corporation to refrain from submitting a proposal to or performing work or providing supplies to COUNTY, and CONTRACTOR further promises that it will not in the future, directly or indirectly, induce or solicit any person or Professional Services Contract (rev 01/2024) Page 6 corporation to refrain from submitting a bid or proposal to or from performing work or providing supplies to COUNTY. Work Product: CONTRACTOR will provide COUNTY with all work product including; plans, data reports, prior to the release of the final payment for services. Patent/Copyright Infringement: CONTRACTOR will defend and indemnify COUNTY from any claimed action, cause or demand brought against COUNTY, to the extent such action is based on the claim that information supplied by the CONTRACTOR infringes any patent or copyright. CONTRACTOR will pay those costs and damages attributable to any such claims that are finally awarded against COUNTY in any action. Such defense and payments are conditioned upon the following: A. CONTRACTOR shall be notified promptly in writing by COUNTY of any notice of such claim. B. CONTRACTOR shall have the right, hereunder, at its option and expense, to obtain for COUNTY the right to continue using the information, in the event such claim of infringement, is made, provided no reduction in performance or loss results to COUNTY. Confidentiality: CONTRACTOR, its employees, sub-contractors, and their employees shall maintain the confidentiality of all information provided by COUNTY or acquired by CONTRACTOR in performance of this CONTRACT, except upon the prior written consent of COUNTY or an order entered by a court after having acquired jurisdiction over COUNTY. CONTRACTOR shall immediately give to COUNTY notice of any judicial proceeding seeking disclosure of such information. CONTRACTOR shall indemnify and hold harmless COUNTY, its officials, agents or employees from all loss or expense, including, but not limited to, settlements, judgments, setoffs, attorneys' fees and costs resulting from CONTRACTOR's breach of this provision. Right to Review: This CONTRACT is subject to review by any Federal, State or COUNTY auditor. COUNTY or its designee shall have the right to review and monitor the financial and service components of this program by whatever means are deemed expedient by the Administrative Officer or by COUNTY's Auditor's Office. Such review may occur with or without notice and may include, but is not limited to, on-site inspection by COUNTY agents or employees, inspection of all records or other materials which COUNTY deems pertinent to the CONTRACT and its performance, and any and all communications with or evaluations by service recipients under this CONTRACT. CONTRACTOR shall preserve and maintain all financial records and records relating to the performance of work under this CONTRACT for six (6) years after CONTRACT termination, and shall make them available for such review, within Mason County, State of Washington, upon request. CONTRACTOR also agrees to notify the Administrative Officer in advance of any inspections, audits, or program review by any individual, Professional Services Contract (rev 01/2024) Page 7 agency, or governmental unit whose purpose is to review the services provided within the terms of this CONTRACT. If no advance notice is given to CONTRACTOR, then CONTRACTOR agrees to notify the Administrative Officer as soon as it is practical. Insurance Requirements: At a minimum, CONTRACTOR shall provide insurance that meets or exceeds the requirements detailed in "Exhibit B Insurance Requirements." Insurance as a Condition of Payment: Payments due to CONTRACTOR under this CONTRACT are expressly conditioned upon the CONTRACTOR's strict compliance with all insurance requirements under this CONTRACT. Payment to CONTRACTOR shall be suspended in the event of non- compliance. Upon receipt of evidence of full compliance, payments not otherwise subject to withholding or set-off will be released to CONTRACTOR. Industrial Insurance Waiver: With respect to the performance of this CONTRACT and as to claims against COUNTY, its officers, agents and employees, CONTRACTOR expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligations to indemnify, defend and hold harmless provided in this CONTRACT extend to any claim brought by or on behalf of any employee of CONTRACTOR. This waiver is mutually negotiated by the parties to this CONTRACT. CONTRACTOR Commitments, Warranties and Representations: Any written commitment received from CONTRACTOR concerning this CONTRACT shall be binding upon CONTRACTOR, unless otherwise specifically provided herein with reference to this paragraph. Failure of CONTRACTOR to fulfill such a commitment shall render CONTRACTOR liable for damages to COUNTY. A commitment includes, but is not limited to, any representation made prior to execution of this CONTRACT, whether or not incorporated elsewhere herein by reference, as to performance of services or equipment, prices or options for future acquisition to remain in effect for a fixed period, or warranties. Defense and Indemnity Contract: Indemnification by CONTRACTOR. To the fullest extent permitted by law, CONTRACTOR agrees to indemnify, defend and hold COUNTY and its departments, elected and appointed officials, employees, agents and volunteers, harmless from and against any and all claims, damages, losses and expenses, including but not limited to court costs, attorney's fees and alternative dispute resolution costs, for any personal injury, for any bodily injury, sickness, disease or death and for any damage to or destruction of any property (including the loss of use resulting there from) which 1) are caused in whole or in part by any act or omission, negligent or otherwise, of the CONTRACTOR, its employees, agents or volunteers or CONTRACTOR's subcontractors and their employees, agents or volunteers; or 2) are directly or indirectly arising out of, resulting from, or in connection with performance of this CONTRACT; or Professional Services Contract (rev 01/2024) Page 8 3) are based upon CONTRACTOR's or its subcontractors' use of, presence upon or proximity to the property of COUNTY. This indemnification obligation of CONTRACTOR shall not apply in the limited circumstance where the claim, damage, loss or expense is caused by the sole negligence of COUNTY. This indemnification obligation of the CONTRACTOR shall not be limited in any way by the Washington State Industrial Insurance Act, RCW Title 51, or by application of any other workmen's compensation act, disability benefit act or other employee benefit act, and the CONTRACTOR hereby expressly waives any immunity afforded by such acts. The foregoing indemnification obligations of the CONTRACTOR are a material inducement to COUNTY to enter into this CONTRACT, are reflected in CONTRACTOR's compensation, and have been mutually negotiated by the parties. Participation by County — No Waiver. COUNTY reserves the right, but not the obligation, to participate in the defense of any claim, damages, losses or expenses and such participation shall not constitute a waiver of CONTRACTOR's indemnity obligations under this CONTRACT. Survival of CONTRACTOR's Indemnity Obligations. CONTRACTOR agrees all CONTRACTOR's indemnity obligations shall survive the completion, expiration or termination of this CONTRACT. Indemnity by Subcontractors. In the event the CONTRACTOR enters into subcontracts to the extent allowed under this CONTRACT, CONTRACTOR's subcontractors shall indemnify COUNTY on a basis equal to or exceeding CONTRACTOR's indemnity obligations to COUNTY. Compliance with Applicable Laws, Rules and Regulations: This CONTRACT shall be subject to all laws, rules, and regulations of the United States of America, the State of Washington, political subdivisions of the State of Washington and Mason County. CONTRACTOR also agrees to comply with applicable Federal, State, County or municipal standards for licensing, certification and operation of facilities and programs, and accreditation and licensing of individuals. Administration Contract: COUNTY hereby appoints, and CONTRACTOR hereby accepts, the Mason County Public Health and Human Services Director and his or her designee, as COUNTY's representative, hereinafter referred to as the Administrative Officer, for the purposes of administering the provisions of this CONTRACT, including COUNTY's right to receive and act on all reports and documents, and any auditing performed by the COUNTY related to this CONTRACT. The Administrative Officer for purposes of this CONTRACT is: Melissa Casey, Community Health Manager Mason County Public Health & Human Services 415 N. 6th Street Phone: 360-427-9670 Ext. 404 Professional Services Contract (rev 01/2024) Page 9 Fax: 360-427-7787 E-mail: mcaseyCcD.mason countywa.gov Financial Contact: Casey Bingham, Finance Manager Mason County Public Health & Human Services 415 N. 6th Street Phone: 360-427-9670 Ext. 562 Fax: 360-427-7787 E-mail: caseyb(a-).mason countywa.gov Notice: Except as set forth elsewhere in the CONTRACT, for all purposes under this CONTRACT except service of process, notice shall be given by CONTRACTOR to COUNTY's Administrative Officer under this CONTRACT. Notices and other communication may be conducted via e-mail, U.S. mail, fax, hand-delivery or other generally accepted manner including delivery services. Modifications: Either party may request changes in the CONTRACT. Any and all agreed modifications, to be valid and binding upon either party, shall be in writing and signed by both of the parties. Termination for Default: If CONTRACTOR defaults by failing to perform any of the obligations of the CONTRACT or becomes insolvent or is declared bankrupt or commits any act of bankruptcy or insolvency or makes an assignment for the benefit of creditors, COUNTY may, by depositing written notice to CONTRACTOR in the U.S. mail, terminate the CONTRACT, and at COUNTY's option, obtain performance of the work elsewhere. If the CONTRACT is terminated for default, CONTRACTOR shall not be entitled to receive any further payments under the CONTRACT until all work called for has been fully performed. Any extra cost or damage to COUNTY resulting from such default(s) shall be deducted from any money due or coming due to CONTRACTOR. CONTRACTOR shall bear any extra expenses incurred by COUNTY in completing the work, including all increased costs for completing the work, and all damage sustained, or which may be sustained by COUNTY by reason of such default. If a notice of termination for default has been issued and it is later determined for any reason that CONTRACTOR was not in default, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Public Convenience paragraph hereof. Termination for Public Convenience: COUNTY may terminate this CONTRACT in whole or in part whenever COUNTY determines, in its sole discretion, that such termination is in the interests of COUNTY. Whenever the CONTRACT is terminated in accordance with this paragraph, Professional Services Contract (rev 01/2024) Page 10 CONTRACTOR shall be entitled to payment for actual work performed in compliance with Exhibit A Scope of Service and Exhibit C Budget. An equitable adjustment in the CONTRACT price for partially completed items of work will be made, but such adjustment shall not include provision for loss of anticipated profit on deleted or uncompleted work. Termination of this CONTRACT by COUNTY at any time during the term, whether for default or convenience, shall not constitute breach of CONTRACT by COUNTY. Termination for Reduced Funding: COUNTY may terminate this CONTRACT in whole or in part should COUNTY determine, in its sole discretion, that such termination is necessary due to a decrease in available project funding including State and/or Federal grants. Whenever the CONTRACT is terminated in accordance with this paragraph, the CONTRACTOR shall be entitled to payment for actual work performed in compliance with Exhibit A Scope of Services and Exhibit C Budget. Disputes: 1. Differences between the CONTRACTOR and COUNTY, arising under and by virtue of the AGREEMENT shall be brought to the attention of COUNTY at the earliest possible time in order that such matters may be settled or other appropriate action promptly taken. For objections that are not made in the manner specified and within the time limits stated, the records, orders, rulings, instructions, and decisions of the Administrative Officer shall be final and conclusive. 