Loading...
HomeMy WebLinkAbout2021/09/14 - Regular PacketBoard of Mason County Commissioners Draft Meeting Agenda Commission Chambers 411 N 5th St, Shelton, WA 98584 September 14, 2021 9:00 a.m. September 14.2 Our Commission meetings are live streamed at http://masonwebtv.com/ In compliance with Proclamation by the Governor 20-25.14 and the Order of the Secretary of Health 20- 03.3, in person attendance is temporarily restricted. During this time, we will accept public comment and testimony using Zoom. Please click the Zoom meeting link posted on the Mason County homepage and use the “raise hand” feature to be recognized by the Chair to provide your comments and testimony. You can also e-mail msmith@co.mason.wa.us; mail in to the Commissioners’ Office at 411 N 5th St, Shelton, WA 98584; or call (360) 427-9670 ext. 230. 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. These options are available only while COVID-19 Open Public Meetings Act (OPMA) meeting restrictions are in place. 1. Call to Order 2. Pledge of Allegiance 3. Roll Call 4. Correspondence and Organizational Business 4.1 Correspondence 4.2 News Release – Request for Proposal Housing Needs Assessment 4.3 News Release – Request for Qualifications for Mason County Behavioral Health and Recovery Support Transportation Program 5. Open Forum for Citizen Input Please see above options to provide public comment. These options are only available while COVID-19 OPMA meetings restrictions are in place. (3 minutes per person, 15-minute time limit.) 6. Adoption of Agenda Items appearing on the agenda after “Item 10. Public Hearings” maybe be acted upon before 9:15 a.m. 7. Approval of Minutes – April 26, 2021 and July 26, 2021 Briefing Minutes 8. Approval of Action Agenda Items listed under “Action Agenda” may be enacted by one motion unless a Commissioner or citizen requests an item be removed from the Action Agenda and considered a separate item. 8.1 Approval of Warrants & Treasure Electronic Remittances Claims Clearing Fund Warrant # 8082841-8083174 $ 1,306,549.79 Direct Deposit Fund Warrant # 80560-80956 $ 768,975.53 Salary Clearing Fund Warrant # 7006140-7006173 $ 1,015,576.92 Treasurer Electronic Remittances $ 411,162.68 8.2 Approval of the Interagency Agreement # IAA22064 between Washington State Administrative Office of the Courts and Mason County Superior Court for reimbursement of attorney and court visitor appointment costs under the Uniform Guardianship Act for a maximum amount of $95,002 for costs incurred during July 1, 2021 through June 30, 2022. 8.3 Approval of the Interagency Agreement # IAA22105 between Washington State Administrative Office of the Courts and Mason County Juvenile Court Services for BECCA Bill programs and services. 8.4 Approval of the Interagency Agreement # IAA22141 between Washington State Administrative Office of the Courts and Mason County Juvenile Court Services for Court-Appointed Special Advocates (CASA)/Volunteer Guardian ad Litem programs in the amount of $70,252 for the fiscal year July 1, 2021 through June 30, 2022. 8.5 Approval to recruit a full-time temporary Public Health Nurse/Registered Nurse COVID Response position. 8.6 Approval to recruit a full-time temporary Community Health Specialist I, II, or III COVID Education/Response Specialist. 8.7 Approval for Community Services to issue a Request for Proposal (RFP) for a Housing Needs Assessment to inform the Housing Chapter of the Comprehensive Plan and identify the highest needs for affordable housing in Mason County. 8.8 Approval for the Chair to execute Contract Amendment 5 with Kennedy/Jenks Consultants, Inc. extending the contract expiration date to June 30, 2022 and adding construction inspections to the scope of work for the Belfair sewer extension phase 2 project. 8.9 Approval to authorize Public Works to procure two new electronic reader boards off of the Washington State contract with the Department of Enterprise Services (DES) for a total purchase amount of $35,630.51. 8.10 Approval to authorize Public Works to purchase a handheld sign retroreflectometer with an extension pole for the low bid amount of $10,956.13 through Professional Pavement Projects, Inc. 8.11 Approval to close Highland Road on Monday, September 20, 2021 to Friday, October 1, 2021 to complete County Road Project 2024 culvert replacement project to improve fish passage under the County road and reduce roadway flooding. 8.12 Approval of the Resolution authorizing the purchase of parcel # 42004-40-00000 from Public Utility District 3 in the amount of $320,000. 8.13 Approval of the Resolution amending the Veteran Advisory Board Policy for Veterans’ assistance program to reflect acceptable documents for proof of service as recommended by the Veterans Advisory Board. 8.14 Approval of the Resolution for sole source purchase of an automatic keying system in the amount of $18,123.50 for the Mason County Jail from Morse Watchman and approval of a budget supplemental in December 2021 to cover the cost. 8.15 Approval of the Resolution for the sale of real property located on Route 101, parcel # 42110- 41-00011 to the Skokomish Tribe in the amount of $1,664. 8.16 Approval for the Chair to sign the renewal contract with Mason General Hospital with an end date of December 31, 2026 for Hepatitis B vaccines, respirator FIT medical reviews, and associated supplies. 8.17 Approval to set a Public Hearing for October 12, 2021 at 9:15 a.m. to consider the adoption of the draft amendments to Title 17.50 – Mason County Shoreline Master Program, Title 8.52 – Mason County Resource Ordinance, and Title 15 – Mason County Development Code. 8.18 Approval of a three-year subscriber agreement with Public Safety Testing for entry-level Law Enforcement and Corrections Officer testing. The annual rate for Law Enforcement Officer testing in 2022 is $2,356 and in 2023 and 2024 an annual increase of 3% will be included. The annual rate for Corrections Officer Testing in 2022 is $1,176 and in 2023 and 2024 an annual increase of 3% will be included. The total annual rate for 2022 is $3,532 and for 2023 and 2024 a 3% increase in professional fees will be included. 8.19 Approval for the Chair to sign the contract for Lobbyist Services with Debra Munguia. 8.20 Approval for the Chair to sign the amendment to the 2021-2023 Department of Ecology Litter Control Grant for $40,000. 9. Other Business (Department Heads and Elected Officials) 10. 9:15 a.m. Public Hearings and Items Set for a Certain Time Please see above options to provide public testimony. These options are available only while COVID-19 OPMA meeting restrictions are in place. 10.1 Public Hearing to approve the Resolution amending the 2018 Comprehensive Solid Waste Management Plan adding Appendix J: Contamination Reduction and Outreach Plan (CROP). Staff: Richard Dickinson 11. Board’s Calendar and Reports 12. Adjournment cle/-K MASON COUNTY TO: BOARD OF MASON COUNTY COMMISSIONERS Reviewed: FROM: Ginger Kenyon Ext. 380 DEPARTMENT: Support Services Action Agenda DATE: September 14, 2021 No. 4.1 ITEM: Correspondence 4.1.1 Federal Energy Regulatory Commission sent in a letter regarding 2021 Combined Functional Exercise, Cushman &Wynoochee Projects. Attachments: Originals on file with the Clerk of the Board. Cc:CMMRS Neatherlin, Shutty, Trask Clerk FEDERAL ENERGY REGULATORY COMMISSION Office of Energy Projects Division of Dam Safety and Inspections—Portland Regional Office 805 SW Broadway, Suite 550 Portland, Oregon 97205 (503) 552-2700 8/23/2021 ` In reply refer to: P-460, P-6842 VIA Electronic Mail Mr. Chris Mattson Generation Manager Tacoma Public Utilities cmattson@ci.tacoma.wa.us Subject: 2021 Combined Functional Exercise, Cushman& Wynoochee Projects Dear Mr. Mattson: This letter is to acknowledge the following letters from you regarding the Cushman Project and the Wynoochee Projects, FERC Nos. 460 and 6842, respectively: Letter Date Document(s) Transmitted July 26, 2021 2021 Combined EAP Tabletop and Functional Exercise August 2, 2021 2021 Combined Tabletop and Functional Emergency Action Plan (FEAP) Exercise Invitation We have reviewed the information provided, which adequately responded to the comments in our June 28, 2021 letter to you. We have the following additional comment: • Your July 26, 2021 letter states that Master Scenario Events List (MSEL) has yet to be developed for this combined exercise. The MSEL should be submitted for our information prior to conducting the exercise. Please submit the MSEL to the FERC Project Engineer(Mr. Daniel Klein) via email no later than September 23, 2021, prior to the FEAP on September 30, 2021. No response to this letter is required at this time. File all submittals using the Commission's eFiling system at https://www.ferc.gov/ferc-online/overview. For all Dam Safety and Public Safety Documents, select Hydro: Regional Office and Portland Regional Office from the eFiling menu. If any portion of the submittal cannot be eFiled, contact the project engineer to discuss options for transmitting the submittal materials to 2 the Commission. The cover page of the filing must indicate that the material was eFiled. For assistance with eFiling, contact FERC Online Support at FERCOnlineSupport(a,ferc.g_ov, (866) 208-3676 (toll free), or(202) 502-8659 (TTY). Hard Copies Are Not Required During 100% Telework. The Commission remains on 100% telework status due to the ongoing Covid-19 Pandemic. Requirements for sending hard copies are suspended during this time. This guidance for submitting documents to the Commission is valid until FERC reconstitutes and staff returns to offices. We do not have a timeline for when that will occur. When the Commission reconstitutes, we will issue further guidance regarding: 1) any need for hard copies of documents submitted during 100% telework and; 2) any need for hard copies going forward after reconstitution. Thank you for your continued cooperation and interest in dam safety. If you have any questions, please contact Mr. Daniel Klein of this office at(503) 552-2707. Sincerely, Douglas L. Johnson, P.E. Regional Engineer NEWS RELEASE September 14, 2021 MASON COUNTY COMMISSIONERS' OFFICE 411 N 5T" 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: Request for Proposal Housing Needs Assessment Mason County local government is seeking consultive services to perform a Housing Needs Assessment that evaluates housing options and recommends housing needs that will inform the Housing Chapter of the Comprehensive plan and identify the highest needs for affordable housing in Mason County. Mason County's Vision for Housing is to assure adequate affordable housing that is available and accessible to all income levels. The County will review zoning and building regulations to ensure they encourage affordable and accessible housing and are responsive to demographic changes. The County will identify and utilize incentives and creative "out of the box" thinking to maximize the potential for appropriate growth, rehabilitation, and maintenance of Mason County's housing stock and to increase low-income housing units to both ease the affordable housing shortage and the cost burden borne by our low-income citizens. Application materials can be found on the Mason County website under the "Request for Proposals / Qualifications" section at: http://www.co.mason.wa.us/ CONTACT PERSON: Todd Parker Mason County Housing & Behavioral Health Program Coordinator Community Services and Public Health 415 N. 6th St. Shelton, WA 98584 Phone: (360) 427-9670 ext. 293 Email: tparker@masoncountywa.gov BOARD OF MASON COUNTY COMMISSIONERS Kevin Shutty Sharon Trask Randy Neatherlin Commissioner Commissioner Chair NEWS RELEASE September 14th, 2021 MASON COUNTY COMMISSIONERS' OFFICE 411 N 5T" 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: Request for Qualifications- Mason County Behavioral Health and Recovery Support Transportation Program Request for qualifications sought for Mason County transportation program. Over the last several years, there has been an incredible amount of effort put into finding gaps and barriers to services within the local behavioral health system. Over and over, people accessing services as well as people that work within the behavioral health system have identified that one of the most glaring barriers to accessing needed services, was a lack of at- will/low-barrier transportation. When an individual dealing with behavioral health concerns is ready to receive help, there is often a short window to seize that moment in time. There is also a very real concern that until individuals are well established in recovery, individual resources, and the ability to be completely self-sustaining sometimes take longer to be realized. This transportation program will be set up to transport folks to services such as inpatient, detox, medical appointments, bus stations, UA's,jail re-entry, court dates and all other needed recovery support services necessary for recovery and wellness both in and out of Mason County. Funding for this program will be from the Mason County Treatment Sales Tax dollars. Funding provided will cover the purchase of two vans, wages, mileage, and insurance. Request for Qualification details can be found @ healthymasoncounty.com Please provide your proposal to Public Health no later than 4:00 PM on Friday October 15th, 2021. CONTACT PERSON: D. Abraham Gardner Program Coordinator Community Services 415 N. 6th St. Shelton, WA 98584 Phone: (360)427-9670 ext. 219, 131 Email: agardner(@masoncountywa.gov BOARD OF MASON COUNTY COMMISSIONERS Randy Neatherlin Kevin Shutty Sharon Trask Chair Commissioner Commissioner Board of Mason County Commissioners'Briefing Meeting Minutes April 26,2021 BOARD OF MASON COUNTY COMMISSIONERS'BRIEFING MINUTES Mason County Commission Chambers,411 North 5th Street,Shelton,WA Week of April 26,2021 Monday,April 26,2021—Started at 9:01 a.m. 9:00 A.M. Executive Session—RCW 42.30.110(1)(i)Litigation Commissioners Neatherlin, Shutty and Trask met in Executive Session from 9:01 a.m.to 9:30 a.m. Also in attendance were Tim Whitehead,Loretta Swanson, Richard Dickinson,and Jovan Cruz. 9:30 A.M. Executive Session—RCW 42.30.110(1)(i)Litigation Commissioners Neatherlin, Shutty and Trask met in Executive Session from 9:30 a.m.to 10:20 a.m. Also in attendance were Tim Whitehead and Frank Pinter. 10:00 A.M. Support Services—Frank Pinter Commissioners Neatherlin, Shutty and Trask attended via Zoom. • Jennifer Beierle presented the March 2021 Financial Report. Revenue collected through the end of March was$8,236,027 and the budget collection is at 21%. Cmmr.Neatherlin inquired about CARES Act funding. Jennifer shared those funds were collected in 2020 and a percentage went into cash. Current Expense is at 23% and expenditures are$9,495,069. Almost all revenue streams are up from the previous years. Revenue is projected to be$7,000,000 for 2021. Current Expense Cash is$14,933,979. Special Fund Cash Balance is$31,252,403. The$450,000 Belfair Sewer Fund transfer has not been done yet. Current Expense and Health Fund Motor Pool Budget to Actual Expenditures is at 27.34%. One key note is Facilities took over a truck from the Coroner. Special and Other Funds Revenue is at $9,670,492. • Ross McDowell presented an MCRA weekend closure for May 1-2,2021 for weed control measures. Approved to move to tomorrow's agenda. • Frank discussed the Bank of America Building and the Commissioners would like more information on this parcel. Cmmr.Neatherlin asked Cmmr.Trask to discuss this parcel with the City. • Frank shared the County Reopening Plan Pandemic Exposure Control,Mitigation, and Recovery Plan. Cmmr.Trask would like to review the plan once more before moving forward. • Frank discussed the Support Services Director Recruitment status. Prothman would like to schedule a time to meet with the Board. • Frank shared that the Workforce Development Council(WDC)sent a letter notifying Mason County that the board member term expires June 30,2021 and that they endorse reappointing Jennifer Baria for a second term. Approval to move forward with reappointing Jennifer Baria. • Cmmr.Trask shared annual dues for the National Association of Counties(NACo)is $1,141 and would be prorated. Commissioners approve to move forward. 10:30 A.M. Break 10:45 A.M. Community Services—Dave Windom Commissioners Neatherlin,Shutty and Trask attended via Zoom. • Marissa Watson presented a rezone for a 10.75-acre parcel from Neighborhood Residential to Mixed-Use. The Planning Advisory Commission voted unanimously to approve. Cmmr.Neatherlin requested examples of other Mixed-Use parcels in the Board of Mason County Commissioners' Briefing Meeting Minutes April 26,2021 area. Cmmr.Trask asked Marissa to look into potential traffic impact. Approved to move forward. • Dave shared he has WRIA 14 and Code Enforcement meetings today. Next week he plans to come forward requesting a Planning position for water potentially with a two-year sunset date. • Cmmr. Shutty inquired about vaccine hesitancy. Dave shared that vaccine hesitancy is being seen state-wide mostly for the 20-40 age group. Top reasons include not wanting to be"first in line",waiting for a single-dose vaccine,smaller communities not having pop-up clinics,and the belief in herd immunity. • Kell Rowen shared the Permit Center was able to get through the backlog for appointments and the current wait is 1-2 business days for a response. At this time, they are receiving about 5-10 requests per day. Appointment availabilities will be increased from May to June. Cmmr.Trask asked about employees who are teleworking and how that is managed. Employees working from home must finish all tasks in a timely manner and will be back full-time in the office by May 3,2021. Stephen Scott accepted the Plans Examiner position. Forms for the Clerical position have been sent over to Human Resources. 11:00 A.M. Public Works—Loretta Swanson Utilities&Waste Management Commissioners Neatherlin, Shutty and Trask attended via Zoom. • Loretta presented an upcoming news release for Allyn County-Owned/Maintained Sanitary Smoke Testing. Richard Dickinson shared that testing is done due to the system getting inundated with storm water that does not need to be treated. The smoke testing will allow them to fix leak issues and/or let homeowners know about potential issues coming from their homes. The"Super Smoker"engine fits into the manhole and uses solution equivalent to mineral oil which takes about 15 minutes to cover a few blocks. Two workers will note where smoke comes from for potential defects. • Loretta shared that there have been security system issues at Public Works and would like to get the unsupported software upgraded. Approved to move forward. • Loretta would like to procure and execute an agreement for on-call services with an engineering firm to assist with development review. This will not be on-going and will not exceed$20k in a calendar year. Approved to move forward. • Mike Collins would like to move forward with a sole-source purchase of a specialized 55'x 30'bottomless aluminum box culvert from Contech Engineered Solution for the culvert replacement project on Homer Adams Road. Approved to move forward. • Mike discussed replacing Resolution#2021-009 for the 2021 HMA Overlay Projects. The mile post number for Old Belfair Highway should be 0.00 to 1.20 and the project total was reduced by$25k. Approved to move forward. • Mike shared that four applications were received for consulting on engineering the Harstine Island bridge. After review,he recommends KPFF Consulting Engineers to perform the engineering design,plans,specifications,and estimates. • Richard shared there are 300 vouchers to issue for Free Dump Day from July 1 to September 30,2021. • Richard also shared the new scale showed up to the solid waste transfer station. Concrete will be poured tomorrow and there is a four-week window for the concrete to cure. The old scale will be moved to the side and disposed of at a later date and he will look into a new scale for the Belfair transfer station. • Loretta updated that there is$500k in the Capital Budget for the Belfair water reclamation facility. The freight corridor was pushed out in terms of the Board of Mason County Commissioners' Briefing Meeting Minutes April 26,2021 implementation schedule. The bulk of the expenditures will occur in 2023-2025 and then wrapping up the 2025-2027 biennium. The State Route 3 extension from Sweetwater Creek to 106 is no longer a part of the budget. There is$800k for the 302 corridor study to look at slide impacts and damage. Flood plains by design cut off was just above the Skokomish project • Mike shared that larger vehicles tend to damage the curb at the Clifton Road endcap when turning. There is talk about cutting the curb back from Highway 3 and putting a wide yellow stripe down. • Loretta will look into funds and opportunities for safe routes to school and street lighting along Larson Lake Road. Meeting ended at 11:44 a.m. Respectfully submitted, McKenzie Smith,Clerk of the Board BOARD OF MASON COUNTY COMMISSIONERS Randy Neatherlin Sharon Trask Kevin Shutty Chair Commissioner Commissioner BOARD OF MASON COUNTY COMMISSIONERS' BRIEFING MINUTES Mason County Commission Chambers,411 North 5th Street,Shelton,WA Week of July 26,2021 Monday,July 26,2021 9:00 A.M. Executive Session—RCW 42.30.110(1)(b)Real Estate Commissioners Neatherlin,Shutty and Trask met in Executive Session via Zoom from 9:32 a.m.to 9:57 a.m.for real estate. Also attending was Frank Pinter. 9:15 A.M. Support Services—Frank Pinter Commissioners Neatherlin,Shutty and Trask were in attendance via Zoom. • Frank presented a list of proposed projects for American Rescue Plan Act(ARPA)funds. Hood Canal is a private entity,however ARPA allows for broadband infrastructure. Cmmr.Neatherlin shared concerns using funds for a private entity. Approval to move forward with the following projects:PUD3 Belfair Phase 1 $1.5 million;PUD1 Agate Beach Water System Mainline$559k;PUD1 Vuecrest Storage Upgrade$158,284;Belfair Water$450k;Sheriff's Office Body Cameras$700k;Hood Canal Colony Surf Fiber Buildout$313,556;Eldon Fiber Buildout$501,932;PUD1 Customer Arrearages$125k; Hood Canal Customer Arrearages$110k;Mason County Treasurer's Property Tax Arrearages$200k;EDC Small Business Grants$500k. Cmmr.Neatherlin would like verification done on arrearages to ensure it is COVID related and to split the$500k for the EDC into two parts. Frank will reach out to the Department of Commerce to get additional supporting documentation to ensure funding can be given to Hood Canal Communications. • Frank made modifications to the draft Request for Proposals(RFP)for Lobbying Services. Approved to move forward. • Frank discussed the 2021-2022 Enterprise vehicle order. Four or more vehicles purchased for this year will not be produced and will be added to the 2022 cycle. On average,seven pursuit vehicles are purchased a year. • Frank is contacting Prothman on the status of applications. As of now there are no applicants. Some duties have been assigned to Jennifer Beierle and Diane Zoren. 9:45 A.M. Community Services—Lydia Buchheit Commissioners Neatherlin,Shutty and Trask were in attendance via Zoom. • Lydia shared the Olympic Health and Recovery Services(OHRS)Contract for Rural Communities Opioid Response Program(RCORP). The RCORP grant has four partners: Public Health,Mason General Hospital,North Mason Regional Fire Authority,and Peninsula Health. Peninsula had to drop out and OHRS has agreed to take their place. Approved to move forward. • Lydia discussed hiring 1 full-time temporary RN or Community Health Specialist for COVID work. Funding is guaranteed through the end of the year. Approved to move forward with the addition of the end date determined by funding. • Lydia shared the Behavioral Health and Recovery Support Transportation Pilot Program. One of the gaps found in mental health and substance abuse is transportation. The pilot program would be for two years of transportation and a Request for Qualification(RFQ) would be put out. Two vans would need to be used or purchased. Abe Gardner shared the agency selected would be responsible for insurance and he is exploring to see if the agency would own or lease the vans. Approved to do an RFQ. • Marissa Watson would like to set two Public Hearings for August 31,2021. First for a map correction to the official Development Areas(Zoning)Map panel 8 of 10 for parcel #32026-10-90021 from Rural Natural Resource(RNR)to Rural Residential 5 (RR5). The applicant came in for a permit for a single-family residence and it was discovered the parcel is zoned RNR and a rezone application was submitted. Marissa discovered it is actually a map correction,not a rezone,due to data not being correctly transferred over. Planning Commission reviewed and approved for recommendation. Second for a rezone request for three parcels for the new Hiawatha,LLC Corporation from Neighborhood Residential to Commercial Industrial to expand their business. The Planning Commission recommended the rezone with the stipulation that commercial access comes off of Johns Prairie and not Hiawatha Boulevard. Approved to move forward. 10:30 A.M. BREAK 10:15 A.M. Public Works—Loretta Swanson Utilities&Waste Management Commissioners Neatherlin,Shutty and Trask were in attendance via Zoom. • Loretta shared the need to purchase a new mid-size excavator and soil compactor. Surplus equipment will be traded in and the remaining cost is$38,500. Approved to move forward. • Mike shared the reimbursement agreement with Washington State Department of Transportation(WSDOT)to provide fabrication,inspection,and testing on request. Approved to move forward. • Mike presented two Adopt-a-Road applications from Harstine Island Community Club and Public Utility District Association. Approved to move forward. • Loretta gave an update on the Harstine Island Road maintenance work for shouldering and other routine work. For Wilson Road,the plan is to design ditches and potentially install some driveway culverts this fall. • Cmmr. Shutty shared needing signage on State Route 302 by the County line due to a dangerous dip in the road. 11:00 A.M. Superior Court—Judge Goodell Commissioners Neatherlin,Shutty and Trask were in attendance via Zoom. • Jim Madsen shared a request for one full-time female Detention Officer. Approved to move forward. • Judge Goodell shared a request for an Administrative Secretary/Judicial Assistant position in Superior Court. There is the possibility for this position to be funded using ARPA funds. Superior Court completed Phase I with a reorganization and plan to work on the needs of Phase 2. Due to COVID,another staff position is needed due to current staff loads. The Commissioners would like the judicial-related departments to look into what their backlogs are and brief those next Monday. The meeting adjourned at 11:29 a.m. Respectfully submitted, McKenzie Smith,Clerk of the Board BOARD OF MASON COUNTY COMMISSIONERS Randy Neatherlin Sharon Trask Kevin Shutty Chair Commissioner Commissioner N,6"V1L- MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS From: Ginger Kenyon Action Agenda _X_ Public Hearing Other DEPARTMENT: Support Services EXT: 380 DATE: September 14, 2021 Agenda Item # 6. 1 (Commissioner staff to complete) BRIEFING DATE: BRIEFING PRESENTED BY: [X] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Approval of Warrants &Treasure Electronic Remittances Claims Clearing Fund Warrant #8082841-8083174 $ 1,306,549.79 Direct Deposit Fund Warrant # 80560-80956 $ 768,975.53 Salary Clearing Fund Warrant # 7006140-7006173 $ 1,015,576.92 Treasurer Electronic Remittance $ 411,162.68 Macecom 8/3/2021 $ 151,641.38 Mental Health 8/10/2021 $ 1,040.50 Dispute Resolution Surcharge 8/10/2021 $ 1,265.00 Beards Cove Water Meters #2 Prin 8/5/2021 $ 727.63 Beards Cove Water Meters #2-Int $ 1,634.37 Mental Health Transfer Out 8/17/2021 $ 63,888.39 Jail $ 63,888.39 Mental Health Transfer Out 8/17/2021 $ 63,538.51 Public Defense $ 63,538.51 Refunded Interest Earned 8/31/2021 $ 22.46 Background: The Board approved Resolution No. 80-00 Payment of Claims Against County: Procedure Authorizing Warrant Issue and Release Prior to Board Claim Approval. Mason County Code 3.32.060(a) requires that the board enter into the minutes of the County Commissioners the approval of claims listing warrant numbers. Claims Clearing YTD Total $ 27,316,774.60 Direct Deposit YTD Total $ 12,995,910.52 Salary Clearing YTD Total $ 13,140,971.14 Approval of Treasure Electronic Remittances YTD Total $ 15,820,757.34 RECOMMENDED ACTION: Approval to: Move to approve the following warrants Claims Clearing Fund Warrant# 8082841-8083174 $ 1,306,549.79 Direct Deposit Fund Warrant #80560-80956 $ 768,975.53 Salary Clearing Fund Warrant #7006140-7006173 $ 1,015,576.92 Treasurer Electronic Remittance $ 411,162.68 Attachment(s): Originals on file with Auditor/Financial Services (Copies on file with Clerk of the Board) 8/3/2021 Payment approval of Macecom: G Account FUND # Remittance RECEIPT # Macecom 001.000000.300.300 1 $ 151,641.38 M-76858 $ - 8/10/2021 Payment approval of Mental Health: Account FUND # Remittance RECEIPT # MENTAL HEALTH 164.000000.000.000 1 $ 1,040.50 M-77015 $ - M- 8/10/2021 Account FUND # Remiittance RECEIPT # Dispute Resolution Surcharge 001.000000.100.000 $ 1,265.00 M-77011 8/5/2021 Account FUND # Remittance RECEIPT # BEARDS COVE WATER METERS #2-PRIN 412.000000.200.000 $ 727.63 M-76904 BEARDS COVE WATER METERS #2-INT 412.000000.200.000 $ 1,634.37 M-76904 $ - M- 17-Aug-21 Account FUND # Remiittance RECEIPT # Mental Health Transfer Out 164.000000.100.000 $ 63,888.39 M-77209 JAIL 001.000000.205.270 1 $63,888.39 M-77211 17-Aug-21 Account FUND # Remiittance RECEIPT # Mental Health Transfer Out 164.000000.100.000 1 $ 63,538.51 M-77212 PUBLIC DEFENSE 001.000000.240.000 1 $63,538.51 M-77213 8/31/2021 REFUND INTEREST EARNED —1-b-T �I Account FUND # Remiittance RECEIPT # CURRENT EXPENSE 001.000000.260.000 $ 14.14 Multiple Rec ROAD DIV-CURRENT EXPENSE 001.000000.260.010 $0.83 Multiple Rec Veterans Assistance 190.000000.000.000 $ 0.16 Multiple Rec COUNTY ROAD 105.000000.000.000 $7.06 Multiple Rec MENTAL HEALTH 164.000000.000.000 1 $0.27 Multiple Rec Respectfully submitted by Julie Richert, Chief Deputy Treasurer 8/31/2021 MASON COUNTY AGENDA ITEM SUMMARY FORM To: Board of Mason County Commissioners From: Jim Madsen, Chief Superior Court Action Agenda: X Administrator Public Hearing: Other Department: Superior Court Ext: Commission Meeting Date: 9/14/21 Agenda Item # 6.2 (Commissioner staff to com lete Briefing Date: 8/30/21 Briefing Presented By: Jim Madsen [ ] Item was not previously briefed by the board Please provide explanation of urgency Item: Interagency Agreement, IAA22064, between the Washington State Administrative Office of the Courts and Mason County Superior Court for the purpose of reimbursing attorney and court visitor appointments under the Uniform Guardianship Act. Background: The Administrative Office of the Courts will reimburse costs paid to attorneys appointed for a parent or court visors in minor guardianship cases under the Uniform Guardianship Act (UGA). The Court may be reimbursed a maximum of$95,002 for costs incurred during July 1, 2021 —June 30,2022. Court Visitors will be appointed from the Juvenile Court Services Department and attorneys will be appointed from the Public Defender's Office. Recommended Action: Approve Interagency Agreement, IAA22064, between the Washington State Administrative Office of the Courts and Mason County Superior Court for reimbursement of attorney and court visitor appointment costs. Attachment(s): Interagency Agreement, IAA22064 Agenda Summary 8/30/2021 INTERAGENCY AGREEMENT IAA22064 BETWEEN WASHINGTON STATE ADMINISTRATIVE OFFICE OF THE COURTS AND MASON COUNTY SUPERIOR COURT THIS AGREEMENT (Agreement) is entered into by and between the Administrative Office of the Courts (AOC) and Mason County Superior Court, for the purpose of reimbursing the Mason County Superior Court (Court) for attorney appointments under RCW 11.130.200(5) and court visitor appointments under RCW 11.130.195(4). 1. DEFINITIONS For purposes of this contract, the following definitions apply: a) "Attorney appointed for a parent" means an attorney appointed under RCW 11.130.200(5). b) "Court visitor" means a person appointed under RCW 11.130.195(4). c) "UGA appointment services" means attorneys appointed for a parent under RCW 11.130.200(5) and court visitors as appointed under RCW 11.130.195(4). 