Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2022/01/31 - Briefing Packet
MASON COUNTY COMMISSIONER BRIEFING INFORMATION FOR THE WEEK OF January 31, 2022 In the spirit of public information and inclusion,the attached is a draft of information for Commissioner consideration and discussion at the above briefing. This information is subject to change, additions and/or deletion, and is not all inclusive of what will be presented to the Commissioners. Please see draft briefing agenda for schedule. COUNT � r � 1854 To be in compliance with Proclamation by the Governor 20-25.14 and Order of the Secretary of Health 20- 03.3,in-person attendance is restricted. Our Commission meetings are live streamed at ho://www.masonwebtv.com/and we will accept public comment via email msmithamasoncoun"a.gov;or mail to Commissioners Office,411 North 51h Street, Shelton,WA 98584;or call 360-427-9670 ext.419. If you need to listen to the Commission meeting via your telephone,please provide your telephone number to the Commissioners'office no later than 4 p.m.the Friday before the meeting. BOARD OF MASON COUNTY COMMISSIONERS DRAFT BRIEFING MEETING AGENDA 411 North Fifth Street, Shelton WA 98584 Week of January 31,2022 Monday Noon WA State Association of Counties Zoom Meeting* Virtual Assembly Monday and Thursday 8:00 A.M. Area Command Meeting* Public Works Meeting Room A 100 Public Works Way *This is being noticed as a Special Commission Meeting because a quorum of the Mason County Commission may attend this event and notification is provided per Mason County Code Chapter 2.88.020-Special Meetings Monday,January 31, 2022 Commission Chambers Times are subject to change,depending on the amount of business presented 9:00 A.M. Interviews with Mason Transit Authority Candidates 9:30 A.M. Sheriff's Office—Chief Hanson 9:35 A.M. Indigent Defense—Peter Jones 9:40 A.M. Support Services—Mark Neary 10:00 A.M. Public Health—Dave Windom 10:10 A.M. Public Works—Loretta Swanson Utilities&Waste Management Commissioner Discussion—as needed Briefing Agendas are subject to change,please contact the Commissioners'Office for the most recent version. Last printed 01/27/22 at 9:24 AM If special accommodations are needed,contact the Commissioners'office at Shelton(360)427-9670 ext.419 MASON COUNTY BRIEFING ITEM SUMMARY FORM To: Board of Mason County Commissioners From: Kevin Hanson Department: MCSO Jail Ext: 369 Briefing Date: 01/31/2022 Previous Briefing Dates: If this is a follow-up briefing, please provide only new information Internal Review (please check all that apply): ❑ Budget/Finance ❑ Human Resources ❑ Legal ❑ Information Technology ❑ Other- please explain Item: Increase Health Care Delivery Services (HDS) Holiday Nursing pay Executive Summary: (If applicable, please include available options and potential solutions) HDS is in contract with the County to provide inmate medical care in the Mason County Jail. The parent contract was signed in 2017. On 10/20/2020 the Board signed a contract amendment allowing in an increase in Nursing Services and Administrative RN rates from $57 to $60 per hour effective January 1, 2021. That amendment did not specifically address the Holiday Nursing hours which was last formerly address by the BOCC in an earlier contract amendment on 04/16/2019. The 2019 agreement allowed for 112 hours @ $28.50 per hour. We are requesting to increase the Holiday Nursing hours from $28.50 per hour to $30 per hour commensurate with the RN increases from 2021. We would like to make this retroactive to January 1, 2021. Budget Impact: $168 Public Outreach: (Include any legal requirements, direct notice, website, community meetings, etc.) NA Recommended/Requested Action: Approve agenda item Attachments: MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Peter Jones DEPARTMENT: EXT: Indigent Defense 280 BRIEFING DATE: 1-31-2022 PREVIOUS BRIEFING DATES: if this is a follow-up briefing, please provide only new information) INTERNAL REVIEW (please check all that apply): ❑ Budget/Finance ❑ Human Resources ❑ Legal ❑ Other— please explain ITEM: Approval of contracts for continued service with Sound Defenders for conflict/overflow cases EXECUTIVE SUMMARY: (If applicable, please include available options and potential solutions): This simply extends the dates for the already-existing contract. BUDGET IMPACT: None; already accounted for in 2022 budget. PUBLIC OUTREACH:(include any legal requirements, direct notice, website,community meetings, etc.) None RECOMMENDED OR REQUESTED ACTION: Approve attached contracts. ATTACHMENTS: Contracts for District and Superior Court services with Sound Defenders. Briefing Summary 10/28/2020 MASON COUNTY PROFESSIONAL SERVICES CONTRACT This CONTRACT is made and entered into by and between Mason County, hereinafter referred to as "COUNTY" and Taschner Law, PLLC, referred to as"CONTRACTOR." COUNTY and CONTRACTOR are collectively referred to as "Parties"to this CONTRACT. RECITALS: WHEREAS, COUNTY has a need to procure the services of an individual to serve as a contracted Public Defense attorney for Mason County District Court: and WHEREAS, CONTRACTOR warrants that he is qualified, licensed 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: Responsibilities: CONTRACTOR will be responsible for: 1. Providing high quality legal representation of indigent defendants in adult criminal matters in Mason County District Court, 2. Knowing and complying with the standards for indigent defense as detailed in the Supreme Court of Washington's Order 25700-A-1004. Conclusion of CONTRACT Performance Period: At the conclusion of this term, should the contract not be renewed, the following conditions will apply: A. Unless otherwise provided in "B" below, for appointments made through the end of the contract period, additional payment shall be made to CONTRACTOR for time spent following the end of the term at the rate of $50 per hour through the conclusion of the case, subject to a determination of reasonableness. B. Unless otherwise ordered by the Court, any assigned case that is in warrant status at the end of the contract period, or any assigned case that enters warrant status after the conclusion of the contract period, shall be reassigned to a new attorney upon the Defendant's next appearance before the Court. Termination by CONTRACTOR: CONTRACTOR may terminate this CONTRACT by providing COUNTY with a written notice thirty (30) or more days before last day services will be provided. 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. Performance Period: The performance period for this CONTRACT will start on Jan 1, 2022 and will end on December } 31, 2022 or sooner as determined by COUNTY following a thirty (30) day written notice. 4 E i 1 Service Outside of Performance Period: 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 Compensation: CONTRACTOR will be compensated as detailed in Exhibit B Compensation. Accounting and Payment for CONTRACTOR Services: A. 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. B. 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 I 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." Taxes: A. 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. B. 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. Withholding Payment: In the event the CONTRACTOR has failed to perform any obligation under this CONTRACT within the times set forth in this CONTRACT, then COUNTY may, upon written notice, withhold from amounts otherwise due and payable to CONTRACTOR, without penalty, until such failure to perform is cured or otherwise adjudicated. Withholding under this clause shall not be deemed a breach entitling CONTRACTOR to termination or damages, provided that COUNTY promptly gives notice in writing to the CONTRACTOR of the nature of the default or failure to perform, and in no case more than ten (10) days after it determines to withhold amounts otherwise due. A determination of the Administrative Officer set forth in a notice to the CONTRACTOR of the action required and/or the amount required to cure any alleged failure to perform shall be deemed conclusive, except to the extent that the CONTRACTOR acts within the times and in strict accord with the provisions of the Disputes clause of this CONTRACT. COUNTY may act in accordance with any determination of the Administrative Officer which has become conclusive under this clause, without prejudice to any other remedy under the CONTRACT, to take all or any of the following actions: (1) cure any failure or default, (2) to pay any amount so required to be paid and to charge the same to the account of the CONTRACTOR, (3) to set off any amount so paid or incurred from amounts due or to become due the CONTRACTOR. In the event the CONTRACTOR obtains relief upon a claim under the Disputes clause, no penalty or damages shall accrue to CONTRACTOR by reason of good faith withholding by COUNTY under this clause. Labor Standards: CONTRACTOR agrees to comply with all applicable state and federal requirements, including but not limited to those pertaining to payment of wages and working conditions, in accordance with RCW 39.12.040, the Prevailing Wage Act; the Americans with Disabilities Act of 1990; the Davis-Bacon Act; and the Contract Work Hours and Safety Standards Act providing for weekly payment of prevailing wages, minimum overtime pay, and providing that no laborer or mechanic shall be required to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to health and safety as determined by regulations promulgated by the Federal Secretary of Labor and/or the State of Washington. Independent Contractor: A. 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. B. 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. C. 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. D. 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. 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. No Guarantee of Employment: I ..........-........--- _ 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. 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. 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. 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: 4 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 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. 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: 5 A. 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 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. B. 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. C. Survival of CONTRACTOR's Indemnity Obligations. CONTRACTOR agrees all CONTRACTOR's indemnity obligations shall survive the completion, expiration or termination of this CONTRACT. 