2. The CONTRACTOR shall not be entitled to additional compensation which otherwise may be payable, or to extension of time for (1) any act or failure to act by the Administrative Officer of COUNTY, or (2) the happening of any event or occurrence, unless the CONTRACTOR has given COUNTY a written Notice of Potential Claim within ten (10) days of the commencement of the act, failure, or event giving rise to the claim, and before final payment by COUNTY. The written Notice of Potential Claim shall set forth the reasons for which the CONTRACTOR believes additional compensation or extension of time is due, the nature of the cost involved, and insofar as possible, the amount of the potential claim. CONTRACTOR shall keep full and complete daily records of the work performed, labor and material used, and all costs and additional time claimed to be additional. 3. The CONTRACTOR shall not be entitled to claim any such additional compensation, or extension of time, unless within thirty (30) days of the accomplishment of the portion of the work from which the claim arose, and before final payment by COUNTY, the CONTRACTOR has given COUNTY a detailed written statement of each element of cost or other compensation requested and of all elements of additional time required, and copies of any supporting documents evidencing the amount or the extension of time claimed to be due. Arbitration: Other than claims for injunctive relief brought by a party hereto (which may be brought either in court or pursuant to this arbitration provision), and consistent with the provisions hereinabove, any claim, dispute or controversy between the parties under, Professional Services Contract (rev 01/2024) Page 11 arising out of, or related to this CONTRACT or otherwise, including issues of specific performance, shall be determined by arbitration in Shelton, Washington, under the applicable American Arbitration Association (AAA) rules in effect on the date hereof, as modified by this CONTRACT. There shall be one arbitrator selected by the parties within ten (10) days of the arbitration demand, or if not, by the AAA or any other group having similar credentials. Any issue about whether a claim is covered by this CONTRACT shall be determined by the arbitrator. The arbitrator shall apply substantive law and may award injunctive relief, equitable relief (including specific performance), or any other remedy available from a judge, including expenses, costs and attorney fees to the prevailing party and pre-award interest, but shall not have the power to award punitive damages. The decision of the arbitrator shall be final and binding and an order confirming the award or judgment upon the award may be entered in any court having jurisdiction. The parties agree that the decision of the arbitrator shall be the sole and exclusive remedy between them regarding any dispute presented or pled before the arbitrator. At the request of either party made not later than forty-five (45) days after the arbitration demand, the parties agree to submit the dispute to nonbinding mediation, which shall not delay the arbitration hearing date; provided, that either party may decline to mediate and proceed with arbitration. Any arbitration proceeding commenced to enforce or interpret this CONTRACT shall be brought within six (6) years after the initial occurrence giving rise to the claim, dispute or issue for which arbitration is commenced, regardless of the date of discovery or whether the claim, dispute or issue was continuing in nature. Claims, disputes or issues arising more than six (6) years prior to a written request or demand for arbitration issued under this Agreement are not subject to arbitration. Venue and Choice of Law: In the event that any litigation should arise concerning the construction or interpretation of any of the terms of this CONTRACT, the venue of such action of litigation shall be in the courts of the State of Washington and Mason County. Unless otherwise specified herein, this CONTRACT shall be governed by the laws of Mason County and the State of Washington. Severability: If any term or condition of this CONTRACT or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this CONTRACT are declared severable. Waiver: Waiver of any breach or condition of this CONTRACT shall not be deemed a waiver of any prior or subsequent breach. No term or condition of this CONTRACT shall be held to be waived, modified or deleted except by an instrument, in writing, signed by the parties hereto. The failure of COUNTY to insist upon strict performance of any of the covenants of this CONTRACT, or to exercise any option herein conferred in any one or more instances, shall not be construed to be a waiver or relinquishment of any such, or Professional Services Contract (rev 01/2024) Page 12 any other covenants or contracts, but the same shall be and remain in full force and effect. Order of Precedence: A. Applicable federal, state and county statutes, regulations, policies, procedures, federal Office of Management and Budget (OMB) circulars and federal and state executive orders. B. Funding source agreement(s) including attachments C. Special Conditions D. General Terms and Conditions E. Exhibit B, Insurance Requirements F. Exhibit A, Scope of Service G. Exhibit C, Budget Entire Contract: This written CONTRACT, comprised of the writings signed or otherwise identified and attached hereto, represents the entire CONTRACT between the parties and supersedes any prior oral statements, discussions or understandings between the parties. Professional Services Contract (rev 01/2024) Page 13 EXHIBIT A SCOPE OF SERVICES Program: Northwest Resources II Social Opportunity Services (SOS) Program Description: Provide recovery support services as well as care coordination to individuals that are experiencing Substance Use Disorder and/or Mental Health issues and are subsequently navigating the local criminal justice system, therapeutic courts, and re- entry programs. SOS works in partnership with other peers, case managers, and local agencies working within the current Mason County Behavioral Health Response System to better support individuals on their path to recovery, and by doing so, will contribute to a reduction in recidivism. Program Expectations: • Coordinate and communicate with other Mason County Behavioral Health partners • Meet with participants as needed to create and clarify recovery and release plans • Attend local stakeholder, provider, and coalition meetings when appropriate • Coordinate with Mason County Public Health & Human Services on overall data reporting strategy that is appropriate and informative to both NWR II as well as the overall Mason County Behavioral Health System, so as to work towards the overall systems goal of a "no wrong door" approach • Keep current on reporting and data collection, utilizing mechanisms in place and developing new procedures as needed Performance/Reporting and Deliverables: NWR II SOS Program will collect and report the following data to Mason County Public Health & Human Services on an agreed upon format, forms, and schedule. • Utilize the Mason County Unique Identifier data collection forms • Provide care coordination for up to 200 households annually • Provide care coordination and assistance for up to 100 people annually experiencing homelessness at time of intake • Help to enroll and/or refer up to 75 people annually into SUD inpatient treatment • Help to enroll and/or refer up to 25 people annually into MAT treatment • Help to enroll and/or refer up to 75 people into outpatient mental health treatment • Help to enroll and/or refer up to 100 people into outpatient SUD treatment • Help to coordinate sober and supportive hosing with an annual goal of 25 people • Document the re-utilization of the SOS program and report on findings quarterly • Work with the Mason County Therapeutic Court Program to provide case manager, peer support and care coordination to active and potential participants Professional Services Contract (rev 01/2024) Page 14 EXHIBIT B INSURANCE REQUIREMENTS A. MINIMUM Insurance Requirements: 1. Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CG 00 01, with an edition date prior to 2004, or the exact equivalent. Coverage for an additional insured shall not be limited to its vicarious liability. Defense costs must be paid in addition to limits. Limits shall be no less than $1,000,000 per occurrence for all covered losses and no less than $2,000,000 general aggregate, for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. 2. Workers' Compensation on a state-approved policy form providing statutory benefits as required by law with employer's liability limits for CONTRACTOR's, no less than $1,000,000 per accident for all covered losses. 3. Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 including owned, non-owned and hired autos, or the exact equivalent. Limits shall be no less than $1,000,000 per accident, combined single limit. If CONTRACTOR owns no vehicles, this requirement may be satisfied by a non-owned auto endorsement to the general liability policy described above. If CONTRACTOR or CONTRACTOR's employees will use personal autos in any way on this project, CONTRACTOR shall obtain evidence of personal auto liability coverage for each such person. B. Certificate of Insurance: A Certificate of Insurance naming COUNTY as the Certificate Holder must be provided to COUNTY within five (5) days of CONTRACT execution. C. Basic Stipulations: 1. CONTRACTOR agrees to endorse third party liability coverage required herein to include as additional insureds COUNTY, its officials, employees and agents, using ISO endorsement CG 20 10 with an edition date prior to 2004. CONTRACTOR also agrees to require all contractors, subcontractors, and anyone else involved in this CONTRACT on behalf of the CONTRACTOR (hereinafter"indemnifying parties") to comply with these provisions. 2. CONTRACTOR agrees to waive rights of recovery against COUNTY regardless of the applicability of any insurance proceeds, and to require all indemnifying parties to do likewise. 3. All insurance coverage maintained or procured by CONTRACTOR or required of others by CONTRACTOR pursuant to this CONTRACT shall be endorsed to delete the subrogation condition as to COUNTY, or must specifically allow the named insured to waive subrogation prior to a loss. Professional Services Contract (rev 01/2024) Page 15 4. All coverage types and limits required are subject to approval, modification and additional requirements by COUNTY. CONTRACTOR shall not make any reductions in scope or limits of coverage that may affect COUNTY's protection without COUNTY's prior written consent. 