2. PURPOSE The purpose of this Agreement is to partner with individual local courts in providing UGA appointment services. 3. DESCRIPTION OF SERVICES TO BE PROVIDED a) The Court will ensure that the funding under this contract is used only for reimbursement of costs paid to attorneys appointed for a parent or court visitors. Other costs are not eligible for reimbursement, including but not limited to: judicial officer time, administrative costs (overhead or indirect), court staff time, etc. No prepayment will be made under this Agreement. b) The Court agrees to provide a bimonthly report on UGA appointment services cost and usage data. At a minimum, this reporting will include: 1) Case numbers. 2) Purpose of appointment (attorney appointed for a parent or a court visitor), including to whom counsel was provided; and 3) Amount billed per party. c) In addition, the Court agrees to report any expected surplus for revenue sharing to AOC by July 26, 2022, and to provide any request for revenue sharing by July 26, 2022 for prioritization by the SCJA. d) The Court may elect to pay for UGA appointment services that are not in accordance with the provisions of this agreement; however, such payments will not be reimbursed. IAA22064 Page 1 of 195 4. PERIOD OF PERFORMANCE Performance under this Agreement begins July 1, 2021, regardless of the date of execution, and ends on June 30, 2022. 5. COMPENSATION a) The Court may be reimbursed a maximum of$95,002 for UGA appointment services costs incurred during the period of July 1, 2021 to June 30, 2022. No reimbursement will be made under this Agreement for UGA appointment services incurred after June 30, 2022, and any reimbursement beyond this amount will be denied. b) If this agreement is terminated, the Court will only receive payment for performance rendered or costs incurred in accordance with the terms of this agreement prior to the effective date of termination. c) The Court will submit its A-19 invoices monthly or bimonthly to: ReimbursementProgram(a)courts.wa.gov. Forms A-19 submitted under this agreement must include: 1) Billing reports from attorneys and visitors whose costs are being reimbursed, including hours billed and services provided; and 2) Payment documents from the Court indicating case number; amount paid, and payee. d) Data required in 3b above must be submitted electronically to the AOC in conjunction with the bimonthly invoice. e) Payment to the Court for approved and completed work will be made by warrant or account transfer by AOC within 30 days of receipt of a properly-completed invoice and the completed data report. f) The Court must maintain sufficient backup documentation of expenses under this Agreement. g) The AOC, upon consultation with the SCJA and after May 1, 2022, may initiate revenue sharing and reallocate funding among courts as prioritized by the SCJA. If such adjustments are made, Court will be notified by letter and e-mail from AOC, and such a letter will be attached to this agreement as Addendum A. 6. TREATMENT OF ASSETS AND PROPERTY The AOC is the owner of any and all fixed assets or personal property jointly or cooperatively, acquired, held, used, or disposed of pursuant to this Agreement. 7. RIGHTS IN DATA Unless otherwise provided, data which originates from this Agreement are "works for hire" as defined by the U.S. Copyright Act of 1976 and are owned by the AOC. Data includes, but is not limited to: reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and video and/or sound reproductions. Ownership includes the right to copyright, patent, register, and the ability to transfer these rights. In the event that any of the deliverables under this Agreement include material not included within the definition of"works for hire," the Court hereby assigns such rights to the AOC as consideration for this Agreement. IAA22064 Page 2 of 195 Data which is delivered under this Agreement, but which does not originate therefrom, must be transferred to the AOC with a nonexclusive, royalty-free, irrevocable license to publish, translate, reproduce, deliver, perform, dispose of, and to authorize others to do so; provided, that such license is limited to the extent which the Court has a right to grant such a license. The Court must advise the AOC, at the time of delivery of data furnished under this Agreement, 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 Agreement. The AOC must receive prompt written notice of each notice or claim of copyright infringement received by the Court with respect to any data delivered under this Agreement. The AOC reserves the right to modify or remove any restrictive markings placed upon the data by the Court. 8. INDEPENDENT CAPACITY The employees or agents of each party who are engaged in the performance of this Agreement continue to be employees or agents of that party and are not considered for any purpose to be employees or agents of the other party. 9. AGREEMENT ALTERATIONS AND AMENDMENTS This Agreement may be amended by mutual agreement of the parties. Such amendments are not binding unless they are in writing and signed by personnel authorized to bind each of the parties. 10. RECORDS, DOCUMENTS, AND REPORTS The Court must maintain books, records, documents and other evidence of accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Agreement. These records are subject at all reasonable times to inspection, review, or audit by personnel duly authorized by the AOC, the Office of the State Auditor, and federal officials so authorized by law, rule, regulation, or Agreement. The Court will retain all books, records, documents, and other material relevant to this Agreement for six years after settlement, and make them available for inspection by persons authorized under this provision. 11. RIGHT OF INSPECTION The Court will provide right of access to its facilities to the AOC, or any of its officers, or to any other authorized agent or official of the state of Washington of the federal government at all reasonable times, in order to monitor and evaluate performance, compliance, and/or quality assurance under this Agreement. 12. DISPUTES Disputes arising under this Agreement will be resolved by a panel consisting of one representative from the AOC, one representative from the Court, and a mutually agreed upon third party. The dispute panel will thereafter decide the dispute with the majority prevailing. Neither party has recourse to the courts unless there is a showing of noncompliance or waiver of this section. IAA22064 Page 3 of 195 13. TERMINATION Either party may terminate this Agreement upon thirty (30) days written notice to the other party. If this Agreement is so terminated, the parties are liable only for performance rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date of termination. 14. GOVERNANCE This Agreement is entered into pursuant to and under the authority granted by the laws of the state of Washington and any applicable federal laws. The provisions of this Agreement must be construed to conform to those laws. In the event of an inconsistency in the terms of this Agreement, or between its terms and any applicable statute or rule, the inconsistency will be resolved by giving precedence in the following order: a. Applicable state and federal statutes and rules; b. This Agreement; and c. Any other provisions of the agreement, including materials incorporated by reference. 15. ASSIGNMENT The work to be provided under this Agreement, and any claim arising hereunder, is not assignable or delegable by either party in whole or in part, without the express prior written consent of the other party, which consent may not be unreasonably withheld. 16. WAIVER A failure by either party to exercise its rights under this Agreement does not preclude that party from subsequent exercise of such rights and is not a waiver of any other rights under this Agreement unless stated to be such in a writing signed by an authorized representative of the party and attached to the original Agreement. 17. SEVERABILITY If any provision of this Agreement, or any provision of any document incorporated by reference is held invalid, such invalidity does not affect the other provisions of this Agreement which can be given effect without the invalid provision and to this end the provisions of this Agreement are declared to be severable. IAA22064 Page 4 of 195 18. AGREEMENT MANAGEMENT The program managers noted below are responsible for and are the contact people for all communications and billings regarding the performance of this Agreement: AOC Program Manager Court Program Manager Shelley Ireland Robyn Lockwood Court Association Coordinator Court Administrator PO Box 41170 419 N 4th St, FI 2, PO Box X Olympia, WA 98504-1170 Shelton, WA 98584-0078 shel ley.ireland@courts.wa.gov rl@co.mason.wa.us (360) 704-1924 (360) 427-9670 Ext. 206 19. ENTIRE AGREEMENT This Agreement contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Agreement are considered to exist or to bind any of the parties to this agreement unless otherwise stated in this Agreement. AGREED: Administrative Office of the Courts Contractor Signature Date Signature Date ChrisStanley Name Name Director, MSD Title Title IAA22064 Page 5 of 195 MASON COUNTY AGENDA ITEM SUMMARY FORM To: Board of Mason County Commissioners From: Jim Madsen, Chief Superior Court Action Agenda: X Administrator Public Hearing: Other Department: Superior Court Ext: Commission Meeting Date: 9/14/21 Agenda Item #6.3 (Commissioner staff to complete) Briefing Date: 8/30/21 Briefing Presented By: Jim Madsen [ ] Item was not previously briefed by the board Please provide explanation of urgency Item: Interagency Agreement, IAA22105, between the Washington State Administrative Office of the Courts and Mason County Juvenile Court Services for the purpose of engaging in services to process Truancy, At Risk Youth and Child in Need of Services programs and services. Background: Interagency Agreement IAA22105 for BECCA Bill programs and services is utilized to support Mason County in the processing of Truancy, At-Risk Youth (ARY) and Children in Need of Services (CHINS) petitions pursuant to RCW 13.32A. In 2021 the Washington State Legislature added new language to the budget proviso allowing the utilization of funds to help with case management of the petitions. These funds are shared with the Office of Public Defense, Prosecutor's Office, Clerk's Office and Superior Court. Recommended Action: Approve Interagency Agreement, IAA22105, between the Washington State Administrative Office of the Courts and Mason County Juvenile Court Services for BECCA Bill programs and services. Attachment(s): Interagency Agreement, IAA22105 Agenda Summary 8/30/2021 INTERAGENCY AGREEMENT IAA22105 BETWEEN WASHINGTON STATE ADMINISTRATIVE OFFICE OF THE COURTS AND MASON COUNTY JUVENILE COURT FOR BECCA PROGRAMS AND SERVICES THIS AGREEMENT is entered into by and between the Administrative Office of the Courts (AOC) and Mason County Juvenile Court (Contractor). PURPOSE The purpose of this Agreement is to engage the services of the Contractor to process Truancy, At Risk Youth and Child in Need of Services (Becca) programs and services within its jurisdiction and according to the intent of the Becca legislation chapter 13.32A RCW. Funds received by the Contractor under this Agreement may only be used to supplement, not supplant, any other local, state or federal funds received by the Contractor. STATEMENT OF WORK The Contractor will process Truancy, At Risk Youth (ARY) and Child in Need of Services (CHINS) programs within the Contractor's jurisdiction pursuant to chapter 13.32A, RCW. The Contractor shall submit summary reports to AOC documenting Becca activities. These reports shall provide both the number of petitions and the actual cost of processing such petitions, broken down as follows: a. CHINS petitions; b. ARY petitions, and, c. Truancy petitions. The Becca Bi-Annual Report to the Administrative Office of the Courts shall be submitted electronically. The required form for bi-annual reporting, which is incorporated in this agreement, is located on the Inside Courts website under Court Resources> Court Management and choose the "Becca Bi-Annual Report to AOC". Reporting schedule: Period Report Due 07/01/21 - 12/31/21 01/31/22 01/01/22 - 06/30/22 07/31/22 Failure to submit a report by the due date may adversely affect state funding of the Becca program. If you have questions, please contact the AOC Program Manager Sondra Hahn at Sondra.Hahn(c)-courts.wa.gov or (360) 705-5276 PERIOD OF PERFORMANCE The execution of this Agreement shall constitute a ratification of an earlier verbal agreement between the parties that is now set forth in writing. Accordingly, the beginning date of IAA22105 Page 1 of 5 performance under this Agreement is July 1, 2021 regardless of the date of execution and it shall end on June 30, 2022, except for any remaining obligations of the Contractor as may exist. COMPENSATION a. Contractor shall be reimbursed a maximum of$63,042 for costs incurred during the period of performance. Payment for satisfactory performance of the work shall not exceed this amount unless the parties mutually agree to a higher amount in writing, except as governed by the REVENUE SHARING section of this agreement. b. Contractor shall receive payment for actual costs (within the amount identified) which are associated with the processing of CHINS, ARY and Truancy petitions. Contractor shall use Exhibit A BECCA Cost Guidelines (attached and incorporated into this agreement) as a guide for determining what costs should be reimbursed. c. Contractor shall not be reimbursed until properly-completed monthly A-19 invoice and Becca Monthly Detail Report (see Exhibit B attached and incorporated into this agreement) is received and approved by AOC. d. If this agreement is terminated, Contractor shall only receive payment for performance rendered or costs incurred in accordance with the terms of this agreement prior to the effective date of termination. e. Contractor shall submit invoices to AOC monthly. f. Payment will be made by the AOC upon receipt of a properly-completed invoice detailing reimbursable expenses. Invoices are to be sent to Financial Services, Administrative Office of the Courts, P.O. Box 41172, Olympia, WA 98504-1172. AOC will remit payment to the Contractor in a total amount not to exceed the value of this contract. g. Payments will be considered timely if made by the AOC within 30 days of receipt of a properly prepared invoice by the AOC or receipt of satisfactory services, whichever is later. h. Contractor shall maintain sufficient backup documentation of direct costs expenses under this Agreement. i. Allocated administrative court costs must be applied at a rate that is set forth and supported by a documented internal administrative rate plan that has been approved by the designated authority at the Superior Court and is readily accessible for review by AOC or the State Auditor. REVENUE SHARING AOC, in its sole discretion and upon notice, may reallocate funding among county Becca programs. If it appears Contractor may not expend the maximum contract amount, AOC may reduce the maximum contract amount. AOC may increase the maximum contract amount if additional funds become available through this revenue sharing program. OTHER PROVISIONS FOR SERVICES a. Background Check/Criminal History In accordance with Chapters 110-700 WAC, and 43.20A RCW, the Contractor is required to conduct background check/criminal history clearance for all employees, subcontractors and/or volunteers who may or will have regular access to any client/juvenile, prior to any access under this Agreement. IAA22105 Page 2 of 5 In addition, Contractor may be required to conduct background check/criminal history clearance for employees, subcontractors and/or volunteers who may or will have limited access to any client/juvenile, prior to any access under this Agreement. The Contractor shall, based on the results from the criminal background check, determine whether each employee, volunteer, and subcontractor is suitable for access to clients/juveniles; Contractor shall affirmatively acknowledge that it has met these requirements and submit that acknowledgement to AOC. Contractor shall also document the background check/criminal history clearance process it employs. b. Sexual Misconduct Contractor shall ensure that all employees, subcontractors and/or volunteers are knowledgeable about the requirements of RCW 13.40.570 and of the crimes set forth in Chapter 9A.44 RCW, "Sexual Offenses." RECORDS MAINTENANCE The parties to this Agreement shall each maintain books, records, documents and other evidence which sufficiently and properly reflect all direct and indirect costs expended by either party in the performance of the service(s) described herein. These records shall be subject to inspection, review or audit by personnel of both parties, other personnel duly authorized by either parry, the Office of the State Auditor, and federal officials so authorized by law. All books, records, documents, and other material relevant to this Agreement will be retained for six years after expiration of this Agreement and the Office of the State Auditor, federal auditors, and any persons duly authorized by the parties shall have full access and the right to examine any of these materials during this period. Records and other documents, in any medium, furnished by one party to this Agreement to the other party, will remain the property of the furnishing party, unless otherwise agreed. The receiving party will not disclose or make available this material to any third parties without first giving notice to the furnishing parry and giving it a reasonable opportunity to respond. Each party will utilize reasonable security procedures and protections to assure that records and documents provided by the other party are not erroneously disclosed to third parties. RIGHTS IN DATA Unless otherwise provided, data which originates from this Agreement shall be "works for hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by AOC. Data shall include, but not be limited to, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, video and/or sound reproductions. Ownership includes the right to copyright, patent, register, and the ability to transfer these rights. INDEPENDENT CAPACITY The employees or agents of each party who are engaged in the performance of this Agreement 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. AGREEMENT ALTERATIONS AND AMENDMENTS This Agreement may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the IAA22105 Page 3 of 5 parties. This clause does not apply to the provisions of the REVENUE SHARING section in this Agreement. TERMINATION a. Termination for Convenience Except as otherwise provided in this Agreement, either party may terminate this Agreement by providing written notice of such termination to the other specifying the effective date thereof, at least five (5) calendar days prior to such date. If this contract is so terminated, the AOC shall be liable only for payment for work completed and accepted prior to the effective date of termination. b. Termination for Cause If either party does not fulfill in a timely and proper manner its obligations under this Agreement, or if either party violates any of these terms and conditions, the aggrieved party will give the other party written notice of such failure or violation. The responsible party will be given the opportunity to correct the violation or failure within 15 working days. If failure or violation is not corrected, this Agreement may be terminated immediately by written notice of the aggrieved party to the other party. DISPUTES In the event that a dispute arises under this Agreement, it shall be determined by a Dispute Board in the following manner: Each party to this Agreement shall appoint one member to the Dispute Board. The members so appointed shall jointly appoint an additional member to the Dispute Board. The Dispute Board shall review the facts, agreement terms and applicable statutes and rules and make a determination of the dispute. The determination of the Dispute Board shall be final and binding on the parties hereto. GOVERNANCE This Agreement is entered into pursuant to and under the authority granted by the laws of the state of Washington and any applicable federal laws. The provisions of this Agreement shall be construed to conform to those laws. In the event of an inconsistency in the terms of this Agreement, or between its terms and any applicable statute or rule, the inconsistency shall be resolved by giving precedence in the following order: a. Applicable state and federal statutes and rules; b. Statement of work; and c. Any other provisions of the Agreement including materials incorporated by reference. ASSIGNMENT The work to be provided under this Agreement, and any claim arising thereunder, is not assignable or delegable by either party in whole or in part, without the express prior written consent of the other party, which consent shall not be unreasonably withheld. SAVINGS In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Agreement and prior to normal completion, the AOC may terminate the Agreement under the "Termination for Convenience" clause, without the five day notice requirement, subject to renegotiation under those new funding limitations and conditions. AOC, at its discretion, may also elect to amend the Agreement to reflect a budget reduction IAA22105 Page 4 of 5 without terminating the contract as long as AOC gives notice of the budget reduction to the other party and the other party agrees to the amendment. The other party understands that refusing to agree to a budget reduction amendment will necessitate termination of this agreement. COUNTERPARTS Each party agrees that a facsimile (FAX) or scanned transmission of any original document shall have the same effect as the original. Any signature required on an original shall be completed and sent to the other party, as applicable, when a facsimile copy has been signed. The parties agree that signed facsimile or scanned copies of documents shall be given full effect as if an original. CONTRACT MANAGEMENT The program manager for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Agreement: AOC Project Manager Contractor Project Manager Sondra Hahn James Madsen Court Association Coordinator Juvenile Court Administrator PO Box 41170 615 W Alder St, PO Box 368 Olympia, WA 98504-1170 Shelton, WA 98584-0368 sondra.hahn@courts.wa.gov jamesma@masoncountywa.gov (360) 705-5276 360-427-9670 ENTIRE AGREEMENT This Agreement contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this contract shall be considered to exist or to bind any of the parties to this Agreement unless otherwise stated in this Agreement. AGREED: THE ADMINISTRATIVE OFFICE MASON COUNTY OF THE COURTS JUVENILE COURT Signature Date Signature Date Christopher Stanley Name Name Director, AOC Management Services Title Title IAA22105 Page 5 of 5 MASON COUNTY AGENDA ITEM SUMMARY FORM To: Board of Mason County Commissioners From: Jim Madsen, Chief Superior Court Action Agenda: X Administrator Public Hearing: Other Department: Superior Court Ext: Commission Meeting Date: 9/14/21 Agenda Item # 6,z� (Commissioner staff to com lete Briefing Date: 8/30/21 Briefing Presented By: Jim Madsen [ ] Item was not previously briefed by the board Please provide explanation of urgency Item: Interagency Agreement, IAA22141, between the Washington State Administrative Office of the Courts and Mason County Juvenile Court Services in support of the CASA/Volunteer Guardian ad Litem Programs. Background: The Interagency Agreement IAA22141 for CASA programming funding support is an agreement between the Administrative Office of the Courts and Mason County Juvenile Court Services which enables the county to receive CASA/Volunteer Guardian al Litem funding in the amount of$70,252 for the fiscal year July 1, 2021 through June 30, 2022. These funds will serve as reimbursement for services provided to juvenile dependency cases per RCW 13.34.100 — 107. Recommended Action: Approve Interagency Agreement, IAA22141, between Washington State Administrative Office of the Courts and Mason County Juvenile Court Services for CASA/Volunteer Guardian ad Litem Programs in the amount of $70,252. Attachment(s): Interagency Agreement, IAA22141 Agenda Summary 8/30/2021 INTERAGENCY AGREEMENT IAA22141 BETWEEN WASHINGTON STATE ADMINISTRATIVE OFFICE OF THE COURTS AND MASON COUNTY JUVENILE COURT i FOR THE SUPPORT OF THE CASAIVOLUNTEER GUARDIAN AD LITEM PROGRAM THIS AGREEMENT is made and entered into by and between the Washington State Administrative Office of the Courts (AOC), and Mason County Juvenile Court (COURT). IT IS THE PURPOSE OF THIS AGREEMENT for the COURT to increase the number of children served by court-appointed special advocates (CASAs)/volunteer guardians ad litem as defined by RCW 13.34.030(11) in dependency matters or to reduce the average caseload of volunteers to recommended standards. Funds received by the COURT under this Agreement may only be used to supplement, not supplant, any other local, state or federal funds received by the COURT. STATEMENT OF WORK The COURT shall furnish the necessary personnel, equipment, material and/or service(s) and otherwise do all things necessary for or incidental to the performance of managing a CASA/volunteer guardian ad litem program as defined in RCW 13.34.030(12) to serve juvenile dependency cases. The COURT will ensure that the program and volunteers comply with the statutory requirements contained in RCW 13.34.100 -107. The COURT will submit reports to AOC detailing information about the number of children served and the number of volunteers. The CASANolunteer GAL Bi-Annual Report to the Administrative Office of the Courts shall be submitted electronically. The required form for bi-annual reporting, which is incorporated in this agreement, is located on the Inside Courts website under `Court Resources> Court Management' and choose the "CASA Bi-Annual Report to AOC". Reporting schedule: Period Report Due 07/01/21 - 12/31/21 01/31/22 01/01/22 - 06/30/22 07/31/22 Failure to submit a report by the due date may adversely affect state funding of the CASA/Volunteer GAL program. If you have questions, please contact the AOC Program Manager Sondra Hahn at Sondra.Hahn@courts.wa.gov or (360) 705-5276 PERIOD OF PERFORMANCE The execution of this Agreement shall constitute a ratification of an earlier verbal agreement between the parties that is now set forth in writing. Accordingly, the beginning date of performance under this Agreement is July 1, 2021 regardless of the date of execution and it shall end on June 30, 2022, except for any remaining obligations of the COURT as may exist or if terminated sooner as provided in this Agreement. IAA22141 CASANGAL Page 1 of 5 PAYMENT Compensation for the work provided in accordance with this Agreement has been established under the terms of RCW 39.34.130. The parties have determined that the cost of accomplishing the work herein will not exceed $70,252. Payment for satisfactory performance of the work shall not exceed this amount unless the parties mutually agree to a higher amount in writing, except as governed by the REVENUE SHARING section of this Agreement. The COURT shall maintain sufficient backup documentation of direct costs under this Agreement. Costs will be reimbursed pursuant to CASA/Volunteer GAL Program Cost Guidelines (Exhibit A). Allocated administrative court costs must be applied at a rate that is set forth and supported by documented internal administrative rate plan that has been approved by the designated authority at the Superior Court and is readily accessible for review by AOC or the State Auditor. BILLING PROCEDURE The COURT will submit properly-completed Washington State form A-19 via email to AOC Financial Services at MSDFinancialServices(a�,courts.wa.gov or to: AOC Financial Services PO Box 41172 Olympia, Washington 98504-1172 Payment to the COURT for approved and completed work will be made by warrant or account transfer by AOC within 30 days of receipt of both properly-completed invoices and the detailed information outlined in the CASA Monthly Detail Report (see Exhibit B attached and incorporated into this agreement). Upon expiration of the Agreement, any claim for payment not already made shall be submitted within 30 days after the expiration date or the end of the fiscal year, whichever is earlier. REVENUE SHARING AOC, in its sole discretion and upon notice, may reallocate funding among state funded CASA/Volunteer GAL programs. If it appears the COURT may not expend the maximum contract amount, AOC may reduce the maximum contract amount. AOC may increase the maximum contract amount if additional funds become available through this revenue sharing program. RECORDS MAINTENANCE The parties to this Agreement shall each maintain books, records, documents and other evidence which sufficiently and properly reflect all direct and indirect costs expended by either party in the performance of the service(s) described herein. These records shall be subject to inspection, review or audit by personnel of both parties, other personnel duly authorized by either party, the Office of the State Auditor, and federal officials so authorized by law. All books, records, documents, and other material relevant to this Agreement will be retained for six years after expiration of the Agreement and the Office of the State Auditor, federal auditors, and any persons duly authorized by the parties shall have full access and the right to examine any of these materials during this period. Records and other documents, in any medium, furnished by one party to this Agreement to the other party, will remain the property of the furnishing party, unless otherwise agreed. The receiving party will not disclose or make available this material to any third parties without first IAA22141 CASANGAL Page 2 of 5 giving notice to the furnishing party and giving it a reasonable opportunity to respond. EXCEPT THAT, Bi-Annual Reports will be distributed to the Washington Association of Child Advocate Programs. Each party will utilize reasonable security procedures and protections to assure that records and documents provided by the other party are not erroneously disclosed to third parties. BACKGROUND CHECKS The COURT shall: • Ensure a criminal background check has been completed for all employees, CASAs /Volunteer GALs, and subcontractors who have access to children, prior to any access under this agreement pursuant to RCW 13.34.100(3); • Based on the results from the criminal background check, determine each employee, CASA/Volunteer GAL, and subcontractor is suitable for access to children; The AOC will: • Reimburse for CASA/Volunteer GAL criminal background checks. RIGHTS IN DATA Unless otherwise provided, data which originates from this Agreement shall be "works for hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by AOC. Data shall include, but not be limited to, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, video and/or sound reproductions. Ownership includes the right to copyright, patent, register, and the ability to transfer these rights. INDEPENDENT CAPACITY The employees or agents of each party who are engaged in the performance of this Agreement 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. AGREEMENT ALTERATIONS AND AMENDMENTS This Agreement may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Agreement, either party may terminate this Agreement by providing written notice of such termination to the other party specifying the effective date thereof, at least five (5) business days prior to such date. If this contract is so terminated, the AOC shall be liable only for payment for work completed and accepted prior to the effective date of termination. TERMINATION FOR CAUSE If for any cause, either party does not fulfill in a timely and proper manner its obligations under this Agreement, or if either party violates any of these terms and conditions, the aggrieved party will give the other party written notice of such failure or violation. The responsible party will be given the opportunity to correct the violation or failure within 15 working days. If failure or violation is not corrected, this Agreement may be terminated immediately by written notice of the aggrieved party to the other. IAA22141 CASANGAL Page 3 of 5 DISPUTES In the event that a dispute arises