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 Support Services Director or 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 is: Peter Jones Chief Public Defender Mason County 411 N. 5th Street Shelton, WA 98584 Phone: 360-427-9670 Ext. 280 E-mail: peterjCcDco.mason.wa.us 6 CONTRACTOR's Primary Contact's Information: Po Pox [qqq . NLI fk � �AI A q� 3+�Q { SbF , (.0E59S 44� 10 5 tup A J 2±L w . c mw-� 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: A. 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. B. 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 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. 7 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 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: A. 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. B 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. C. 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: A. 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. 8 B. 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 and Exhibit D. B. Exhibit C Insurance Requirements C. Special Conditions D. General Conditions 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. 9 IN WITNESS WHEREOF, COUNTY and CONTRACTOR have executed this CONTRACT as of the date and year last written below. CONTRACTOR BOARD OF COUNTY COMMISSIONERS MASON COUNTY, WASHINGTON NAM E(Print): NAM E(Pri nt): Dated: ©I p5 c Dated: CHIEF PUBLIC DEFENDER NAME(Print): Dated: 10 EXHIBIT A SCOPE OF SERVICES CONTRACTOR's Duties: A. CONTRACTOR agrees to provide criminal defense representation to all appointed clients in a professional, skilled manner, consistent with the Washington State Bar Association Standards, the Rules of Professional Conduct, Washington State Office of Public Defense Standards, RCW 10.101 et.seq., Supreme Court of Washington's Order 25700-A-1004 and as applicable, Mason County Ordinance No. 140.08, case law, and other court rules defining the duties of counsel and the rights of defendants in criminal cases. B. CONTRACTOR will provide the Mason County Office of Public Defense, the Superior Court Administrator, the Defendant, and the Board of Mason County Commissioners with a telephone number that provides an ability to leave a voice message, i.e. voice mail system with adequate capacity, answering service, or secretarial staff. Lack of a functional communication system is considered a violation of the terms of this CONTRACT. C. Upon notice of appointment, CONTRACTOR shall arrange an initial interview with the defendant within a reasonably short time and will maintain client contact, keep the client informed of the progress of the case and effectively provide legal advice to the client throughout the representation. D. The services of CONTRACTOR shall continue in each assigned case until the case has been terminated by final judgment, including final rulings on post-trial motions (if any), restitution hearings, the filing of notice of appeal and motion and affidavit for order of indigency, if required, or order of dismissal, unless allowed to withdraw or otherwise be removed by order of the Court. E. CONTRACTOR agrees to attend seven hours of training approved by the Office of Public Defense prior to 12/31/17. F. CONTRACTOR agrees to be available to take telephone calls from the jail on new misdemeanor arrests on nights and weekends, but may share this duty on a mutually agreed- upon schedule with other District Court defense attorneys. Mason County Ordinance NO. 140-08 and RCW 10.101.050 Compliance: A. Pursuant to Standard 4: Caseload Limits in Ordinance No. 140-08 of the Mason County Indigent Defense Standards, adult contracts will be monitored for compliance, i.e., a one-half contract will be 16.6 unweighted misdemeanor or gross misdemeanor appointments per month per CONTRACTOR. Each newly assigned case shall be counted as one case except as follows: 1. Cases which are counted as one-third of a case include: probation violations, reviews, restitution hearings, modifications of no-contact orders, etc., that do not require a contested hearing, including the same probation violation allegation(s) brought against a defendant who is on probation for more than one case. B. In the event the statistics generated in this review do not coincide with CONTRACTOR's internal records, CONTRACTOR will provide a detailed list of new monthly appointments including, case number, defendant's name and date of appointment. C. Because case assignment and resolution is not a static process during a year, CONTRACTOR and COUNTY agree that the actual number of cases at any one time that have been assigned under this CONTRACT may total slightly more or less than the contracted caseload. Such a temporary variance shall not result in alteration of payment owed to CONTRACTOR by COUNTY. COUNTY shall use its best effort to effect caseload adjustments for variances not corrected within a reasonable amount of time through natural systemic adjustments. Monthly Reporting: CONTRACTOR is required to submit a monthly report to the Office of Public Defense by the fifth (5th) day of the following month, which shall include the following information for the preceding month: A. The number of new case assignments under this CONTRACT. B. The number and type of cases in his or her private practice, if any (i.e. cases handled outside this defense contract including but not limited to retained cases of any type). C. The number and type of other public defense contracts, if any. D. The amount of time spent practicing law on matters other than servicing this CONTRACT, if any. E. Payment for services may be held if the monthly report has not been received by the fifth (5th) of the month Affidavit of Compliance: CONTRACTOR shall file the required affidavit of compliance with these standards with the Court on a quarterly basis and provide a copy to the Office of Public Defense. Client or Third Party Complaints: CONTRACTOR will respond to complaints regarding his or her performance under this CONTRACT. If after efforts by CONTRACTOR to resolve any conflict, the client or third party states he or she continues to have a complaint, the CONTRACTOR shall provide the client with contact information for the Office of Public Defense so the client or third party may pursue the complaint. EXHIBIT B COMPENSATION Compensation: A. Base Compensation-COUNTY shall pay a base compensation of three thousand, three hundred ($3,300) per month which includes funding from the Washington State Office of Public Defense for the performance of all things necessary for, or incidental to, the performance of the work set out in Exhibit A Scope of Services. Said sum is to be paid by order directing payment through the County Auditor the last week of each month. CONTRACTOR may request a mid- month draw, which will be paid by the County Auditor no earlier than the 15th day of each month. B. Trial/Motion Compensation-except as provided in "D" below, in addition to the base monthly base compensation, CONTRACTOR shall be paid $250.00 for the first day of trial and $125.00 for each one-half day of trial thereafter. CONTRACTOR shall be paid a flat fee of$150.00 in addition to the base monthly compensation for each case on which a 3.5 and/or 3.6 motion is argued on assigned cases. Trial preparation time and time researching and writing legal motions are considered part of the base compensation and shall not receive additional compensation. Payment shall be made upon receipt of a billing from CONTRACTOR, PROVIDED, however, that the billing on each trial or motion shall be submitted to the Office of Public Defense no later than thirty (30) days after the conclusion of the trial or motion. C. Administrative and Other Costs-the compensation stated above includes administrative costs associated with providing legal representation. These costs are the responsibility of CONTRACTOR, and include, but are, not limited to, support staff, telephones, law library, financial accounting, case management software systems, computers and software, high-speed internet access, office space, supplies and other costs necessarily incurred in the day-to-day management of the CONTRACT. D. Extraordinary Compensation Policy and Procedure-in extraordinary cases requiring exceptional amounts of time and preparation. CONTRACTOR may petition COUNTY for permission for additional compensation. The award and amount of additional compensation is at the discretion of the Office of Public Defense. Any application for extraordinary compensation must be made in writing to the Office of Public Defense during the pendency of representation or within thirty (30) days following the conclusion of the case. E. In the event of termination of this contract, at COUNTY'S option, any currently pending cases shall be either re-assigned or shall be the responsibility of CONTRACTOR, who shall bill COUNTY an hourly rate of$50.00/hour for all work done on those cases following the termination of this contract. Requests for Payment: A. At a minimum the invoice is to include: CONTRACTOR's name, address, phone number and e-mail; case name; case number; detail of service provided by date and number of hours for hourly charges or number of half or full days for Trial/Motion compensation; total number of hours and/or trial/motion days; invoice total; and any additional applicable information. B. Submit via e-mail or hard copy as preferred to: Sonya Asche Mason County Office Public Defense 411 N. 5th Street Shelton, WA 98584 Phone: 360-427-9670 Ext. 589 saaCcDco.mason.wa.us C. Payment will be made to CONTRACTOR within thirty (30) days of the receipt of a complete and accurate invoice EXHIBIT C INSURANCE REQUIREMENTS A. MINIMUM Insurance Requirements: 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$250,000 per claim with a $500,000 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. 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. EXHIBIT D SUPREME COURT OF WASHINGTON'S Order 25700-A-1004 MASON COUNTY PROFESSIONAL SERVICES CONTRACT This CONTRACT is made and entered into by and between Mason County; hereinafter referred to as "COUNTY" and Taschner Law. PLLC, referred to as"CONTRACTOR." COUNTY and CONTRACTOR are collectively referred to as "Parties" to this CONTRACT. RECITALS: WHEREAS, COUNTY has a need to procure the services of an individual to serve as a contracted Public Defense attorney for Mason County Superior Court; and WHEREAS, CONTRACTOR warrants that he is qualified, licensed 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: Responsibilities: CONTRACTOR will be responsible for: 1. Providing high quality legal representation of indigent defendants in adult criminal matters in Mason County Superior Court. 