5. CONTRACTOR agrees to provide evidence of the insurance required herein, satisfactory to COUNTY, consisting of: a) certificate(s) of insurance evidencing all of the coverages required and, b) an additional insured endorsement to CONTRACTOR's general liability policy using Insurance Services Office form CG 20 10 with an edition date prior to 2004. CONTRACTOR agrees, upon request by COUNTY to provide complete, certified copies of any policies required within 10 days of such request. COUNTY has the right, but not the duty, to obtain any insurance it deems necessary to protect its interests. Any premium so paid by COUNTY shall be charged to and promptly paid by CONTRACTOR or deducted from sums due CONTRACTOR. Any actual or alleged failure on the part of COUNTY or any other additional insured under these requirements to obtain proof of insurance required under this CONTRACT in no way waives any right or remedy of COUNTY or any additional insured, in this or in any other regard. 6. It is acknowledged by the parties of this CONTRACT that all insurance coverage required to be provided by CONTRACTOR or indemnifying party, is intended to apply first and on a primary non-contributing basis in relation to any other insurance or self-insurance available to COUNTY. 7. CONTRACTOR agrees not to self-insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self- insure its obligations to COUNTY. If CONTRACTOR's existing coverage includes a self-insured retention, the self-insured retention must be declared to the COUNTY. The COUNTY may review options with CONTRACTOR, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. 8. CONTRACTOR will renew the required coverage annually as long as COUNTY, or its employees or agents face an exposure from operations of any type pursuant to this CONTRACT. This obligation applies whether or not the CONTRACT is canceled or terminated for any reason. Termination of this obligation is not effective until COUNTY executes a written statement to that effect. 9. The limits of insurance as described above shall be considered as minimum requirements. Should any coverage carried by CONTRACTOR or a subcontractor of any tier maintain insurance with limits of liability that exceed the required limits or coverage that is broader than as outlined above, those higher limits and broader coverage shall be deemed to apply for the benefit of any person or organization included as an additional insured and those limits shall become the required minimum limits of insurance in all Paragraphs and Sections of this CONTRACT. Professional Services Contract (rev 01/2024) Page 16 10. None of the policies required herein shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to COUNTY and approved of in writing. 11. The requirements in this Exhibit supersede all other sections and provisions of this CONTRACT to the extent that any other section or provision conflicts with or impairs the provisions of this Exhibit. 12. Unless otherwise approved by COUNTY, insurance provided pursuant to these requirements shall be by insurers authorized to do business in Washington and with a minimum A.M. Best rating of A-:VII. 13. All insurance coverage and limits provided by CONTRACTOR and available or applicable to this agreement are intended to apply to the full extent of the policies. Nothing contained in this CONTRACT limits the application of such insurance coverage. 14. CONTRACTOR agrees require insurers, to provide notice to COUNTY thirty (30) days prior to cancellation of such liability coverage or of any material alteration or non-renewal of any such coverage, other than for non-payment of premium. CONTRACTOR shall assure that this provision also applies to any subcontractors, joint ventures or any other party engaged by or on behalf of contractor in relation to this agreement. Certificate(s) are to reflect that the issuer will provide thirty (30) days' notice to COUNTY of any cancellation of coverage. 15. COUNTY reserves the right at any time during the term of the CONTRACT to change the amounts and types of insurance required by giving the CONTRACTOR ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the CONTRACTOR, the COUNTY and CONTRACTOR may renegotiate CONTRACTOR's compensation. 16. Requirements of specific coverage features are not intended as limitation on other requirements or as waiver of any coverage normally provided by any given policy. Specific reference to a coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all-inclusive. 17. CONTRACTOR agrees to provide immediate notice to COUNTY of any claim or loss against CONTRACTOR arising out of the work performed under this agreement. COUNTY assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve COUNTY. Professional Services Contract (rev 01/2024) Page 17 EXHIBIT C BUDGET Submit monthly invoices and program reports electronically to mcasey(a masoncountywa.gov as close to the 1st of each month as possible. Budget Category FY25 Amount Comment Staff Wages $56,160.00 1 full time (40 hour per week) case manager, $27.00/hr Staff Benefits $18,195.84 Health/dental benefits and taxes for 1 case manager $3,406.00 Client transportation (mileage reimbursement); 100 miles per week x $0.655 per mile Client Supports $72,000.00 Client rental assistance (40 clients x $600 x 3 months) $4,000.00 Client incidentals (clothing, gas, vouchers, etc.) Administration, supervision, rent, I.T. services, Administration $15,241.40 phone services, supplies Maximum Contract $169,003.24 Total Payment: In the event State, Federal, or local funding changes, the COUNTY reserves the right to amend the payment terms and the amount awarded in this contract. Approved invoices will be disbursed according to the vendor payment schedule of the County Auditor's Office. Refer to the Billing Procedures and Payment clause of this contract for additional information. All COUNTY provided templates must be used and not modified without the expressed, written permission from the COUNTY. The COUNTY has the right to change the reporting requirements with notification to the CONTRACTOR. Payment will be considered timely within 30 days of receipt of invoice. Professional Services Contract (rev 01/2024) Page 18 MASON COUNTY PUBLIC WORKS COMMISSIONER BRIEFING 39 December 9, 2024 Action Items• • Road Vacation#419 - Hearing Examiner recommendation. • News Release: Early closure of the Eells Hill Transfer and the Belfair Drop Box solid waste stations on Thursday, December 19, 2024 for Public Works Christmas Party and All-Hand staff meeting. Discussion Items: • Upcoming Utility Code Revisions Commissioner Follow-Up Items: Upcoming Items• 12/17/2024 Public Hearing at 9:15 am to consider Mason County Code changes to Chapters 2, 3, 13 and 17. *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Tina Lovejoy Schaefer,Right of Way Agent Senior,on behalf of Mike Collins,PLS,PE Deputy Ext:456 Director/County Engineer Department: Public Works Briefing: Z Action Agenda: Z Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): December 9,2024 Agenda Date(s): December 17,2024 Internal Review: ❑ Finance ❑ Human Resources ❑ Legal ❑ IT ❑ Risk ❑ Other (This is the responsibility of the requesting Department) Item• Road Vacation Order No. 419—Hearing Examiner Recommendation to Vacate the East half of an unnamed road adjacent to Lot 15,Block 1, in Pirates Cove, as recorded May 9, 1960,in Volume 5 of plats,page 30,under Auditor's File No. 183390,records of Mason County,Washington in Section 8, Township 21 North,Range 1,West. Said unnamed road is now known as E. Bahama Drive. Background/Executive Summary: The Mason County Hearing Examiner held a hearing on November 20,2024, at 1:00 pm via Zoom. This hearing was to consider vacating the East half of Bahama Drive adjacent to Lot 15,Block 1,Pirates Cove, as recorded in Volume 5 of plats,page 30, as dedicated on May 9, 1960,records of Mason County, Washington in Section 8,Township 21 North,Range 1,West, as requested by Bob Thoreson. The Hearing Examiner issued her Findings of Fact, Conclusions of Law and Recommendation on November 20, 2024,recommending approval of the proposed vacation with the following conditions: 1.The petitioner must pay compensation to the County in the amount of$9,024.90. 2.The vacated area will still be subject to existing easements for ingress and egress, and any existing public utilities, and access to maintain these utilities must be maintained or for any other purpose,if any. Budget Impact(amount, funding source,budget amendment, etc.): The required administrative fee of$1,000 has been paid. As per RCW 36.87.120 and MCC 12.20.040, 12.20.050, & 12.20.060,the road is classified as"Class A," and the compensation rate is fifty percent(50%)of the appraised value. The adjacent square footage to Lot 15,Block 1 is 1,340 sq. ft.,with a cost of$13.47 per square foot. The total compensation due for Lot 15,Block 1, in the amount of$9,024.90,has been paid. Public Outreach: Public notice has been provided as required by RCW 36.87.050,both by posting at the site and by publishing in the county official newspaper. Requested Action: Requesting the Board of Commissioners accept the recommendation of the Hearing Examiner and grant the vacation of the right-of-way as petitioned, subject to the conditions contained in the Findings of Fact, Conclusions of Law and Recommendations of the Hearing Examiner for Road Vacation No. 419. And subject to Mason County retaining the total width of the right of way for the adjacent Lombard Road as shown on the plat of Pirates Cove. Attachment(s)• 1. Hearing Examiner's Findings of Fact, Conclusions of Law and Recommendation 2. Order of Vacation I BEFORE THE HEARING EXAMINER FOR MASON COUNTY 2 Emily Terrell, Hearing Examiner 3 4 RE: Road Vacation No. 419 FINDINGS OF FACT, CONCLUSIONS 5 OF LAW AND RECOMMENDATION Petition for a Road Vacation 6 7 SUMMARY 8 Bob Thoreson requests the vacation of right of way that adjoins his property in the 9 Pirate's Cove subdivision. It is recommended that the County Commissioners approve 10 the vacation. 11 The Engineer's Report, Ex. 1, notes that the vacation area was dedicated as a County road in 1960 and that the County has no record of it ever being opened. This is a Class 12 A road for which compensation of half of the appraised value is required. This area has 13 never functioned as an open roadway. 14 The parcels adjoining the vacation area are served by other private roads and would not become landlocked by the proposed vacation. No other lots would become landlocked 15 as well. 16 The County staff stated the road area is not deemed necessary for future use by the 17 County in its road system. They further stated the public will benefit from the vacation by placing the area on the tax rolls and eliminating the County's liability for this 18 property. 19 TESTIMONY 20 Tina Lovejoy Schaefer, Senior Right of Way Agent for Mason County, summarized 21 the engineer's report. She noted the roadway has never been opened and that the same right of way to the south of the proposal has already been vacated. No parcels will be 22 landlocked. Bob Thoreson stated he is rebuilding his cabin on the property and learned from the 23 survey he didn't already own this property, though he thought he did at the time he fenced a portion of it. He stated he'd spoken with the Board of Directors at Pirate's 24 Cove and they had no issue with the vacation. 