under this Agreement, it shall be determined by a Dispute Board in the following manner: Each party to this Agreement shall appoint one member to the Dispute Board. The members so appointed shall jointly appoint an additional member to the Dispute Board. The Dispute Board shall review the facts, agreement terms and applicable statutes and rules and make a determination of the dispute. The determination of the Dispute Board shall be final and binding on the parties; however, nothing herein prohibits either party from seeking judicial relief. GOVERNANCE This Agreement is entered into pursuant to and under the authority granted by the laws of the state of Washington and any applicable federal laws. The provisions of this Agreement shall be construed to conform to those laws. In the event of an inconsistency in the terms of this Agreement, or between its terms and any applicable statute or rule, the inconsistency shall be resolved by giving precedence in the following order: a. Applicable state and federal statutes and rules; b. Statement of work; and c. Any other provisions of the Agreement, including materials incorporated by reference. ASSIGNMENT The work to be provided under this Agreement, and any claim arising thereunder, is not assignable or delegable by either party in whole or in part, without the express prior written consent of the other party, which consent shall not be unreasonably withheld. WAIVER A failure by either party to exercise its rights under this Agreement shall not preclude that party from subsequent exercise of such rights and shall not constitute a waiver of any other rights under this Agreement unless stated to be such in a writing signed by an authorized representative of the party and attached to the original Agreement. SEVERABILITY If any provision of this Agreement or any provision of any document incorporated by reference shall be held invalid, such invalidity shall not affect the other provisions of this Agreement which can be given effect without the invalid provision, if such remainder conforms to the requirements of applicable law and the fundamental purpose of this agreement, and to this end the provisions of this Agreement are declared to be severable. SAVINGS In the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Agreement and prior to normal completion, the AOC may terminate the Agreement under the "Termination for Convenience" clause, without the five (5) business day notice requirement, subject to renegotiation under those new funding limitations and conditions. AOC, at its discretion, may also elect to amend the Agreement to reflect a budget reduction without terminating the contract if all parties agree to the amendment. IAA22141 CASANGAL Page 4 of 5 COUNTERPARTS Each party agrees that a facsimile (FAX) or scanned transmission of any original document shall have the same effect as the original. Any signature required on an original shall be completed and sent to the other party, as applicable, when a scanned or facsimile copy has been signed. The parties agree that signed facsimile or scanned copies of documents shall be given full effect as if an original. ENTIRE AGREEMENT This Agreement contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind any of the parties. CONTRACT MANAGEMENT The program manager for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Agreement: AOC Program Manager Court Program Manager Sondra Hahn James Madsen Court Association Coordinator Juvenile Court Administrator PO Box 41170 615 W Alder St, PO Box 368 Olympia, WA 98504-1170 Shelton, WA 98584-0368 sondra.hahn@courts.wa.gov jamesma@masoncountywa.gov 360 705-5276 360-427-9670 AGREED: Administrative Office of the Courts Mason County Juvenile Court Signature Date Signature Date Christopher Stanley Name Name Director, AOC Management Services Title Title IAA22141 CASANGAL Page 5 of 5 MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS From: David Windom/Lydia Buchheit Action Agenda x Public Hearing Other DEPARTMENT: Community Services EXT: 260 DATE: 9/14/21 Agenda Item # Commissioner staff to complete) BRIEFING DATE: 9/13/21 BRIEFING PRESENTED BY: David Windom [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Recruit temporary full-time PHN/RN position for COVID Response. Background: Need additional temporary Covid PHN/RN position to be on COVID Team to allow current RN's to return to regular CD and grant programs that have fallen behind. Budget Impacts: Funding for additional positions is available from new COVID and Public Health funding through 2023. RECOMMENDED ACTION: Approval of recruitment for Full-time Temporary PHN/RN Covid Response position Attachment(s): Job announcement Public Health Nurse Full-Time 1.0 FTE Posting #21- MASON COUNTY EMPLOYMENT OPPORTUNITY Opening Date: September 20, 2021 External Closing Date: Until Filled Department: Community Services- Public Health Internal Closing Date: Congruent Monthly Salary: Job Summary Performs public health nursing services with a current focus in Covid response and other duties as assigned. Examples of Duties Provides professional public health nursing and case management services to individuals, and families, with or exposed to COVID, via phone. Public Health office is primary worksite. Completes COVID assessments via phone to determine family health status, needs and strengths to enable joint implementation and evaluation of appropriate interventions and referrals to appropriate community resources. Responsible for disease investigation, monitoring, treatment and reporting. Will work with other public health COVID team to track case statistics, educate the public and community, schools and workplaces. Works closely with community providers and public, to ensure compliance with state and federal communicable disease compliance and reporting. Coordinates and evaluates services, to ensure consistency with departmental and community objectives. Minimum Requirements BSN with 1 yr nursing experience and preferably two years of public health experience. Will consider new BSN graduates. Valid Registered Professional Nurse License in the State of Washington and Washington State Driver's License. Spanish proficiency highly desired. Application & Selection Process Applicants are required to submit a Mason County Application. The completed application may include additional pages of employment history using the application format, and a resume may be attached. The completed application will be used as the primary document to determine if minimum qualifications are met for this recruitment. Misrepresentation, incomplete, or inaccurate entries may be the cause of application rejection, removal from the employment list, or discharge from county service. Applicants will be screened base upon education and experience, and the top candidates will be scheduled for interviews. Selection factors will include demonstrated knowledge and abilities for the particular position. Only candidates selected for interviews will be notified of final selection. Please read the reverse side for additional information. This selection process may be subject to change. Submit Applications to: Mason County Human Resource Department 411 North Fifth Street, Shelton, WA 98584 360 427-9670 Ext 268 or Job Line 427-7265 Equal Opportunity -Affirmative Action Employer Drug-free Work Environment MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS From: Dave Windom/Lydia Buchheit Action Agenda x Public Hearing Other DEPARTMENT: Community Services EXT: 260 ' DATE: 8/14/21 Agenda Item # g. (Commissioner staff to complete) BRIEFING DATE: 8/13/21 ----------- ---- BRIEFING PRESENTED BY: David Windom/Lydia Buchheit [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Temporary Full-time COVID Response Community Health Specialist Positions Background: The continued COVID response has created a need to add additional temporary staffing so regular staff can return to do normal duties and fulfill other grant deliverables. Budget Impacts: Funding for additional positions is available from new COVID and Public Health funding through 2023. RECOMMENDED ACTION: Approve recruitment for temporary full-time Covid Response position Attachment(s): Job Description Community Health Specialist I, II or III Covid Education/Response Specialist Temporary Full-Time 1.0 FTE Posting #21- MASON COUNTY EMPLOYMENT OPPORTUNITY Note: Internal posting with Teamsters Community& Family Health is concurrent with posting to the public. Therefore if a qualified candidate from within the bargaining unit applies, that person could be selected for the position. Opening Date: Sept 15, 2021 or ASAP External Closing Date: Until Filled Department: Community Services- Public Health Internal Closing Date: Congruent Monthly Salary: Job Summary Performs public health COVID related educational and guidance services, in an office setting. Plans, organizes, coordinates, implements and monitors COVID related tasks in COVID response. Examples of Duties Provide professional services including answering public and business/agency phone calls on COVID services, follow up on positive case reports and contact tracing needing special assistance, conduct outbreak investigations, enter and update COVID case data into state database, monitor's COVID data for community, communication and coordination of services with state Department of Health and other monitoring entities. Research current Department of Health and Center for Disease Control information on COVID and prepare information and reports for leadership and community release. Keep website and social media information current. Work closely with community providers to ensure compliance with state and federal guidance. Coordinate and evaluates services, to ensure consistency with departmental and community objectives. Work with our public health team. Ability to quickly learn through reading and minimal training, needed information to disseminate. Proficient in use of MS software, especially Excel. Communicate clearly and concisely, both orally and in writing, establish and maintain effective working relationships with community partnering agencies, program participants, other employees, County officials, and the public. Minimum Requirements Bachelor's degree in health education, social services, or related degree preferred. Washington State Driver's License. Spanish proficiency highly desired. MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS From: David Windom/Lydia Buchheit Action Agenda x Public Hearing Other DEPARTMENT: Community Services EXT: DATE: September 14, 2021 Agenda Item # Commissioner staff to complete) BRIEFING DATE: July 19, 2021 BRIEFING PRESENTED BY: Lydia Buchheit [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Housing Needs Assessment Background: The Housing Needs Assessment will inform the Housing Chapter of the Comprehensive plan and identify the highest needs for affordable housing in Mason County. Budget Impacts: Up to $50,000 from the 1406 Fund (Current fund balance is $182,000) RECOMMENDED ACTION: Approval for Community Services to issue a Request for Proposal (RFP) for a housing needs assessment Attachment(s): Request for Proposal Mason County Community Services Request for Proposal Statement of Need: Mason County local government is seeking consultive services to perform a Housing Needs Assessment that evaluates housing options and recommends housing needs that will inform the Housing Chapter of the Comprehensive plan and identify the highest needs for affordable housing in Mason County. Estimated Schedule: ▪ Release Date: September 15, 2021 ▪ Question and Answer Period: September 15 – September 29, 2021 ▪ Letter of Interest Due: September 29, 2021 ▪ RFP Response Due: October 13, 2021 ▪ Selection Process: October 13 – 27, 2021 ▪ Award Notification on or before: November 3, 2021 ▪ Contract implemented on or before: December 8, 2021, Request for Proposal Contact: Todd Parker Mason County Community and Family Health 415 N. 6th St. Shelton, WA 98584 360-427-9670 ext. 293 tparker@masoncountywa.gov Background: As we travel along the housing continuum from unsheltered homelessness, emergency shelter, transitional housing, public housing, affordable rental housing, affordable homeownership, market rate rental housing and market rate homeownership we find that there are not enough housing options in supply to keep up with the demand. Housing supply, especially in the spectrum of public and affordable housing is at an all-time shortage. The annual Point in Time Counts historically count over 100 individuals unsheltered and 146 individuals in temporary housing including emergency shelters. About 50% of the households report a chronic health condition as a reason for housing instability and homelessness. Coordinated Entry has a master list of over 100 households at any given time throughout the year that are considered Category 1 Homeless (unsheltered or sheltered). It is unknown how many individuals are couch surfing and households are doubled or even tripled up to find housing options. The need for affordable housing extends beyond the ability to accurately quantify real need. The goal of this housing needs assessment is to identify the greatest need for housing types county-wide for households with an area median income at or below 60% with the available data and resources to compile such an assessment. Mason County’s Vision for Housing To assure adequate affordable housing that is available and accessible to all income levels, Mason County will review zoning and building regulations to ensure they encourage affordable and accessible housing and are responsive to demographic changes. Mason County will identify and utilize incentives and creative “out of the box” thinking to maximize the potential for appropriate growth, rehabilitation, and maintenance of Mason County’s housing stock and to increase low-income housing units to both ease the affordable housing shortage and the cost burden borne by our low-income citizens. Mason County will support housing opportunities that adhere to and fit within Smart Growth Principles. The Washington State Growth Management Act (GMA) of 1990 (RCW 36.70A.020), requires that comprehensive plans include a housing element. This requirement grows out of concerns over housing affordability, availability, and housing condition. The GMA also “encourages the availability of affordable housing to all economic segments of the population of this state, promote a variety of residential densities and housing types, and encourage preservation of existing housing stock”. Mason County is projected to have a 34% increase in population from 2016 through 2036, or 21,480 more individuals. Using the US Census data for average household size, the housing needed to accommodate these new residents is estimated to be approximately 8,300 homes over the same period. According to the U.S. Census, only 22 percent of homes are renter occupied. This is significantly lower than the statewide average of 37 percent. Single-family units represent most of the County's housing stock. Mobile homes and other types of housing accounted for 20 percent of the housing units in the County. Multi-family units comprise approximately 5 percent of the County's housing stock. Most of the multi-family housing is in the City of Shelton. According to the Housing Chapter of the Comprehensive Plan, apartments with 5 or more units make up 3% of the available housing type. Studio and one-bedroom units are in even shorter supply limiting the housing options and affordability for single adults. There are not any permanent supportive housing options in Mason County where supportive services are combined with housing options to provide housing stability for the residents. The goal of this Housing Needs Assessment is to help focus community efforts on the most critical local housing issues. The four primary objectives of this Housing Needs Assessment aim to: 1. Evaluates housing options and recommend housing needs that will inform the Housing Chapter of the Comprehensive plan and identify the highest needs for affordable housing in Mason County. 2. Inform the community on its housing needs for households that are low and very low income, 3. Aid officials in assigning priority and resources to the housing needs identified, and 4. Provide a necessary guide in developing appropriate housing policies, programs, and strategies The Housing Needs Assessment outlined in this RFP targets the continuum of public housing and affordable rental housing for households at or below 60% of the area median income. Furthermore, it is to specify the housing types needed for our most vulnerable community members: veterans, senior citizens, persons with behavioral health disabilities, homeless and at-risk of homelessness, homeless unaccompanied youth, persons with disabilities and domestic violence survivors. Information from the housing needs assessment will help inform and prioritize limited resources to develop affordable housing options to positively impact the quality of life for vulnerable community members. Estimated Budget: ▪ Not to exceed $50,000 Evaluation Criteria: No proposals will be considered without a letter of interest. Answers to all questions will be provided to all organizations that submit a letter of interest. Submitting a letter of interest does not obligate the organization to submit a proposal. Mason County intends to select the proposal which is the most qualified and responsive to meet its local needs. The proposal submitted must fully address the questions and statements outlined in the Proposal Response Guidelines. Mason County reserves the right to reject any and all proposals received by reason of this request or to negotiate separately with any source whatsoever, in any manner deemed to be in the best interests of Mason County’s affordable housing and preservation programs. Public Health and Planning staff will conduct an initial review and eliminate any proposals that do not meet the criteria outlined in this RFP. Staff will provide all proposals that meet the criteria to the Housing and Behavioral Health Advisory Board for review, evaluation, and scoring. This board will vote and make an award recommendation to the Board of County Commissioners. Via resolution, the Commissioners make the final decision on funding the proposal for this project. ▪ Letter of interest on file ▪ Complete, responsive application and ability to meet proposal elements ▪ Organization’s qualifications and experience ▪ Project personnel qualifications and experience ▪ Sample Housing Needs Assessment ▪ Cost effectiveness ▪ Organization timeline Proposal Response Guidelines: Answer the following statements and/or questions on a separate document that can be submitted in a Microsoft Word or PDF format on or before the proposal deadline. 1. Organization Information a. Contact i. Name of Company ii. Mailing Address iii. Phone iv. Primary Contact Person, job title, phone, and email b. Organizational summary to include primary area of expertise c. Number of years in business d. State of Washington Business License Number e. Program Licensure or Certifications, if applicable f. A list of personnel with their number of years’ experience and qualifications 2. Cost to complete the proposal as identified in this RFP’s Proposal Scope of Work with a price breakdown including any fees 3. Timeline to complete the proposal 4. Provide an outline of the process the organization will go through and the stakeholders that will be engaged to collect the information for the Housing Needs Assessment as outlined in the Proposal Scope of Work. 5. Describe any additional considerations Mason County should consider when finalizing the scope of work and any additional costs this work may incur. 6. Provide a sample Housing Needs Assessment 7. Availability for a follow up session to review the Housing Needs Assessment. Proposal Scope of Work: Once an award is made, Mason County anticipates that the awardee and County will negotiate and execute an agreement for the operation of the project and timing of the award. The agreement will include a Scope of Work based on the following parameters: Conditions: A. Market Area: Mason County B. Target Populations: a. individuals with mental illness, b. veterans, c. senior citizens, d. homeless families with children, e. unaccompanied homeless youth, f. persons with disabilities, g. or victims of domestic violence C. Target Income: At or below 60% of the Area Median Income Housing Needs Assessment to consider the following areas: 1. Economic Analysis a. Employment trends b. Income data c. Economic base of the Market Area d. Local Employment/Unemployment Rates e. Percent of households housing cost-burdened (30% or more of gross income is spent on housing related costs (i.e. rent, utilities, insurance) 2. Current Housing Supply a. Housing stock characteristics and changes b. Construction and real estate activity c. Housing affordability and severe cost burdens d. Rental vacancy rate i. Market Rate Vacancy in real-time ii. Subsidized housing vacancy rate iii. Market and subsidized housing rent growth trends e. Available housing types that serve the subpopulations listed above. i. Include data on waiting lists for available units ii. Reasonability of rents iii. Analysis of rent gaps 3. Projection of renter household demand by bedroom type a. For all units of households 60% AMI and under b. Additional breakout of households 30% AMI and below 4. Recommendations on housing strategies for the housing types and design considerations needed to best serve the subpopulations listed in the Conditions above. 5. Determine the level of need for Permanent Supportive Housing in Mason County to include optimal size/scale, level of services needed by priority populations, and compatibility with existing services. Deadline for acceptance of the proposal: ▪ 5 pm, Friday, October 29, 2021 ▪ Submit an electronic copy to Todd Parker at tparker@masoncountywa.gov SAMPLE Letter of Interest: Submitting a letter of interest is a requirement to have the proposal considered and evaluated. Submitting a letter of interest does not obligate the organization to submit a proposal. The following information may be copied onto a MS Word document and submitted as a Word or PDF to demonstrate intent to submit a Request for Proposal. Submit the letter of interest to Todd Parker at tparker@masoncountywa.gov. Organization: Primary Contact Person with job title: Mailing Address: City, State, and Zip: Primary Contact’s Phone: Fax: Primary Contact’s email: Signature below indicates an interest in preparing a Housing Needs Assessment for Mason County. I understand that signing this letter does not bind me or the organization to submit a proposal. All information submitted in this letter of intent is true to the best of my knowledge and belief. Printed Name: Signature: Date: Mason County Standard Terms and Conditions: All proposals are public information and subject to public disclosure. Mason County is not liable for any costs incurred by proposers prior to entering into contract. Costs associated with developing the proposal, preparing for any presentations and any other expenses incurred by the proposer in responding to the RFP are entirely the responsibility of the proposer, and shall not be reimbursed in any manner by the County. SAMPLE General Terms and Conditions Scope of Services: CONTRACTOR agrees to provide COUNTY all services and any materials as set forth as identified in EXHIBIT A SCOPE OF SERVICES, RFP Application, and any instructions and disclosures during the CONTRACT period. No material, labor or facilities will be furnished by COUNTY, unless otherwise provided for in the 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. 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 be responsible for and will pay all taxes related to the receipt of payments from the COUNTY. 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. Payment: COUNTY will reimburse CONTRACTOR for actual expenditures incurred each month, according to the terms provided in EXHIBIT A, provided that CONTRACTOR performs the services and submits all reporting to a satisfactory level. Monthly expenditures will be reported using the template provided. Payment is on the assumption that State and local funds are available to the COUNTY for disbursement to the CONTRACTOR and have been expended and program requirements met, or earlier in the event of non-compliance. If State or local funds are not available to the COUNTY, the COUNTY reserves the right to amend the payment terms and the amount of the maximum contract total. The term of this CONTRACT begins on the Effective Date, and the CONTRACTOR agrees not to incur any expenses on the program using COUNTY funding prior to the effective date. Payment Information: CONTRACTOR agrees to complete or make sure a current Vendor Payment Form is on file providing the COUNTY with all information necessary to correctly issue such payments. If CONTRACTOR fails to provide such information in response to the COUNTY’S written request, then the COUNTY may withhold payments to CONTRATOR until CONTRATOR provides such information. Budget: CONTRACTOR further agrees that funds provided under this CONTRACT will be expended as specifically itemized line by line in the Budget provided in Exhibit C, and that CONTRACTOR will follow the Budget Amendment Process for quarterly expense transfers within a budget category (i.e. operations, administration, facilities support). Budget transfers will not be made unless approved by the COUNTY. Late requests will not be accepted. Duplicate Payment: The COUNTY shall not pay CONTRACTOR, if the CONTRACTOR has charged or will charge any other party under any other Grant, subgrant/subcontract, or agreement, for the same services or expenses. If it is determined that CONTRACTOR has received duplicate payment, the CONTRACTOR must pay back the COUNTY for these expenses. Recordkeeping: CONTRACTOR agrees to keep records in an easily read form sufficient to account for all receipts and expenditures of contract funds. These records, as well as supporting documentation, will be archived by the CONTRACTOR’S office for at least six (6) years after the end of the contract. CONTRACTOR agrees to make such books, records, and supporting documentation available to the COUNTY for inspection when requested. 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 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, 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 schedule set forth in Exhibit "A". Reporting and Other Contract Requirements: CONTRACTOR agrees to submit program and expense reports, as well as perform all other requirements outlined in Exhibit A – SCOPE OF SERVICE, on or before the dates indicated therein. The COUNTY reserves the right to aggregate, disaggregate, analyze, reproduce, and/or disseminate the data provided in program reports, financial activity reports, or any other reports submitted to the COUNTY with respect to the program. Federal and State Benchmarks, Data Collection, and Evaluation: The Department of Housing and Urban Development (HUD) and the Department of Commerce may require additional reporting of programs and continuums of care directly or indirectly related to the funding awarded such as, but not limited to, Coordinated Entry, Data Quality, Data Timeliness, Housing Inventory Report, Annual Performance Report, Point in Time Count and System Performance Measures. CONTRACTOR agrees to participate in these evaluation efforts, meet individual benchmarks that contribute to the system and will fulfill the data collection and reporting requirements specified at the time of the request. It will be the obligation of the COUNTY representatives, CONTRACTOR and other contractors to provide protections and assurances regarding the confidentiality of data, samples of work (in any media format) and/or interview comments provided by participants. CONTRACTOR also agrees to provide the COUNTY with the results of any independent or self-directed evaluation or research undertaken in respect to the funded program. 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. 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. 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 now or in the future. Intellectual Property: CONTRACTOR shall retain all copyrights and other intellectual property rights to written work produced because of this award, including but not limited to, work product listed in SCOPE OF SERVICES. CONTRACTOR grants to COUNTY a nonexclusive, irrevocable, perpetual, and royalty-free license to access, reproduce, publish, copy, or otherwise use such written work. Program materials may be reproduced (but not morphed, amended, revised, or redesigned) by any other party, on a worldwide, non-exclusive basis and without fee in connection with their own educational or program purposes, but may not be used in connection with sales or distribution for profit. The owner must approve any use of project materials not specifically permitted under this provision, in advance and in writing. As appropriate, all materials shall contain an attribution of ownership. Third-Party Rights: CONTRACTOR warrants that written work product(s) produced under the terms of this CONTRACT will not infringe, misappropriate, or violate the rights of any third party, or incorporate or be derived from the intellectual property of any third party, without the COUNTY’S prior written consent. Audit Provisions and Non-Compliance: Throughout the course of the CONTRACT term, the COUNTY will monitor compliance with contract requirements and performance, invoices, reports and Scope of Services (Exhibit A). If the COUNTY, a) encounters non-compliance with the terms outlined in the CONTRACT on the part of the CONTRACTOR, or (b) is not satisfied, in its sole discretion, with the quality of CONTRACTOR’S work, the COUNTY will follow to make a reasonable attempt to assist CONTRACTOR with technical assistance to resolve issues that impede quality and compliance. In the event that compliance and/or quality issues are not resolved through standard technical assistance, or reasonable efforts to provide such assistance, CONTRACTOR will be engaged in corrective action through a Corrective Actions and/or Performance Improvement Plan, as outlined in Contract Guidance Manual. Failure to meet the corrective actions can result in early contract termination, as outlined in Contract Guidance Manual. Contract Close out: Final payment is contingent upon the CONTRACTOR’S ability to provide the COUNTY with all invoices and work product including; plans, narrative reports, and data reports, to release the final payment for services within sixty (60) calendar days of contract completion or termination. The COUNTY shall have no further obligation to pay CONTRACTOR if any invoices or r eports are past due for the sixty (60) day period following the contract term end date. Early Termination: The COUNTY may terminate the contract prior to the end of the term if satisfactory compliance is not reached after reasonable efforts have been made to restore compliance, as outlined in Contract Guidance Manual. In the case of such termination, CONTRATOR is required to immediately repay the full amount of any funds which CONTRACTOR did not spend as of the date of the notice of termination. CONTRACTOR must submit a final invoice and all reports to a satisfactory level within sixty (60) days of termination to receive payment for any services up until the day of termination. The COUNTY shall have no further obligation to pay CONTRACTOR if any invoices or reports are past due for the sixty (60) day period following termination. 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, CONTRACTOR shall be entitled to payment for actual work performed in compliance with Exhibit A-SCOPE OF SERVICES. 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 B Compensation. 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, 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. Change in Personnel The success of the approved program is largely contingent on the approved staffing identified in the proposal application and/or related to the final award amount and related services. Should there be any material change in job description, level of authority, or employment status of program staffing (or projected staff start dates for new programs) during the term of the CONTRACT, the COUNTY requires that the CONTRACTOR notify the COUNTY in writing within 15 days of the change and includes a staffing plan to minimize any disruption in services. CONTRACTOR will provide updates if there are any changes to the staffing plan or hiring delays. 