2. Knowing and complying with the standards for indigent defense as detailed in the Supreme Court of Washington's Order 25700-A-1004. Conclusion of CONTRACT Performance Period: At the conclusion of this term, should the contract not be renewed, the following conditions will apply: A. Unless otherwise provided in "B" below, for appointments made through the end of the contract period, additional payment shall be made to CONTRACTOR for time spent following the end of the term at the rate of $50 per hour through the conclusion of the case, subject to a determination of reasonableness. B. Unless otherwise ordered by the Court, any assigned case that is in warrant status at the end of the contract period, or any assigned case that enters warrant status after the conclusion of the contract period, shall be reassigned to a new attorney upon the Defendant's next appearance before the Court. Termination by CONTRACTOR: CONTRACTOR may terminate this CONTRACT by providing COUNTY with a written notice thirty (30) or more days before last day services will be provided. 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. Performance Period: The performance period for this CONTRACT will start on Jan 1, 2022 and will end on December 31, 2022 or sooner as determined by COUNTY following a thirty (30) day written notice. 1 Service Outside of Performance Period: 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 Compensation: CONTRACTOR will be compensated as detailed in Exhibit B Compensation. Accounting and Payment for CONTRACTOR Services: A. 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. B. 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." Taxes: A. 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. B. 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. 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 2 perform, and in no case more than ten (10) days after it determines to withhold amounts otherwise due. A determination of the Administrative Officer set forth in a notice to the CONTRACTOR of the action required and/or the amount required to cure any alleged failure to perform shall be deemed conclusive, except to the extent that the CONTRACTOR acts within the times and in strict accord with the provisions of the Disputes clause of this CONTRACT. COUNTY may act in accordance with any determination of the Administrative Officer which has become conclusive under this clause, without prejudice to any other remedy under the CONTRACT, to take all or any of the following actions: (1) cure any failure or default, (2)to pay any amount so required to be paid and to charge the same to the account of the CONTRACTOR, (3) to set off any amount so paid or incurred from amounts due or to become due the CONTRACTOR. In the event the CONTRACTOR obtains relief upon a claim under the Disputes clause, no penalty or damages shall accrue to CONTRACTOR by reason of good faith withholding by COUNTY under this clause. Labor Standards: CONTRACTOR agrees to comply with all applicable state and federal requirements, including but not limited to those pertaining to payment of wages and working conditions, in accordance with RCW 39.12.040, the Prevailing Wage Act; the Americans with Disabilities Act of 1990; the Davis-Bacon Act; and the Contract Work Hours and Safety Standards Act providing for weekly payment of prevailing wages, minimum overtime pay, and providing that no laborer or mechanic shall be required to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to health and safety as determined by regulations promulgated by the Federal Secretary of Labor and/or the State of Washington. Independent Contractor: A. 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. B. 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. C. 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. D. 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. 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. 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. 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. 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. 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: 4 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 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. 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: 5 A. 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 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. B. 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. C. Survival of CONTRACTOR's Indemnity Obligations. CONTRACTOR agrees all CONTRACTOR's indemnity obligations shall survive the completion, expiration or termination of this CONTRACT. 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 Support Services Director or 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 is: Peter Jones Chief Public Defender Mason County 411 N. 5th Street Shelton, WA 98584 l Phone: 360-427-9670 Ext. 280 E-mail: peteri(a-)co.mason.wa.us i 6 CONTRACTOR's Primary Contact's Information: W 7D,SC"fy �D Pox 1,22g 9�eAM2 . VVA, gK5N �Upl 1�bg . 1055 d 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 a-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: A. 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 defaults) 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. B. 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 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. 7 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 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: A. 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. B 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. C. 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: A. 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. 8 B. 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 and Exhibit D. B. Exhibit C Insurance Requirements C. Special Conditions D. General Conditions 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. 9 IN WITNESS WHEREOF, COUNTY and CONTRACTOR have executed this CONTRACT as of the date and year last written below. CONTRACTOR BOARD OF COUNTY COMMISSIONERS MASON COUNTY, WASHINGTON NAME(Print): NAME(Print): Dated: DI! o5f Dated: CHIEF PUBLIC DEFENDER NAME(Print): Dated: 10 EXHIBIT A SCOPE OF SERVICES CONTRACTOR's Duties: A. CONTRACTOR agrees to provide criminal defense representation to all appointed clients in a professional, skilled manner, consistent with the Washington State Bar Association Standards, the Rules of Professional Conduct, Washington State Office of Public Defense Standards, RCW 10.101 et.seq., Supreme Court of Washington's Order 25700-A-1004 and as applicable, Mason County Ordinance No. 140.08, case law, and other court rules defining the duties of counsel and the rights of defendants in criminal cases. B. CONTRACTOR will provide the Mason County Office of Public Defense, the Superior Court Administrator, the Defendant, and the Board of Mason County Commissioners with a telephone number that provides an ability to leave a voice message, i.e. voice mail system with adequate capacity, answering service, or secretarial staff. Lack of a functional communication system is considered a violation of the terms of this CONTRACT. C. Upon notice of appointment, CONTRACTOR shall arrange an initial interview with the defendant within a reasonably short time and will maintain client contact, keep the client informed of the progress of the case and effectively provide legal advice to the client throughout the representation. D. The services of CONTRACTOR shall continue in each assigned case until the case has been terminated by final judgment, including final rulings on post-trial motions (if any), restitution hearings, the filing of notice of appeal and motion and affidavit for order of indigency, if required, or order of dismissal, unless allowed to withdraw or otherwise be removed by order of the Court. E. CONTRACTOR agrees to attend seven hours of training approved by the Office of Public Defense. F. CONTRACTOR agrees to be available to take telephone calls from the jail on new misdemeanor arrests on nights and weekends, but may share this duty on a mutually agreed- upon schedule with other District Court defense attorneys. Mason County Ordinance NO. 140-08 and RCW 10.101.050 Compliance: A. Pursuant to Standard 4: Caseload Limits in Ordinance No. 140-08 of the Mason County Indigent Defense Standards, adult contracts will be monitored for compliance, i.e., a one-half contract will be 6 unweighted felony appointments per month per CONTRACTOR. Each newly assigned case shall be counted as one case except as follows: 1. Cases which are counted as one-third of a case include: probation violations, reviews, restitution hearings, modifications of no-contact orders, etc., that do not require a contested hearing, including the same probation violation allegation(s) brought against a defendant who is on probation for more than one case. 2. CONTRACTOR shall not be assigned more than two (2) Class-A felony cases, or two (2) offenses that are "most serious offenses" as defined in RCW 9.94A.030(33) in the space of a single month, regardless of case count. 3. Contractor shall not be assigned any "serious violent offense" under this contract as that term is defined in RCW 9.94A.030(46). 