25 Road Vacation P. 1 Recommendation EXHIBITS 1 2 The June 26, 2024 Engineer's Report — Road Vacation File No. 4198 was admitted during the November 20, 2024 hearing along with its three attachments as listed on 3 Page 2 of the report. 4 FINDINGS OF FACT 5 Procedural: 6 1. Hearing. A virtual hearing on the petition for vacation was held on November 20, 7 2024 at 1:00 pm via Zoom. 8 Substantive: 9 2. Site/Proposal Description. Robert Treson requests the vacation of right of way that 10 adjoins his property. 11 Robert Thoreson owns Lot 15, Block 1, adjacent to E Bahama Drive in the plat of 12 Pirate's Cove in Volume 5 of plats, page 30. He has petitioned for the vacation of the deeded right of way as attached on Exhibit A. The west half of E Bahama Drive is 13 used as a foot path. The east half appears to be fenced along Lot 15. The requested street to be vacated has never been maintained. The street was dedicated to the public 14 on May 9, 1960, when Pirate's Cove was originally platted. 15 The East half of E Bahama Drive South of Lot 15 was vacated under Road Vacation 16 #53, August 10, 1964, under Auditor's File No. 206111. Lot 16, Block 1, in the plat of Pirate's Cove has access to the South through an easement over Lot 17, Block 1, 17 recorded July 24, 1964, under Auditor's File No. 205743. 18 The roadway is classified as a Class A roadway. 19 3. Utility of Vacation Area. The engineering report identifies that the road is a Class 20 A road for which no public expenditures have been made since the dedication in 1960. The road is not presently used as a roadway. As noted in the engineer's report, Public 21 Works staff have determined that the proposed vacation area is not necessary for future use in the County's road system.No lots will be landlocked as a result of the proposal. 22 The area proposed for vacation has no utility to the County. 23 4. Petition Includes Majority of Abutting Owners. As shown in Ex. B, the petitioners 24 own the entire area abutting the vacation area. 25 Road Vacation p. 2 Recommendation I CONCLUSIONS OF LAW 2 Procedural: 3 1. Authority of Hearing Examiner. MCC 12.20.030 provides the Examiner with the 4 authority to review road vacation applications and make a recommendation to the Mason County Board of County Commissioners. 5 Substantive: 6 7 2. Review Criteria and Application. Chapter 12.20 MCC sets forth the requirements for vacation of roads. Furthermore, MCC 12.20.010 provides that County roads may 8 be vacated in accordance with the provisions of Chapter 36.87 RCW. Applicable review standards for vacation under Chapter 12.20 MCC, as well as those in Chapter 9 36.87 RCW, are quoted in italics below and applied via corresponding conclusions of law. 10 11 MCC 12.20.010: County roads may be vacated in accordance with the provisions of RCW 36.87, and Mason County may require as a condition precedent to the vacation 12 the receipt of just compensation from the person or persons benefiting from the vacation. 13 RCW 36.87.020: Owners of the majority of the frontage on any county road or portion 14 thereof may petition the county legislative authority to vacate and abandon the same 15 or any portion thereof. The petition must show the land owned by each petitioner and set forth that such county road is useless as part of the county road system and that the 16 public will be benefited by its vacation and abandonment. The legislative authority may: 17 (1) require the petitioners to make an appropriate cash deposit or furnish an 18 appropriate bond against which all costs and expenses incurred in the examination, 19 report, and proceedings pertaining to the petition shall be charged; or 20 (2) by ordinance or resolution require the petitioners to pay a fee adequate to cover such costs and expenses. 21 RCW 36.87.060: If the county road is found useful as apart of the county road system 22 it shall not be vacated, but if it is not useful and the public will be benefited by the 23 vacation, the county legislative authority may vacate the road or any portion thereof. 24 3. Vacation Area Meets Vacation Criteria. The proposed vacation conforms to the requirements of the statutes and ordinances quoted above. The petitioners own the 25 majority of the abutting property to the vacation area as determined in Finding of Fact No. 4 and required by RCW 36.87.020. Road Vacation p. 3 Recommendation As determined in Finding of Fact No. 3, the vacation area is not currently useful as a 1 part of the county road system as required by RCW 36.87.060. 2 MCC 12.20.040: For the purpose of vacating county roads, all roads shall be 3 classified as follows: 4 (1) Class A. All roads for which the right-of-way is an easement. (2) Class B. All roads for which the right-of-way is owned in fee simple and for which 5 the county paid full fair market value of the fee simple estate. 6 (3)Class C. All roads that meet RCW 36.87.090 requirements. 7 4. Vacation Area Qualifies as Class A Road.As outlined in the Summary and Finding of Fact No. 2, the right of way subject to the requested vacation is a Class A road. 8 MCC 12.20.050: Any person or persons desiring to have any portion of any county 9 road vacated shall be required by the Mason County board of county commissioners 10 as a condition precedent to the vacation to pay the county prior to the vacation. The compensation rates include those rates set forth in Section 12.20.060, if any, and the 11 administration fee set forth in Section 12.20.080. 12 5. Required Administrative Fees Paid. The engineer's report identifies that the petitioners have paid the required$1000 administration fee. Compensation for the right 13 of way is required as concluded in Conclusion of Law No. 6. 14 MCC 12.20.060: The county shall require, as a condition precedent to the vacation of 15 roads or portions thereof within the classifications set forth in Section 12.20.040, that persons benefitting from the vacation thereof compensate Mason County as set forth in 16 the following schedule: 17 (1) Class A Roads. Fifty percent of the appraised value. 18 (2) Class B Roads. One hundred percent of the appraised value. (3) Class C Roads. No compensation other than for the administrative fee of the 19 vacation action. 20 At no time will the compensation for Class A or B roads be reimbursed less than the 21 county originally paid for the property. 22 6. Compensation Required. As previously noted, the vacation area is classified as a "Class A"road. Per RCW 36.87.120 & MCC 12.20.040, 12.20.050 and 12.20.060, the 23 applicant is required to pay compensation in the amount of 50%of the appraised value. The square footage adjacent to Lot 15, Block 1 is 1340 sq ft, and the cost per square 24 foot is $13.47. The compensation amount due for Lot 15, Block 1 is $9,024.90. 25 MCC 12.20.080: Each petition for vacation of a road shall be accompanied by a payment of one thousand dollars to cover all administrative costs regardless of the county's approval of vacation. Said administrative costs shall include the costs of the Road Vacation p. 4 Recommendation hearing examiner in holding the public hearing and reporting recommendations to the I board of county commissioners. 2 7. Required Deposit Paid. The engineer's report identifies that petitioners have paid 3 the required$1,000 deposit. 4 RECOMMENDATION 5 It is recommended that the Board of Commissioners approve the proposed vacation 6 subject to the following conditions. 7 1. The petitioner must pay compensation to the County in the amount of$9,024.90. 8 2. The vacated area will still be subject to existing easements for ingress and egress, and any existing public utilities, and access to maintain these utilities must be 9 maintained or for any other purpose, if any. 10 DATED this 20th day of November, 2024. 11 c �= 12 ,,,1,rQ Emily Terr ll 13 Mason County Hearing Examiner 14 15 16 17 18 19 20 21 22 23 24 25 Road Vacation p. 5 Recommendation RETURN TO: MASON COUNTY PUBLIC WORKS 100 W.Public Works Drive Shelton,WA 98584 RESOLUTION NO.2024- IN THE MATTER OF THE PETITION OF: ORDER OF VACATION VACATION FILE NO. 419 Vacate the East half of an unnamed road RCW 36.87 adjacent to Lot 15, Block 1, in Pirates Cove, as recorded May 9, 1960,in Volume 5 of plats,page 30, under Auditor's File 183390, records of Mason County, Washington in Section 8, Township 21 North,Range 1,West. Said unnamed road is now known as E Bahama Drive. WHEREAS, it is the intention of the Board of Mason County Commissioners to vacate the following described rights of way: Vacate the East half of an unnamed road adjacent to Lot 15,Block 1,in Pirates Cove, as recorded May 9, 1960, in Volume 5 of plats, page 30, under Auditor's File No. 183390, records of Mason County,Washington in Section 8, Township 21 North, Range 1,West. Said unnamed road is now known as E. Bahama Drive. WHEREAS, the Mason County Board of Commissioners agreed on October 8, 2024, by adopting Resolution No. 2024-054 to publish and post, according to law, a notice of intent to close and vacate the described rights-of-way and set a virtual hearing for November 20,2024,at 1:00 p.m. with the Mason County Hearing Examiner. WHEREAS, the hearing was held on November 20, 2024, at 1:00 AM via Zoom and the Mason County Hearing Examiner considered the County Engineer's report, together with any evidence for or objection against said vacation; and WHEREAS, the Hearing Examiner has rendered to the Board of Mason County Commissioners,her Findings of Fact, Conclusions of Law and Recommendations and the members of the Board have given them due consideration, and Order of Vacation File No.419 WHEREAS, the Petitioners, Robert (Bob) Thoreson has paid in full the administrative fee of $1000.00, and for a "Class A" per RCW 36.87.120 & MCC 12.20.040, 12.20.050, & 12.20.060, compensation is fifty percent(50%)of appraised value.The square footage adjacent to Lot 15,Block 1 is 1340 sq ft, and the cost per square foot is $13.47. The compensation due for Lot 15,Block 1 is $9,024.90 and has been paid; and NOW, THEREFORE, IT IS ORDERED that the above described right of way is hereby vacated; and IT IS FURTHER ORDERED that said vacation is subject to any existing private easements for ingress and egress or any other purpose and retaining an easement in favor of Mason County for any utilities present in the vacated road right-of-way in accordance with RCW 36.87.140. And subject to Mason County retaining the total width of the right of way for the adjacent Lombard Road as shown on the plat of Pirates Cove. DATED this day of , 2024. ATTEST: BOARD OF COUNTY COMMISSIONERS MASON COUNTY,WASHINGTON McKenzie Smith, Clerk of the Board Randy Neatherlin,Chair APPROVED AS TO FORM: Kevin Shutty,Vice Chair Tim Whitehead, Ch. DPA Sharon Trask, Commissioner Cc: Assessor;Auditor;Treasurer;Petitioner; Public Works Dept.; GIS Vacation File No.419 5os Co ap NEWS RELEASE DECEMBER 17, 2024 - MASON COUNTY COMMISSIONERS' OFFICE 1854 411 N 5TH ST, BLDG 1, SHELTON,WA 98584 TO: KMAS, KRXY, SHELTON-MASON COUNTY JOURNAL, THE OLYMPIAN, SHELTON CHAMBER OF COMMERCE,NORTH MASON CHAMBER OF COMMERCE, CITY OF SHELTON, ECONOMIC DEVELOPMENT COUNCIL, THE SUN RE: Early Closure of Eells Hill Transfer Station and Belfair Drop Box on December 19th Mason County Public Works announces the early closure of the Eells Hill Transfer and Belfair Drop Box solid waste stations on Thursday, December 19th. The last customer will be accepted at 12:30 p.m. at the Eells Hill Transfer Station and at 11:30 a.m. at the Belfair Drop Box Station. These closures are to allow for a Public Works Staff Christmas Luncheon and All-Hands