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. Equipment Purchase, Maintenance, and Ownership The CONTRACTOR agrees that any depreciable equipment purchased, in whole or part, with contract funds at a cost of $1,000 per item or more, is upon its purchase the property of the COUNTY and will be used only for the program funded. The CONTRACTOR agrees to establish and maintain transaction documents (purchase requisitions, packing slips, invoices, receipts) and maintenance records of equipment purchased with Contract funds. The CONTRACTOR shall be responsible for any loss or damage to property of the COUNTY that results from the negligence of the contractor or that results from the failure on the part of the contractor to maintain and administer that property in accordance with sound management practices. In the case of Early Termination, the CONTRACTOR agrees that all such equipment will be returned to the COUNTY unless otherwise agreed upon in writing by the CONTRACTOR and the COUNTY. 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. If subcontracting approved, CONTRACTOR is responsible to COUNTY should the subcontractor fail to comply with any applicable term or condition of this contract. CONTRACTOR shall audit and monitor the activities of the subcontractor during the contract term to assure fiscal conditions and performance metrics are met. COUNTY will be included on any audit or monitoring activities and reports. 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 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 corporation to refrain from submitting a bid or proposal to or from performing work or providing supplies to COUNTY. 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, 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 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. Conflict of Interest Notwithstanding, any determination by the Executive Ethics Board or other tribunal, the COUNTY may, in its sole discretion, by written notice to CONTRACTOR terminate this contract if it is found after due notice and examination by the COUNTY that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW or any similar statute involving CONTRACTOR, or any activities performed pursuant to the contract. Unilateral Contract Changes The CONTRACTOR acknowledges that the COUNTY may correct typographical errors, numbering errors or other minor grammar or punctuation error without the need to amend the agreement. The CONTRACTOR shall be notified when any correction take place and will be provided with a corrected copy of the contract. Contract Monitoring and Program Review CONTRACTOR will permit Mason County staff to visit CONTRACTOR’S premises and review CONTRACTOR’S activities with respect to the program, and will permit the COUNTY at its own expense, to conduct an independent financial and/or programmatic audit of the expenditures related to this contract. Administration Contract: COUNTY hereby appoints, and CONTRACTOR hereby accepts, the Mason County's Community 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: Lydia Buchheit, Community and Family Health & Human Services Manager Mason County Community Services 415 N. 6th Street Phone: 360-427-9670 Ext. 404 Fax: 360-427-7787 E-mail: LydiaB@co.mason.wa.us Financial Contact: Casey Bingham, Finance Manager Mason County Public Health and Human Services 415 N. 6th Street Phone: 360-427-9670 Ext. 562 Fax: 360-427-7787 E-mail: caseyb@co.mason.wa.us 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. 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 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, WAC’s, RCW’s, regulations, policies, procedures, federal Office of Management and Budget (OMB) circulars and federal and state executive orders. B. Special Conditions C. General Terms & Conditions D. Exhibit B Insurance Requirements E. Exhibits A, C 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. MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Richard Dickinson, Deputy Director/U&W Management Hearin DEPARTMENT: Public Works EXT: 450 COMMISSION MEETING DATE: September 14, 2021 Agenda Item # .8 BRIEFING DATE: August 30 2021 BRIEFING PRESENTED BY: Richard Dickinson [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: CONTRACT AMENDMENT 5 — KENNEDY-JENKS BACKGROUND: Commissioners approved a contract with Kennedy-Jenks on April 23, 2019 to complete two projects for extending sewer service to the Puget Sound Industrial Center (PSIC): Project 1 - Sewer system pre-design report and General Sewer Plan Amendment Project 2 - Sewer system design The contract has had four previous amendments. Amendment No. 1 amended the Belfair General Sewer Plan and added 6 months to the contract term, adding an additional $87,759 and increased the total compensation under the agreement to $527,576. Amendment No. 2 amended scope of work for Project 2, adding an additional $842,916 and increased the total compensation under the agreement to $1,370,492. Amendment No. 3 added an additional 6 months to the contract term, changing the expiration date to June 30, 2021. Amendment No. 4 extended the contract expiration date to December 31, 2021 to wrap up the project and submit general sewer plans to Ecology. Amendment No. 5, would add construction inspection for the Southern half of the Belfair sewer extension mainline, inspecting from the railroad crossing to the existing system and extend the contract expiration date to June 30, 2022. No cost or additional budget impacts for Amendment No. 5. The scope of work is covered in the contract current maximum amount $1,370.492 (approved under Amendment No 2). RECOMMENDED ACTION: Recommend the Board authorize the Chair to execute Contract Amendment 5 with Kennedy/Jenks Consultants, Inc. that extends the contract expiration date to June 30, 2022 and adds construction inspections to the scope of work for the Belfair sewer extension phase 2 project. ATTACHMENT: 1. Contract Amendment No. 5 Mason Count and Kennedy/Jenks Consultants, Inc. Contract Amendment 5 MC Contract No. 19-034 KJ Project No. 1997006*01 AMENDMENT NO. 5 TO AGREEMENT FOR CONSULTING SERVICES BETWEEN KENNEDY/JENKS CONSULTANTS, INC. AND MASON COUNTY FOR PLANNING/DESIGN FOR THE BELFAIR SEWER EXTENSION TO PSIC THIS AMENDMENT NO. 5 is made and entered into on this 30th day of Au ust 2021 to the Agreement for Consulting Services dated May 7, 2019, hereinafter referred to as "AGREEMENT", between Kennedy/Jenks Consultants, Inc., a California corporation, hereinafter referred to as "CONSULTANT", and Mason County, hereinafter referred to as"COUNTY", for the Planning/Design for the Belfair Sewer Extension to PSIC, hereinafter referred to as "PROJECT". RECITALS: WHEREAS, CLIENT is authorizing CONSULTANT to perform additional or amended services as set forth herein; and WHEREAS, CLIENT and CONSULTANT agree to revise the PROJECT as follows: CONSULTANT is finalizing the design of the Belfair Sewer Extension. To allow the Olympic Ridge development to move forward ahead of the projected Sewer Extension construction schedule, the Developer has selected a Contractor for construction of the southern segment of the PROJECT. The COUNTY is requesting CONSULTANT perform site visits to inspect the work and report compliance with permit requirements. This will help maintain the project schedule by providing both COUNTY and CONSULTANT with real time field changes that could impact design of remaining portions of the sewer extension. NOW, THEREFORE, CLIENT and CONSULTANT agree to amend the AGREEMENT as follows: Scope of Services: The Scope of Services in the AGREEMENT is amended to include the following: COUNTY has requested construction observation assistance, as budget permits, for: • Six month time extension from December 31, 2021 to June 30, 2022. • Part-time field visits to inspect and document site construction activities to ensure Contractor's compliance with the conformed bid documents and applicable permit requirements. • Construction Observer will perform the following duties: o Observe, document, communicate, and coordinate construction activities with COUNTY to ensure compliance with the permit and design document requirements. o Notify the Contractor and COUNTY of non-compliance issues. o Deliver weekly written updates to COUNTY via email. ©Kennedy/Jenks Consultants, Inc.,May 2015 Page 1 of 2 \\kjc.locallkjc-roofkj-office\fwy\data\projects\201911997006.00 mason cty-belfair wrf sewer extension\01 contracts\amendment 5\const support\mason county belfair sewer ext amend 05.docx Mason Count and Kennedy/Jenks Consultants, Inc. Contract Amendment 5 Assumption(s) • Field visits will be up to 8 hours in duration per visit. • Construction assistance will be performed as existing budget permits. Schedule: CONSULTANT is authorized to proceed with the modified Scope of Services effective on the date of this Amendment. All Scope of Services shall be completed by 30th of June 2022. Compensation: Compensation for the services provided under this Amendment shall be calculated on the same basis as in the AGREEMENT unless explicitly modified by this or previous amendment(s). Compensation for the services performed under this Amendment will utilize existing budget from completed under spent tasks. The total compensation under the AGREEMENT remains $1,378,366. All other terms and conditions of the AGREEMENT and any amendments thereto remain unchanged. IN WITNESS WHEREOF, the parties hereto have executed this Amendment as of the date first above written. KENNEDY/JENKS/CONSULTANTS, INC. MASON COUNTY Signature: Signature: Printed Name: Michael Lubovich Printed Name: Title: Operations Manager Title: Date: 25 August 2021 Date: APPROVED AS TO FORM Tim Whitehead, Ch. DPA ©Kennedy/Jenks Consultants, Inc.,May 2015 Page 2 of 2 \\kjc.local\kjc-root\kj-office\fwy\data\projects\2019\1997006.00 mason cty-belfair wrf sewer extension\01 contracts\amendment 5\const support\mason county belfair sewer ext amend 05.docx MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Mike Collins P.E, PLS, County Engineer koy) DEPARTMENT: Public Works EXT: 450 COMMISSION MEETING DATE: September 14, 2021 Agenda Item # 16.q BRIEFING DATE: August 30 2021 BRIEFING PRESENTED BY: Mike Collins [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Purchase of two Electronic Reader Boards BACKGROUND: In 2009 Public Works was authorized to purchase two (2) trailer mounted electronic message reader boards. Due to recent vandalism, both of the reader boards are no longer operable or fixable. Public Works would like to replace these two reader boards with new ones. Under the Washington State Contract, Traffic Safety Supply, offers variable message boards with the desired features at a price of $15,400 per sign (total purchase amount with fees/tax $35,630.51) Funding of this equipment will be out of the current Road fund budget. RECOMMENDED ACTION: Recommend the Board of County Commissioners authorize Public Works to procure two new electronic reader boards off of the Washington State contract with the Department of Enterprise Services (DES). ATTACHMENTS: 1. Sale Quote Traffic Safety Supply SALES QUOTE 2324 SE Umatilla Street Portland, OR 97202 Phone: (503) 235-8531 Fax: (503) 235-5112 Quote Number Date Customer Number SQN00033193 08-17-21 C002317 CSR: Ben Speidel Quote valid for 30 days. Bill To: Ship To: Mason County Mason County 100 W Public Works Dr 100 W Public Works Dr Del Hours: M-Th 7-3:30 Del Hours: M-Th 7-3:30 Shelton, WA 98584 Shelton, WA 98584 Contact Name: Gary Albaugh Phone Number: (360) 427-9670 Project: DES O4616-SMC40OFM with Modem Freight Terms: Prepaid I — kProduct Description Quantity T Price Extended Price DPO6118 VARIABLE MESSAGE BOARD 2.00 EA $15,400.00 $30,800.00 SMC4000 MINI,WORK AREA PROTECTION, FULL MATRIX,WITH MODEM *5 YEAR MANUFACTURER WARRANTY *PRICE INCLUDES MODEM MODEM FEATURES: *NO REOCCURING MONTHLY MODEM OR CELLULAR FEES *GPS LOCATING *REMOTE MESSAGE INPUT *DIAGNOSTIC DATA Video Link: https://www.youtube.com/watch? v=D1 ngYPwJ9gU Page 1 of 4 Traffic Safety Supply SALES QUOTE 2324 SE Umatilla Street * Portland, OR 97202 Phone: (503) 235-8531 Fax: (503) 235-5112 Quote Number Date T stomer Number 1 - SQN00033193 08-17-21 C002317 CSR: Ben Speidel Quote valid for 30 days. Product Description Quantity Price Extended Price DPO5795 RV-50 4G MODEM ANTENNA& 2,00 EA $850.00 $1,700.00 CABLE WORK AREA PROTECTION AIRLINK MODEM FEATURES: 'NO REOCCURING MONTHLY MODEM OR CELLULAR FEES "GPS LOCATING 'REMOTE MESSAGE INPUT 'DIAGNOSTIC DATA Total Before Tax $32,500.00 DES Fee $248.63 Tax $2,881.88 Order Total $35,630.51 *Pricing reflect discount allowed on WA State Contract 04616. For Intelligent Transportation System 2. This is delivered price to Mason County, WA. Page 2 of 4 Traffic Safety Supply SALES QUOTE 2324 SE Umatilla Street * Portland, OR 97202 Phone: (503) 235-8531 Fax: (503) 235-5112 Quote Number Date Customer Number SQN00033193 08-17-21 C002317 CSR: Ben Speidel Quote valid for 30 days. Terms and Conditions By confirming this Order Acknowledgment,Customer agrees to the following: 1. Customer confirms the above order and prices, Custom orders,which are customized products made specifically for the Customer,are non-returnable and cannot be cancelled once placed. Non-custom orders for stock product may be canceled not less than 2 days of scheduled shipment date,but are subject to a 20%restocking fee.Non-custom orders for non-stock product,provided Seller's vendor accepts the cancellation or return,may be canceled or returned not less than 10 days of scheduled shipment date,but is subject to payment of Seller's vendor's restocking fee. 2. Terms of sale are Net 30 days from invoice date unless otherwise stated on the invoice. Customer agrees to pay all invoices timely and to pay interest on past due balances at the rate of 181A per annum unless such interest rate is not allowed by law and in that event at the highest rate allowed by lave. 3. Customer agrees to pay on demand all of Seller's costs and expenses,including without limitation reasonable attorneys'fees,legal expenses and/or collection agency fees,charges and expenses,incurred by Seller in connection with collection of any amounts owed to Seller whether or not a lawsuit is filed,in any bankruptcy proceedings or in any appeal. Customer also agrees to pay all attorneys'fees,costs,expenses and collection agency fees,costs and expenses incurred by Seller in any judgment enforcement proceedings or actions. 4. Customer agrees that venue and jurisdiction for any suit or legal action may be had in Multnomah County,Oregon. S. Customer agrees that claims for shortages and/or non-conforming goods for any reason must be made in writing within 72 hours of delivery of the goods. Failure to timely notify Seller shall constitute a waiver of the shortage or non-conformity. The sole and exclusive remedy for non-conforming goods shall be replacement or refund of payment at Seller's option. 6. Customer agrees that if a carrier or transportation company delivers the goods,Customer will inspect the goods and packaging upon receipt and notify Seller and carrier or transportation company immediately and in writing of any packaging damage or damage to the goods. Failure of Customer to so notify Seller and carrier or transportation company as required herein shall constitute Customer's unqualified acceptance of such goods and packaging in the condition in which they were delivered by carrier or transportation company. 7. Seller warrants that the good sold are free of defects. Goods not manufactured by Seller are not warranted by Seller and carry only the warranties)of the manufacturer. SELLER DISCLAIMS ANY AND ALL OTHER WARRANTIES(EXPRESS OR IMPLIED)CONCERNING OR RELATING TO THE GOODS INCLUDING THOSE OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, 8. Customer agrees that Seller's liability to Customer under this Order Acknowledgment,any warranty obligation,or the manufacture,delivery,installation,repair,or use of any good sold by Seller shall not exceed the price paid for such good. Customer agrees that Seller shall not be liable for any incidental,special,or consequential damages. 9. Customer agrees that purchase orders and other documents issued by Applicant or any agent thereof that include terms and conditions different from,or in addition to,the terms and conditions of this Order Acknowledgment will not be enforceable and will not amend this Order Acknowledgment or constitute an agreement between Customer and Seller. This Order Acknowledgment and the Credit Application/Sales Agreement(if executed)constitute the complete and integrated agreement between Customer and Seller and cannot be amended unless in writing and signed by Seller and Customer. 10. Any person confirming this Order Acknowledgment on behalf of Customer represents and warrants to Seller that he or she has authority to bind Customer to the terms and conditions of this Order Acknowledgment. Customer(as defined above)hereby confirms and agrees to the terms and conditions herein: Name of person signing for Customer: Print Name: Date: Page 3 of 4 MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Mike Collins RE, PLS, County Engineer 4kerinT Ct10Y1 DEPARTMENT: Public Works EXT: 450 COMMISSION MEETING DATE: September 14, 2021 Agenda Item #S.,ko BRIEFING DATE: August 30 2021 BRIEFING PRESENTED BY: Mike Collins [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Purchase Handheld Sign Retroreflectometer BACKGROUND: Public Works would like to purchase a handheld sign retroreflectometer that is designed to measure the retro-reflection of road signs and other materials. Currently, the county's road sign reflectivity is measured visually at night. This purchase will allow technicians to achieve a more accurate reading and with the internal GPS unit will allow them to build a better overall sign program. The retro-reflectometer is a contact instrument with a "point and shoot"operation and a definite"pass"or"fail" answer that ensures the County's compliance with Manual on Traffic Uniform Control Devices (MUTCD) minimum requirements. The cost to rent this instrument would be $1,350.10/per week. Public Works received three (3) quotes for the purchase of a retroreflectometer and extension pole; the low bid was $10,956.13 through Professional Pavement Products, Inc. Funding of this purchase will be out of the County Road Fund. RECOMMENDED ACTION: Recommend the Board of County Commissioners authorize Public Works to purchase a handheld sign retroreflectometer with extension pole. ATTACHMENTS: 1. 922 Handheld Sign Retro reflecto meter Information 2. Sale Quotes All', RE YOU COMPLIANT,. . . YIELD -- NORTHI ?ARKING E DISABLED ONEWAY PERMIT DNLY ONLY with •, Understanding i Regulations How do the regulations affect you? Each day in the U.S.,signs warn almost 200 million licensed drivers of road conditions,traffic patterns,speed limits and upcoming hazards. But a sign cannot help if it cannot be seen,resulting in thousands of fatal accidents each year. Over time,the sun,rain and other factors wear down reflective sheeting,making signs less perceivable to drivers and creating dangerous driving conditions,especially at night. ` That's why on December 21,2007,the Federal Highway Administration(FHWA)published an update to the �- Manual on Uniform Traffic Control Devices(MUTCD),which included what is known as the"final rule"on traffic sign retroreflectivity.The rule provides minimum retroreflectivity and contrast values for all traffic signs,a deadline for all agencies to design and implement a system for measuring sign retroreflectivity,and dates when all signs must meet the required measurements. The final rule provides a number of methods that can be used to determine whether signs meet requirements or need replacement. of those methods,only one can provide accurate and definitive"pass"or"fail" 922 measurements directly comparable to minimum retroreflectivity standards. That method is using a sign retroreflectometer. The 922 Handheld 3� Sign Retroreflectorineter Made and Serviced iC(,t 01D: in the USA! 922: The Only Method for Accurately s-sr v �+ �SPa�E^�',9E',328 Measuring Sign Retroreflectivity Human error from The 922 Handheld Petro refl ectom eter truly is the best 19 visual inspections solution for meeting the MUTCD sign regulations. The 922 provides the most user-friendly features,such as a back Inaccurate sign life estimates lit LCD touch screen,internal GPS and barcode reader, g data logging software,and is backed by a support team of knowledgeable professionals here in the US.PPP offers Need for control signs webinars.training videos and in-person instruction,and the 922 comes with the confidence of an easy and reliable sign management system. ( Other methods that lead to tens of L .J thousands of dollars in unnecessary sign replacements 922 Handheld Sign Retroreflectometer • Most advanced retrorefIectometer available. • Measures all sheetings with a single measurement. • LCD touch-screen display, built-in GPS and bar-code reader. • Meets ASTM, CIE and DIN specifications. Reliability The 922 is more accurate and more reliable than other testing methods and provides a definitive pass or fail answer. Easy to Use Lightweight and durable, the 922 requires only"point-and-shoot"operation. A back-lit LCD touch- screen makes retrieving measurements easy and quick. CoSt The 922 will reduce costs by eliminating unnecessary sign replacement. You'll replace only the signs that fail. Time Along with built-in GPS and bar-code reader,the 922 employs"annular"geometry,cutting the number of required measurements in half. Safety Unlike other methods, the 922 allows workers to take measurements during daylight hours, eliminating dangerous nighttime viewing. The 922 is distributed exclusively by PPP, Inc. Please contact us for pricing and other inquiries. MaintainedMUTCD Minimum Retroreflectivity Levels ! uick Reference Guide /IX/M2 (in units of cd measured at an angle of 0.2'and an entrance angle of-4.01) Information taken from the FHWA Manual on Uniform Traffic Control Devices for Streets and Highways Sheeting Type Sign Additional Beaded Sheeting Prismatic Sheeting Color Criteria 1 11 III III, IV, VI, VII, Vlll, IX, X Overhead white not approved; white not approved; white not approved; white>250; White on green>7 green> 15 green?25 green>25 - - Green Ground-mounted white not approved; white> 120; green>7 green> 15 Black For text and fine-symbol signs yellow/orange yellow>50; measuring>1200mm(48in) not approved orange>50 on Yellow and all bold symbol signs or Black For text and fine symbol yellow/orange yellow>75; on orange signs measuring< not approved orange>75 1200mm (48in) White on Minimum sign contrast ratio white>35; >3:1 (white retroreflectivity red>7 Red /red retroreflectivity) — Black on _ White white>50 • P' PPP, w w • INNO • • • Simple .717.7771 Safe,Smart, Transportation www.pppcatalog.com/922 9957 Moorings • Jacksonville, FL 32257 Professional Pavement Products, Inc. Sales Quote 9957 Moorings Drive fi301 Jacksonvitle, FL 32257 United States Date Quote# ii 904-733-2121 - --- - www.pppcatalog.com 7/14/2021 2304 Bill To Ship To Mason County Public Works Mason County Public Works 100 West Public Works Drive 100 West Public Works Drive Slielion.WA 98584 Shelton,WA 98584 :Terms ' Expiration Date Rep Account# PPP-Gov't PO Net 30 9/13/2021 CA M941 it m Description (luaritity' Unit Cost Total' i 3-' :':? RV 922 Sign Handheld Retroreflectometer-Top of the line retroreflectonneter for 1 9,525.00 9,525.00T assuring traffic signage meets ASTM CIE R Din specifications reducing exposure to tort liability.Built in GPS for pinpoint reading locations.Built Barcode reader 4500 readings digital liquid-crystal touch screen display.-4 DEGREE ENTRANCE ANGLE AND 0.2&.0.5 DEGREE OBSERVATION ANGLE L- L RV 922 Ex-teusion Poke 11, ft Atnm rat 1RsRemoiz:-:_- l' S2$.57- 525:5',.T FREIGI l l-'+',( hS (his Charge is for Shipping and Handling of goods to customer. 48.00 48.00 Price'11oir i i 11,IS A DISCOUNTED PRICE RASED ON PAYMENT BS`CHECK ACF3 0.00 0.00T e Total sales tax calculated by AvaTax 354.56 854.56 Sales Tax (0,0%) $0.00 Phone.1l - E-mail Web:Srte Total $10,95613 (904)448-4074 pppaccounting@pppcatalog.com pppcatakog.com PPPCatalog.com Payment by credit card may have restrictions. Please contact us prior to payment. Thank you. Please Call Chris Adkins with questions on equipment. Phone Number:904-509-6442 "From the products we make to the actions we take"THANK YOU FOR YOUR BUSINESSI "We give thanks to God always for you,.." 1 Thessalonians 1:2 ® July 15,2021 Price Quotation CONFIDENTIAL MASON COUNTY PUBLIC WORKS Phone:360-427-9670 100 W Public Works Dr Fax:360-427-7783 SHELTON,WA 98584 Contract No:01018 ATTN:Gary A Account#: OYWA0946 Due Date: Quote#: 93667 Expiration Date: 08/15/2021 Job#: PO#: Part# Customcr Part# Description Quantity PricelC Extended Price <Cust part desc> 922 Handheld Sign l $1,320,000.0000 $13,200.00 Retroreflectometer 922 Handheld Sign Retroreflectometer USD Subtotal: 513,200.00 City Tax: $0.00 County Tax: $264.00 State Tax: $858.00 USD Total: 514,322.00 Thank you, FASTENAL 2733 Crites Street SW TUMWATER,WA 98512 Phone:(360)352-7128 Fax:(360)352-7149 cc E-mail:WATUM@stores.fastenal.com vww.� "Shipping&Handling charges are subject to change. FdSTENAL C0r11P4 'Y Page 1 of I QUOTEREPORT Traffic Safety Supply ALES QUOTE 2324 SE Umatilla Street Portland, OR 97202 Phone: (503)235-8531 Fax: (503) 235-5112 Quote Number Date Customer Number SQN00032232 07=14-21 C002317 CSR: Brittnee Hernandez Quote valid for 30 days. Bill To: Ship To: Mason County Mason County 100 W Public Works Dr 100 W Public Works Dr Del Hours: M-Th 7-3:30 Del Hours: M-Th 7-3:30 Shelton, WA 98584 Shelton, WA 98584 Contact Name: Michael Leeberg Phone Number: (360)427-9670 Project: RETROREFLECTOMETER, GRX Freight Terms: Prepaid *WA STATE CONTRACT#04616 *THIS IS A DELIVERED PRICE I Proa(uct Descri tiort Quantity Price, Mended Prise DP06410 RETROREFLECTOMETER, 1.00 EA $13,000.00 $13,000,00 GRX-1, WITH CAMERA,GPS, BARCODEIQR READER,WIRELESS COMMUNICATION DPO6411 GRX EXTENSION POLE, 1.00 EA $1,031.00 $1,031.00 WITH WIRELESS REMOTE&MTG, f 7FT TO 13FT Total Before Tax $14,031.00 DES Fee $106,64 Tax $1,244.11 Order Total $15,381.75 Page 1 of 4 MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Mike Collins P.E, PLS, County Engineer Hea4nqC�\ DEPARTMENT: Public Works EXT: 450 COMMISSION MEETING DATE: September 14 2021 Agenda Item # 8,11 BRIEFING DATE: August 30 2021 BRIEFING PRESENTED BY: Mike Collins [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Road Closure - Highland Road - September 20, 2021 to October 1, 2021 for Dayton Creek Culvert Replacement Project (County Road Project No. 2024) BACKGROUND: The Highland Road culvert replacement project (CRP 2024) will involve the removal of the existing Dayton Creek culvert and replacing it with a larger culvert that will improve fish passage under the county road and reduce roadway flooding. The closure is scheduled to begin at 7:00am, Monday, September 20, 2021 and reopen at approximately 4:00pm, Friday, October 1, 2021. The intent of this road closure is to protect the safety of County crews and the traveling public. The County has established a detour for local residence and emergency vehicles through Little Egypt Road (see attached map). RECOMMENDED ACTION: Recommend the Board of County Commissioners approve the closure of Highland Road on Monday, September 20, 2021 to Friday, October 1, 2021 to complete County Road Project (CRP) 2024, culvert replacement project. ATTACHMENTS: 1. Notice 2. Detour Map NOTICE ROAD CLOSURE ON HIGHLAND ROAD FOR THE DAYTON CREEK CULVERT REPLACEMENT PROJECT COUNTY ROAD PROJECT 2024 NOTICE IS HEREBY GIVEN that pursuant to RCW 47.48.010,Highland Road shall be closed to all through traffic at approximately MP 0.33 for the Dayton Creek culvert replacement project. The closure is scheduled to begin at 7:00am Monday, September 20, 2021 and reopen at approximately 4:00pm, Friday, October 1. 2021. Detour signs will guide local residence and emergency vehicles through Little Egypt Road around the closure. For more information, contact Public Works at(360)427-9670, Ext. 450. Dated this 14th day of September, 2021. DEPARTMENT OF PUBLIC WORKS MASON COUNTY,WASHINGTON Kelle Medcalf, PW Office Administrator cc: Commissioners Engineer JOURNAL: Publ. It.: 8/16/21 (Bill Road Dept.) POST: At Least three (3)days prior to closure. Dayton Creek Culvert Replacement Detour Map Hi hland Road CRP 2024 w �.', � .i e� � ,.��• cK RD ON1MATL0 �''.. . W 7Z -'i�yr'�i'�+ ' =c� � ,fi� �.'t 2�'_ ♦ G�=ArX �'a+� -ter �r :., ��( is z y ^� �:/.:"�(�`K r + � Project 0 497 1 3T�>}h �1'A 1 - d f�'u s{ � r TS'.]3E+�4-i►.- `tf ��QO N Legend 0 700 1,400 2,800 4,200 Detour Route Feet 0 Parcels MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS From: Frank Pinter Action Agenda x Public Hearing Other DEPARTMENT: Administration EXT: 530 COMMISSION MEETING DATE: September 14, 2021 Agenda Item #g.12 (Commissioner staff to complete) BRIEFING DATE: August 30, 2021 BRIEFING PRESENTED BY: Frank Pinter [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: The County will purchase a 16.2-acre parcel of property from PUD 3 for the purpose of storing county archive documents, possible facilities substation, possible evidence storage, and future location of County jail. Background: The County has agreed to purchase Parcel 42004-40-00000 from PUD 3 for $320,000 based on the FMV appraisal attached. RECOMMENDED ACTION: Approve the Resolution authorizing the purchase of Parcel 42004-40-00000. Budget Impact: Funded by REET 1 for $320,000 plus acquisition costs Attachment: Appraisal Resolution Restricted Appraisal Report Olympic View Generator Site 2201 W. Dayton Airport Road Shelton, Washington Prepared For: Mason County PUD #3 ANDERSON APPRAHSAld., INC. Real Estate Appraisers and Consultants AIAY�?M, N -W TELEPHONE(360)943-8400 • EMAIL: DEREKJ@ANDERSONAPPRAISALINC.COM P.O.BOX 2694 • OLYMPIA,WASHINGTON 98507 Date of Report: July 27, 2021 Mr. Robert Johnson Mason County PUD#3 Shelton, WA 98584 robertw@masonpud3.org Re: Olympic View Generator Site 2201 W. Dayton Airport Road Shelton,Mason County, Washington File No. 6257-21 Dear Mr. Johnson: In accordance with our engagement, Anderson Appraisal, Inc. evaluated the above referenced property,utilizing best practice appraisal standards for this property type. The analyses, opinions and conclusions communicated within this Restricted Appraisal Report were developed based upon our interpretation of the current requirements of the Uniform Standards of Professional Appraisal practice (USPAP). The purpose of this appraisal is to develop an opinion of the Market Value of the subject property's Fee Simple Estate. This Restricted Appraisal Report is presented in the format required by USPAP Standards Rule 2-2(b),and cannot be used or relied upon by any other party other than the client. Client is further advised that the opinions and conclusions set forth in the report may not be properly understood without additional information contained in the appraiser's work file. The following table conveys the final opinion(s)of market value that are developed within the body of the report. N '1111c I.Npc Value Premise Value Interest Effective Indicated Perspective Appraised Date Value Market Value As Is Current Fee Simple 7/20/2021 $320,000 The appraisal report has been prepared for the exclusive benefit of Mason County PUD#3. It may not be used or relied upon by any other party without our written consent. The reader's attention is directed to the Underlying Assumptions and Limiting Conditions, on page 21. We appreciate the opportunity to serve you,and if you have any questions regarding this report,please feel free to call. Sincerely, Derek R. Jolliff, MAI Subject Photographs �a144- i Q3, f. I;• rL �e;•" . QU jk NN 16 �i . 'T�n't��t� #• d�.a`t �i �'�� e� ��' "►ra a � .�!• •�'y.�i ,�✓� t�'4) ��'5.�.'�,"'j l*s•t�Ir_�' ',1►w�'� # `�r� .