4. Contractor shall not be assigned any Class-A sex offense case. B. In the event the statistics generated in this review do not coincide with CONTRACTOR's internal records, CONTRACTOR will provide a detailed list of new monthly appointments including; case number, defendant's name and date of appointment. C. Because case assignment and resolution is not a static process during a year, CONTRACTOR and COUNTY agree that the actual number of cases at any one time that have been assigned under this CONTRACT may total slightly more or less than the contracted caseload. Such a temporary variance shall not result in alteration of payment owed to CONTRACTOR by COUNTY. COUNTY shall use its best effort to effect caseload adjustments for variances not corrected within a reasonable amount of time through natural systemic adjustments. Monthly Reporting: CONTRACTOR is required to submit a monthly report to the Office of Public Defense by the fifth (5th) day of the following month, which shall include the following information for the preceding month: A. The number of new case assignments under this CONTRACT. B. The number and type of cases in his or her private practice, if any (i.e. cases handled outside this defense contract including but not limited to retained cases of any type). C. The number and type of other public defense contracts, if any. D. The amount of time spent practicing law on matters other than servicing this CONTRACT, if any. E. Payment for services may be held if the monthly report has not been received by the fifth (5th) of the month Affidavit of Compliance: CONTRACTOR shall file the required affidavit of compliance with these standards with the Court on a quarterly basis and provide a copy to the Office of Public Defense. Client or Third Party Complaints: CONTRACTOR will respond to complaints regarding his or her performance under this CONTRACT. If after efforts by CONTRACTOR to resolve any conflict, the client or third party states he or she continues to have a complaint, the CONTRACTOR shall provide the client with contact information for the Office of Public Defense so the client or third party may pursue the complaint. EXHIBIT B COMPENSATION Compensation: A. Base Compensation-COUNTY shall pay a base compensation of four thousand, Four Hundred ($4,400) per month which includes funding from the Washington State Office of Public Defense for the performance of all things necessary for, or incidental to, the performance of the work set out in Exhibit A Scope of Services. Said sum is to be paid by order directing payment through the County Auditor the last week of each month. CONTRACTOR may request a mid- month draw, which will be paid by the County Auditor no earlier than the 15th day of each month. B. Trial/Motion Compensation-except as provided in "D" below, in addition to the base monthly base compensation, CONTRACTOR shall be paid $350.00 for the first day of trial and $150.00 for each one-half day of trial thereafter. CONTRACTOR shall be paid a flat fee of$250.00 in addition to the base monthly compensation for each case on which a 3.5 and/or 3.6 motion is argued on assigned cases. Trial preparation time and time researching and writing legal motions are considered part of the base compensation and shall not receive additional compensation. Payment shall be made upon receipt of a billing from CONTRACTOR, PROVIDED, however, that the billing on each trial or motion shall be submitted to the Office of Public Defense no later than thirty (30) days after the conclusion of the trial or motion. C. Administrative and Other Costs-the compensation stated above includes administrative costs associated with providing legal representation. These costs are the responsibility of CONTRACTOR, and include, but are, not limited to, support staff, telephones, law library, financial accounting, case management software systems, computers and software, high-speed internet access, office space, supplies and other costs necessarily incurred in the day-to-day management of the CONTRACT. D. Extraordinary Compensation Policy and Procedure-in extraordinary cases requiring exceptional amounts of time and preparation. CONTRACTOR may petition COUNTY for permission for additional compensation. The award and amount of additional compensation is at the discretion of the Office of Public Defense. Any application for extraordinary compensation must be made in writing to the Office of Public Defense during the pendency of representation or within thirty (30) days following the conclusion of the case. E. In the event of termination of this contract. at COUNTY'S option, any currently pending cases shall be either re-assigned or shall be the responsibility of CONTRACTOR, who shall bill COUNTY an hourly rate of$50.00/hour for all work done on those cases following the termination of this contract. Requests for Payment: A. At a minimum the invoice is to include: CONTRACTOR's name, address, phone number and e-mail; case name; case number; detail of service provided by date and number of hours for hourly charges or number of half or full days for Trial/Motion compensation; total number of hours and/or trial/motion days; invoice total; and any additional applicable information. B. Submit via e-mail or hard copy as preferred to: Sonya Asche Mason County Office Public Defense 411 N. 5th Street Shelton, WA 98584 Phone: 360-427-9670 Ext. 589 saa(a)co.mason.wa.us C. Payment will be made to CONTRACTOR within thirty (30) days of the receipt of a complete and accurate invoice EXHIBIT C INSURANCE REQUIREMENTS A. MINIMUM Insurance Requirements: 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$250,000 per claim with a $500,000 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. 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. EXHIBIT D SUPREME COURT OF WASHINGTON'S Order 25700-A-1004 t } 3 S Y C�U Mason County Administrator �oK H th 411 North 5 Street Shelton, WA 98584 360.427.9670 ext. 419 Y MASON COUNTY COMMISSIONER BRIEFING ITEMS FROM ADMINISTRATOR January 31, 2022 • Specific Items for Review o News release to solicit applicants for the Parks &Trails Advisory Board —Diane o Concessionaire contract extension with North Mason Little League— Diane o Concurrence with Thurston County's appointment to Timberland Regional Library— Diane o Building 7 remodel (Prosecuting Attorney) — Kelly Frazier o Review of ARPA—Jenn o Request to purchase County parcel on Johns Prairie Road —Jenn 0 2022 budget amendment calendar—Jenn • Commissioner Discussion J:\DLZ\Briefing Items\2022\2022-01-31.docx NEWS RELEASE February 15, 2022 MASON COUNTY COMMISSIONERS 411 NORTH 5T" ST SHELTON,WA 98584 (360)427-9670 EXT. 419 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: Mason County Parks and Trails Advisory Board Openings The Board of Mason County Commissioners is seeking applications from community members who are interested in serving on the Mason County Parks and Trails Advisory Board. The Mason County Parks and Trails Advisory Board provides recommendations to the Board of Commissioners regarding the planning,acquisition and development of parks,trails and related programs in Mason County. The Parks and Trails Advisory Board is a seven member board appointed by the Mason County Commissioners. Ideally there would be two positions from each Commissioner District and one at-large position. If the vacancies cannot be filled with members from the respective districts as desired, at-large members residing anywhere in Mason County can be substituted. The intent is to provide equal geographic representation from throughout Mason County if possible. If you have an interest in parks,trails,or other outdoor recreational opportunities and would like to make a difference in your community you are encouraged to apply. The Mason County Parks and Trails Advisory Board typically meets the fourth Thursday of each month at 5:15 p.m. in Shelton. Interested citizens may obtain an application at the Mason County Commissioners' Office, 411 North 5tn Street, Shelton, or by calling Shelton 360-427-9670, ext. 419; Belfair 360-275-4467, ext. 419 or visit the Mason County website at www.co.mason.wa.us. Applications will be accepted until positions are filled. BOARD OF MASON COUNTY COMMISSIONERS Kevin Shutty Randy Neatherlin Sharon Trask Chair Commissioner Commissioner MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Diane Zoren DEPARTMENT: Parks and Trails EXT: 747 BRIEFING DATE: 01.31.22 PREVIOUS BRIEFING DATES: If this is a follow-up briefing, please provide only new information ITEM: Sandhill Park concession stand contract 2022-2023 EXECUTIVE SUMMARY: (If applicable, please include available options and potential solutions): Sandhill Sport Complex concession stand contract between Mason County and North Mason Little League expired February 2020 and due to COVID, it was not extended. At the request of North Mason Little League, they wish to extend the contract through 2023. BUDGET IMPACTS: North Mason Little League will remit $900 to the County at the end of each season. RECOMMENDED OR REQUESTED ACTION: Recommend that the County extend North Mason Little League contract through 2023 ATTACHMENTS: North Mason Little League contract Briefmg Summary 1/26/2022 Mason County and North Mason Little League SERVICE CONTRACT This CONTRACT is made and entered into by and between Mason County, hereinafter referred to as "COUNTY"and North Mason Little League, referred to as"CONTRACTOR" collectively referred to as "parties." RECITALS: WHEREAS, COUNTY desires to retain a person or firm to provide the following service: Food and beverage concessions at Sandhill County Park; 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 the parties agree to the following: Concession Site: Special Conditions CONTRACTOR will operate and manage the COUNTY provided concession stand at Sandhill County Park. CONTRACTOR will not make any alterations, additions or improvements to the site without prior approval from the Parks and Trails Manager or designee. Concessions by Contract: Through this CONTRACT COUNTY grants concessions by contract, not lease. CONTRACTOR understands that concession contracts only confer permission to occupy and use the premises for concession purposes. Compliance: 1, CONTRACTOR shall comply with and perform the services in accordance with all applicable Federal, State, and County laws including, without limitation, ail codes, ordinances, standards and policies, as now existing or hereafter adopted or amended, including but not limited to the following: Federal, State, and local health, safety and licensing laws relating to the sale of concession goods; County codes. 2. CONTRACTOR is solely responsible for collecting and remitting sales tax and all other applicable governmental charges as required by the Washington State Department of Revenue (DOR) or other state or County agencies. Vendors will be solely responsible for remitting Leasehold excise Tax payments to the DOR. 3. CONTRACTOR may not sell,transfer or give the concession rights to anyone else without prior written approval from COUNTY. 4. CONTRACTOR agrees to allow and cooperate with any inspections by COUNTY prior to, during the season, at the conclusion of seasonal operations and other times as requested. 5. Concessions area is for concessions sales only and is not to be used for storage of items other than what is necessary for concession operations. 6. CONTRACTOR will comply with all Mason County Department of Public Health requirements for food and beverage concession services and food handling. 