Staff Meeting. We kindly ask the public to plan ahead, and we appreciate your understanding and cooperation. BOARD OF MASON COUNTY COMMISSIONERS Randy Neatherlin, Kevin Shutty, Sharon Trask, Chair Vice-Chair Commissioner Mason County Central Services 411 N 5th Street Shelton, WA 98584 (360) 427-9670 ext. 419 Mason County Commissioner Briefing Items from County Administrator December 9, 2024 Specific Items for Review → American Rescue Plan Act (ARPA) update – Jennifer Beierle → State Homeland Security Program (SHSP) grant amendment – John Taylor → Request to name the Administration Building after William Hunter – Mark Neary → Mason Lake Camp proposal updates – Mark Neary Administrator Updates Commissioner Discussion → Commissioner calendar updates Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Jennifer Beierle Ext: 532 Department: Central Services Briefing: ☒ Action Agenda: ☒ Public Hearing: ☐ Special Meeting: ☐ Briefing Date(s): 12/9/2024 Agenda Date(s): 12/17/24 Internal Review: ☒ Finance ☐ Human Resources ☐ Legal ☐ IT ☐ Risk ☐ Other (This is the responsibility of the requesting Department) Item: Reallocation of Funds from Remaining Internal County ARPA Projects Background/Executive Summary: The American Rescue Plan Act (ARPA) of 2021 provides $350 billion in emergency funding for eligible state, local, territorial, and tribal governments to respond to the COVID-19 emergency and bring back jobs. The US Treasury has given Mason County $12,968,901 of the ARPA grant money. The funds came in two installments and must be obligated by 12/31/2024 and expended by 12/31/2026. Several projects are complete or incomplete with remaining funds that need to be reallocated to “Governmental Operations” before 12/31/2024. Budget Impact (amount, funding source, budget amendment, etc.): Already included in the 2024 County Budget Public Outreach: N/A Requested Action: Request the Board approve the movement of remaining approved funds from complete or incomplete internal County ARPA projects to “Governmental Operations”. Attachment(s): *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: John Taylor by Tammi Wright Ext: 806 Department: Choose an item. Briefing: Action Agenda:❑ Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): December 9,2024 Agenda Date(s): Internal Review: ❑ Finance ❑ Human Resources ❑X Legal ❑ IT ❑ Risk ❑ Other (This is the responsibility of the requesting Department) Item• Amendment to the State Homeland Security Program(SHSP)FY-22 Grant Contract#E23-098 from Washington State Military Department(EMD) and US Department of Homeland Security Background/Executive Summary: The Mason County Emergency Management Division is part of Homeland Security Region 3 (Mason, Lewis,Thurston,Grays Harbor and Pacific Counties). This is an annual grant received from the US Department of Homeland Security pass-through Washington State Military Department(EMD)and then to the Homeland Security Regions. At our regional level,the funding distribution formula involving a base amount and population. Mason County has received the yearly SHSP Grant since 2003. This increased funding will provide a flexible mast antenna and mobile satellite/cellular router for the MCSO Mobile Command Vehicle. The grant agreement amount changed from$15,335 to $29,835,an increase of$14,500. Performance period is from 09/01/2022 to 07/31/2025. Amendment has been reviewed by the Mason County Prosecuting Attorney's Office as to form. Budget Impact(amount, funding source,budget amendment, etc.): Increase 2025 budget revenue for Emergency Management and spending authority for the grant amount $14,500. Public Outreach: N/A Requested Action: Approval of the amendment to the State Homeland Security Program(SHSP)FY-22 Grant Contract# E23-098 from Washington State Military Department(EMD) and US Department of Homeland Security for the increase of the amount from$15,335 to $29,835 for the performance period of September 1,2022 to July 31,2025. Attachment(s)• Amendment and Signature Authorization Form R�,sTerg v,, o 'k r i STATE OF WASHINGTON MILITARY DEPARTMENT EMERGENCY MANAGEMENT DIVISION MS: TA-20 Building 20 Camp Murray, Washington 98430-5122 Phone:(253)512-7000 •FAX:(253)512-7200 November 5, 2024 Tammi Wright Mason County Division of Emergency Management 100 West Public Works Drive, Building 1 Shelton, WA 98584-9714 Re: FY22 State Homeland Security Program (SHSP) E23-098 End Date Extension Amendment Dear Tammi Wright: In accordance with Section A.3 of Attachment B, General Terms and Conditions of Grant Agreement E23-098,this letter serves as written notification, Amendment 1 Revised, extending the Grant Agreement End Date from October 31, 2024 to July 31, 2025. An extension of the period of performance is allowable under grant provisions, and the SHSP Program Manager has approved this extension. The Grant Agreement Face Sheet Block 6,Grant Agreement End Date, has been changed from October 31,2024 to July 31, 2025. Additionally,the Grant Agreement Revision 1 Timeline,Attachment F,has been updated to reflect the following changes: • Change Grant Agreement End Date from October 31, 2024 to July 31, 2025; • Change Submit Final Reimbursement Request and Closeout Report from December 15, 2024 to September 14, 2025. No other changes are required. All other terms and conditions of the original Grant Agreement and any previous amendments remain in full force and effect. If there are questions regarding the amendment, please contact Jocelyn Overby at 253-512-7226 or email jocelyn.overby@mil.wa.gov. Sincerely, Gail Cram SHSP Program Manager cc: Contracts Office, Washington Military Department Washington State Military Department AMENDMENT 1. SUBRECIPIENT NAME/ADDRESS: 2. GRANT NUMBER: 3. AMENDMENT NUMBER: County of Mason E23-098 2 Emergency Management 100 West Public Works Drive, Building 1 Shelton,WA 98584-9714 4. SUBRECIPIENT CONTACT, PHONE/EMAIL: 5. DEPARTMENT CONTACT, PHONE/EMAIL Tammi Wright, 360-427-9670 Ext. 800 Jocelyn Overby 253-512-7226 TammiW masoncount wa. ov Jocelyn.Overby@mil.wa.gov 6. EIN: 7 ASSISTANCE LISTINGS#&TITLE: 8. FEDERAL AWARD ID#(FAIN). 91-6001364 97.067 -22HSGP SHSP EMW-2022-SS-00056-S01 9. FUNDING AUTHORITY: The Washington State Military Department (Department) and the US Department of Homeland Security (DHS) 10. DESCRIPTION/JUSTIFICATION OF AMENDMENT: Funding was deobligated within the Region 3 and allocated to the subrecipient for an additional project, Subproject#2. The Work Plan and Budget are updated accordingly. Additionally, Key Personnel are updated. Changes are noted in red font, strikethrou h, and grey highlight. 11. AMENDMENT TERMS AND CONDITIONS. 1. Change the Grant Agreement Amount from$15,335 to$29,835 an increase of$14,500, as described on Page 2 of this Amendment. 2. Change the Subrecipient Contact, Phone/Email, as described on Page 2 of this Amendment. 3. The Grant Agreement End Date of July 31, 2025, remains unchanged. 4. Change Attachment A, SPECIAL TERMS AND CONDITIONS, Article I-Key Personnel, as described on Page 2 of this Amendment. 5. Change the original Work Plan, Attachment D-2, as described on Page 2 of this Amendment. 6. Change the original Budget, Attachment E, as described on Page 2 of this Amendment. This Amendment is incorporated in and made a part of the Grant Agreement. Except as amended herein, all other terms and conditions of the Grant Agreement remain in full force and effect. Any reference in the original Grant Agreement or an Amendment to the "Grant Agreement' shall mean "Grant Agreement as amended". The Department and Sub-Recipient acknowledge and accept the terms of this Amendment as identified above, effective on the final date of execution below. By signing this Amendment, the signatories warrant they have the authority to execute this Amendment. IN WITNESS WHEREOF, the parties have executed this Amendment: FOR THE DEPARTMENT: FOR THE SUBRECIPIENT: Signature Date Signature Date Regan Anne Hesse, Chief Financial Officer Randy Neatherlin, Commissioner Chair Washington State Military Department Mason County BOILERPLATE APPROVED AS TO FORM: APPROVED AS TO FORM (if applicable): /Signature on file/ 2 David B. Merchant,Assistant Attorney General 10/11/2021 Applican a Review Date DHS-FEMA-HSGP-SHSP-FY22 Page 1 of 6 Mason County, E23-098 Amendment 2 Washington State Military Department Amendments to Agreement E23-098 1. Change the Grant Agreement Amount from $16,336 to $29,835, an increase of$14,500. a. Agreement Face Sheet, Box 2. $15,335 $29,835 b. Original Budget, Attachment E, with Revision 1 Budget, Attachment E. 2. Change Department Contact from Christopher Burd to Jocelyn Overby. a. Agreement Face Sheet Box 7. Jocelyn Overby, 253-512-7226, jocelyn.overby@mil.wa.gov. 3. Change Attachment A, Article I-Key Personnel. a. Attachment A, SPECIAL TERMS AND CONDITIONS, Article 1-Key Personnel, under DEPARTMENT: i. Replace Christopher Burd with Jocelyn Overby (see below). ii. Replace Reagan Bush with Gail Cram (see below). iii. Replace Courtney Bemus with Grant Miller (see below). SUBRECIPIENT DEPARTMENT Name Tammi Wright Name GhFistepher 13uFd Jocelyn Overby Title Senior EM Coordinator Title Program Coordinator E-Mail tammiw@masoncountywa.gov E-Mail 'jocelyn.overby@mil.wa.gov Phone 360-427-9670 x800 Phone 253 512748' 253-512-7226 Name John M. Taylor Name agan Bush Gail Cram Title Emergency Management, Parks & Title Program Manager Recreations Manager E-Mail jtaylor@masoncountywa.gov E-Mail aaii.cram@mil.wa.gov Phone 360-427-9670, ext. 806 Phone 263-512-7463 253-612-7472 Name Diane Zoren Name GouFtney Bemus Grant Miller Title Central Services Manager Title Program Assistant E-Mail dlz@masoncountywa.gov E-Mail rant.miller mil.wa. ov Phone 360-427-9670 x747 Phone 263 512-7146 253-512-7061 4. Change the original Work Plan, Attachment D-2. a. Original Work Plan, Attachment D-2, with Revision 1 Work Plan, Attachment D-2. 