�J, �, rig. a,' �r III AL Looking SW at Subject from W Dayton Airport Rd Looking SW along W Dayton Airport Rd Looking NE along W Dayton Airport Rd iv Looking NE at Subject Site Interior of Subject Site Near Western Edge Example of Interior of the Site v Y �� Interior of th Subject Control Room ofSubjectBuilding ^ t I�frL. A I Restroom in SubjectBuilding �- • GeneratorRoom of SubjectBuilding 66. t f I GeneratorRoom of Subject GeneratorRoom of SubjectBuilding k� k i ti Subject Yard Area and Equipment(Not Included) Subject Yard Area and Equipment(Not Included) Looking NE at Subject Building viii Looking N at Subject Building Looking SW at Subject Building 1 Looking SW along Subject Yard and Drainage Pond ix Identification of the Property The subject property is identified as Tax Parcel 42004-40-00000, located at 2201 W. Dayton Airport Road,Shelton,Washington,in unincorporated Mason County. A legal description is contained in our file. Purpose of Appraisal To estimate the current market value of the subject property fee simple estate. The definition of market value was taken from The Dictionary of Real Estate Appraisal,published by the Appraisal Institute. Intended Use of Appraisal This appraisal report is intended for the sole and exclusive use of Mason County PUD #3 to evaluate the real property for internal decision making related to a possible sale. Definition of Client The term "Client" is defined in USPAP as: "The party or parties who engage an appraiser (by employment or contract) in a specific assignment." The client(intended user)of this appraisal report is Mason County PUD#3. Unavailability of Information The following information was not provided or available to the appraisers: Title Report. Soils and/or Environmental Studies. 6257-21 ANDERSON APPRA. Extraordinary Assumptions The subject site has significant equipment associated with a generator site, including large generators. The specialized equipment is not included in this appraisal. There is an extraordinary assumption that the equipment can be removed without significant damage to the existing building or that the building will be repaired to full function. The use of this extraordinary assumption may have affected the assignment results. Hypothetical Conditions None. Property Rights Appraised The Fee Simple Estate is appraised herein, subject to zoning, easements, and other governmental restrictions of record. Date of Inspection The last date of physical property inspection was July 20, 2021, which is the "effective date" of the appraisal. Present during the inspection were the following individuals: Derek Jolliff (appraiser) and Daniel Parsons(Mason PUD#3 Faciliteis Supervisor). During the inspection, the appraiser visually surveyed the exterior of the building(s) and portions of the interior. The appraiser is not a building inspector or structural engineer. The client is urged to retain such if so desired. The condition and quality assessment of the improvements are based on the appraiser's opinion of the observed areas. Should there be damage, defects,wear and tear, or hazardous materials not commensurate with the observed areas that are later discovered, we reserve the right to modify the report and value conclusions presented within. 2 ANDERSONAPPRAISAL,INC. Property History According to public records,title is currently vested in Mason County PUD#3.The subject land was acquired the by the current ownership in 2001 according to public records. After the purchase, the owner constructed the existing generator site. The owner is now considering a disposition of the subject. To the best of our knowledge,the subject has not sold in the three years prior to the date of value, is not currently under contract, and is not actively being marketed for sale. Scope of Work This report has been prepared in conformance with the current Uniform Standards of Professional Appraisal Practice(USPAP), as formulated by the Appraisal Foundation. The subject property is appraised based on the following Scope of Work: • The property was inspected on July 20, 2021. • The research of the local and regional economy and Mason County market data included reference to various sources that include Mason County Assessor,Washington State Office of Financial Management, CoStar, Washington State Department of Labor and Industry, and our in-house surveys of the market. • Specific data concerning the subject was obtained from various sources including the property owner, Mason County (zoning), and Mason County (assessed values and real estate taxes). • Data compiled in the analysis of the building sales and leases was obtained from Mason County Assessor, CoStar, NWMLS, CBA (Commercial Broker Association), as well as our own in-house data files. • All of the sales and rental data was confirmed with a party involved in the transaction and/or through public records and each was inspected. • The Cost Approach was fully developed. • The Sales Comparison Approach was not developed. • The Income Approach was not developed. 6257 age 3 - ,.,.., ,. DERSON APPRAIS • The reconciliation and final value estimate(s) are based on an overview of the weight applied to each approach by buyers and sellers in the current market, also taking into consideration the quality of the data available for each. Exposure Time The exposure period has been estimated at approximately 12 months or less. Brief Description of Location The subject property is located directly on W. Dayton Airport Road (SR 102) in unincorporated Mason County just west of Shelton, Washington. The neighborhood can best be described as semi-rural Mason County west of Shelton.The neighborhood features a mix of property types consisting primarily of rural residential, forestry, and some agricultural uses.Most buildings are wood framed single-family residences between one and three stories tall.Additionally, many residences have outbuildings typically associated with a small farm. There are some non-residential uses such as the Washington Corrections Center, a Washington State Department of Corrections prison. The neighborhood is mostly outside the City Limits and Urban Growth Areas of nearby cities and thus does not have public sewer and water service.Power is available but drinking water is generally provided by onsite wells and wastewater is handled by onsite septic systems. Brief Description of the Site Location: Southeast side of West Dayton Airport Road just northeast of the Washington State Convections Center in unincorporated Mason County. Zoning: LTCF — Long Term Commercial Forestry. According to Mason County Senior Planner Marissa Watson, the subject is correctly zoned and its uses are limited to those allowed under Mason County code chapter 8.52.060. Allowed uses are primarily: General Forest Practices, mills, forestry facilities, public/semi public structures, low intensity recreational facilities, state work camps, aircraft landing fields, sludge application. ANDERSONAPPRAISAL,INC.' A subject zone change would require moving a similar amount of land into the LTCF zone to meet Growth Management Act requirements. Additionally, the subject is adjacent to, but outside of the Shelton Urban Growth Area, but there are no known plans to extend the Urban Growth Area to encompass the subject site. Shape&Size: Triangular. Approximately 1,280' height and 1,120' at the base. The size of the site is 16.20 acres; 705,672 SF. Topography: The parcel is initially level along W. Dayton Airport Road and there is a leveled building site at the southwest corner of the parcel.The topography then slopes moderately to steeply downward toward North Fork Goldsborough Creek whereupon it levels out in the creek basin. The following image shows the subject site with 5-foot contour lines: O J 0 tz >J V O O o o � h O � )N(1 r Access: There is one point of established ingress/egress leading onto the building site at the southwest corner of the parcel. Visibility: Average for rural land. ANDERSON APPRAISAL,INC. Site Improvements/Coverage: Approximately one acre of the southwest corner of the site is improved with: concrete driveway, graveled yard area, a metal framed light industrial building,and a perimeter metal cyclone fence topped with security wire. The rest of the site is covered in a combination of brush, semi-mature trees,and mature trees. Utilities: Electrical and natural gas service are available, current connections are oversized for the generator site use.There is no public water or sewer but there is an on-site well and septic system. Flood Zone: The site is not in a flood zone. Critical Areas: There are no wetlands indicated on the site by Mason County GIS but the site is bisected by the stream N. Fork Goldsborough Creek. This is a non-fish bearing stream with a 115' structure buffer. Soils& Tree Site Index: The following table summarizes the subject soil types: Soil Type Size% Capability Tree Site Class Index Grove gravelly sandy loam, 0 to 5%slopes 100% IV 112' Class I(1) soils have slight limitations that restrict their use. Class II(2) soils have moderate limitations that reduce the choice of plants or require moderate conservation practices. Class III (3) soils have severe limitations that reduce the choice of plants or require special conservation practices, or both. Class IV(4) soils have very severe limitations that restrict the choice of plants or require very careful management, or both. No soil tests were provided. No settling or other disturbance noted in immediately surrounding area. It is an assumption of the report that the soil qualities are adequate to support the Highest and Best Use of the subject property. There is one common measure of the potential for forest trees to grow at a particular location, the site index. According to the USDA Natural Resources Conservation Service Web Soil Survey the site index is "the average height,in feet,that dominant and codominant trees of a given species attain in a specified number of years." .,. ., _ age ANDERSON APPRAISAL,INC. Brief Description of the Improvements Building Description: One story light industrial building partitioned into a control room,generator room and one restroom. Dimensions/Area: 3,500f SF. Please note: the area used is based upon the appraiser's measurements. Should a set of"as built"floor plans or an engineering report be provided that shows a difference from the figure utilized, the appraisers reserve the right to modify the report and value conclusions presented within. Quality of Construction: Average. Substructure & Foundation: Concrete slab. Exterior Framing: Insulated metal frame with metal siding, clear height approximately 20'. Roof System & Cover: Metal truss with metal covering. Fenestration: Insulated metal personnel doors, (2) overhead doors measuring 8' x 10' and 10' x 10',no windows. Floor Coverings: Vinyl/linoleum tiles in the control room and restroom, bare concrete in generator room. Interior Walls&Partitions: Painted drywall or open to insulation or framing. Ceilings: Open to insulation. Plumbing Fixtures: (1) restroom with two fixtures. No sprinklers but fire monitored. Heating& Cooling: Control room is heated and cooled by oversized heat pump reportedly in need of repair. Electrical System: Adequate for light industrial uses. Building has a security system. Lighting Fixtures: Suspended fluorescent tube fixtures in control room, suspended sodium halide lights in generator room. Date of Construction: 2001. ,.. ... _. -Page 7 ANDERSONAPPRAISAL,INC. Estimated Economic Life: 40 years. Estimated Effective Age: 15 years. Estimated Remaining Life: 25 years. Condition of Improvements: Good,no deferred maintenance,minimal wear and tear. Functional Utility: Average for most light industrial uses. External Obsolescence: None noted. Other Buildings: There is a wood framed, open sided storage shed measuring approximately 90 SF adjacent to the light industrial building. Personal Property: No separate estimate of value, or value consideration, is applied to the furnishings and all power generating equipment that were located in the building or on the site on the date of inspection. These items are considered personal property,and as such, are not part of the real property that is the subject of this appraisal. Assessed Valuation and Tax Load The subject property is currently assessed for 2021 real estate taxes as shown below: Tax Parcel No.(s) Tax Land Value Tax Buildings Value Tax Market Value Tax killount 42004-40-00000 $82,095 $0 $82,095 $0.00 Totals $82,095 $0 $82,095 $0.00 It should be noted that the Mason County Assessor has not assessed the existing improvements and the current ownership is a tax exempt entity. Market Study / Highest and Best Use The subject is zoned LTCF which has a set of uses limited primarily to forestry,recreation, and public/semi public uses. As of 2007 (latest data available) Mason County has a total of 333,790 parcel acres in private forestland ownership. Small forestland owners have 101,326 acres and industrial owners 6257-2I ANDERSON APPRAISAL,INC' have 229,339 acres (University of Washington 2007 Washington Forestland Database Final Report). According to an industry representative from Port Blakely, log prices were strong in 2020, with a minor lull during the initial lockdown in March and April when construction was shutdown. Current year prices are higher than the prior year and are expected to remain strong through the remainder of 2021. The log prices are contributing to high demand for purchase of land. Additionally, the wildfires in Oregon in 2020 have resulted in accelerated harvest that provides a tax incentive for the purchase of land as an offset, which is also contributing to demand of forestland. The subject size, 16.2 acres, is not large enough to support small-scale forestry on its own, especially considering that N.Fork Goldsborough Creek bisects the property. However,the site is in a neighborhood of parcels owned for forestry use.A potential forestry user may consider adding the subject to their existing holdings in the neighborhood while utilizing the building and site area to support forestry operations such as equipment storage. The highest and best use for the subject is for forestry related use with no recommendations for expansion, remodel, renovation, or demolition of the improvements. Valuation Methods Approach to Value The Cost Approach was utilized in this assignment. The value of the underlying land is estimated via the Sales Comparison Approach and the depreciated replacement cost of the improvements is added to arrive at the final estimate of value. Due to the combination of restrictive underlying zoning and the nature of the improvements, there was not adequate data to complete a credible Sales Comparison Approach based on the subject as improved. A special purpose property similar to the subject is not generally bought and sold for the generation of leasing income.There is very little market data regarding leases of forestry land with a light industrial building similar to the subject much less confirmed sales that yield a capitalization rate. Thus,the Income Approach has little applicability and was not completed. I,age ANDERSON APPRAISAL,INC. Land (or Site)Analysis Summary The direct sales comparison approach is usually the preferred methodology for developing a land value conclusion. When sales of similar parcels of land are not plentiful enough for the application of sales comparison, alternative methods such as the following, may be used. • Allocation. • Extraction. • Subdivision development analysis. • Land residual technique. • Ground rent capitalization. In this appraisal assignment, the sales comparison approach is the primary method which has been utilized. The most recent comparable land sales are shown in the following summary table. Each sale is then individually described; and is also presented in greater detail in the Comparable Market Data section of the report, including photographs, legal references, and other information. A map showing the location of the pertinent sales, is shown below. Confirmation of each sale has been obtained from buyer, seller, broker, or other parties believed to be knowledgeable about the details of the transaction,whenever possible. When direct verification was not possible, we have relied upon public records or similar data sources. Comparable Sale Search &Selection The search for comparable sales focused on small to medium sized vacant land in Mason County.In particular,parcels with similar site coverage and low or minimal development potential similar to the subject were sought.All the sales were less than 2 years prior to the date of value. Unit of Comparison The unit comparison utilized herein is price per acre. Most buyers,sellers,and other market participants in this market generally refer to similar properties on the basis of price per acre. -21 4 . s . Y ,. ,. .....,.. _ . Pa.e ANDERSON APPRAISAL,INC. CRI, I mle Hoquiam Mohrweis toi Land Sale No.4 Brockdale Walkers Landing Subject Property \ 10z Grant ion Bayshore Graham Point Land Sale No.= yt O L_ _ a on Oakland � \ Shefton w „gate _ Squaxi land Sale No. 5 E FLand Sale No. 1 Land Sale No. 2 t, ami c e Elizan Beach Gravelly Land Sales Subject Sale# I Sale#2 Sale 4 3 Salc # 4 Sale#5 Cloquallum Cloquallum Little Egypt Mason Olympic View Agate Loop Name Generator Site Road Creek Road Lake Road Parcel Forestland Property Parcel Land Address 2201 W Dayton Cloquallum Cloquallum Little Egypt E.Mason Aga a Loop Airport Rd Road Road Road Lake Road Road -city Shelton Shelton Shelton Shelton Shelton Shelton Sale Price N/A $300,000 $120,000 $15,000 $195,000 $265,000 Date of Sale N/A 9/12/2019 7/7/2020 9/9/2020 10/22/2020 11/20/2020 Adj. Sale Price N/A $300,000 $120,000 $15,000 $195,000 $265,000 Land Sq Ft 705,672 5,011,142 1,176,120 285,318 2,191,504 2,003,324 Price/SF of Land N/A $0.06 $0.10 $0.05 $0.09 $0.13 Land Acres 16.20 115.04 27.00 6.55 50.31 45.99 Price/Acre N/A 1 $2,608 $4,444 $2,290 $3,876 $5,762 6257 21. _ ANDERSQ Adjustments must be made for the following ten elements of comparison,which are listed below: • Real property rights conveyed • Financing terms • Conditions of sale • Expenditures made immediately after purchase • Market conditions • Location • Physical characteristics • Quantitative adjustments were based on quotes provided by the utility providers. • Economic characteristics • Use/zoning • Non-realty components of value Sale I ($2,6081W) is the sale of a 115.04-acre parcel located approximately 6 miles southwest of the subject. The topography is level to steep slopes. Access is via an internal gravel road system from adjoining parcels. Direct access from Cloquallum Road is possible but problematic due to wetlands and stream near the frontage. There are some areas of wetlands and a stream impacting about a quarter of the site. Soils are mostly mountainous type VIII with no tree site index but over a quarter of the site does have class III soils with a tree site index of 127. The zoning is LTCF and the property is classified as designated forest land. Buyer was a neighbor who intended to utilize the site for forestry.There had been a slightly higher offer from an investor but seller chose to sell to the neighbor. There was an unknown amount of contributory value from Noble Firs but considered somewhat minor as it was an unmanaged stand. Overall,this sale is considered inferior to the subject. The sale took place during a time of inferior market conditions. The access is inferior without established direct access from Cloquallum Road. This sale has slightly inferior topography, soils, critical areas. A value more than$2,608 per acre is indicated for the subject by direct comparison. Sale 2 ($4,4441W) is the sale of a 27.00-acre parcel located approximately 6 miles south of the subject. The topography is moderate to steep. Access is a developed graveled logging road direct off W Cloquallum Road with a bridge crossing the creek on the property. The creek runs along the road frontage and would require some setbacks and maintenance of the bridge. Power is available at the street with development requiring onsite well and septic system installation. The soils are mostly class III and IV with a tree site index of 106. There was some recent logging on the site prior to sale, which would delay any development due to the moratorium. The zoning allows for one unit per five acres and is classified as Designated Forest Land on the tax rolls. The buyer's intent is unknown. Overall, this sale is considered superior to the subject. The superior zoning allowing for residential use more than offsets the sale during slightly inferior market conditions,and the inferior impact of the moratorium on development. A value less than $4,444 per acre is indicated for the subject by direct comparison. z _ _.. 4_ Wrr Page 12 A NDERSON A PPRAISA L,INC. Sale 3($2,290/Ac)is the sale of a 6.55-acre parcel located approximately 4 miles southwest of the subject. The topography is level to mild sloping. There is no established access point but there is frontage on W. Little Egypt Road, a paved county road. The seller had a wetland delineation indicating about 95%of site is in wetlands and most of the site is also in flood zone A. Soils are mostly type V with no tree site index. Power is available at the street. The zoning allows for one unit per five acres but the seller's Broker thought residential development was unfeasible due to the amount of necessary wetlands mitigation. The buyer's intent was unknown. Overall, this sale is considered inferior to the subject. The sale occurred during a time of slightly inferior market conditions. The critical areas, flood zone, and no established access point more than offset the superior zoning.A value more than$2,290 per acre is indicated for the subject by direct comparison. Sale 4 ($3,876/Ac) is the sale of a 50.31-acre parcel located approximately 8 miles northeast of the subject. The location is near Lake Limerick and areas of residential development. The topography is level to mild slopes. Access is via a 60' wide easement on the adjoining parcel leading to an internal gravel road system on the sale. There are some areas of wetlands along the west and southeast edges of the site. Soils are mostly class IV with a tree site index of 111. The zoning is RR10 and the property is classified as designated forest land with a few years left on a development moratorium. The buyer intended to try for rural residential subdivision. The seller had completed some survey work for a possible development. Overall, this sale is considered superior to the subject. The sale took place during a time of slightly inferior market conditions. However, the access is considered slightly better with an established interior gravel road system and wide access easement. The topography, critical areas, and zoning are all slightly superior and soils are similar. A value less than $3,876 per acre is indicated for the subject by direct comparison. Sale 5 ($5,762/Ac) is the sale of a 45.99-acre parcel located approximately 7 miles southeast of the subject near Agate. The topography is mild to moderately sloped with some view potential. There is a stream on the east side of the north half of the property near the property line. Access is undeveloped and direct off E Agate Road and E Sunset Road. The parcel is bisected by E Sunset Road to the north and separates the parcel from Chapman Cove. There are tidelands on the lowlands, north side of E Sunset Road, but development is not possible due to critical area setbacks and the road. Power is available at the street with development requiring onsite well and septic system installation. Site coverage features 40f acres on the uplands side with 30-year-old timber that has had minimal management. The value of the upland 40 acres with underlying subdivision potential drove most of the value in the sale according to the listing agent. The zoning allows for one unit per five acres, but subdivision is subject to a 4-year delay due to the county allowing one subdivision of a parcel every 5 years. It is classified as Designated Forest Land on the tax rolls. The buyer's intent is to continue forestry use. Overall, this sale is considered superior to the subject. The superior topography, view potential,possible commercial timber, less impact from critical areas,and residential zoning more than offset the sale during slightly inferior market conditions, undeveloped access, and 4-year delay for development. A value less than $5,762 per acre is indicated for the subject by direct comparison. DERSON APPRAISAL,INC Conclusion Following the comparison and adjustment process, a refined value range of approximately $2,608 to$3,876 per acre was indicated.Sale L-1 ($2,608/Ac.)is considered slightly to moderately inferior mostly due to the older date of sale, slightly inferior access,topography and soils. Sale L- 4 ($3,876/Ac.) is moderately superior with its better zoning and a location near rural residential development around Lake Limerick.Overall,a value in the low to middle of the range is estimated for the subject. We are of the opinion a value of approximately $3,000/acre was reasonably supported, as of the date of appraisal. Summary, Land Value Conclusion: (16.20 acres) ($3,000/acre) _ $48,600 MMI 6257-21 -- Page 14 ANDERSON APPRAISAL,INC. Cost Approach Summary The Cost Approach is based on the understanding that market participants typically relate value to cost. In the Cost Approach, the value of a property is derived by adding the estimated value of the land to the current cost of constructing a reproduction or replacement for the improvements and then subtracting the amount of depreciation (i.e. deterioration and obsolescence) in the structures from all causes. Entrepreneurial profit and/or incentive may be included in the value indication. This approach is particularly useful in valuing new or nearly new improvements and properties that are not frequently exchanged in the market. Cost Approach techniques can also be employed to derive information needed in the Sales Comparison and Income Approach, such as the costs to cure items of deferred maintenance. The main building improvements have been estimated from Marshall Valuation,by means of the calculator method. Site improvements and miscellaneous items have been included as lump sums, from other sections of Marshall. Depreciation estimates are based upon modified age/life calculations,utilizing the Marshall system, Section 97. The improvements have been estimated from Marshall Valuation, by means of the calculator method. The previously concluded land value conclusion is added on to the building improvement cost estimate. The subject improvement primarily consists of the following cost categories: • Light Industrial Building: Average Light Manufacturing, Section 14, Page 14 • Gravel Yard: Average Rock Base, Section 66,Page 1 • Concrete Driveway: Average Paving, Section 66, Page 1 • Chain Link Fencing: Average 6' Fencing and Gate, Section 66, Page 4 • Storage Shed: Farm Utility Storage Shed, Section 17, Page 27 • Well and Septic: Lump Sum from Known Costs Entrepreneurial Incentive Typically,forestry, agricultural,and rural improvements are constructed for an owner user and not to generate a profit. Entrepreneurial incentive is not applicable to the subject improvements. Depreciation Depreciation is categorized into three primary components, physical deterioration, functional obsolescence, and external obsolescence. No external obsolescence was noted. The improvements are of adequate utility but superadequate for most likely uses. A replacement cost is estimated based on a light industrial building of average quality. There is some physical deterioration the amount of which is estimated from the Marshall Valuation section 97. 6257--21` ANDERSON APPRAISAL,INC. r Light Industrial Building Gravel Yard Replacement Base Cost $48.25 Replacement Base Cost $1.11 Current Cost Multiplier x 1.12 Current Cost Multiplier x 1.13 Local Cost Multiplier x 1.18 Local Cost Multiplier x 1.17 Perimeter Multiplier x 1.11 Final Square Foot Cost $1.47 Final Square Foot Cost $70.91 Gross Area(SF) 33,000 Gross Building Area(SF) 3,500 Estimated Replacement Cost $48,429 Estimated Replacement Cost $248,182 Entrepreneurial Incentive 0% $0 Entrepreneurial Incentive 0% $0 Subtotal $48,429 Subtotal $248,182 Estimated Depreciation 48% $23,246 Estimated Depreciation 20% $49,636 Depreciated Replacement Cost $25,183 Depreciated Replacement Cost $198,546 Concrete Driveway Fencing Replacement Base Cost $2.16 Replacement Base Cost $20.78 Current Cost Multiplier x 1.13 Current Cost Multiplier x 1.15 Local Cost Multiplier x 1.17 Local Cost Multiplier x 1.18 Final Square Foot Cost $2.86 Final Square Foot Cost $28.20 Gross Building Area(SF) 3,500 Linear Feet 860 Estimated Replacement Cost $9,995 Estimated Replacement Cost $24,251 Entrepreneurial Incentive 0% $0 Plus Gate $1,588 Subtotal $9,995 Entrepreneurial Incentive 0% $0 Estimated Depreciation 46% $4,598 Subtotal $25,839 Depreciated Replacement Cost $5,397 Estimated Depreciation 27% $6,976 Depreciated Replacement Cost $18,862 Storage Shed Replacement Base Cost $6.42 Current Cost Multiplier x 1.07 Local Cost Multiplier x 1.17 Final Square Foot Cost $8.04 Gross Building Area(SF) 90 Estimated Replacement Cost $723 Entrepreneurial Incentive 0% $0 Subtotal $723 Estimated Depreciation 32% $231 Depreciated Replacement Cost $492 Page 16 e/ynERSON APPRAISAL,INC. Summary Light Industrial Building $198,546 Gravel Yard $25,183 Concrete Driveway $5,397 Fencing $18,862 Storage Shed $492 Well/Septic (depreciated) $24,000 Subtotal $272,480 Plus Land Value Conclusion $50,000 Total Value Conclusion $322,480 Additional Market Data consists of other sales, listings,and expired/canceled listings that provide further insight into the market but were not considered appropriate for direct comparison in the process just illustrated. A limited number of sales were identified that generally support the value conclusion reached in this report. • 17830 Dane Lane SW, Rochester, sold for $249,950 in April 2019. This sale was a 2,800± SF warehouse on a 43,560 SF lot utilized for I-502 processing. • 1071 E. Pickering Road, Shelton, sold for$250,000 in November 2019. This sale was a boat storage yard and repair shop on a 52,708 SF lot. • 6671 W. Shelton Matlock Road, Shelton, sold for $280,000 in July 2020. This sale was a 3,540 SF warehouse on an 89,298 SF lot utilized for cabinet construction. • 19225 Joselyn St SW, Rochester sold for $269,900 in November 2020. This sale was a 1,200 SF shop building on a 1.41 acre graveled lot.The building was in fair condition and did not have a septic system. The buyer planned to use the property for a landscaping company. The sales above have some similarities to the subject as improved such as a shop with yard area located outside of any cities. However, none are on a 16.2 acre site or have a light industrial building in as good of condition as the subject.Also,most have a different zoning that allows more commercial/light industrial related uses. At sale prices of $249,950, $250,000, $269,900, and $280,000,they provide limited additional support to the value conclusion from the Cost Approach. Indication of i i I I I I 6257-21 M _ , Page 17 ANDERSON APPRAISAL,INC. Reconciliation of Value Indications Three independent approaches to value were considered by the appraisers. The resultant value indications were: Cost Approach $320,000 Sales Comparison Approach Not Completed Income Approach Not Completed All weight is placed on the Cost Approach. Based on our investigations and analyses, it is our opinion that the market value of the identified interest in the subject real property, as of July 20,2021,was: Three Hundred Twenty Thousand Dollars ($320,000). 6257-21 Page 18 ANDERSONAPPRAISAL,INC. Certification I certify that,to the best of my knowledge and belief, • The statement of fact contained in this report are true and correct. • The reported analyses,opinions and conclusions are limited only by the reported assumptions and limiting conditions, and are my personal, impartial, and unbiased professional analyses, opinions, and conclusions. • 1 have no present or prospective interest in the property that is the subject of this report, and I have no personal interest with respect to the parties involved. I have not performed services regarding the subject property within the three years preceding acceptance of this assignment. • 1 have no bias with respect to the property that is the subject of this report or to the parties involved with this assignment. • My engagement in this assignment was not contingent upon developing or reporting predetermined results. • My compensation for completing this assignment is not contingent upon the development or reporting of a predetermined value or direction in value that favors the cause of the client, the amount of the value opinion,the attainment of a stipulated result, or the occurrence of a subsequent event directly related to the intended use of this appraisal. • My analyses, opinions, and conclusions were developed, and this report has been prepared in conformity with the requirements of the Uniform Standards of Professional Appraisal Practice. • 1 have made a personal inspection of the property that is the subject of this report. • No one provided significant professional assistance to the persons signing this report. • The use of this report is subject to the requirements of the Appraisal Institute, relating to review by its duly authorized representatives. Derek R. Jolliff,MAI* *As of the date of this report, I have completed the requirements of the continuing education program of the Appraisal Institute. 