1 � P �tge J:OLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for Sandhill.rtf Service Provision: CONTRACTOR will provide services at regularly scheduled games, tournaments, special events and daily activities as mutually agreed with COUNTY, This CONTRACT does not grant exclusive rights to distribute services or products at the parks. As determined by COUNTY additional vendors may be contracted to provide food, beverage and other services during tournaments and/or special events as required to meet the needs of participants. COUNTY may elect to give CONTRACTOR the right of first refusal to provide the additional services. Compensation: CONTRACTOR will remit$900.00 to COUNTY at the end of the recreational season. Customer Service: CONTRACTOR will ensure that its volunteers, agents or representatives provide quality customer service and treat all customers with courtesy and respect, Employee Appearance: CONTRACTOR will ensure that volunteers are appropriately dressed and appear neat and sanitary. Staffing: CONTRACTOR will ensure that the concession services is adequately staffed preventing undue delays to the public in the form of long and/or slow-moving service lines. Menu and Pricing: COUNTY reserves the right to request menu and/or pricing changes including but not limited to: adding items, limiting items, removing items. Removal of Equipment: CONTRACTOR will remove its equipment and supplies from the concession stand at the end of the recreational season or upon notification from COUNTY due to contract termination. Maintenance: CONTRACTOR at its sole cost and expense shall maintain the concession stand, equipment and concession site including maintaining a clean and sanitary appearance. Signs: CONTRACTOR will not place signs other than on the concession stand or food truck without the prior approval of the Parks and Trails Manager or designee. General Conditions Term: The performance period for this CONTRACT is the 2022 and 2023 recreational season.The COUNTY reserves the option, at COUNTY's sole discretion, to extend this contract for up to three additional 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. ... ......__. 21Page J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for SandhillAf 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. 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 ROW 39.12,040, the Prevailing Wage Act; the Americans with Disabilities Act of 1990; the Davis-Bacon Act; and the Contract Work Hours and Safety Standards Act providing for weekly payment of prevailing wages, minimum overtime pay, and providing that no laborer or mechanic shall be required to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to health and safety as determined by regulations promulgated by the Federal Secretary of Labor and/or the State of Washington. Assignment and Subcontracting: No portion of this CONTRACT may be assigned or subcontracted to any other individual or entity without the express and prior written approval of COUNTY. 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 ensure 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. 31Page J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for Sandhill.rtf 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. 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 A Insurance Requirements." 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. 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. _.. _ ........._ 4 Page J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for Sandhill.rtf Defense and Indemnity Contract: 1. 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 Foss 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 C,ONTRACTOR'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, 2. 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, 3. Survival of CONTRACTOR's Indemnity Obligations, CONTRACTOR agrees all CONTRACTOR's indemnity obligations shall survive the completion, expiration or termination of this CONTRACT. 4. 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 Mason County Facilities, Parks and Trails 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: Diane Zoren Central Services Manager 411 North 5'� Street Shelton, WA 98584 Phone: 360-427-9670 Ext. 747 E-mail: dlz cDmasoncountywa.gov 5 1 P a g e J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NNILL for SandhillAf CONTRACTOR's Primary Contact's Information: Meghan Lucas North Mason Little League, P. 0. Box 1739 Belfair, WA 98528 Phone: 360-463-1232 E-mail: northmasonll.president(a)-gmail.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. 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. 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. Disputes: Differences between the CONTRACTOR and COUNTY, arising under and by virtue of the CONTRACT 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. 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 _....------ -- -- ._....._..-- -- - ..._._...._.......... ...._...._.._.._....- ............_.._.._.... _.__.._......_......_..................-----------------------_----- - ------ ---- 61Page J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for Sandhill.rtf 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 CONTRACT 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 pr 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 A Insurance Requirements C. Special Conditions D. General Condition __. _. __.... 7 Page J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for Sandhill.rtf 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. NORTH MASON LITTLE LEAGUE BOARD OF COUNTY COMMISSIONERS MASON COUNTY,WASHINGTON Mark Neary, County Administrator Dated: Dated: APPROVED AS TO FORM Tim Whitehead, Chief DPA ....... _ __ .......... . ....... . ........----................. ............ 8 1 P a g e J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for Sandhill.rtf E I-DErr A INSURANCE REQUIREMENTS A. MINIMUM Insurance Requirements: 1. Commercial General Liability Insurance using Insurance Services Office "Commercial General Liability" policy form CO 00 011 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 $11000,000 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$110001000 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. 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 CO 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. 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. ._ ...... ...... 9 1 P a g e J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for Sandhill.rtf 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. 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-:Vil. .. ...... 101Page J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement NMLL for Sandhill.rtf 13, All insurance coverage and limits provided by CONTRACTOR and available or applicable to this CONTRACT 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. 16. 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 CONTRACT, 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. 11 jPage J:\DLZ\Ross\Parks\Fees-Field Use Policy\2022-2023 Vendor Agreement N 4LL for Sandhill.rtf I%CV Emi Administrative Service Center 415 Tumwater Boulevard SW Tumwater, WA 98501-5799 360.943.5001 January 25,2022 TRL.org Mason County Commissioners Mason County Building 1 411 N 5th St. Shelton, WA 98584 Dear Board Commissioners, The Thurston County Commissioners have appointed Mary Beth Harrington to the Timberland Regional Library Board of Trustees to fill the vacant unexpired term that will expire December 31, 2023. The Thurston County Commissioners have requested that Timberland Regional Library secure the confirmation of this appointment from the other four county Board of Commissioners. A copy of the letter appointing Ms. Harrington is enclosed. If you concur with the appointment of Ms. Harrington,please send a letter of confirmation to my attention at the above address. Once we have received letters from Mason,Lewis, Grays Harbor, and Pacific County Commissioners, copies will be forwarded to the Thurston County Commissioners. We would appreciate your immediate consideration of this appointment. To further speed the process,you may email the scanned letter to Rose Enos-Weedmark at renosweedmark(a)trl.org. Thank you for your attention to this matter. Sincerely, Cheryl Heywood Executive Director Enclosure COUNTY COMMISSIONERS Carolina Mejia ii District One Gary Edwards ft District Two THURSTON COUNTY Tye Menser District Three SINCE 1852 BOARD OF COUNTY COMMISSIONERS December 14, 2021 Mary Beth Harrington Re:Appointment to the Timberland Regional Library Board of Trustees Dear Ms. Harrington, I am pleased to inform you that on Tuesday, December 14, 2021 the Board of County Commissioners appointed you to the Timberland Regional Library Board of Trustees for the term of December 31,2021 to December 31, 2023. Members of the Committee are encouraged to complete an Open Public Meetings Act training. Below is a link to that training. Please watch the online video and sign the attached acknowledgement form. Return the form to the staff liaison of the board/council/committee that you are a member of for recordkeeping. For more information regarding the training please contact our Human Resource Department at(360)786-5498 or traininghr@co.thurston.wa.us. • Open Public Meetings Act Training Link: https://wacities.org/data-reso u rces/open-pu bl is-meeti ngs-act-elea rn inE Rose Enos-Weedmark,Administrative Coordinator, may contact you regarding the process from this point and answer any questions you may have. We appreciate your desire to serve the citizens of Thurston County. Sincerely, Amy D vis, Clerk of the Board II , Building#1,Room 269,2000 Lakeridge Drive S��,Olympia,Washington 98502-6045 (360)786-5440,T.Y.Y.711 or 1-800-833-6388,www.co.thurston.wa.us/bocc Board of County Commissioners Citizen Advisory Boards and Commissions APPLICATION TI IURSTON COUNTY �ly.l tv�1 Name: Mary Beth Harrington Mailing Address: City: State/ZIP: Preferred Phone Number: Email: Occupation: Independent Nonprofit Consultant Advisory Board and Commission applying for:Timberland Regional Library Board of Trustees Thurston County Position Available hours per month: Available any day and time with notice and 40 or more hours a week Briefly describe why you would like to serve. Throughout my adult life I have engaged with my community at a professional and personal level I moved to Thurston County lust before the pandemic hit and have been in search of a good fit for my talents and passions. I have an extensive understanding of libraries having worked in and supporting libraries for more than 30 years. I want to use this knowledge to serve the Timberland Regional Library via the Board of Trustees. List your community involvement and dates. We moved to the Thurston County area in February 2020 and due to the pandemic I have not been able to become as involved in local