5. Change the original Budget, Attachment E. a. Original Budget, Attachment E, with Revision 1 Budget, Attachment E. i. Grant Agreement Amount from $15,335 to $29,835, an increase of$14,500 n E23-098 Amendment 2 DHS-FEMA-HSGP-SHSP-FY22 Page 2 of 6 Mason County Attachment D-2 Revision 122SHSP ENDURING NEEDS SUBPROJECTS WORK PLAN Mason County Emergency Management ENDURING NEEDS AMOUNT $ 5 $29,835 Investment#1:WA SHSP Sustainment The State is divided into 9 Regions which differ in geography(marine to desert), major industry(large business to agricultural), and population (dense urban settings to rural). Each region develops projects to address their specific risks and hazards which sustain previously built capabilities or close identified gaps. Most initiatives can be tied back to building regional capability to prevent, protect, respond,and recover and be in a state of readiness should a natural or human-caused catastrophic incident occur. Gaps identified in:-Community Resilience: Need to incorporate equity and social justice and access and functional needs-Critical Transportation:Transportation needed for the delivery of vital response personnel,equipment,and services into the affected areas-Cybersecurity: Lack of a vulnerability analysis, outdated servers and workstations-Interdiction & Disruption:Special teams do not have access to updated equipment-Infrastructure Systems: Lack of proper network access to link to remote city/county facilities-Mass Care Services: Lack of adequate mass care facilities, lack of local mass care volunteers and training opportunities- Mass SAR Operations: Need to train responders to the Structural Collapse Tech Level, lack of heavy lifting/shoring and cutting/breaching rescue equipment-On-Scene Security, Protection, &LE: Lack of local funding to maintain and replace aging and/or expiring equipment and PPE-Operational Comms:Geographical challenges and changes in communications technology hamper the reliability of communications-Operational Coord: Lack of regional coordination to prioritize projects, connect partners,and share products-Physical Protective Measures: Lack of surveillance cameras and alarm systems in local jurisdictions- Planning: ESF plans are out of date, lack of updated continuity plans-Public Information &Warning: Lack of robust public education campaigns, lack of reliable and consistent messaging-Screening,Search,&Detection Lack of screening and monitoring equipment for large public festivals and events within local jurisdictions-Situational Assessment: Lack of common operating picture and information sharing. EN PROJECT#3:SHSP Region 3-Homeland Security Project Region 3 will prioritize subprojects based on regionally identified gaps.The Region is challenged by specific gaps including Operational Coordination due to lack of staffing;Screening,Search,& Detection due to the lack of detection equipment; Operational Communications due to the inability for agencies to effectively communicate because of differing radio technologies and technologically inadequate equipment;Operational Coordination due to the lack of integrated training with partner agencies; Mass Care Services due to the lack of logistical capabilities; Interdiction&Disruption due to lack of training; Through planning,organization,training,and exercise,activities will include:Operational Coordination: Fund a planning coordinator to sustain and enhance the regionwide planning,training, and exercise program as well as conduct a multi- jurisdictional/regional functional exercise.Screening,Search, & Detection: Purchase an unmanned remote underwater vehicle to provide underwater detection,surveillance,and recovery capabilities.Operational Communications: Purchase P25 compliant radios to have a single interoperable communications platform with Fire, EMS,and LE agencies and install mobile radio on search and rescue helicopter. Operational Coordination:Conduct operational training with regional,state, and federal partners. Mass Care Services: Purchase components for and build water filling/distribution stations for deployment during responses as needed. Interdiction &Disruption: Provide training Unmanned Aerial Systems(UAS) pilot operators to obtain FAA certification. Investing in these core capabilities will improve the Region's ability to identify, prevent,and respond to a terrorist threat. SUBPROJECT#1 MCSO Remotely Operated Vehicle(ROV) CORE CAPABILITIES Mass Search& Rescue Operations Core Capability#1 Sustaining or Enhancing? Enhancing Screening,Search,&Detection(EN &CS,ST/CP, DVE, ET) Core Capability#2 (optional) Sustaining or Enhancing? Enhancing SOLUTION AREAS PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL $0.00 $0.00 $15,335.00 L $0.00 1 $0.00 1 $15,335.00 DHS-FEMA-HSGP-SHSP-FY22 Page 3 of 6 Mason County, E23-098 Amendment 2 GAP(S)IDENTIFIED -Mason County Sheriff's Office deputies currently have no capability to locate, investigate or recover items at any water depth beyond 100 feet.The current volunteer dive asset is not completely operational and is currently limited by recreational dive standards. -Lack of Mass Search and Rescue equipment, and PPE across the state's local jurisdiction,especially for specialty teams;to maintain equipment and training to ensure response readiness.(State 2021 SPR. 281) -Lack of detection equipment/funding to support equipment may improve the core capability. (State 2021 SPR.76) ACTIVITIES TO BE PERFORMED Purchase an unmanned remotely operated underwater vehicle to provide underwater detection,surveillance,and recovery capabilities beyond 100 feet. ASSOCIATED DELIVERABLES/OUTPUTS(IMMEDIATE) Law enforcement underwater search and recovery capabilities well beyond depths of 100 feet,to aid in detecting a variety of targets including shell casings, handguns, rifles,shotguns, knives, UXO, mines,and any type of explosive device containing metal. The device will be used prior to large community events,or after a terrorist threat to conduct security sweeps/searches for explosive devices around underwater infrastructure i.e. bridges,and hydroelectric facilities. DESIRED OUTCOMES(INTERMEDIATE AND LONG-TERM) Underwater search, recovery and detection capabilities well beyond depths of 100 feet. Enhanced underwater search and recovery as well as enhanced underwater investigation and surveillance capability. Phase 1 would fund approximately half of the unit itself,and the other half will be funded from the Sheriff's office budget(total cost approximately$32,800).The plan is to add on sonar modules(imaging sonar and side scan sonar)in the future that could be funded piece by piece. NEXUS TO TERRORISM Mason County has 3 public port authorities,State parks, and power generating dams within the jurisdiction that will be better protected by this project as it will provide us the tools needed for underwater investigation and surveillance to enhance security around critical infrastructure and soft targets/crowded places in or near bodies of water. SUBPROJECT#2 Mason County Sheriffs Office Multi-Band Radios for Mobile Command Rig CORE CAPABILITIES Operational Communications Core Capability#1 Sustaining or Enhancing? Enhancing SOLUTION AREAS PLANNING ORGANIZATION EQUIPMENT TRAINING EXERCISE TOTAL $0.00 1 $0.00 $14,500.00 $0.00 $0.00 $14,500.00 GAP(S)IDENTIFIED 41%out of 22 Local Respondents have gaps in equipment,supplies, and systems that comply with relevant standards in Interoperable Communications Between Responders.State SPR p.525 ACTIVITIES TO BE PERFORMED -Procure equipment -Install equipment -Test equipment ASSOCIATED DELIVERABLES/OUTPUTS(IMMEDIATE) -Deployable mobile command -Backup 911 dispatch capability -Interoperable communications with responders DESIRED OUTCOMES(INTERMEDIATE AND LONG-TERM) Ability to manage and coordinate data,efficiently communicate with responders across a variety of platforms,and interface with the EOC from a tactical field operations center.In the event of a large scale critical event,including domestic or international terrorism,communications interoperability with responding agencies is still our largest capability gap.This final phase of the project will close the loop on that gap and allow is to operate safely and efficiently across a multitude of communications platforms. NEXUS TO TERRORISM This project supports the ability to communicate between various elements on an incident scene of a potential terrorist attack. This project will also enhance our ability to manage and coordinate different sources of data and intelligence to understand DHS-FEMA-HSGP-SHSP-FY22 Page 4 of 6 Mason County, E23-098 Amendment 2 potential criminal and terrorist activity in the field. This is critical to protecting soft targets/crowded places, enhancing information sharing at a tactical level, and addressing emerging threats,and combating terrorism, both domestic and foreign efforts on US soil. I i, I f i DHS-FEMA-HSGP-SHSP-FY22 Page 5 of 6 Mason County, E23-098 Amendment 2 Attachment E Revision 1 22SHSP Budget Mason County Emergency Management AGREEMENT AMOUNT $1 $29,835 AMOUNT MODIFICATION AMENDED AMOUNT LETPA $15,335.00 $14,500.00 $29,835.00 51%of the agreement total PERSONNEL $0.00 $0.00 $0.00 0%of the agreement total M&A $0.00 $0.00 $0.00 0%of the agreement total Sustainment Subproject(s) AMOUNT MODIFICATION AMENDED AMOUNT 5UBPROJECT#1 MCSO Remotely Operated Vehicle(ROV) $15,335.00 $0.00 $15,335.00 SUBPROJECT#2 Mason County Sheriff's Office Multi-Band Radios for Mobile $0.00 $14,500.00 $14,500.00 Command Rig M&A $0.00 $0.00 $0.00 SUBTOTAL $15,335.00 $14,500.00 $29,835.00 INDIRECT $0.00 $0.00 $0.00 TOTAL $15,335.00 $14,500.00 $29,835.00 DHS-FEMA-HSGP-SHSP-FY22 Page 6 of 6 Mason County, E23-098 Amendment 2 SIGNATURE AUTHORIZATION FORM (SAF) WASHINGTON MILITARY DEPARTMENT Camp Murray, Washington 98430-5122 Please read instructions on page 2 before completing this form. NAME OF ORGANIZATION DATE SUBMITTED Mason County Emergency Management 12/4/2024 GRANT PROGRAM -Acronyms Accepted AGREEMENT NUMBER(S) FY22-HSGP (SHSP) E23-098 - Amendment 2 1. AUTHORIZING AUTHORITY PHYSICAL SIGNATURE E-SIGNATURE PRINT OR TITLE &TERM OF OFFICE TYPE NAME (If applicable) Randy Neatherlin Commissioner, Chair Kevin Shutty Commissioner Sharon Trask Chair 2. AUTHORIZED TO SIGN AGREEMENTS /AMENDMENTS PHYSICAL SIGNATURE E-SIGNATURE PRINT OR TITLE &TERM OF OFFICE TYPE NAME (If applicable) Mark Neary County Administrator John Taylor Emergency Manager 3 3. AUTHORIZED TO SIGN REQUESTS FOR REIMBURSEMENT PHYSICAL SIGNATURE E-SIGNATURE PRINT OR TITLE &TERM OF OFFICE TYPE NAME (If applicable) Tammi Wright Sr. EM Coordinator John Taylor Emergency Manager SAF Revised 5/8/2024 Page of *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Mark Neary Ext: 530 Department: County Administrator Briefing: Action Agenda: Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): December 9,2024 Agenda Date(s): December 17,2024 Internal Review: ❑ Finance ❑ Human Resources ❑ Legal ❑ IT ❑ Risk ® Other (This is the responsibility of the requesting Department) Item: Honorary facility naming the Mason County Administration Building to the"William Hunter Administration Building"in honor of two Commissioners sharing the name William Hunter. Background/Executive Summary: William(Bill)O. Hunter served for five(5)terms between 1968-1992. During his terms of service,Bill Hunter saw both the Administration Building containing the Commissioner Chambers,as well as the current jail built.He regularly walked through the hills of Mason County with the County Engineer finding straighter paths for roads to follow,resulting in numerous roads being straightened,widened,or newly built.The straightening of Brockdale Road from Union to Shelton is a prime example. Bill helped found Mason County Fire District No.9; was a founding board member of Hood Canal Bank; served on the Shelton Hospital Association; and has been a member of numerous other organizations and clubs. He has dedicated his life to serving Mason County,in a long tradition of service. Bill's grandfather,William A. Hunter,was a Mason County Commissioner in the early 1900's.With two prominent pioneer men having served Mason County as Commissioners,the request is being made to rename the Administration Building in honor of the longest serving Commissioner, and his grandfather. Budget Impact(amount, funding source,budget amendment, etc.): Actual cost of manufacturing, designing, and installing any signage shall be paid by the County Public Outreach: N/A Requested Action: Approval of the Resolution for the honorary naming of the Administration Building to the William Hunter Administration Building. Attachment(s)• Resolution Mark and Pam Schlauderaff 1850 E. Island Lake Drive Shelton, WA 98584 Mason County Commissioners Shelton, WA 98584 Dear Commissioners: We would like to request that the Mason County Administration Building (411 N 5") containing the Mason County Commissioners Chambers be renamed "William Hunter Administration Building " in honor of two commissioners sharing the name William Hunter. William (Bill) 0. Hunter served for five (5)terms between 1968 to 1992. Bill's five terms are unrivaled in county history. Bill is a dedicated community servant putting the needs of Mason