6257-2I ` � age 19 DERSONAPPRAISAL,INC. Appraiser's Qualifications Derek R. Jolliff, MAI Experience: J • Appraiser,Anderson Appraisal, Inc., Olympia, Washington Appraiser, Capital Valuation Group, Salem, Oregon 1/06— 10/10 Over a decade of appraising various property types, including office, retail, industrial, multifamily, institutional, vacant land, easements, subdivisions, special use and agricultural properties. Education: Western Washington University, Bellingham, Washington (BA - Business Administration) Appraisal Education: _ Successful completion of the following appraisal courses/seminars: Appraisal Institute Courses: "Basic Appraisal Procedures" 'Basic Income Capitalization "Real Estate Finance Statistics and Valuation" "Report Writing and Valuation Analysis" "Evaluating Commercial Construction" "Litigation Appraising: Specialized Topics and Applications" "Appraising Convenience Stores" "Fundamentals of Separating Real Property, Personal Property, & Intangible Assets" "Advanced Sales Comparison and Cost Approach" "General Appraiser Report Writing and Case Studies" "General Appraiser Market Analysis and Highest and Best Use" "General Appraiser Site Valuation and Cost Approach" "General Appraiser Sales Comparison Approach" "Advanced Income Capitalization" "Advanced Applications" "Uniform Appraisal Standards for Federal Land Acquisitions: Practical Applications" Matthew Larabee: "Case Studies in Income Property Appraisal" McKissock Appraisal Education: "USPAP -Uniform Standards of Professional Appraisal Practice" "Appraisal of Assisted Living Facilities" "Appraisal of Self-Storage Facilities" International Right of Way Association: "Appraisal of Partial Acquisitions" "Basement Valuation" American Society of Farm Managers and Rural Appraisers "Advanced Rural Case Studies" "Introduction to the Valuation of Permanent Plantings" Business and Professional Organizations: Member,Appraisal Institute (#468211) Washington State Certified General Real Estate Appraiser(#1101978) 257- = . ` Page ANDERSON APPRAISAL,INC. Statement of Limiting Conditions and Assumptions • One (or more) of the signatories of this appraisal report is a Member or Candidate of the Appraisal Institute. • The legal description furnished the appraisers is assumed to be correct. Title to the property appraised in this report is assumed to be merchantable in the parties stated to be the owners. For the purpose of this report,the property is assumed to be free of liens and encumbrances. • The information contained in this report, other than facts observable by a physical examination of the property,is from sources considered to be reliable,but such information is in no sense guaranteed. • No responsibility is assumed because of matters of legal character affecting the property, such as title defects, encroachments, liens, and overlapping property lines. The appraisal is based on the premise that,there is full compliance with all applicable federal, state, and local environmental regulations and laws unless otherwise stated in the report; further that all applicable zoning, building, and use regulations and restrictions of all types have been complied with unless otherwise stated in the report; further, it is assumed that all required licenses, consents, permits, or other legislative or administrative authority (local, state, federal and/or private entity or organization)have been or can be obtained or renewed for any use considered in the value estimate. • In computing values, various figures have been rounded off to the nearest significant amount, for the sake of clarity, in arriving at the valuation. The distribution of the total value between land and improvements applies only under the utilization of the property to its Highest and Best Use. • Compensation for services is dependent only upon delivery of this report. The values found by the appraiser are in no way contingent upon the compensation to be paid for services. • The Bylaws and Regulations of the Appraisal Institute require each Member and Candidate to control the use and distribution of each appraisal report signed by such Member or Candidate. Therefore, except as hereinafter provided, the party for whom this appraisal report was prepared may distribute copies of this appraisal report, in its entirety, to such third parties as may be selected by the party for whom this appraisal report was prepared; however, selected portions of this appraisal report shall not be given third parties without the prior written consent of the signatories of this appraisal report. • This report is made in accordance with the Uniform Standards of Professional Appraisal Practice, adopted by the Appraisal Standards Board of the Appraisal Foundation. • Improvements proposed, if any, on or off-site, as well as any repairs required are considered, for the purposes of this appraisal, to be completed in good and workmanlike manner according to information submitted and/or considered by the appraisers. In cases of proposed construction, the appraisal is subject to revision upon inspection of property Ai 6257-21 � ,. Page 2; ANDERSON APPRAISAL,INC "'' _ , , after construction is completed. This estimate of market value is as of the date shown, as proposed, as if completed and operating at levels shown and projected. • Any drawings and/or diagrams are for illustrative purposes only and are not drawn necessarily to scale and should not be construed as surveys or engineering reports. • It is called to the reader's attention the fact that this report is delivered subject to the stipulation that neither all nor any part of the contents of this report shall be conveyed to the public through advertising, public relations, news, sales or other media, without the written consent and approval of the appraisers or review appraiser, particularly as to valuation conclusions,the identity of the appraiser or firm with which he is connected, or any reference to the Appraisal Institute or the MAI designation. • The opinion of value, as set forth in this report, is based solely upon information available at and prior to the date of valuation, and no responsibility is assumed with respect to facts that may develop subsequent to such date and which might have a bearing on the opinion of value at the date noted as expressed herein. • The appraisers and/or officers of Anderson Appraisal, Inc. reserve the right to alter statements, analysis, conclusion or any value estimate in the appraisal if there become known to us facts pertinent to the appraisal process that were unknown to us when the report was finished. • It is assumed that the property which is the subject of this report will be under prudent and competent ownership and management; neither inefficient nor super efficient. • The estimated market value,which is defined in the report,is subject to change with market changes over time; value is highly related to exposure, time, promotional effort, terms, motivation, and conditions surrounding the offering. The value estimate considers the productivity and relative attractiveness of the property physically and economically in the marketplace. • The appraiser is not required to give testimony or appear in court because of having made the appraisal with reference to the property in question, unless arrangements have been previously made. • The appraiser assumes no responsibility for hidden or unapparent conditions of the property, which would render it more or less valuable, and further assumes no responsibility for surveys or engineering which might be required to discover such factors. • The above conditions include soil composition, drainage characteristics, load bearing capacity, seasonal or permanent water table elevation, seismic susceptibility, hazardous materials contamination (including, but not limited to hydrocarbons, PCB's, asbestos, radon, urea-formaldehyde foam insulation, pesticides, mold/mildew), radioactivity, emissions or disruptions caused from high voltage transmission lines, the location of underground facilities, illegal dumping, leaking underground storage tanks, and so forth. aiW�WMWJAW ERSON APPRAISAL,INC. • Unless otherwise stated in this report, the existence of hazardous material, which may or may not be present on the property, was not observed by the appraiser. The appraiser has no knowledge of the existence of such materials on or in the property. The appraiser, however, is not qualified to detect such substances. The presence of potentially hazardous materials may affect the value of the property. The value estimate is predicated on the assumption that there is no such material on, in or around the property that would cause a loss in value. No responsibility is assumed for any such conditions, or for any expertise or engineering knowledge required to discover them. The client is urged to retain an expert in this field, if desired. • The Americans with Disabilities Act (ADA) became effective January 26, 1992. The appraisers have not made a specific compliance survey and analysis of this property to determine whether or not it is in conformity with the various detailed requirements of the ADA. • It is possible that a compliance survey of the property,together with a detailed analysis of the requirements of the ADA, could reveal that the property is not in compliance with one or more of the requirements of the Act. If so, this fact could have a negative effect upon the value of the property. Since the appraisers have no direct evidence relating to this issue, possible noncompliance with the requirements of ADA in estimating the value of the property has not been considered. • Federal Government Regulations: The Federal Government has special requirements for appraisals to be utilized for some types of loans, resulting from Federal Financial Institutions Reform, Recovery and Enforcement Act of 1989. This appraisal was not written in accordance with FIRREA guidelines,unless so stated, in the letter of transmittal. • Additional research,analysis,and report writing may be required because of the variety of standards and interpretations among certain financial institutions,and appraisal reviewers; and will be undertaken upon client request, at additional fees, for time and costs. • Where the discounted cash flow analysis has been used it has been prepared on the basis of information and assumptions stipulated in this report. The forecasts, projections, or operating estimates contained herein are based upon current market conditions,anticipated short-term supply and demand factors, and a continued stable economy. • The achievement of any financial projections will be affected by fluctuating economic conditions and is dependent upon the occurrence of other future events that cannot be assured. Therefore, the actual results achieved may well vary from the projections and such variation may be material. • This appraisal was obtained from Anderson Appraisal,Inc.or related companies and/or its individuals or related independent contractors and consists of "trade secrets and commercial or financial information" which is privileged and confidential and exempted from disclosure under 5 U.S.C. 552(b)(4). Notify the appraiser(s)signing the report of any request to reproduce this appraisal in whole or in part. 62157-21 APPRAISAL,INC. • APPRAISER LIABILITY EXTENDS ONLY TO STATED CLIENT, NOT SUBSEQUENT PARTIES OR USERS, AND IT IS LIMITED TO THE AMOUNT OF FEE RECEIVED BY THE APPRAISER FOR THIS REPORT. ACCEPTANCE OF AND/OR USE OF THIS APPRAISAL REPORT BY CLIENT OR ANY THIRD PARTY IS PRIMA FACIE EVIDENCE THAT THE USER UNDERSTANDS AND AGREES TO THESE CONDITIONS. 6257-21 Page 24 ANDERSON APPRAISAL,INC. Comparable Market Data 6257--2I Page 25 ANDERSON APPRAISAL,INC. Land Sale No. 1 Property Name Cloquallum Road Forestland Comp ID No. 1576 Address XXX Cloquallum Road City,State Zip Shelton,Washington 98584 County Mason Location North side of intersection of W Cloquallum Road and W Taylor Hill Road just east of Lost Lake Tax ID 41905-30-00000,41906-4 1-000 10 Property Type Land Other Zoning Code LTCF,Long Term Commercial Forestry Physical Characteristics Land Size 115.04 acres or 5,011,142 SF Number of Lots 2 Shape L-Shaped Topography Level to steep sloping Grade Drainage Wetlands on site Landscaping None,vacant land Frontage Desc. Direct frontage on Cloquallum Road,an asphalt paved and striped rural road Utilities Electricity;no public water or sewer requiring septic system and well Access Access via interior forestry roads Visibility Average Site Comments Vacant unimproved site.Area near Cloquallum is level but impacted by wetlands,stream.Most of the rest of the site is moderate to steep slopes.Timber had been harvested and about 40 acres replanted with Noble Firs for X-mas trees(now 5 yrs old).Internal logging road system accessed from adjoining parcels.Direct access from Cloquallum possible but problematic with wetlands and stream.Zoning is very restrictive to forestry and some recreational uses,no residential.The property was in designated forestland tax status. Recording Information Sale Date 09-12-2019 Recording No. 2117236 Contract Price $300,000 Adjusted Price $300,000 Seller Noble Greens LLC Buyer PUHN,JOSEPH SCOTT&MELISSA DAWN Property Rights Fee Simple Estate Financing Unknown Market Time 48 days,original list price$325,000 Price/SF $.06 Price/Acre $2,608 Price/Lot $150,000 C. Sale Comments Buyer was a neighbor who intended to utilize as forestry.There had been a slightly higher offer from an investor but seller chose to sell to neighbor.There was an unknown amount of contributory value from Noble Firs but considered somewhat minor as it was an unmanaged stand. Overall Remarks Confirmed By LAG Ray Jones,253.307.6331 Comp ID No. 1576 620-2T ,_.,,. Pagel AUMMOMMMil ANDERSON APPRAISAL,INC. Land Sale No. 2 Property Name Cloquallum Creek Property Comp ID No. 1404 Address XXX W Cloquallum Road City,State Zip Shelton,Washington 98584 County Mason Location South side of W Cloquallum Road,between Isabella Lake and Lost Lake Tax ID 419041300020 Property Type Residential(Single-Family)Land Zoning Code RR 5,Rural Residential,1 Unit per 5 Acres Physical Characteristics Land Size 27.00 acres or 1,176,120 SF Number of Lots 1 Shape L-Shaped Topography Moderate to steep slopes Grade At street grade Drainage Adequate Landscaping None,vacant land Frontage Desc. Direct frontage on Cloquallum Road,an asphalt paved and striped rural road Utilities Electricity;no public water or sewer requiring septic system and well Access Direct access on Cloquallum Road lrsibility Average Site Comments Vacant unimproved site,with north to south upward sloping and mostly treed. Some of the parcel had recently been logged and a moratorium for development is in place, up to 6 years. There is future subdivision potential. The property was in designated forestland tax status. Recording Information Sale Date 07-07-2020 Recording No. 2134104 Contract Price $120,000 Adjusted Price $120,000 Seller Cedarland Forest Resources LLC Buyer Stevens,Richard M Sr&Dawn E Property Rights Fee Simple Estate Financing Unknown Market Time 6 days;list price$129,950 Price/SF $.10 Price/Acre $4,444 Price/Lot $120,000 Sale Comments Buyer intended to utilize as forestry. Overall Remarks Confirmed By Sue Sakai 253.844.3038 Comp ID No. 1404 _ - age 8 F'?SONAPPRAISAL,INC. Land Sale No. 3 rAim Property Name Little Egypt Road Parcel Comp ID No. 1578 Address XX W Little Egypt Road City,State Zip Shelton,Washington 98584 County Mason Location East side of W.Little Egypt Road about 2/3rd mile south of intersection with W.Highland Road about 8 miles west of Shelton in areas of mixed rural residential development,agricultural and forestry uses. Tax ID 52024-41-00000 Property Type Land Other Zoning Code RR5,Rural Residential 5 Acres Physical Characteristics Land Size 6.55 acres or 285,318 SF Number of Lots I Shape Rectangular Topography Level to mildly sloping Grade Drainage Site is mostly wetlands Landscaping None,vacant land Frontage Desc Direct frontage on W.Little Egypt Road,a paved county road. Utilities Electricity;no public water or sewer requiring septic system and well Access No established access point risibility Average Site Comments Vacant unimproved site.Seller had a wetland delineation indicating about 95%of site is in wetlands.GIS indicates most of site is in flood zone A. Recording Information Sale Date 09-09-2020 Recording No. 2138727 Contract Price $15,000 Adjusted Price $15,000 Seller NGUYEN,CUONG LARRY HUU Buyer HARRIS ET UX,ANTHONY TYLER Property Rights Fee Simple Estate Financing Unknown Market lime 213 days,original list price was$28,200 Price-ISF $.05 Price/Acre $2,290 Price/Lot $15,000 Sale Comments Seller had purchased from Mason County in hopes of residential development but after wetland delineation it was estimated that it would require extreme wetland mitigation to construct a home.Seller then listed the property for sale,buyer's use is unknown. Confirmed By LAG Sharon Murphy 360-490-6405 Comp ID No. 1578 1001",LL� Page 2� ANDERSON APPRAISAL,INC. Land Sale No. 4 Property Name Mason Lake Road Land Comp ID No. 1577 Address E.Mason Lake Road City,State Zip Shelton,Washington 98584 County Mason Location Southside of intersection of E.Limerick Road and E.Mason Lake Road just SE of Lake Limerick and north of BNSF rail line. Areas of residential development around the lake and small scale forestry intermixed. Tax ID 32126-20-04000 Property Type Residential(Single-Family)Land Zoning Code RR10,Rural Residential 10 Acres Physical Characteristics Land Size 50.31 acres or 2,191,504 SF Number of Lots 1 Shape Non detrimental irregular Topography Level to mildly sloping Grade Drainage Wetlands on site Landscaping None,vacant land Frontage Desc. No direct frontage.Access via a 60'easement on neighbor to the east to E.Mason Lake Road,2-lane paved county road. Utilities Electricity;no public water or sewer requiring septic system and well Access Easement from E.Mason Lake Road risibility Average Site Comments Vacant unimproved site.Wetlands along the west and SE edges.Most of the rest of the site is level to mild sloping,no wetlands.Timber had been harvested and replanted about 3 years prior.Internal gravel logging road system accessed from gravel easement on adjoining parcel.Easement considered adequate for rural residential development. Moratorium still in-place but buyer though they could bring it out and pay relatively minor fee.The property was in designated forestland tax status. Recording Information Sale Date 10-22-2020 Recording No. 2142132 Contract Price $195,000 Adjusted Price $195,000 Seller JLCG LLC Buyer JENNINGS ET AL,BENJAMIN C&JESSICA ANN FOSS Property Rights Fee Simple Estate Financing Unknown Market Time 78 days,original list price was$195,000 PriceISF $.09 6257-Z page. SAL,INC. PricelAcre $3,876 Price/Lot $195,000 Sale Comments Buyer intended to try for rural residential subdivision.The seller had some completed survey work for a possible development.No significant timber value. Overall Remarks Confirmed By LAG Ray Jones,253.307.6331 Comp ID No. 1577 6257-2I Wage 3I ANDERSON APPRAISAL,INC. Land Sale No. 5 S Property Name Agate Loop Parcel Comp ID No. 1400 Address XXX E Agate Loop Road City,State Zip Shelton,Washington 98584 County Mason Location West side of E Agate Loop Road and south side of E Sunset Road,northeast of Shelton in rural Mason County Tax ID 320143290110 Property Type Residential(Single-Family)Land Zoning Code RR 5,Rural Residential Resource 1 Unit per 5 Acres Physical Characteristics Land Size 45.99 acres or 2,003,324 SF Number of Lots 1 Shape L-Shaped Topography Mild to moderate sloping Grade At street grade Drainage Adequate Landscaping None,vacant land Frontage Desc. Direct frontage on both E Agate Rd and E Sunset Rd,both asphalt paved rural roads Utilities Electricity in street;no public water or sewer requiring septic system and well Access Direct but undeveloped access off both E Agate Rd&E Sunset Rd Visibility Average Site Comments Site consists of 46f acres of reforested land with several hundred feet of frontage on a saltwater estuary, Chapman Cove.The uplands are separated by the road with no buildable space on the lowlands. Tidelands are considered an amenity. The buyer placed most value in the land and timber. The acreage is wooded with 30 year old reprod Douglas Fir,Maple and Alder. Possibility of many building sites. Zoned RR 5 however,cannot be further subdivided for 4 years due to short plat only allowed once every five years per the county. Buyer intended to utilize as forestland, but paid for highest and best use, rural residential, value. Recording Information Sale Date 11-20-2020 Recording No. 2144365 Contract Price $265,000 Adjusted Price $265,000 Seller Miller,Omar F&Patricia Buyer Baldwin Logging,Inc. Property Rights Fee Simple Estate Financing Unknown Market Time 119 days;list price $265,000 Price/SF $.13 Price/Acre $5,762 Price/Lot $265,000 Sale Comments The agent stated there was a good amount of interest in the listing. Overall Remarks Confirmed By Keith Fuller,LAG,360.490.3811 Comp ID No. 1400 ag 3 RSON APPRAISAL,INC. i -AFFI AZM,5� Ric TELEPHONE(360)943-8400 • EMAIL: derekj@andersonappraisalinc.coin P.O.BOX 2694 • OLYMPIA,WASHINGTON 98507 June 21,2021 Dear Mr. Johnson, Please consider this letter to be our proposal. The appraisal will be completed in accordance with the 2020-2021 Edition of Uniform Standards of Professional Appraisal Practice(USPAP). Purpose of the appraisal: To estimate the Market Value of the subject property: Parcel 42004-40-00000(16.20 acres) 2201 W.Dayton Airport Rd, Shelton Intended use: Internal decision making related to a possible sale. Intended users: Mason County PUD#3. Client: Mason County PUD#3. Due date: Approximately(4)weeks from engagement. Fee: $2,200. Reporting format: Restricted Appraisal Report. Number of Copies: (1)Electronic. Contact Information: Robert Johnson 360-789-2699 robertw@masonpud3.org Additional Information: Appraisal will not include an estimate of any equipment or timber value. If this scope meets your approval,please sign below and return. Thank you for the opportunity to provide this proposal,and we look forward to working with you. 1 Z2 z1 Authorized By: Date: MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS From: Diane Zoren Action Agenda x Public Hearing Other DEPARTMENT: Support Services EXT: 747 DATE: September 14, 2021 Agenda Item # 8. \3 Commissioner staff to complete) BRIEFING DATE: August 30, 2021 BRIEFING PRESENTED BY: Support Services [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Approval to amend the Veteran Advisory Board Policy for the Veterans' assistance program to reflect acceptable documents for proof of service as recommended by the Veterans Advisory Board. Background: RCW 73.08.010 authorizes counties to establish a veterans' assistance program to address the needs of local indigent veterans and their families. The program is funded by the Veterans'Assistance Fund created under the authority of RCW 73.08.080. The Veterans'Advisory Board (VAB) was established under the authority of RCW 73.080.035 and they administer the veterans' assistance program. The VAB has recommended the policy be amended to reflect acceptable documents for proof of service: Accepted documents include the following: DD-214 showing Honorable, General Under Honorable or Other Than Honorable (OTH); DD215 Correction to Military Record DD-214; Honorable or General Under Honorable Discharge Certificate; Reserve Discharges & Certificates; National Guard Discharge NGB22, DD256 & Certificates Budget Impacts: None RECOMMENDED ACTION: Approval of the resolution amending the Veteran Advisory Board Policy for the Veterans' assistance program to reflect acceptable documents for proof of service as recommended by the Veterans Advisory Board. Attachment(s): Veterans Advisory Board Operating Policy MASON COUNTY VETERANS' ADVISORY BOARD OPERATING POLICY & PROCEDURES These Amendments are adopted and effective this 141h day of September, 2021 Mason County,Washington -------------------------------------------- Randy Neatherlin,Chair -------------------------------------------- ATTEST: Kevin Shutty,Commissioner ------------------------------------------- ---------------------------------- McKenzie Smith,Clerk of the Board Sharon Trask,Commissioner Adopted June 11,2019 MASON COUNTY VETERANS' ADVISORY BOARD OPERATING POLICY & PROCEDURES TABLE of CONTENTS I. Organizational Policies...............................................................................................................................3 II. Financial Policies........................................................................................................................................3 III. Policy Establishing Board..........................................................................................................................4 IV. Eligibility Policies......................................................................................................................................4 V. Referral to Other Services.........................................................................................................................5 VI. Appeal and Resolution Policy...................................................................................................................5 VII. Application Procedures...........................................................................................................................6 VIII. Processing of Packet Procedures...........................................................................................................7 IX. Records, Files, Forms and Reports...........................................................................................................7 X. List of Attachments (Att.)..........................................................................................................................8 Page 2 of 8 Adopted 08/21/2018 I. Organizational Policies a. All RCWs (Revised Code of the State of Washington)within Chapter 73.08 RCW VETERAN'S RELIEF,with other RCWs and Mason County Resolutions will be used and referred to throughout this policy. b. The purpose of the Mason County Veteran's Assistance Fund (VAF)is to provide relief as set forth in RCW 73.08.010 to indigent and suffering veterans,their families and the families of deceased indigent veterans. c. Any honorably discharged veterans or veterans with a General Discharge Under Honorable Conditions or a General Discharge with Other than Honorable Conditions (Administrative Discharge),as outlined in RCW 41.04.005 and RCW 41.04.007,and meeting the criteria in I-b may apply. Accepted documents include the following: DD-214 showing Honorable,General Under Honorable or Other Than Honorable (OTH);DD215 Correction to Military Record DD-214; Honorable or General Under Honorable Discharge Certificate; Reserve Discharges&Certificates; National Guard Discharge NG1322,DD256&Certificates. d. These policies and procedures are subject to review annually by the VAB. 1) If a revision is made,it is so noted and a narrative of revision is put in VAB minutes. 2) If no revisions are made,the date of review is noted,and put in VAB minutes. 3) Post Commanders will be advised concerning any revisions and reviews recommended by the VAB. 4) MCC has final approval of all revisions. e. The VAB will meet the second Wednesday of each month at 10:00am at the Memorial Hall on 2nd. and Franklin St.,in Shelton,WA. f. A quorum must be met to conduct any business that may come before the board. g. If a quorum is not met,the Chair may contact other members via phone/text messaging or by e- mail. h. Upon reaching a member,and member agrees to be part of the meeting,thus creating a quorum,the Chair must remain in contact with the member throughout the meeting. II. Financial Policies a. The funds for creating a Veterans'Assistance Fund (VAF) RCW 73.08.080,is generated from a tax levied by the Mason County Commissioners (MCC),use of the fund is governed by same RCW. b. Approval of the one thousand two hundred ($1,200) dollars for assistance shall be granted only for the following: 1) Past Due Rent or Mortgage 2) Past Due Utilities: L Electric ii. Water iii. Natural Gas iv. Wastewater(sewer) 3.) Miscellaneous Items: i. Necessity Items (refer to list-Attachment A) a. Single$150.00 b. Married$200.00 c. +$50.00 per dependent ii. Needed Fire Wood or Propane 4) Other Items i. Obtain state ID card(one time only) c. Exclusions will include,but not limited to alcohol,tobacco,lottery tickets. d. Purchases in excess of the amount written on the check are the responsibility of the applicant. e. No cash back will be given to the applicant if purchases are less than the amount written on the check. Page 3 of 8 Adopted 08/21/2018 f. All requests for assistance will be approved by the Veterans Service Officer(VSO),with final approval by the MCC. g. If it is determined an applicant is in need of assistance due to any event,catastrophic illness or other significant change in circumstance which comes into being unexpectedly and is beyond the applicants'management or control,the VSO may request in writing that Mason County consider approval of an amount not to exceed a one thousand ($1,000.00) dollar lifetime limit per applicant. h. The intent of the VAF is not to replace assistance from any other agency,and assistance is granted on a"Case by Case"basis only. i. The VAF is not intended to provide continuing assistance on a routine basis. j. The VAF shall not duplicate other available assistance for the purposes as noted in II.(b) III. Policy Establishing Board a. RCW 73.08.035 states each county must establish a Veteran's Advisory Board (VAB),the board shall advise MCC on the needs of local indigent veterans,the resources available to local indigent veterans,and programs that could benefit the needs of local indigent veterans and their families. b. The VAB is comprised of veterans from the community"at large",and representatives from nationally recognized veterans'service organizations within Mason County.Per said RCW,no fewer than a majority of the board members shall be members from a nationally recognized veterans'service organization and only veterans are to serve on the board. Service on the board is voluntary. c. Mason County Resolution NO.05-15 allows for appointment of two members residing in Mason County from each Nationally Recognized Veterans'Service Organizations to be appointed to the Veteran's Advisory Board (VAB),and two members"at large". d. The VAB will consist of a ten(10)member board;members are appointed as follows: 1) American Legion(2 members) 2) Veterans of Foreign Wars (2 members) 3) 40 et 8 (2 members) 4) Disabled American Veterans (2 members) 5) Two (2) Mason County resident veteran(at large) e. Commanders of these organizations will not be members of the VAB. f. Commanders will appoint the members from their organization to serve on the VAB for the purpose of overseeing the VAF. g. These members may be appointed or removed at the discretion of their commander. h. The first appointment of members shall be three (3)members for a three (3)year term,and four (4)members for a two (2)year term. L Thereafter all terms will be two (2)year terms. j. The MCC reserves the right to disallow VAB appointee for cause. IV. Eligibility Policies a. RCW 73.08.005 and other provisions in RCW Title 73 shall govern eligibility assistance to indigent and suffering veterans and/or families. b. The county defines"indigent and suffering"to mean the current poverty level as defined by the United States Department of Health and Human Services(HHS) found at https://aspe.hhs.gov/poverty-guidelines Page 4 of 8 Adopted 08/21/2018 c. Family members entitled to apply for assistance shall be defined as spouse or domestic partner, surviving spouse or surviving domestic partner,and dependent children of a living or deceased veteran. d. Applicants must be a resident of Mason County for at least ninety(90) days. e. Applicant and anyone over the age of 18 in the household must present proof of residency and income.If no income,an affidavit must be signed by both the veteran and household member.