community involvement as I would have liked Prior to our move to this area I was involved in the following activities: *_Board of TANG (Texas Association of Nonprofit Organizations) 2018—2021 (Co-Chair 2020-2021) * Board of Catholic Charities of Dallas—2003-2006 * St. Thomas Aquinas Finance Committee (Secretary)—2000-2003 * Council of Certification of Volunteer Administration Executive Search Task Force - 2018 *NTEN Membership Committee—2017 * Note: Due to the fact that I worked at several organizations that supported multiple local nonprofits our conflict of interest policy limited my ability to be involved with a large number of organizations * Columnist for The JOLT News- 2021 Page 2 - Board of County Commissioners Citizen Advisory Boards and Commissions Application—Mary Beth Harrington Describe your qualifications and skills that would be of benefit. For 5 years, I was Director of Volunteers at the Dallas Public Library where I was responsible for recruiting and managing over 2500 volunteers serving 23 locations throughout the City of Dallas.The Director of Volunteers was one of two positions within the library system that had regular contact with every member of the staff which eventually placed me in the position of liaison between the staff and administration. In that capacity I was able to hear both sides of many major decisions. Due to this position, my duties were expanded to being in charge of the bookstore, the annual Book Sale (a four-day event that covered several city blocks), the Gates Go Online grant, both public and staff continuing education and several all-day staff days. Later in my career, I was the Executive Director of the Austin Public Library Foundation (APLF) where among mV other duties I was responsible for ensuring a successful bond election to pay for the construction of a new central library as well as the development and maintenance of the 11 other branches located throughout Austin. Following my tenure at APLF as Director of Agency Relations at the Texas Association of Nonprofit Organizations, I began presenting at the Texas Library Association's annual conference and continued to do so for the next dozen years. As currently an independent nonprofit consultant, I have facilitated board development and strategic planning sessions for dozens of library boards, Friends groups as well as continued to present for the Texas Library Association as well as the American Library Association. On a personal note, although I do not possess a Masters in Library Science, I have spent most of my adult life surrounded by librarians, discussing with them the issues facing their industry, helping them to see how those outside of their industry may not understand them and raising a daughter who eventually completed her Masters in Library Science and is currently serving as the Director of Library Services at the Wycombe Abbey International School in China List your educational background and area of study. 1986 Graduate of Benedictine College, Atchison, Kansas Bachelor of Arts degree, Communications Major, Political Science Minor 1995 Personal Media Training by Fairchild LeMaster Oppell 2001 Certified LeadershipPlenty Trainer 2012 Certified ToPs (Technology of Participation) Facilitator 2012 Certified CCAT (Core Capacity Assessment Tool) Facilitator 2013 Authorized Constant Contact Local Expert 2014 Certificate in Nonprofit Board Education from BoardSource 2014 Certification in Core Capacity Assessment Tool from TCC Group 2015 Certified Volunteer Administrator(CVA) from Council for Certification in Volunteer Administration 2015 Certificate in Disaster Volunteer Coordination from Points of Light 2015 Certification in Core Constant Contact 2016 Certified in TOP (Technology of Participation) Strategic Planning 2017 RY200 Yoga Trainer and Meditation Master 2020— Recertified Volunteer Administrator(CVA) from Council for Certification in Volunteer Administration 2020—Certified in Facilitating Effective Meetings by Dispute Resolution Center of Thurston County 2020—Certified in Digital Marketing and Fundraising by Nonprofit Tech for Good Page 3 - Board of County Commissioners Citizen Advisory Boards and Commissions Application— Mary Beth Harrington Signature: lj L L�/��-*I-Date: 11-7-2021 Return completed form to Amy Davis, Clerk of the Board. amy.davis@co.thurston.wa.us Thurston County Commissioners Office 2000 Lakeridge Dr SW, Olympia,WA 98502 MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: KELLY FRAZIER DEPARTMENT: Facilities Manager Support Services EXT: 519 i BRIEFING DATE: 01/31/2022 PREVIOUS BRIEFING DATES: If this is a follow-up briefing, please provide only new information ITEM: Building 7, Prosecutors building update EXECUTIVE SUMMARY Facilities has started on the remodel of Building 7, We have shredded 700 boxes, reorganized the remaining boxes and have made room for up to three offices upstairs, Plans have been turned into City of Shelton and should have the permit in hand this week. BUDGET IMPACTS Original impact was set at $75,000 for the remodel I estimate we will be under $50,000 because we are doing most of the work in-house RECOMMENDED OR REQUESTED ACTION Just an update ATTACHMENTS: None Briefing Summary 4/10/17 MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Kelly Bergh for Jennifer Beierle DEPARTMENT: Support Services EXT: 644 BRIEFING DATE: 1/31/2022 PREVIOUS BRIEFING DATES: 3/22/2021, 6/21/2021, 8/23/21, 11/21/21, 1/24/22 If this is a follow-up briefing, please provide only new information INTERNAL REVIEW (please check all that apply): x❑ Budget/Finance ❑ Human Resources ❑ Legal ❑ Other— please explain ITEM: American Rescue Plan Act (ARPA) of 2021 review. Re-allocate $100,000 from PUD#1 residential customer arrearages due to COVID to Hood Canal Eldon Fiber Buildout project. EXECUTIVE SUMMARY: On March 11, 2021, President Biden signed the American Rescue Plan Act of 2021 (HR 1319). The $1.9 trillion package, based on President Biden's American Rescue Plan, is intended to combat the COVID-19 pandemic, including the public health and economic impacts. As a result of the passage of this plan Mason County will receive $12,949,242 in grant funding. The county has completed the Government Application process and received the first tranche of funding of$6,484,451 on 6/25/21. The second tranche will be made no earlier than 12 months after the first. BUDGET IMPACT: None PUBLIC OUTREACH:(include any legal requirements, direct notice, website, community meetings, etc.) N/A RECOMMENDED OR REQUESTED ACTION: *Define Authorized Representative — Done *Set up accounts and fund to receipt revenue and manage expenditures — Done *Establish priority of reviewing - Done *Review further developments and funding availability as well as itemizing and prioritizing uses of the funds in successive briefing: — Approve re-allocation and authorize Mark Neary, County Administrator, to amend and sign subrecipient contracts. ATTACHMENTS: Request letter from PUD #1 ARPA Spreadsheet Briefing Summary 1/26/2022 NASbN couNTY PUBLIC UTILITY DISTRICT NO. I BOARD OF COMMISSIONERS 'p OF MASON COUNTY MIKE SHEE.U.Commissioner t■ N.21971 Hwy. 101 JACK JANDA,Commissioner ►` " Shelton,Washington 98584 RON GOLD,Commissioner January 19, 2021 Mason County Board of Commissioners c/o Mark Neary 411 N. 5`f'Street Shelton,WA 98584 Re: Request to Reallocate ARPA Funding Request Dear Mark, Mason County PUD No. 1 in partnership with Hood Canal Communications was awarded a grant from CERB for fiber deployment along the Highway 101 Corridor.This project was also supported by the Commissioners through ARPA funding awarded to Hood Canal Communications. Since the grant application and subsequent award in August of 2021, material prices have increased substantially. Because of this, construction bids the District received are higher than the grant. The District was awarded $125,000 of APRA funding from Mason County to assist with customer arrearages. We would like to ask the Mason County Board of Commissioners to re-allocate $100,000 of the funding earmarked for customer arrearages to help close the gap for the fiber deployment project bid/CERB grant shortfall.The District has had success in applying assistance to customer accounts, but with other assistance programs available,the amount of assistance needed from ARPA isn't as high as we originally anticipated. Could you please add our request to Monday's briefing? Let me know if you have any questions or need additional information. Sincerely, 6L ft�� Katie Arnold District Treasurer (360)877-5249 5, (800)544-4223 CV FAX(360)877-9274 www.mason-pud I.org Printed From Mason County UIV1 Printed from Mason County LAMS Mason County ARPA Prioritization List of Projects Review 113112022 Priority K Balance Obligated by Remaining of ARPA Cate o Mason County Pro ec[Name EDC ST RN 5 Requests BOCC Approved Contract Expended Approved Amt A Support Public Health Response/Negative Economic Impacts PUD 1 Customer Arrearages due to COVID Medium X X 125,000 125,000 125,000 Reallocat from PUD Arrearages to HCC Eldon Fiber Buildout 6,578 118,422 (100,000) HCC Customer Arrearages due to COVID Medium % X 110,000 110000 110,000 , Mason County Treasurer Property Tax Reim-individual households 110,000 % 125,000 125,000 125,000 71,813 53,187, ,000 Mason County Treasurer Property Tax Reim-small businesses X 75000 75 EDC Small Business Grants 12,344 High X X 500,000 500,000 500,000 475,000 25,000 Crossroads Housing for Assistance to Homeless Veterans 10,000 Belfair Water Customer Arrearages 10,000 30,000 10,000 26,271 _ Mason County Utilities Arrearages , Medium X 1000 54 Housing Authority of Mason County Rent Arrearages 154,000 _ Childcare Sup ort 545 Medium A Support Public Health Response/Negative Economic Im acts Subtotal 1,148,816 945,000 870,000 565,735 316,609 B Premium pay for Essential Workers Signing Bonus for Corrections De.ties X 74,266 _ B Premium for Essential Workers subtotal 74,266 C Replace Public Sector Revenue Loss Up for government services up to$1.9 Million MCSO Body Cameras X % 702,365 702,365 MCSO Body Camera install 702,365 - 40,000 40,000 25,790 PUD 3 Belfair Substation High X 11500,000 11500,000 Public Records Software GovCW X 22,700 1,500,000 Public Health Message Board 32 0,000 0,000 _ Design for 2nd floor PA,MCSO DCD Records Archival Image Medium 1 Prosecutors Office 2nd floor expansion 500,000 _ MCSO 2nd floor expansion 700,000 Ballot sorter machine B of A Bldg Low 1,800,000 00,000 C Replace Public Sector Revenue Loss Subtotal 5,585,065 2,242,365 - 728,155 1,500,000 D Water,sewer,and Broadband Infrastructure PUD 1 Agate Beach Water System Mainline X X 