County first. During his terms of service, the Administration building containing the Commissioner Chambers was built, as well as,the current jail building. William was known to walk through the hills of Mason County with the county engineer finding straighter paths for roads to follow. Bill regularly visited the community he served meeting with people on their property to better understand the issues they wanted addressed, held regular hours in the communities he served, and the county shop buildings to establish relationships with the people maintaining and building roads. The straightening of Brockdale Road from Union to Shelton is a prime example of this ingenuity. Numerous roads in North Mason were also straightened,widened or newly built and the pedestrian path following Brockdale road was built. As a farmer,the Mason County Fair was of special importance to Bill. Many of the buildings at the fairgrounds were built during his term with the Washington Correction Center donating labor for construction and businesses/organizations donating materials. Bill hailed from a pioneer Skokomish Valley farm family. As a young teen he drove to Bremerton daily (before school) delivering milk door to door along the south shore of Hood Canal before reaching the Kitsap Creamery with the final load. As a commissioner many of these early customers knew him as we door belled along the canal during election time. Bill was called to serve in the US Navy the day the Korean War erupted. He was milking cattle and had to report to Sand Point Naval Air Station for active duty the following day. He was stationed in both Japan and Korea flying on a seaplane performing reconnaissance over Korea. While in Korea, Bill and his wife Carol purchased on the Mason County Courthouse steps their first piece of land—a clear-cut piece of timber for $10.00 per acre. This 1000-acre purchase would be the dawn of a new era for the dairy C 6 farmers.They joined other local landowners in Mason County to pioneer the harvesting and taking of Christmas trees to metropolitan areas to sell them. They would start a retail Christmas tree lot in North Seattle—a tradition that continues to this day—over 70 years later. Bill and Carol would raise a family in Skokomish Valley—all of whom have served Mason County through various endeavors. Bill and Carol (wife) were both involved in the Mason County Forest Festival from its inception. They marched in the Shelton High School band in the initial parade. They continued supporting the organization for years helping build floats.They have also been active for decades in the Skokomish grange—serving as master and treasurer. Bill helped found Mason County Fire District No. 9 and served for many years. He was also a founding board member of Hood Canal Bank, served on the Shelton Hospital Association and has been a member of numerous other organizations and clubs. He has dedicated his life to serving Mason County as a Commissioner and through the donation of his time and resources. Bill followed a long family tradition of serving. His grandfather,William A Hunter served as Mason County Commissioner in the early 1900's. William also helped build Mason County roads using horses, including along Hood Canal (Highway 106) and the grade dropping down into Skokomish Valley (currently Highway 101). With two prominent pioneer men having served Mason County as Mason County Commissioners, we would request that the name William Hunter be used in honor of Mason County's longest serving commissioner and his grandfather. Both men deserving of this honor. Respectfully submitted, Ma*-),av,& a ,wschlauAeraff RESOLUTION NO. A Resolution P lacing an Honorary Facility Sign on the Mason County Administration Building "William Hunter Administration Building" WHEREAS, the Mason County Commissioners adopted Resolution 2022-034 on May 10, 2022 establishing a Mason County Facility/Park Naming Policy; WHEREAS, recognition with an honorary facility naming is reserved for those individuals who have performed an exemplary act or achievement of lasting interest to their community, which reflects positively on Mason County; WHEREAS., Mason County received a request to name the Administration Building after William Hunter; WHEREAS, William (Bill) 0. Hunter served five terms between 1968-1992 as a Mason County Commissioner improving the community by building roads, the current Administration Building, and jail, as well as helping to found Fire District No. 9, and being a founding board member of Hood Canal Bank. Bill's grandfather, William A. Hunter, served as Mason County Commissioner in the early 1900's. In addition to his employment commitment, Bill also served many years volunteering his time and service to the community. NOW, THEREFORE, BE IT HEREBY RESOLVED by the Mason County Commission to place an honorary sign at Mason County Administration Building, 411 N. 5 th Street, Shelton, WA with the name "William Hunter Admin41 istration Building" and direct staff to create and install the appropriate sign. DATED this 17 t" day of December, 2024. BOARD OF COUNTY COMMISSIONERS ATTEST: MASON COUNTY, WASHINGTON McKenzie Smith, Clerk of the Board Sharon Trask, Chair Kevin Shutty, Commissioner APPROVED AS TO FORM: T i m W h i t ad Randy Neatherlin, Commissioner Chief Deputy Prosecuting Attorney i C:\Users\TimW\AppData\Local\Microsoft\Windows\INetCache\Content.0utlook\01841Z44\RESOLUTION for HONORARY NAMING-Admin Bldg.,docx *1854 Mason County Agenda Request Form To: Board of Mason County Commissioners Item No. From: Mark Neary Ext: 530 Department: County Administrator Briefing: Z Action Agenda: Z Public Hearing: ❑ Special Meeting: ❑ Briefing Date(s): December 9,2024 Agenda Date(s): December 17,2024 Internal Review: ❑ Finance ❑ Human Resources ❑ Legal ❑ IT ❑ Risk ❑ Other (This is the responsibility of the requesting Department) Item• Recommendation for Proposals Received in Response to the Request for Qualifications for a Feasibility Study for the Possible Purchase of Mason Lake Camp Background/Executive Summary: Mason County has been approached by Green Diamond Resource Company to purchase the Mason Lake Camp located at 1052 E Mason Lake Drive W, Grapeview,WA. A Request for Qualifications (RFQ)was issued in September and two proposals were received: BerryDunn- $99,523 Freiheit Architecture-$131,100 Commissioner Shutty, Mark Neary, and Diane Zoren interviewed both companies and recommend the County enter into a contract with BerryDunn in the amount of$99,523. Budget Impact(amount, funding source,budget amendment, etc.): General Fund Public Outreach: N/A Requested Action: Approval to enter into contract with BerryDunn for a feasibility study of Mason Lake Camp. Attachment(s)• Proposal on file with the Clerk of the Board. e p i 'Y 1r ,Ly 3 2 . APPROACH '�i Project Understanding Mason County is a primarily rural county located in western Washington state.The area is known for stunning natural views, a tranquil environment, and access to urban amenities within a rural setting. Mason Lake is a popular alpine lake located in the County and offers hiking trails,fishing, camping, and much more. Mason Lake Camp is a private campground operated by the Green Diamond Resource Company. It is open to Green Diamond members but not the general public. The camp offers a campground, lake access,group camping, and picnic areas. The County is considering acquiring the Mason Lake Camp and adding it to a rich portfolio of outdoor recreation and nature-based recreation resources.This Feasibility Study will help the County determine the potential risks and benefits associated with purchasing and operating the property. We have assembled a team of experts with a blend of experience to engage the community, evaluate the site, and develop realistic and implementable recommendations. Work Plan t� Below and on the following pages, we provide details of our work plan to complete the Feasibility Study for Mason Lake Camp. Our goal is to make the feasibility study process seamless and smooth for all stakeholders. 0 PHASE 1: PROJECT MANAGEMENT 1.1 Conduct Initial Virtual Project Planning. We roles and responsibilities. Outcomes of this discussion will conduct an initial project planning and discovery will be used to develop the Project Work Plan and session with County managers to assess project Schedule in Task 1.2. 1� needs and objectives. On this call, we will identify 1.2 Develop a Project Work Plan and Schedule. stakeholder groups, project team members, project We will conduct a scoping call in which we will milestones,and expectations.We will discuss our develop a Project Work Plan and Schedule, which _ proposed project schedule, project work plan, and will outline our communication and scope; review a _: r timeline to schedule project meetings; and identify present our project approach and methodology, review stakeholder groups. In addition,the Project Work Plan the final schedule of key project dates, and answer will incorporate agreed-upon procedures between any questions the County's project team may have. BerryDunn and the County related to project control, While on-site, we will tour the campground to become including quality management and deliverable familiar with physical resources, user experience, and E submission/acceptance management. staff environments. / Deliverable 1: Project Work Plan and Schedule 1.4 Conduct Status Update Meetings. We will 1.3 Facilitate a Kickoff Meeting.We will conduct an conduct biweekly status update meetings with the County's project manager to communicate current on-site project kickoff presentation with the County's and anticipated project management needs, provide project team that will serve as an opportunity to updates on project progress and the schedule, and introduce our project team members, discuss goals, discuss potential risks and issues. 0 PHASE 2: MARKET ANALYSIS` 2.1 Assess Demographics and Population We will examine and review the current services, �. Projections. We will identify the constituency of the participation levels, operation and structure, and County through a demographic analysis and market identify opportunities for improvements and future profile, utilizing all information available from previous needs. Research also includes types of amenities,fee planning efforts and gathered from the County,the structures,and any other operating data available. We U.S. Census Bureau, Esri sources, and other national will review, analyze, and report on the findings to help ` and local sources.We will work directly with County inform more accurate operations.We will utilize our leadership to help document growth, redevelopment information from relevant plans, as well as reach out ` areas, and land use changes. to alternative providers in the area. r A detailed demographic analysis based on service 2.3 Prepare a Market Analysis. We recognize that F areas will outline trends and information that could background data and current usage cannot alone tell — affect the need for camping and outdoor recreation the full story of the County's camping and outdoor t- programming.We will compare demographics with recreation needs and opportunities.As such,for this information from the Sports & Fitness Industry feasibility study,we will utilize our nationwide parks Association to help determine potential usage and recreation experience to analyze and summarize patterns and programming for Mason Lake Camp. potential market influences to identify gaps and > Deliverable 2: Demographics Analysis and collaborative opportunities for the County for short- Population Projections term recommendations and long-term goals. 