(Att. B) f. An applicant may use hotel/motel receipts as proof of residence,provided that: 1) All receipts show a minimum of a 90 (ninety) day stay with in Mason County. 2) The 90 (ninety) day stay must be continuous. 3) All receipts must be in the applicant's name. 4) All receipts must be original (no copies). g. Under the federally-established poverty guidelines,the gross income after taxes and deductions for medical insurance premium,including Medicare,of the veteran and all members of the household must be at or below 150%of the poverty guidelines established by the HHS. h. Veterans making above the 150%and who do not have an emergency financial situation will not be eligible for assistance. i. An applicant may have a source of income above the aforementioned 150%and still be considered indigent on an emergency basis. j. Lack of funds because of bad financial management of an adequate source of income does not make the applicant indigent. V. Referral to Other Services a. As per RCW 73.08.070 the county shall assist indigent veterans with burial or cremation costs of three hundred($300.00) dollars minimum or up to one thousand ($1,000) dollars. b. The burial assistance is in addition to prior twelve hundred thousand($1,200.00) dollars limitation as outlined in II-b. c. In an effort to maximize dollars and provide for as many as possible applicants,and when appropriate,the veteran may be referred by the VSO to other veteran services and to other community resources for services. VI. Appeal and Resolution Policy a. If an applicant has either by accident or on purpose falsely filed a claim,or has misused monies from the Veterans'Assistance Fund,the following will apply: 1) A letter is given to the applicant,from the County,denying further use of this fund,until the false claim is resolved. 2) A copy of that letter will be sent to the Veterans'Service Office,to be placed in the offending applicant's file. 3) The applicant's file will then be"Red Flagged",and denied further use until the problem is resolved. b. To resolve the claim,the applicant can clear their name by: 1) If applicant feels this is unjustified,they may appeal in writing to the Veterans'Advisory Board within fifteen(15) days of notification. 2) The appeal will be reviewed by the VAB at the next regular scheduled meeting and a decision will be made no later than the next regular scheduled meeting. 3) Approval or Disapproval requires a"Super Majority"vote by the entire VAB. Page 5 of 8 Adopted 08/21/2018 4) The applicant may file an appeal,in writing,with the Mason County Commissioners.A decision in regard to appeal may take up to 30 days. c. The applicant may repay any and all monies that have come into question,and may not have access to these funds for one (1)year after payment. d. If the applicant elects not to do VI.b.or VI.c.there will be a two (2)year probationary wait period. After the wait period is over,the applicant must"in writing"request to receive these funds once more,a decision will be forthcoming. e. If it is found that the applicant has done this two (2)times,they will be permanently denied from using this fund. VII. Application Procedures a. Upon arriving at the VSO office the applicant will be asked to sign-in. b. The applicant is then screened about their assistance needs,residence,income,and their eligibility,an"Assistance Fund Application(AFA) (Att.C)and a Rental/Mortgage Verification" (Att. D)form must be filled out as part of the application process. c. If the applicant does not have all needed information or documentation,they will be given a form "Veterans'Assistance Fund Documents Checklist" (Att.E) to help them gather the needed information and return form to VSO. d. If an applicant cannot show proof of service,a"Standard Form 180" (Att.F)will be given to them to be filled out and sent in,they can also go to the VA at American Lake to get proof of service. e. If two or more applicants are sharing the same physical residency,then all income is considered as one. E Only one application may be used for any single physical residency. g. If an applicant has a"Sub-Lease Agreement",then VII (j)will apply. h. When an applicant has requested assistance for past due rent or mortgage payment,II. (b)(1), and has gone through the screening process.The VSO will call the landlord to inform them that the veteran has applied for assistance,and that a letter of"Recommendation for Payment" (Att.G)will be forthcoming. i. The applicant will then be given a form"Rental/Mortgage Verification" (Att.D) to be given to the landlord.This form must be filled out by the landlord or lien holder,notarized and sent back or taken to the VSOs' office.The VSO will then verify all information on the form. j. Shared Dwelling: 1) In the case of a veteran sharing a dwelling with another person who is not a family member as defined in Operating Policy item IV(c),the rental amount will be prorated by the number of people living in the dwelling. 2) In the case of a veteran sharing a dwelling with another person who is not a family member as defined in Operating Policy item IV(c),the utility expenses will be prorated by the number of people living in the dwelling. 3) In the case of a veteran sharing a dwelling with another person who is not a family member as defined in Operating Policy item IV(c),the firewood/propane expenses will be prorated by the number of people living in the dwelling. k. When an applicant has requested assistance for past due utilities (electric,water or natural as) II (b)(2),and has gone through the screening process.The applicant must have a"Past Due"pink slips)stating that service will be discontinued. 1. Some utilities companies,i.e.Shelton Utilities,do include garbage within the water bill,in this situation where the bill is"combined",the whole bill is paid. Page 6 of 8 Adopted 08/21/2018 m. The VSO will call the utilities company to verify the current amount to be paid,and inform them that the veteran has applied for assistance and that a letter of"Recommendation for Payment" (Att.G) will be forthcoming. n. When an applicant requests assistance for firewood or propane and has gone through the screening process,the VSO will call a vendor to confirm prices and amount needed.The VSO will inform the vendor,the veteran has applied for assistance and that a letter of"Recommendation for Payment" (Att.G) will be forthcoming,VII (J)(3)also applies. o. The VSO will then fill out a"Purchase Order" (Att.H)to be sent with"Assistance Fund Application" (AFA) (Att.C)for approval from MCC. p. When an applicant requests Miscellaneous Items or Other Items and has gone through the screening process,the VSO will,to the best of their ability,determine the needs of the applicant q. The VSO will fill out the"Assistance Fund Application" (AFA) (Att.C),determine the amount,the vendor,and have the applicant sign the application with a full understanding of the request. r. Necessity Items check(s)are issued in fifty dollar increments.The applicant will be given an itemized list of authorized items that may be purchased.(Att.A) s. After all needed information and documentation is gathered from the applicant and outside sources,the AFA is then completely filled out and the packet is complete. t. It is the VSOs'responsibility to ensure all information in the packet is correct and verified. u. When the completed packet is sent on to MCC,it will have a copy of"Recommendation for Payment"as a cover sheet(Att.G) or"Assistance Fund Application" (Att.C). v. The VSO reserves the right to refuse service to disorderly or abusive individuals.Service will be refused to individuals under the influence of alcohol and/or drugs.Applicants who are disorderly or abusive to Mason County employees or volunteers will be not be provided assistance and will be asked to leave the building. VI11. Processing of Packet Procedures a. Once the packet is received at the MCC office,it is date stamped and reviewed to ensure all information is correct and all supporting documentation is there. b. Applications submitted to the MCC for processing and have been determined to meet the necessary guidelines will have checks issued within three business days. c. Applicants who pick up his/or her check(s),must have proper picture ID,and must sign for check(s).Check(s) are sent out by mail the next business day following approval. d. Necessity Item check(s)that are issued will be stamped with: "No Alcohol or Tobacco","No Cash Back". e. Some delays may result if a legal holiday falls within the time period or if there are insufficient funds to release the check. f. A weekly list of"Approval of Expenditures"is sent to the VSO's office from the MCC office. g. A monthly list of"Approval of Expenditures"is sent to the MCC. IX. Records, Files, Forms and Reports a. It will be the responsibility of the VAB Chair,acting in concert with the VSO's to establish and maintain a record of each applicant requesting and/or receiving assistance from the VAF. b. The VSO will provide forms and reports of attendants,decisions,and record-keeping for clientele, e.g.,forms for vendors,initial applications,and VAB decisions. c. Each October,the VAB,acting in concert with the VSOs shall produce an annual report for the MCC, containing the following information: 1) The number of requests for assistance received during the calendar year. 2) The number of requests for assistance for which assistance was given. Page 7 of 8 Adopted 08/21/2018 3) The number of requests for assistance for which assistance was not provided and a narrative description of the reasons assistance were not provided. 4) The total dollar value of assistance provided on a monthly basis. 5) A narrative description of non-monetary assistance provided by the VAB. 6) Meeting minutes as an attachment. 7) A copy of appeals as an attachment. d. If any section of these policies or procedures is determined to be in conflict with federal,state.or county laws,ordinances or directives,then said section will be void and the aforementioned laws, ordinances or directives shall prevail. X. Attachments (Att.) A.VAF Necessity Itemized List B.Affidavit of Income C.Assistance Fund Application(AFA) D.Rental/Mortgage Verification E.Veteran's Assistance Documents Checklist(S&S form) F.Request Pertaining to Military Records(Standard Form 180) G.Recommendation For Payment H.Mason County Veterans Service Office-Purchase Order Page 8 of 8 Adopted 08/21/2018 MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS From: Kevin Hanson, Jail Chief Action Agenda _X_ Public Hearing Other DEPARTMENT: MCSO EXT: 636 COMMISSION MEETING DATE: 14 September Agenda Item # 8.i4 2021 (Commissioner staff to complete) BRIEFING DATE: 30 August 2021 BRIEFING PRESENTED BY: Kevin Hanson [] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency: ITEM: Approval to enter into a sole source agreement for the purchase of a keying system for the Mason County Jail from Morse Watchman. BACKGROUND: The current system for tracking keys in the jail is a manual system requiring several hours of deputy time. The regular duties of the understaffed jail are numerous, and this activity is very important to the safety and security of the staff. The research for an automatic keying system for the Mason County Jail concluded there was only one system that was the right size and type to fulfill the needs of the jail. This is the same system purchased by Kitsap County for tracking jail keys. This system will allow the jail keys to be checked out automatically so that no person is in charge of ensuring the keys are tracked. Sole Source policy 2.21.030 indicates the ability of the Sheriff's Office to request a sole source purchase for items that have a "unique design: requires unique features that are essential, aesthetic requirements, or not practical to match existing design or equipment." RECOMMENDED ACTION: Approve resolution for sole source purchase and approve a budget supplemental in December 2021 to cover the cost. BUDGET IMPACTS: Cost of the system is $18,123.50 delivered. Request this money come from ending fund balance. J:Tinance Office\BOCC\2021 BOCC Briefings\Jail Key System\Commission Agenda Item Key System.docx ATfACHMENT(S): Morse Watchman quote Draft Resolution J:Tinance Office\BOCC\2021 BOCC Briefings\Jail Key System\Commission Agenda Item Key System.docx RESOLUTION NO. A RESOLUTION authorizing the Mason County Sheriff's Office to enter into a Sole Source Purchase Agreement for a key system for the Mason County Jail. WHEREAS, there are workload concerns for the staff of the Mason County Jail as regards keys for the jail; WHEREAS, research indicates only one key system will provide all the necessary functions to track the numerous keys needed; NOW, THEREFORE BE IT RESOLVED by the Board of Mason County Commissioners to authorize the Mason County Sheriff's Office to purchase a key system from Morse Watchman, Inc. as a Sole Source purchase. Adopted this of , 2021. BOARD OF COUNTY COMMISSIONERS MASON COUNTY, WASHINGTON ATTEST: Randy Neatherlin, Chair McKenzie Smith, Clerk of the Board APPROVED AS TO FORM: Sharon Trask, Commissioner Tim Whitehead, Chief DPA Kevin Shutty, Commissioner 2 Morse Road 60 Oxford, CT 06478 USA MORSE Tel: 203.264.4949 8367 WATCHMANSi Fax: atchman.com www.morsewatchman.com INCO RPO RATED morna0mnrcn1Af;i+rh gay August 20,2021 Mason County Jail 411 N 4th St. Shelton,WA 98584 Dear Lt.Schoeneberg, We are pleased to submit the following quotation for our Key Watcher Key Management System.Our electronic key management system gives you immediate access and total accountability of your keys without the paper chase created by outdated manual logs. THE KEYWATCHER TOUCH SYSTEM—96 KEYS Part# Description PRICE KW-8071 KW Touch 3 Module Cabinet $17,789.50 System includes: ■ Expansion Cabinet—6 Module ■ 3 Module—16 Key ■ 6 Modules-8 Key ■ 100 Red Smart Keys ■ 100 Tamper Proof Red Key Rings ■ 50 Red Replacement Hubs ■ Non-Random Return ■ Remote Setup ■ True Touch Software&Manuals ■ 24-Hour Back-Up Battery ■ 2-Year Warranty SUBTOTAL.............................................................................................................$17,789.50 FREIGHT..................................................................................................................$334.00 TOTAL...................................................................................................................$18,123.5 0 Delivery:Please allow 4—6 weeks. OPTION: OPTICAL FINGERPRINT READER$928.00 THE KEYWATCHER is solely manufactured in the United States by Morse Watchman Inc.,and comes with a limited two year warranty on all hardware manufactured by Morse Watchman Inc. All third party accessory items not manufactured by Morse Watchman Inc.(Biometric units,Card Readers,serial to ethernet converters,etc.)are warranted by the manufacturer's own limited warranty. Morse Watchman does accept MasterCard,Visa,and American Express as alternate forms of payment. Should you have any questions,please feel free to call me at 203- 264-4949 ext.531. Sincerely, David Gibson Account Executive ***ALL PRICES ARE IN EFFECT FOR 60 DAYS*** THE MOST RFCn(,,N17Fl) NAME IN SECURITY MANAGEMENT PRODUCTS MASON COUNTY AGENDA ITEM SUMMARY FORM To: Board of Mason County Commissioners From: Frank Pinter Action Agenda: X Public Hearing: Other Department: County Administrator Ext: 530 Commission Meeting Date: September 14, 2021 Agenda Item # (Commissioner staff to complete) Briefing Date: August 30, 2021 Briefing Presented By: Frank Pinter [ ] Item was not previously briefed by the board Please provide explanation of urgency Item Approval to adopt a Resolution for the sale of real property located on Route 101, parcel # 42110- 41-00011 to the Skokomish Tribe. Background: Pursuant to RCW 36.35.150(1)(a), the Board of County Commissioners may dispose of tax foreclosed property by private negotiations, without a call for bids, for not less than the principal amount of the unpaid taxes; when the sale is to any governmental agency. An offer has been made from the Skokomish Tribe for $1,664. Recommended Action: Approval to adopt a Resolution for the sale of real property located on Route 101, parcel # 42110- 41-00011 to the Skokomish Tribe. Attachment(s): Resolution RESOLUTION NO. APPROVAL OF SALE OF TAX TITLE PROPERTY TO THE SKOKOMISH TRIBE WHEREAS,Mason County owns the tax title parcel#42110-41-00011, located in Shelton,WA; WHEREAS,per RCW 36.34.130,the Board of County Commissioners may dispose of County property to another governmental agency and may acquire property for the County from another governmental agency by means of private negotiation upon such terms as may be agreed upon and for such consideration as may be deemed by the Board of County Commissioners to be adequate;and WHEREAS,per RCW 36.35.150(1) (a),the Board of County Commissioners may dispose of tax foreclosed property by private negotiations,without a call for bids,for not less than the principal amount of the unpaid taxes;when the sale is to any governmental agency, and WHEREAS,Mason County has received an offer from the Skokomish Tribe Legal Department in the amount of$1,664.00 to purchase the property; NOW,THEREFORE,BE IT FURTHER RESOLVED,by the Mason County Board of Commissioners that the property described above#42110-41-00011 is approved to sell at the price of $1,664.00 to the Skokomish Tribe; and BE IT FURTHER RESOLVED,that the proceeds of the sale of said property are to be dedicated first to any delinquent property tax obligations and related penalties,expenses and assessments; and next to reimbursement of the Property Management expenses; and finally,to the Current Expense Fund; and BE IT FURTHER RESOLVED,that the Chair of the Commission is authorized to sign the related closing documents. DATED this_of ,2021. 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,Chie Sharon Trask,Commissioner MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS From: Nichole Wilston Action Agenda x Public Hearing Other DEPARTMENT: Support Services EXT: 643 COMMISSION MEETING DATE: 09/14/21 Agenda Item # Q,.�ls (Commissioner staff to complete) BRIEFING DATE: 9/13/21 BRIEFING PRESENTED BY: Nichole Wilston [ ) ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Approval to renew contract with Mason General Hospital with an end date of December 31, 2026. Services provided are Hepatitis B vaccinations, Respirator FIT Medical Reviews, associated supplies. The Hepatitis B Vaccination per dose will cost $144.90. For an employee to receive the entire series of three (3) doses is $434.70 per employee. For services involving Respirator Fit Testing it will cost $21 per employee for the Respirator FIT Testing Administration and Review and $4 for Fit Testing Supplies. Background: WAC 296-823-13005 and WAC 296-823-17005 require Mason County to provide hepatitis B vaccinations, respirator FIT medical reviews and annual testing, blood borne testing and documentation. The contract with Mason General Hospital covers requirements that cannot be done by county staff. Employees needing this are, but not limited to, Deputies, Corrections Deputies, Detention Officers, Utilities & Waste Landfill Attendants & CS&W Operators, Facilities & Parks, and Environmental Health Septic Tank Inspectors. Special Funds will be billed for their employees. RECOMMENDED ACTION: Approval to renew the Mason General contract with an end date of December 31, 2026 for hepatitis B vaccines and respirator FIT medical reviews, and supplies and authorize the Chair to sign the contract. Attachment: Mason General Hospital Contract MASON COUNTY and MASON GENERAL HOSPITAL and FAMILY OF CLINICS PROFESSIONAL SERVICES CONTRACT This CONTRACT is made and entered into by and between Mason County, hereinafter referred to as"COUNTY" and Public Hospital District No. 1 of Mason County dba Mason Health, referred to as"CONTRACTOR." RECITALS: WHEREAS, COUNTY desires to retain a person or firm to provide the following service: Hepatitis 8 vaccinations and Respiratory Fit medical reviews for County employees; and WHEREAS, CONTRACTOR warrants that it is qualified and competent to render the aforesaid services. NOW, THEREFORE, for and in consideration of the CONTRACT made, and the payments to be made by COUNTY, the parties agree to the following: SPECIAL CONDITIONS Safeguarding Personal Information: 1. Personal information collected, used or acquired in connection with this CONTRACT shall be used solely for the purposes of this CONTRACT. The CONTRACTOR agrees not to release, divulge, publish, transfer, sell or otherwise make known personal information without the express written consent of COUNTY or as provided by law. 2. CONTRACTOR agrees to implement physical, electronic and managerial safeguards to prevent unauthorized access to personal information maintained by CONTRACTOR. The COUNTY reserves the right to monitor, audit or investigate the use of personal information collected, used or acquired by the CONTRACTOR through this CONTRACT to the extent required by law, the CONTRACTOR shall certify the return or destruction of all personal information upon expiration of this CONTRACT. 3. Any breach of this condition may result in termination of the CONTRACT pursuant to "Termination for Default" as set forth below and the demand for return of all records in connection with this CONTRACT. The CONTRACTOR agrees to indemnify and hold the COUNTY harmless for any damages related to the CONTRACTOR'S unauthorized use or disclosure of personal information. 4. The provisions of this Section shall be included in any of CONTRACTOR'S subcontract(s) relating to the services provide under this CONTRACT. 5. 'Personal Information" shall mean non-publicly available information identifiable to any person, including, but not limited to, information that relates to a person's name, health, finances, education, business, use or receipt of governmental services or other activities, 1 addresses, telephone numbers, social security numbers, driver's license numbers, other identifying numbers, and any financial identifiers. Personal Information includes "Protected Health Information"as set forth in 45 CFR §160.103 as currently drafted and subsequently amended or revised and other information that may be exempt from disclosure to the public or other unauthorized persons under either Chapter 42.56 RCW, 42 USC §§1320 et seq., 42 CFR Part 2, Chapters 70.02, 70.24. 70.96A and 71.05 RCW or other state and federal statutes and regulations governing confidentiality or disclosure. GENERAL 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. No material, labor or facilities will be furnished by COUNTY, unless otherwise provided for in the CONTRACT. Term: The performance period for this CONTRACT will start on the date of last signature and will end December 31, 2026 Services Outside of 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. Extension: 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 four years. 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 B Compensation 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, 2 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. 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 B Compensation." Where Exhibit "B" requires payments by the COUNTY, payment shall be based upon written claims supported, unless otherwise provided in Exhibit "B," 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"B"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"B." 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 3 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; the Americans with Disabilities Act of 1990; and the Contract Work Hours and Safety Standards Act providing for weekly payment of 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 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 4 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/heats 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. 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, as required by law or an order entered by a court after having acquired jurisdiction over COUNTY. CONTRACTOR shall immediately give to COUNTY notice of any public records request orjudicial proceeding seeking disclosure of such information. CONTRACTOR agrees that upon receiving any request pursuant to the Public Records Act for public access to or disclosure of any confidential information as defined by this agreement of COUNTY's in CONTRACTOR's possession or control, CONTRACTOR will notify COUNTY of such request and provide at least 5 days written notice of such request prior to public disclosure of the documents. CONTRACT may take such efforts to assert or exercise any rights available to COUNTY under the Act to prevent or limit such public disclosure or access at COUNTY's sole and exclusive expense. 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, agency, or governmental unit whose purpose is to review the services provided within the terms of this CONTRACT. If no advance 5 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 C 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. Proof of Insurance: A Certificate of Insurance naming COUNTY as the Certificate Holder must be provided to COUNTY within five (5)days of CONTRACT execution. 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. 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 therefrom)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 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 negligence of the 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 the COUNTY to 6 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 of Contract: COUNTY hereby appoints, and CONTRACTOR hereby accepts, the Mason County's Human Resources Manager 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: Nichole Wilston, Risk & Safety Compliance Manager Mason County Human Resources 411 N 5'h Street Shelton, WA 98584 Phone: 360-427-9670 x643 E-mail: nwilston@masoncountywa.gov CONTRACTOR's Primary Contact's Information: Primary Billing Contact: Tina Brown Director, Business Office Mason General Hospital & Family of Clinics 901 Mountain View Drive PO BOX 1668 Shelton, WA 98584 Phone: 360-427-9573 Fax: 360-427-9597 Email: tibrown(a)masongeneral.com 7 Primary Operations Contact: Mark Batty Chief Operations Officer Same Address Phone: 360-427-9560 Fax: 360-427-1921 Email: mbatty@masongeneral.com Primary Contract Signer: Rick Smith Chief Financial Officer Same Address Phone: 360-432-3260 Fax: 360-427-1921 Email: rsmith@masongeneral.com 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, CONTRACTOR shall be entitled to payment for actual work performed in compliance with Exhibit A Scope-of-Services and Exhibit B 8 Compensation. 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 necessarydue to a decrease in available 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 B Compensation. 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, 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 orjudgment upon the award may be entered in any court having jurisdiction. The parties agree that the decision of the 9 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 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 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. Exhibit C Insurance Requirements C. Special Conditions D. General Condition E. Exhibits A and B 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. IN WITNESS WHEREOF, COUNTY and CONTRACTOR have executed this CONTRACT as of the date and year last written below. Public Hospital District No. 1 BOARD OF COUNTY COMMISSIONERS 10 MASON COUNTY, WASHINGTON Rick Smith, Chief Financial Officer , Chai; kancLy 4JGL P.1' 1 Vl Dated: Q8 ?�' ��Z l Dated: APPROVED AS TO FORM: Tim Whitehead, Chief DPA 11 EXHIBIT A SCOPE OF SERVICES CONTRACTOR will provide the following occupational health medical services to COUNTY Employees: 1. Hepatitis B Series Vaccination as required by WAC 296-823-13005. 2. A copy of the employee's hepatitis B vaccination status, including the dates of all the hepatitis B vaccinations shall be sent to Mason County Human Resources in a confidential marked envelope to be put in the employee's medical file, as required by WAC 296-823-17005. 3. Confidential mail should be clearly marked and mailed to: Mason County Human Resources 411 N 5th Street Shelton, WA 98584 4. Employee Respirator Fit Medical Review including written recommendation to employer and employee in accordance with WAC 296-842-14005_ 5. Employee Respirator Fit Testing and provide appropriate testing supplies in accordance with WAC 296-842-15005. COUNTY'S Human Resources will provide employees with the Hepatitis B Vaccination Consent/Declination Form as well as the Medical Screening Form for Respirators prior to employees arriving at Mason General Hospital to receive their vaccination and/or Respirator Fit Test. COUNTY'S Human Resources will provide CONTRACTOR with the names of the employees that need a Hepatitis B Series Vaccination, an Employee Respirator Fit Medical Review and or Fit Testing. No other COUNTY Department may schedule or obtain copies of employee's records on behalf of COUNTY'S Human Resources. Should there be a staff change in COUNTY'S Human Resources, COUNTY will promptly notify CONTRACTOR. The current Staff is: Mason County Support Services Human Resources Frank Pinter, Support Services Director 360-427-9670 x530 fpinter@masoncountywa.gov Dawn Twiddy, HR Manager 360-427-9670 x422 dawnt@masoncountywa.gov Nichole Wilston, Risk& Safety-Compliance Manager 360-427-9670 x643 nwilston@masoncountywa.gov Meghan Andrews, Personnel Analyst 360-427-9670 x290 meghana(a-)masoncountywa.gov 12 EXHIBIT B COMPENSATION A. Compensation: CONTRACTOR will be compensated for actual services rendered. CPT 90746 Hepatitis B Vaccination (each dose) $105.00 CPT 90471 Immunization Administration (per injection) $ 39.90 CPT 94799 Respirator Fit Testing --Administration & Review $ 17.00 Fit Testing Supplies $ 4.00 B. Requests for Payment: 1. At a minimum the invoice is to include: performance period; date of submission; CONTRACTOR's name, remittance address and phone number; a list of employees with CPT code or description and any associated supply charge for each amount being billed per employee; invoice total; and any additional applicable information. 2. Submit via e-mail or hard copy as preferred to: Mason County Human Resources Nichole Wilston, Risk &Safety Compliance Manager 411 N 5th Street Shelton, WA 98584 Phone: 360-427-9670 ext 643 Fax: 360-427-8439 Email: nwilston@masoncountywa.gov 3. Payment will be made to CONTRACTOR within thirty (30) days of the receipt of a complete and accurate invoice 13 EXHIBIT C 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, with two (2) or more employees and/or volunteers, 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. 4. Professional liability (errors & omissions) insurance. CONTRACTOR shall maintain professional liability insurance that covers the services to be performed in connection with this CONTRACT, in the minimum amount of$1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the services required by this CONTRACT. 5. Excess or Umbrella Liability Insurance (Over Primary) if used to meet limit requirements, shall provide coverage at least as broad as specified for the underlying coverages. Such policy or policies shall include as insureds those covered by the underlying policies, including additional insureds. Coverage shall be"pay on behalf',with defense costs payable in addition to policy limits. There shall be no cross liability exclusion precluding coverage for claims or suits by one insured against another. Coverage shall be applicable to COUNTY for injury to employees of CONTRACTOR, subcontractors or others involved in the Work. The scope of coverage provided is subject to approval of COUNTY following receipt of proof of insurance as required herein. 