559,000 559,000 559,000 PUD 1 Vuecrest Storage Upgrade 559,000 CEDS Belfair Water New Well for Commercial Core UGA X X 158,284 158,284 158,284 158,284X X 450,000 450,000 450,000 HCC Colony Surf Fiber Buildout 450,000 X X 313,556 313,556 313,556 HCC Eldon Fiber Buildout 313,556 Reallocate from PUD#1 Customer Arrearages to HCC Eldon Fiber Buildout X X S01,932 501,932 501,932 501,932300,000 Mason County IT Infrastructure Backbone/Storage upgrade 136,261 136,261 Rustlewood Water Well&Reservoir Electrical Control System 136,098 163 200,000 200,000 Beards Cove AC Mainline Replacement 200,000100,000 100,000 Belfair PS#1 Improvement Project 100,000 Belfair Improvement Project Lakelandd 150,000 150,000 150,000 Pump 180,000 180,000mp Station 180,000 EDC Water line from 101 to Prison 42,000 42,000 11000,000 42,000 Belfair Water Backup Generators ,000 2,197197 EDC Sewer line extension from High School to Basin High _ EDC Wallace Kneeland Substation High ,5 ,000 PUD 3 Rural Broadband Cloquallum Community % 200,000 00,000 _ Shelton Gateway Medium % Shelton Springs 250,000 /Wallace Kneeland Roundabout Medium Mason Count Courts Building 10 % 750,000 D Water,Sewer,and Broadband Infrastructure Subtotal 11,288,033 2,791,033 1,982,772 136,098 2,654,935 E Administration Washin on State Association of Counties 2022 Dues Temp County Staff to address COVID 00 % 25 4,,000 000 9 4,0,000 E Administration Subtotal 92,0" 254,000 96,078 tl 92,078 Grand Total 18,350,180 6,074,476 2,852,772 1,429,987 4,563,622 Total APRA Funds Available Total ARPA Funds Received In 2021-First Round 12,949,242 Total ARPA Funds Expected in 2022-Second Round 6,484,451 Total ARPA Funds Available for BOCC A 6,484,451 Approval in 2021&2022 Approved by SOCC during Board Briefings-w/b on upcoming Actions Agendas-included in SOCC Approved Amts 6,894,425 Total ARPA Funds Available for BOCC Approval In 2021 409,975 MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Jennifer Beierle DEPARTMENT: Support Services EXT: 532 BRIEFING DATE: January 31, 2022 PREVIOUS BRIEFING DATES: If this is a follow-up briefing, please provide only new information INTERNAL REVIEW (please check all that apply): ❑ Budget/Finance ❑ Human Resources ❑ Legal ✓ Other— please explain Public Works & Planning Department ITEM: Citizen inquiry to purchase parcel #32007-13-00050 off Johns Prairie Road EXECUTIVE SUMMARY: Mark Kamin has inquired about purchasing the County's 0.20 acre triangular shaped parcel off of Johns Prairie Road. Kamin Properties, LLC owns the two adjacent parcels. The shape and size of the property makes it not much use to the County but beneficial to the adjacent property owner. The County purchased the property in 1990 for $1,742.24. I have consulted with the Public Works and Planning Departments on this for any potential problems or conflicts, and both departments concur that there is none. BUDGET IMPACT: Currently unknown amount of one-time revenue PUBLIC OUTREACH: Contacted Richard Beckman Realty for an estimate of value RECOMMENDED OR REQUESTED ACTION: Request the Board review the request and determine if they wish to go through the surplus process in order to sell this property ATTACHMENTS: 1990 Warranty Deed Briefmg Summary 1/26/2022 504945 443 Ep I WARRANTY DEED GRANTORS: _S. i P. Properties, a general partnership for and consideration of $1,742.24 (One Thousand Seven Hundred Forty Two and 24/100 ) Dollars, in hand paid, convey and warrants to described Mason County the Grantee_,._, the following real estate: All that portion of the North Half (N1/2) of the East Half (E1/2) of the Southwest Quarter (SW1/4) of the Northeast Quarter (NEI/4) of Section 7, Township 20 North, Range 3 West, M.M., in Mason County, Washington, lying south of Johns Prairie Road; more particularly described as follows: Beginning at the Quarter Corner between Sections 7 and 8; thence N88'11119"W a distance of 1,989.021 feet to a point on the Southeasterlyright-of-way line of the Johns Prairie Road; thence N41'24'52"E a distance of 295.007 feet to a point on a curve to the left having a radius of 5,729.578 feet, the radius point bears N48'35'08"W; thence along the arc of said curve 315.220 feet to a point of tangentcy; thence N38'15'44"E 225.329 feet, more or less, to the TRUE POINT OF BEGINNING; thence continuing N38'15'44"E a distance of 188.160 feet; AFFRIVAT thence S00'29120"W 151.510 feet; thence N88'10111"W 117.860 feet, more or W, . less, to the TRUE POINT OF BEGINNING; thence S64'05'43"E 1612.382 feet, more "L"M ar*n or less to the Quarter Corner common to Sections 7 and 8, Township 20 North, EUM TAX Range 3 West, W.M., Mason County, Washington. EXEMPT Said parcel contains 8,928.48 square feet. FES 1 6 situated in the County of Mason, State of Washington. DORM Dated February 6 , A.D., 1990 T Mmumn S. 3 P. PROPERTIES - (company B STATE OF WASHINGTON, Title. ;a/.e. * ss. (CORPORATE ACKNOWLEDGEMENT) County of Mason On this � day of_FeA*,ye.►V 19�,before me personally appeared �S! i��d i�sstli'th47 to me known to be the P,e,+Tivu• of the corporation that executed the within and foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that -- he_ is authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation . IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year first above written. HAItMp �i ��W7►'sgti,,�I F&E fft /� L, ;` moo. N ar P 1ic in and for the RECORDED9a Wb/b/l0'�l rate of Wghington, residing at VOL. �lg3 Ntei 1170'* St�,� } .�`L in said County. My Commission Request at�a�vk G tF�,{a 'LUL, ./b• S FV \� expires 3i+ d Mason Co. 1W l,�q�•pip. File: C:WF50\R04\61D•C00tP.ACK SE C l IUN %- /. IuwlvsNir �� NuRTH, RANGE 3 WEST \ Yni4177.1 -i t^'•w��r _ 11 D —.- -- , _ •b•�bI toy �[Ctl _^______^ ___ ^^�____�__�_ -___--_____-._-_-_• ^._ ' . SAC'* f ATTA C H i ,L i►1 IJTH; S PRA/R!E ROAD C10Urir�C�� c"" �1[q MIr��`inl �.rr rti r f� w 1-, r MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Jennifer Beierle DEPARTMENT: Support Services EXT: 532 BRIEFING DATE: January 31, 2022 PREVIOUS BRIEFING DATES: N/A ITEM: 2022 Budget Supplemental Appropriations and Amendments Calendar EXECUTIVE SUMMARY: Generally it's about a six week process for each approval of supplemental appropriations and amendments to the budget following the requirements of RCW 36.40.100 which states ..."upon a resolution formally adopted by the board...the board shall publish notice of the time and date of the meeting at which the supplemental appropriations resolution will be adopted...for two consecutive weeks prior to the meeting in the official newspaper of the county". Last year there were two scheduled budget hearings to modify the County's budget: one in June and one in December. This worked out well for the County and the Budget Office is recommending the County plan for two budget hearings for the 2022 budget as well. Attached is the proposed hearing schedule. The dates are subject to change as the Board meeting dates have not been set for April through December. BUDGET IMPACTS: None at this time RECOMMENDED OR REQUESTED ACTION• Request the Board review the 2022 budget hearing schedule. ATTACHMENTS: 2022 Budget Supplemental Appropriations and Amendments Calendar J:\Budget Office\Briefmg,Agenda,&Public Hearing Items\2022\Briefing Summary 131.22-2022 Budget Supplementals&Amendments Calendar.doc Mason County 2022 Budget Supplemental Appropriations and Amendments Calendar *Dates may be subject to change* January February March S M T W T F S S MI T I W T F S S M T W T F S 1 1 2 3 4 5 1 2 3 4 5 2 3 4 5 6 7 8 6 7 8 9 10 11 12 6 7 8 9 10 11 12 9 10 11 12 13 14 15 13 14 15 16 17 18 19 13 14 15 16 17 18 19 16 -17, 181 191 20 21 22 20 .'.21 22 23 24 25 26 20 21 22 23 24 25 26 23 24 25 26 27 28 29 27 28 27 28 29 30 31 301 31 April May June S M T W T F S S M T W1 T1 F S S M T W T F S 1 2 1 2 3 4 5 6 7 1 2 3 4 3 4 5 6 7 8 9 8 9 10 11 12 13 14 5 6 7 8 9 10 11 10 11 12 13 14 15 16 15 16 17 18 19 20 21 12 13 14 15 16 17 18 17 18 19 20 21 22 23 22 23 24 25 26 27 28 19 20 21 22 23 24 25 24 25 26 27 28 29 30 29 _31 31 26 27 28 29 30 July Au ust September J42 T W T F S S M T W T F S S M T W T F S 1 2 1 2 3 4 5 6 1 2 3 5 6 7 8 9 7 8 9 10 11 12 13 4 5 6 7 8 9 10 12 13 14 15 16 14 15 16 17 18 19 20 11 12 13 14 15 16 17 19 20 21 22 23 21 22 23 24 25 26 27 18 19 20 21 22 23 24 26 27 28 29 30 28 29 30 31 25 26 27 October November December S M T W T F S S M T W T F S S MI T W T F S 1 1 2 3 4 5 1 2 3 2 3 4 5 6 7 8 6 7 8 9 10 ;11 12 4 5 6 7 8 9 10 9 10 11 12 13 14 15 13 14 15 16 17 18 19 11 12 13 14 15 16 17 16 17 18 19 20 21 22 20 21 22 23 :p24' '25 26 18 19 20 21 22 12 24 23 24 25 26 27 28 29 27 28 29 30 25 26 27 28 29 30 31 30 31 Holiday Supplemental & Transfer Requests Due to the Budget Office from Departments for Inclusion in the Next Scheduled Public Hearing Budget Office Briefs BOCC & Prepares Resolution to Set Public Hearin BOCC Adopts Resolution to Set Public Hearin Deadline to Send Public Hearing Notice to MC Journal for 2 Week Publication Requirement Public Hearin at 9:15 a.m. to Consider Budget Supplementals & Transfers to the 2022 Budget MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Casey Bingham DEPARTMENT: Public Health EXT: 562 BRIEFING DATE: 01/31/2022 PREVIOUS BRIEFING DATES: If this is a follow-up briefing, please provide only new information ITEM: Consolidated Contract CLH31019 Amendment 1 Adds Statement of work for: 1. COVID-19 Mass Vaccination-FEMA 2. Foundational Public Health Services. Contains 1,522,000 for Foundational Public Health Services. 3. Maternal & Child Health Block Grant. Provides 50,770 for ongoing services 4. Office of Drinking Water Group A Program. This program has 23,000 as a fee for service for performing sanitary surveys on group A water systems, S. Office of Drinking Water Group B Program. This program provides 6,469 for group B water systems. 6. Office of Imunizations COVID-19 Vaccine. Provides 65,000 for planning and tracking COVID-19 immunizations and cases. 