2.2 Identify and Assess Competitive Facilities. Our 2.4 Conduct a Program and Service Assessment. team will assemble data on existing public and private The outdoor recreation programs and services local and regional campgrounds;fishing, kayaking, analysis will focus on water sports and nature-based and paddle board locations, and camping locations in recreational activities currently offered at the camp the County and its surrounding area. We will evaluate and competing camping locations to identify any levels of use, marketing and promotion efforts, and gaps, develop a strategic vision for program delivery, technical capabilities. Data will include, at a minimum: and make recommendations appropriate.for a county owned campground. This will help ensure program • Descriptions of facilities and amenities offerings are equitable, inclusive, and accessible. • Current use/activities Areas of review may include, but not be limited to: • Current attendance/marketing efforts • Program and service inventory r • Political, structural, and organizational factors Age segmentation of offerings and users • Operating costs and management and �. operational structures Supply and demand for current services • Gaps identification i r i •- i • Participation rates programming. BerryDunn will supplement the • Geographic reach analysis with some of the latest Al technology that • Current capacity will accurately estimate current users of the camp, � The results of the program and services assessment traveling distances, demographic profile, and more. will help identify any potential gaps, specifically ► Deliverable 3: Market Analysis as they relate to campground amenities and � PHASE 3: FINANCIAL MODELING l 3.1 Develop a Yellow-Book Appraisal of Mason Lake develop annual operational and maintenance budget Camp.We will develop a Yellow Book appraisal of projections to.include all expenses and revenues Mason Lake Camp to determine its potential for use associated with the facility.The projected operational by the County. and maintenance budgets will include staffing levels, benefits, commodities, contractual services, and We will work with Integra Realty Resources, a local utilities, considering hours of operation and other Seattle based real estate appraiser with significant keyoperating assumptions. Revenue p g p opportunities experience in recreation facility and campground may include pricing strategies, rentals, concessions, appraisals. program fees, merchandising, events, partnerships, Our team will work together to assess the site sponsorships, cost recovery, and desired subsidy and establish its performance based on the most levels.We will identify potential alternative funding current standards set forth by the Uniform Appraisal sources including grants,foundations,gifts, Standards for Federal Land Acquisition (UASFLA). sponsorships,fees, etc. Fee structures will be based Following the appraisal, we will create a report that on the identified fees from daily use, rentals, and other factors determined during the comparative outlines the physical characteristics of the site along analysis. Revenue is estimated taking recommended with a statement of the value of the property including the date of appraisal. fee schedules into account. 3.2 Develop a Financial Model.We will develop a 3.4 Create a Projected Pro-Forma. Our team will detailed financial model of the operating revenues create a five-year pro-forma, projecting the expenses, and expenses of facilities and programming revenues , and cost recovery anticipated when associated with the public operation of Mason Lake operating Mason Lake Camp.The pro-forma will be Camp based on market research results and the based on the operational budget projections, as well recommended rate models, including an assessment as all the information provided by the County and the of the Camp's previous financial performance. Camp's current operators.These figures will project Once the recommendations for future usage are increases in participation, as well as estimated determined,we will conduct an analysis of existing inflationary costs and/or price changes. and potential marketing, budgets,financial resources, ► Deliverable 4: Financial Assessment cost recovery, pricing methodology, and user fees for any recommended services and facilities.We 1� may suggest a focus on potential additional revenue generation to help cover operational and maintenance ) , costs. From this information, we will create a conceptual operating and maintenance budget and a financial pro-forma to detail the projected expenses, revenues, and cost recovery. 3.3 Annual Operational Budget Projections. Based on all the information gathered and provided,we will fti`ti PHASE 4: SITE ANALYSIS AND CONCEPTUAL s PLANS r 4.1 Conduct a Site Analysis. We will analyze the associated with purchasing the site. Site Workshop existing Mason Camp Site, including a combination of will: F assessing its current facilities, comparing the state of • Assess site and facility conditions _ the facilities with current fairground/park standards, Develop a facility lifecycle review with a list of [ and reviewing them with other facilities in the region. recommended improvements In the process, our team will actively engage staff • Develop facility standards F_ regarding their opinions on needs.The combination Prepare cost estimates of potential future of this information together will help the broader " project team evaluate potential needs and focused facilities identified in the planning process priorities as well as the potential benefit to the County i Deliverable 5:Site Analysis PHASE 5: REGULATORY REVIEW `- i f 5.1 Review Regulations.Our team will assess 5.3 Prepare an Americans with Disabilities(ADA) 4 applicable zoning laws, land use regulations, and assessment of the site. Our team will evaluate Mason T other legal considerations impacting the acquisition Lake Camp facilities and trails with an eye toward past and development of the property. ADA assessments or transition plans. Our approach r 5.2 Assess Land Use.Our team will create a land-use to reporting is to provide the County with a report that master plan narrative that includes all supporting shows clear descriptions and photos of the barriers materials for review and comment.This assessment encountered,the code section and requirement that is defined to achieve compliance,the location of �. will outline potential environmental impacts of the the barriers on a key plan for quick field reference, site. We will finalize a compiled written/graphic report and theoretical ratings of the general impact the i- summarizing all plans,focus areas, estimated cost barrier has to overall accessibility. Rating of the costs and phasing plan. associated with any finding will be provided (low, 0 PHASE 6: COMMUNITY IMPACTS t I- moderate, high). ` 6.1 Assess Social Contributions. Our team will We will compare the site analysis with the Market R- evaluate potential social contributions provided by Assessment and identify how the site would improve the Mason Lake Camp site as a County-owned and community health and wellbeing, along with other operated property. Potential social impacts include social impacts. improved access to nature, learning opportunities, 6.2 Assess Environmental Contributions. The community engagement, and health benefits, among Mason Lake Camp site could potentially offer multiple others. environmental contributions to the County. We will - t assess how increased access to the site would businesses indirectly tied to Mason Lake potentially impact flora and fauna in the area, as well Camp as potential positive impacts to the County.These • The impact of Mason Lake Camp in attracting may include increased land stewardship among new residents and visitors, keeping existing County residents, authentic outdoor experiences, residents here, and in filling employment and improved habitat protection for various plant and positions wildlife species in the area. • The economic impact of events held in the 6.3 Assess Economic Contributions. The objective of campground the economic contributions assessment is to estimate We would anticipate conducting the analysis via the visitor-based participation numbers and spending approaches described for events-based impacts and impacts associated with the public use of facilities casual-use impacts, respectively.The methodologies and programs in the defined service area.Such visitor- would be subject to refinement based on data which driven economic impacts are anticipated to include may be available. We will determine potential impacts the following: to the local economy vs.the costs to implement the • Annual economic contribution from local recommendation.This will also include an analysis businesses directly tied to Mason Lake Camp of the potential return of investment for development • Annual economic contribution from local opportunities of programs and assets within the campground. 0 PHASE 7: RECOMMENDATIONS 7.1 Develop Recommendations, Implementation study through any desired formal adoption process, Strategies, and a Draft Study. Our team will begin including a meeting to present it for adoption. drafting an easily understandable Feasibility Study Deliverable 6: Draft Feasibility Study for Report with a recommended approach and supporting Mason Lake Camp analysis for acquiring Mason Lake Camp.We will provide cost estimates for a phased implementation 7.3 Finalize the Study.We will finalize the plan. development of a Final Feasibility Study Report 7.2 Review the Draft Study.We will submit the Draft using input gathered in the final review and approval Feasibility Study Report for preliminary review, and process. all comments will be incorporated into the final draft. Deliverable 7: Final Feasibility Study for Mason After making these edits, we will assist in guiding the Lake Camp 1 y t- e Anticipated Schedule f Below, we provide our anticipated schedule for completing the County's requested scope of work. We expect this project to take approximately 8-10 months, and we look forward to working in collaboration with the County to _ formalize this schedule.We are happy to expedite or elongate this process as necessary to accommodate the f' County's needs, while maintaining momentum throughout the work effort. Table 1:Proposed Project Schedule b 1 1 2 1 3 4 5 6 ! 7 8 9 10 p 1. Project Management 2. Market Analysis t' 3. Financial Modeling � L n 4. Site Analysis and ` Conceptual Plans 5. Regulatory Review 7 6. Community Impacts 7. Recommendations p F i i 1 a P j u ii e 5 . PROPOSED FEES Table 2 presents our proposed costs for completing the County's requested scope of work.We propose a firm,fixed fee inclusive of all time, materials, and travel. These costs were developed based on the following factors: • Our detailed Work plan narrative presented in our proposal • Our staffing plan and resource allocation, which provides the client with the appropriate number of resources and the ideal level of expertise to complete the tasks defined in the scope of work • Our experience conducting projects of similar scope and size Table 2:Proposed Costs by Phase Phase 1: Project Management $13,575 Phase 2: Market Analysis $7,222 Phase 3: Financial Modeling $14,035 Phase 4: Site Analysis and Conceptual Plans $19,700 Phase 5: Regulatory Review $31,784 Phase 6: Community Impacts $4,817 Phase 7: Recommendations $8,392