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 subcontractors, and anyone else involved in this CONTRACT on behalf of the CONTRACTOR (hereinafter "indemnifying parties") to comply with these provisions. 14 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. 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 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. 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. 15 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-:VI I. 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 to provide prompt notice to COUNTY of any notice of cancellation of any required policy or of any material alteration or non-renewal of any such policy, other than for non-payment of premium. CONTRACTOR shall assure that this provision also applies to any of its employees, agents or subcontractors engaged by or on behalf of CONTRACTOR in relation to this CONTRACT. 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. 16 MASON COUNTY AGENDA ITEM SUMMARY FORM o: Board of Mason County Commissioners From: Marissa Watson Action Agenda Q Public Hearing ❑ Other ❑ Department: Community Services- Planning Ext: 367 Date: September 14, 2021 Agenda Item # e,C+ (Commissioner Staff To Complete) Briefing Date: August 23, 2021 Briefing Presented By: Marissa Watson [ ] Item Was Not Previously Briefed With The Board Please Provide Explanation Of Urgency ITEM: Set a public hearing for October 12, 2021.at 915 am to consider draft amendments to Title 17.5o—Mason County Shoreline Master Program,Title 8.52- Mason County Resource Ordinance, and Title 1.5- Mason County Development Code. BACKGROUND: Mason County conducted a periodic review of the County's Shoreline Master Program as outlined in the guidelines of WAC 173-26 and as mandated by the Shoreline Management Act(RCW 90.58). The review is intended to keep SMPs up to date with amendments to state law,provide consistency between SMPs,comprehensive plans,and development regulations,and incorporate improved data and clarifications that aid in the implementation of the regulations,as well as greater accessibility of the Program to the public. The optional joint review process for amending the SMP(WAC 1.73-26-104)was chosen,allowing for a joint county/state 3o day comment period,consolidating the comment period and speeding up the approval process.The County and State completed this comment period and the County responded to all comments received.The PAC held two public hearings regarding the SMP Periodic Review,as well as five workshops leading up to the hearings.The PAC voted, unanimously,to approve the recommendation of the draft amendments to title 17.50—Shoreline Master Program,title 8.52—Resource Ordinance,and title 1.5 Development Code to the Board of County Commissioners. After making minor revisions requested by the PAC,staff submitted to Ecology all materials required for an initial determination of consistency on July 22, 2021., Ecology determined they had a complete submittal on July 28, 2021,and Ecology's initial determination of consistency was received by the County on August 13, 2021. RECOMMENDED ACTION: Board of County Commissioners shall set a public hearing for October 3.2, 2021 at 915 a.m.to consider the adoption of the draft amendments to Title i7.5o—Mason County Shoreline Master Program,Title 8.52- Mason County Resource Ordinance, and Title 15- Mason County Development Code ATTACHMENTO: Notice of Hearing 8/23/2021 NOTICE OF HEARING NOTICE IS HEREBY GIVEN that the Board of Mason County Commissioners will hold a public hearing at the Mason County Courthouse Building I, Commission Chambers, 411 North Fifth Street, Shelton, WA 98584 on Tuesday, October 12, 2021, at 9 A.M. SAID HEARING will be to consider adopting the following amendments: • Draft amendments to Title 17.5o—Mason County Shoreline Master Program,Title 8.52 - Mason County Resource Ordinance, and Title 15- Mason County Development Code. These draft amendments are proposed as a result of the shoreline master program periodic review mandated by the Shoreline Management Act(RCW 9o.58)and outlined by the guidelines of WAC 1.73-26. If you have questions, please contact Marissa Watson (360) 427-9670, Ext. 367. If special accommodations are needed, please contact the Commissioners' office, 427- 9670, Ext. 419. DATED this 141h day of September 2021 BOARD OF COUNTY COMMISSIONERS MASON COUNTY, WASHINGTON Clerk of the Board c: Journal - Publish 2x: September 23 and 30, 2021 (Bill: Community Development—615 W. Alder, Shelton, WA 98584) MASON COUNTY AGENDA ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Richard Dickinson, Deputy Director/U&W Management Hearin DEPARTMENT: Public Works EXT: 652 COMMISSION MEETING DATE: September 14, 2021 Agenda Item # k0• BRIEFING DATE: August 3, 2021 BRIEFING PRESENTED BY: Richard Dickinson [ ] ITEM WAS NOT PREVIOUSLY BRIEFED WITH THE BOARD Please provide explanation of urgency ITEM: Public Hearing: Solid Waste Management Plan Amendment— Contamination Reduction and Outreach Plan (CROP) BACKGROUND: Washington State Legislature directed Ecology to develop a plan to reduce recycling contamination. Ecology prepared a state-wide CROP and local jurisdictions with a population of 25,000 or more are required to adopt a CROP as part of their Solid Waste Management Plan. CROPs are to be adopted by September 30, 2021 and need to be reviewed by the Solid Waste Advisory Committee (SWAG) and local partnering jurisdiction (City of Shelton), Ecology and Board of County Commissioners. SWAC and Ecology have reviewed and concur with the draft, along with the City of Shelton by approving resolution 1206-082, on September 7, 2021 (see attached). RECOMMENDED ACTION: Recommend the Board approve and execute the resolution amending the 2018 Comprehensive Solid Waste Management Plan, adding Appendix J: Contamination Reduction and Outreach Plan (CROP). ATTACHMENTS: 1. CROP 2. Ecology crop fact sheet 3. City of Shelton Resolution 1207-0821 APPENDIX 1 -CROP Mason County Solid Waste Recycling Contamination Reduction and Outreach Plan (CROP) The goal of the CROP is to reduce contamination of the materials collected in Mason County's single-family, multi-family, drop box, and commercial recycling programs. This, in turn, helps Mason County Solid Waste more fully realize the economic, environmental, social, and public health benefits of these programs. The CROP does not specifically include strategies to reduce contamination of other material streams such as organics or construction and demolition debris. However, many of the same strategies apply to these streams and may be included in future CROP updates. The CROP intends to meet the requirement in RCW 70A.205.045(10) that counties with a population of more than 25,000, and cities within these counties with independent Solid Waste Management Plans (SWMP), include a CROP in their SWMP by July 1, 2021. This CROP includes ten action steps and is a framework for developing a more detailed and customized implementation plan in the future. In addition, it also identifies the need to align the CROP with the SWMP, and secure and allocate funding for ongoing planning and implementation. Step 1: Inventory current recycling collection services and programs Mason County Solid Waste will inventory single-family, multi-family, drop box, and commercial collection programs to identify what is accepted for recycling, where and how it is collected and by whom, and how it should be prepared for recycling. This inventory may include, but is not limited to the following: • Designated recyclables list in the SWMP • Collection methods (single- or multi-stream, carts or stackable bins, etc.) • Number of tons collected for recycling and customers for each type of program • Types of materials accepted for recycling in each type of program • Minimum service-level or other ordinances, resolutions, or interlocal agreements • Collection or material processing contracts • Local government and recycling collector websites and social media sites • Stickers and signs on containers, in businesses, etc. • Brochures, newsletters, information shared at community events, etc. • Recent media coverage Mason County Solid Waste will identify differences or inconsistencies across contracts and agreements for recycling programs, and in the information provided to residents and businesses about what to recycle and how it should be prepared for collection. Mason County Solid Waste will use this data to identify opportunities for more consistent and aligned programs. The data will also be used to help determine what specific contamination reduction strategies to implement. Step 2: Develop scope of work with stakeholders Mason County Solid Waste will work with key stakeholders to develop a scope of work for the CROP addressing the specific challenges and opportunities associated with local recycling contamination. To begin this scoping process, the information learned in Step 1 will be shared with the Solid Waste Advisory Committee (SWAC) and the SWAC's role in developing the CROP will be defined. These stakeholders may include, but are not limited to: • SWAC members • Elected officials and key staff from other local governments, including potential regional partners in the same MRF-shed • Garbage and recycling collection companies and their front-line staff • Organizations representing homeowners,tenants, and multi-family and business interests • Material recovery facilities (MRF) and transfer station operators • End markets for recovered materials • Mason County Solid Waste's Ecology Regional Planner and grant manager • Non-governmental organizations and community groups • Regional, statewide, and national organizations that can provide technical assistance and/or financial support. Step 3: Prioritize the recycling program(s) to focus on first Together with key stakeholders, Mason County Solid Waste will identify what recycling collection program(s) to focus on first. Driving this decision could be current knowledge of contamination levels and their estimated impact on costs and material quality, the number of customers, total quantity of material collected, etc. Step 4: Establish acceptable materials lists Starting with the highest-priority program(s), Mason County Solid Waste will establish lists of acceptable materials. This effort will be coordinated with the SWAC, MRF operators, collectors, end markets, and other key stakeholders. Criteria for determining the acceptable materials lists may include, but are not limited to: • Alignment with the SWMP mission and goals, and community values • Degree of uniformity across local programs, regionally, and statewide • Diversion potential • Cost to collect and process relative to other management options • Strength and long-term viability and stability of end markets • Environmental, social, and other benefits and costs • Potential to cross-contaminate or lower the value of other materials • Potential to cause customer confusion The Washington State Association of Counties Solid Waste Managers Affiliate,the Washington State Refuse and Recycling Association, and the Department of Ecology have supported the establishment of regional, and if possible, statewide uniformity in what materials are accepted for recycling and how they should be prepared. More harmonization across programs reduces customer confusion and contamination. To that end, they identified these four priority materials for statewide recovery: 1. Paper (including office and notebook paper, newspaper, mail, catalogues, magazines, and cereal or cracker boxes) 2. Cardboard 3. Plastic bottles and jugs (clear, colored, and natural) 4. Steel and aluminum cans The resources and guidelines developed by these organizations to establish their list of priority materials will help guide the development of Mason County Solid Waste's acceptable materials list. Ecology's Resource Library contains this information and, along with Ecology's Best Management practices (BMPs) and Resources document, includes other resources to assist in developing an accepted materials list. This includes information on the specific challenges and opportunities associated with collecting glass and aseptic and polycoat containers, which some recycling programs in Washington accept. Step 5: Define what data to collect to determine baseline levels of recycling contamination Starting with the highest priority program(s), and based on the review completed in Step 1, Mason County Solid Waste will identify what the acceptable materials are and what is considered contamination for the purposes of establishing a baseline recycling contamination rate. This data will also inform decisions about what, if any, changes to make to the accepted materials list in the future. Step 6: Gather baseline recycling contamination data Starting with the highest-priority program(s), Mason County Solid Waste will establish baseline levels and types of recycling contamination. Recycling contamination rates can vary significantly across different programs and communities. Nationally, The Recycling Partnership (TRP) estimated an average contamination rate of about 17% across 197 programs that participated in their 2019 State of Curbside Survey. In Washington State, TRP's 2019 survey of seven MRFs found inbound levels of contamination from commingled recycling collection programs ranging from 5%-20% by weight. Recent drop-off programs and cart lid-lift audits in Washington showed rates as high as 40%. For this reason, it is important to gather data on local recycling contamination levels. In discussions with stakeholders, and building on the information in the State CROP and Ecology's Resource Library, and on the work completed in Step 5 Mason County Solid Waste will identify and develop ways to track specific contaminants. For example, tracking the number of carts containing plastic bags may be a more useful metric than an estimated overall percentage of contamination by volume. Data collection methods may include, but are not limited to: • Recycling stream composition studies • Survey of transfer stations and MRF operators • Tracking contamination using on-board truck or container-mounted cameras • Drop box composition studies or visual audits • Container lid-lift audits for residential, multi-family and commercial accounts o Legal questions have been raised about lid-lift audits. The Measurement and Reporting section of Ecology's BMPs provides more details. Step 7: Identify key contaminants and their costs and impacts Based on the data collected in Step 6 and collaborating with key stakeholders, Mason County Solid Waste will identify the most problematic and costly contaminants starting with the highest-priority program(s). Although the types and impacts of contamination don't vary as much as the levels of contamination across different communities and programs, it is still important to gather locally specific data. This data is critical to designing outreach campaigns and other strategies targeting the most problematic materials. It can also be helpful in calculating the economic and other benefits of removing problematic materials from the recycling stream. In recent surveys, such as the one conducted by the TRP in 2019, MRFs and cities in Washington identified the following recycling contaminants as the most problematic and costly to manage: • Plastic bags and film • Tangiers including rope, cords, chains, and hoses • Food and liquids • Shredded paper • Bagged garbage • Non-program plastics including clamshells and polystyrene foam • Hypodermic needles These contaminants can: • Slow down the sorting and processing of materials. • Reduce the quality and value of secondary material feedstocks. • Result in costly shutdowns. • Damage collection, processing, and remanufacturing equipment. • Cause serious injuries to collection and processing facility staff. According to TRP, the greatest costs associated with managing a contaminated recycling stream at MRFs nationally come from the following and represent 80% of total contamination-related costs: • 40%for disposal of residuals 0 26% in value lost from contaminated recyclables • 14% in labor to remove contamination from sorting equipment, etc. Step 8: Develop and implement education and outreach strategies to reduce contamination Mason County Solid Waste will develop and implement education and outreach strategies based on best practices. This starts with addressing any inconsistencies in recycling information and messaging identified in Step 1. All new outreach materials and messages will be aligned and consistent across all platforms. Depending on the type of recycling program, outreach and education strategies may include, but are not limited to: • Moving toward uniformity in cart and container colors (or at least lids) o blue for recycling, gray or black for garbage, and green for organics • Visual, easy-to-understand signage using photos and universal pictures and symbols • Cart-tagging and cart rejection • On-route monitoring tools, including apps and cameras • Pairing right-sized recycling and trash bins • On-site assistance and outreach at drop-off sites • Up-to-date, and easy-to-find and access websites with clear, consistent messaging • Social media posts, campaigns, mailings, brochures, and other communications • Online apps for residents and businesses to get answers to their recycling questions • Community presentations, tabling, and activities at community events • School presentations and activities focused on recycling right • Translation and transcreation of educational materials and campaigns to ensure recycling information is clearly understood by all audiences • Social marketing campaigns to effectively promote long-term behavior change Where possible, free and customizable resources will be utilized, including Ecology's Recycle Right campaign materials and The Recycling Partnership's Anti-Contamination Kit. Ecology's Contamination Reduction Best Management Practices & Resources document and Resource Library have examples of successful anti- contamination programs. Step 9: Evaluate the effectiveness of anti-contamination strategies and set next steps Mason County Solid Waste will conduct periodic assessments on the effectiveness of recycling contamination reduction programs and strategies, and share the results with key stakeholders and the public. These assessments will use, at least in part, the same methodology used in Step 6 to establish baseline contamination levels. The assessment results inform what is working and what adjustments to make for better results. This includes reducing contamination in other recycling programs that were not a focus during the initial CROP implementation. Step 10: Explore contamination reduction strategies beyond education and outreach As part of a statewide effort, Mason County Solid Waste will work with Ecology and other partners to explore strategies and solutions beyond education and outreach. These could address regional planning, operations and collection, contracting, incentives, pricing, policies, mandates, enhanced data collection, etc. Based on this evaluation, Mason County Solid Waste will identify and pursue the most promising initiatives. These options may include, but are not limited to: • Regional planning and aligned or joint contracting for services to harmonize messaging, lower program costs, and improve program performance. • Evaluating the costs and benefits of operational changes, including collection frequency, level of source-separation at the curb, and innovative drop-off container designs on contamination levels and overall program performance. • Product bans or restrictions. • Strengthening contracts with haulers and MRFs to include provisions focused on reducing contamination, collecting and reporting data on program performance and ensuring materials on the accepted materials list are responsibly recycled. Consult The Recycling Partnership's BMPs for MRF contracting and their supporting materials for guidance. Ensure alignment of the CROP and SWMP and secure and allocate funding to implement the CROP: This work will occur throughout the process as needed. Updates to the CROP can occur during SWMP revisions, including the required five-year revision process. This work includes involving key stakeholders in reviewing, and if necessary, updating related elements in the SWMP to ensure they are aligned and consistent with the contents of the CROP and implementation work. This information may include, but is not limited to: • Designated recyclables list • Recycling facilities including transfer stations, drop-off sites, and MRFs • Recycling collection services and providers, and collection systems and fees • Waste reduction and recycling education and outreach strategies • Funding sources and mechanisms for recycling programs and services During this process, Mason County Solid Waste will also work with Ecology and other key stakeholders to identify and secure new and/or allocate existing funding, and forge partnerships with agencies and organizations to provide technical and financial assistance. The State CROP and Ecology's Resource Library are tools to get started on implementing the CROP. The library includes contamination reduction best management practices, contracting guides, MRF-shed maps, materials from successful programs in Washington State and across the country, and more. An initial 3-year implementation schedule for all ten steps in the CROP is included below. As Mason County Solid Waste clarifies and defines the scope of work, and identifies the resources to complete the work, a more detailed and refined implementation plan, schedule and budget will be developed. APPENDIX J-CROP CROP Implementation Schedule Year 1 (2023) Step 1: Inventory current recycling collection services and programs Step 2: Develop scope of work with stakeholders Step 3: Prioritize the recycling program(s) to focus on first Step 4: Establish acceptable materials list Year 2 (2024) Step 5: Define what data to collect to determine baseline levels of recycling contamination Step 6: Gather baseline recycling contamination data Step 7: Identify key contaminants and their costs and impacts Year 3 (2025) Step 8: Develop and implement education and outreach strategies to reduce contamination Step 9: Evaluate the effectiveness of anti-contamination strategies and set next steps Step 10: Explore contamination reduction strategies beyond education and outreach Ensure alignment of the CROP and SWMP and identify and secure or allocate funding to implement the CROP—These are steps that will be addressed throughout the process as needed. DEPARTMENT OF ECOLOGY Solid Waste Management State of Washington Focus on: Contamination Reduction and Outreach Plan Submit comments contamination Reduction and Outreach Plan Online at In 2019,the Washington Legislature directed the Washington State Department http:///swm.ecolo�y.commentinpu of Ecology(Ecology)to develop a plan to reduce contamination in to reduce contamination in recycling. Contamination occurs when people try to recycle non-recyclable materials, t.com/?id=5AM7V recyclables not accepted by their recycling service, and items containing food or Or by mail to: liquid. Peter Guttchen This is a problem because contamination: Solid Waste Management • Significantly increases the cost to process recyclables;and PO Box 47600 • Ruins recyclable materials so those materials must be sent to a landfill. Olympia, WA 98504-7600 More contamination means we send more recyclable materials to landfills. Want more information? Ecology is working with stakeholders to develop a Contamination Reduction and Outreach Plan or CROP. The CROP will include strategies to increase efforts across Join our listsery and receive email Washington State to reduce recycling contamination. updates. Ecology will develop the Statewide CROP by July 1, 2020, and will then partner with Contact local governments to develop their own CROPS or tailor the Statewide CROP to their Peter Guttchen jurisdiction. 564-999-3287-cell Counties with a population more than 25,000 must include a CROP in their solid Peter.Guttchen@ecy.wa.gov waste management plans by July 1, 2021. And they may use Local Solid Waste and Financial Assistance,Waste Reduction and Reduction and Recycling Grants,or federal Special accommodations funding to develop and implement their CROP. To request ADA accommodations, including materials in a format for the Timellne visually impaired,call Ecology at Complete draft,outreach to stakeholders...........................................May—June 2020 360-407-6381 or visit https://ecology.wa.gov/accessibility. Draft finalized...............................................................................................July 1, 2020 People with impaired hearing may call Public comment............................................................................early to mid-July 2020 Washington Relay Service at 711. State CROP published.................................................................................July 31,2020 People with speech disability may call Technical assistance to grow local CROPS....................................Aug. 2020—July 2021 TTY at 877-833-6341. Publication 19-07-024 November 2019 (Revised 2020) Page 1 DEPARTMENT OF Solid Waste Management StaECOLOGY te of Washington Check out what else we're doing: Recycling Development Center(RDC) " ' `'�,.Recycling A new Recycling Development Center was created in 2019 at the Washington Development Department of Ecology to facilitate research and development, marketing, and policy analysis to bolster recycling markets and processing in Washington. Center Plastic Packaging Study A new law—Plastic Packaging—Evaluation and Assessment—requires Ecology ---- to evaluate and assess the amount and types of plastic packaging sold into the state as well as the management and disposal of plastic packaging. A report will be available in October 2020. - Food Waste Prevention Wasted food is a major environmental problem. To meet this challenge, r we're developing a plan to reduce food waste and wasted food in Washington by 50% by 2030. This is based on the new Reducing the Wasting of Food in Order to Fight Hunger and Reduce Environmental Impacts. Find more information on our food waste prevention webpage. Recycle Right ILL Download the free Recycle Right partner toolkit and join communities across the state to improve the quality of Washington's recycled material. The toolkit includes website headers and banners, print materials and multimedia, DRY. including the radio and television ads featured in the Recycle Right campaign. This material is available in both English and Spanish. Paint Product Stewardship JPAINI The paint stewardship law requires paint producers to plan and operate a _� R program to collect leftover architectural paint from individuals and businesses P. ; for reuse, recycling, energy recovery, or safe disposal. RAINI 1,800-RECYCLE 1 a� 1-800-RECYCLE is both a hotline and an online tool that connects you or your business to recycling services across Washington. Visit 1800recycle.wa.gov or �'r^" . call 1-800-RECYCLE (1-800-732-9253). REcvcLEWAAM Litter Littering, illegal dumping, and driving with uncovered loads are all-punishable ,) under Washington state law. Each year, 12 million pounds of litter is dropped on Washington's roads and highways. About 40%of that trash comes from unsecured loads, leading to 400 traffic accidents per year. To learn more, visit the litter law webpage. "*'"" Publication 19-07-024 November 2019 (Revised 2020) Page 2 of S H ct?0�6, C.r 9'44r� September 8, 2021 Richard Dickinson Mason County Utilities and Waste Management 100 W Public Works Drive Shelton, WA 98584 SUBJECT: Updated Comprehensive Solid Waste Management Plan to include Appendix J: CROP Dear Richard, This letter is to advise you of our concurrence with the update to the Comprehensive Solid Waste Management Plan to include Appendix J: CROP, as written and prepared by Mason County Solid Waste Utility.The CROP was reviewed and approved by the City Council through Resolution No. 1206-0821 on September 7, 2021.This meets the provisions and standards of the City of Shelton's Resolution No.892- 0506, passed and signed by the Mayor of Shelton and the City Commissioners on June 19, 2006. Sincerely, Jeff Ni�ten � City of Shelton City Manager RESOLUTION NO. 1206-0821 A RESOLUTION OF THE COUNCIL OF THE CITY OF SHELTON, WASHINGTON, APPROVING THE UPDATED COMPREHENSIVE SOLID WASTE MANAGEMENT PLAN TO INCLUDE APPENDIX J: CONTAMINATION REDUCTION AND OUTREACH PLAN, AND AUTHORIZING THE CITY MANAGER TO SIGN A LETTER OF CONCURRENCE WHEREAS, RCW 70A.205 (formally RCW 70.95) requires each county within the state to prepare a Comprehensive Solid Waste Management Plan (CSWMP); and WHEREAS, RCW 70A.205 also allows for the county to prepare a plan, on the City's behalf, for inclusion in the County's plan, following authorization from the City; and WHEREAS, in June 2006 the City Commission passed Resolution 892-0506, authorizing Mason County to include the City of Shelton in its preparation of a CSWMP; and WHEREAS, each county is required to periodically update the plan and receive approval from any joint municipalities prior to submitting the plan to the Department of Ecology; and WHEREAS, in 2018 Mason County Solid Waste Advisory Committee completed a new CSWMP and received approval from the City Council in October of that same year; and WHEREAS, following new Washington State Legislation, the Department of Ecology developed a plan to reduce recycling contamination and prepared a state-wide Contamination Reduction and Outreach Plan (CROP), requiring local jurisdictions with a population of 25,000 or more to adopt a CROP as part of their Comprehensive Solid Waste Management Plan no later than September 30, 2021; and WHEREAS, Mason County Solid Waste Utility has prepared its CROP and provided it to the City of Shelton for review and approval so it can then be approved by the County Board of Commissioners and Department of Ecology. THEREFORE, BE IT RESOLVED by the City Council of the City of Shelton that the update to the Comprehensive Solid Waste Management Plan to include Appendix J: Contamination Reduction and Outreach Plan is approved and the City Manager is authorized to sign a letter of concurrence. Passed by the City Council at its regular meeting held on the 71h day of September 2021. -4 �O -L c� Mayor Dorcy ATT ST: V1r1"d,r - City Clerk Nault Resolution Number 2021- Replacing Resolution Number 31-11 A Resolution Amending the Mason County 2018 Comprehensive Solid Waste Management Plan adding Contamination Reduction and Outreach Plan (CROP) WHEREAS, the purpose of the Mason County Solid Waste Management Plan (SWMP) is to provide decision makers in Mason County with the guidelines needed to implement, monitor, and evaluate solid waste activities; and, WHEREAS, pursuant to the Revised Code of Washington (RCW) Chapter 70.95, Mason County and the City of Shelton are required to prepare a solid waste management plan; and, WHEREAS, the Mason County SWMP was adopted on November 6, 2018, per RCW 70A.205.055, updating the 2011 Mason County SWMP, adopted by Resolution number 31-11. WHEREAS, in 2019, Washington Legislature directed the Washington State Department of Ecology to develop a plan to reduce recycling contamination in recycling in the State; and, WHEREAS, Ecology has prepared a Statewide Contamination Reduction and Outreach Plan (CROP), that requires local jurisdictions with a population of 25,000 or more to adopt a CROP as part of their SWMP by September 30, 2021. WHEREAS, Mason County developed a CROP that the Mason County Solid Waste Advisory Committee has reviewed and recommends the for local adoption of the proposed update; and, WHEREAS, the City of Shelton has reviewed and concurred with the adoption of City Resolution No. 1206-0821 approved on September 7, 2021; and, WHEREAS, the Washington State Department of Ecology has reviewed and the plan has been available to the public for review since August 17, 2021; and, WHEREAS, the Board of County Commissioner has held a public hearing on the Mason County CROP this 14th day of September, 2021. NOW THEREFORE BE IT RESOLVED by the Mason County Board of Commissioners to replace Resolution 31-11 and amend the 2018 SWMP to include Appendix J in accordance with Ecology's requirement to include a Contamination Reduction and Outreach Plan in Solid Waste Management Plan. Dated this 14th day of September, 2021 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 DPA Sharon Trask, Commissioner