7. On-site Sewage Systems local management plan. Includes 75,000 for ongoing work 8. Recreational Shellfish. Includes 5,250 for the ongoing work of sampling and posting beaches. BUDGET IMPACTS: 2,037,292 in funding for the 2022 and 2023 budget years. The funding has been budgeted for 2022. The 2023 amount has not been budgeted yet. RECOMMENDED OR REQUESTED ACTION: Move Amendment 1 CLH31019 Consolidated Contract to the Action Agenda. Briefing Summary 1/26/2022 MASON COUNTY PUBLIC HEALTH 2022-2024 CONSOLIDATED CONTRACT CONTRACT NUMBER: CLH31019 AMENDMENT NUMBER: 1 PURPOSE OF CHANGE: To amend this contract between the DEPARTMENT OF HEALTH hereinafter referred to as"DOH",and MASON COUNTY PUBLIC HEALTH,a Local Health Jurisdiction,hereinafter referred to as"LHJ",pursuant to the Modifications/Waivers clause,and to make necessary changes within the scope of this contract and any subsequent amendments thereto. IT IS MUTUALLY AGREED: That the contract is hereby amended as follows: 1. Exhibit A Statements of Work,located on the DOH Finance SharePoint site in the Upload Center,and incorporated by this reference,are amended as follows: ® Adds Statements of Work for the following programs: • COVID-19 Mass Vaccination-FEMA-Effective January 1,2022 • Foundational Public Health Services(FPHS)-Effective January 1,2022 • Maternal&Child Health Block Grant-Effective January 1,2022 • Office of Drinking Water Group A Program-Effective January 1,2022 • Office of Drinking Water Group B Program-Effective January 1,2022 • Office of Immunization COVID-19 Vaccine-Effective January 1,2022 • OSS LMP Implementation-Effective January 1,'2022 • Recreational Shellfish Activities-Effective January 1,2022 ❑ Amends Statements of Work for the following programs: ❑ Deletes Statements of Work for the following programs: 2. Exhibit B-1 Allocations,attached and incorporated by this reference,amends and replaces Exhibit B-0 Allocations as follows: ® Increase of$2,037,292 for a revised maximum consideration of$2,037,292. ❑ Decrease of for a revised maximum consideration of ❑ No change in the maximum consideration of Exhibit B Allocations are attached only for informational purposes. Unless designated otherwise herein,the effective date of this amendment is the date of execution. ALL OTHER TERMS AND CONDITIONS of the original contract and any subsequent amendments remain in full force and effect. IN WITNESS WHEREOF,the undersigned has affixed his/her signature in execution thereof. MASON COUNTY PUBLIC HEALTH STATE OF WASHINGTON DEPARTMENT OF HEALTH Date Date APPROVED AS TO FORM ONLY Assistant Attorney General Page 1 of 1 Exhibit A Statement of Work Contract Term: 2022-2024 DOH Program Name or Title: COVID-19 Mass Vaccination-FEMA- Local Health Jurisdiction Name: Mason County Public Health Effective January 1,2022 Contract Number: CLH31019 SOW Type: Orin al Revision#(for this SOW) Funding Source Federal Compliance Type cf Payment ® Federal Contractor (check if applicable) ® Reimbursement El State N FFATA (Transparency Act) ❑ Fixed Price Period of Performance: January 1,2022 through April 1,2022 ❑ Other ❑ Research&Development Statement of Work Purpose: The purpose of this statement of work is to establish the task activities, fundingperiod, and billing details for cost reimbursement of FEMA-funded massvaccinationclinics in Washington state. Revision Purpose: N/A Master Assistance BARS Allocation LHJ Funding Period Change Index Listing Revenue Current g Total DOH Chart of Accounts Master Index Title Code Number Code Start Date End Date Allocation None Allocation *MASS VACCINATION FEMA 100% 934VO200 97.036 333.97.03 01/01/22 04/01/22 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTALS 0 0 0 Task Payment Information Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount 1. *NOTE: Task activities for Mass Vaccination Clinics in this *Reimbursement of statement of work are NOT CONSIDERED eligible costs. SUBRECIPIENT but are as a CONTRACTOR of DOH. MASS VACCINATION DOH reimbursement provided for local mass vaccination FEMA 100%Funding clinic(see definition below)planning, implementation and (MI 934V0200) operations in coordination between Unified Command and the Regional Incident Management Team(IMT) to (See Program Specific Requirements below) administer the vaccine efficiently,quickly,equitably,and safely in all regions of Washington State. State Supported, Regionally Coordinated, Locally Implemented. Exhibit A,Statement of Work Page 1 of 4 Contract NumberCLH31019 Task Payment Information # Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount Definition: Mass vaccination clinics defined as those outside of the usualhealthcare delivery. method such aspop-up clinics, mobile clinics, non-clinical facility(fairgrounds, arenas,etc.). Guidance on vaccination protocols must be followed as provided by DOH and CDC. 1 A Local health jurisdiction (LHJ)will coordinate planning and Submit to DOH a mass vaccination plan Within 30 days of implementation of mass vaccination clinics/sites provided including: contract amendment within the county(s)with a regional incident management a of site execution. team/organization as approved by DOH. si'p • site locations, Request for regional IMT should be submitted through the • throughput, normalprocess through WebEOC. • considerations made to ensure equity to historically LHJ is the coordinating agency for the mass vaccination plan. marginalized populations, within the county. • and to the extent possible a regional map of sites/locations. Regional IMT will be under the delegation authority of DOH and they are to provide support and coordination forall efforts around vaccine planning,resource support and general guidance and information sharing in order to regionally coordinate efforts.Local jurisdictions will maintain all decisional authority around vaccination planningand execution within their jurisdiction/district. Provide any information as requested by the regional IMT. I Funding for eligible Mass Vaccination activities are reimbursed Submit estimated budget for the mass Within 30 days of contract on actualcosts as outlined in the DOH guidance to provide the vaccination plan. amendment execution. services and to carry out the mission. Funding will be dependent on full participation in the LHJ and IMTprocesses Monthly Cost Summary Spreadsheet to Monthly and all documentation will be required to be provided to fully the IMT/IMO by the fifth of the following close out funding requests by the end of the mission period of month. performance. Allowable costs include expenses such as facility rentals, staff to conduct planning,management,support and operation of the site, medical personnel for vaccinations,site security personnel, wrap around services for staff(meals,travel,lodging), equipment(which must be pre-approved by IMT/DOH if it exceeds$5,000 each),supplies for vaccinations and site operation.LHJs should provide narratives to help assist IMT Exhibit A,Statement of Work Page 2 of 4 Contract NumberCLH31019 Task Payment Information Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount and DOH finance knowwhat expenditures were necessary to carry out the mission. 1C Vaccinationdata—will be maintained accordingto current state Submission ofvaccineuse into WA IIS Daily and federal requirements. database within 24hrs of use. Vaccine Registration Systems—If a local jurisdiction or region Jurisdiction/Regions will ensure a fair and does not have a registration system(s)the include intemet equitable process forregistration of based,phone option and other methods to ensure equitable eligible Washingtonians across all registration,the state PrepMod system and tools will be available modalities. available foruse. 1 D Regularly report on vaccinations sites and operational activities Provide monthly situation report to Monthly (number of vaccinations,personnel to operate the site, IMT/IMO on status of implementation of challenges, successes to share for learning across the public mass vaccination plan,or more frequently health system). if that is the LHJ procedure.Sites operating for the time period,vaccines administered by site for the time period, estimated costs for the time period, any challenges/successes of note,including assistance requested. DOH Program and Fiscal Contact Information for all ConCon SOWS can be found on the DOH Finance SharePoint site. Questions related to this SOW, or any other finance-related inquiry,maybe sent to finance(o),doh.wa.gov. DOH General Mass Vaccination Program and Fiscal Contact Patrick Plumb COVID FEMA Project Management Analyst Washington State Department of Health Office of Financial Services 111 Israel Road SE,Tumwater,WA 98501 patrick.plumb@doh.wa.gov/(360)236-4291 Federal Funding Accountability and Transparency Act(FFATA) (Applies to federal grant awards.) This statement of work is supported by federal funds that require compliance with the Federal Funding Accountability and Trans parency Act(FFATA or the Transparency Act). The purpose of the Transparency Act is to make information available online so the public can see how the federalfunds are spent. To comply with this act and be eligible to perform the activities in this statement of work,the LHJ must have a Data Univers al Numbering System(DUNS®) number. Information about the LHJ and this statement of work will be made available on USASpending og_v by DOH as required by P.L. 109-282. Program Specific Requirements Exhibit A,Statement of Work Page 3 of 4 Contract NumberCLH31019 Program Manual, Handbook, Policy References Emergency Response Plan(or equivalent) Medical Countermeasure/Mass Vaccination Plan Billing Requirements: Monthly invoices must be submitted timely to the regional IMT/Organization for review/approval prior to submission to DOH for reimbursement. Contract MasterIndex(MI)Code:934V0200 General Mass Vaccination BARS Revenue Code:333.97.03 Mass Vaccination Reimbursement Special Instructions: The LHJ is considered a CONTRACTOR of DOH not a subrecipient forthis portion of the statement of work.An allocation of funds is not provided as these FEMA funds are only available as reimbursement of costs associated with implementation of the mass vaccination plan. Detailed documentation must be maintained as directed by the regional IMT/Organiz ation and DOH to substantiate costs associated with these activities for submission to FEMA upon request by DOH. Eligible costs from the timeframe of January 1,2022 through April 1,2022 include facility rentals,medical and support staff forplanning,m anagement,support,and operations;as well as wrap-around services for staff(i.e., meals,travel,lodging). Regular and overtime pay associated with this project is allowable for all staff working underthis project and must be billed as a direct charge;timesheets are required documentation and must be available upon requestby DOH. Indirect rates are not applicable to these funds.Eligible equipment includes facility infection control measures,personal protective equipment(PPE), storage equipment,coo lers, freezers,temperature monitoring devices,portable vaccine units for transportation,supplies such as emergency medical supplies (for emergency medicalcare needs that may aris a in the administration of thevaccine),containers for medical waste,as well as proper storage as needed for canisters of liquid nitrogen or dry ice.Eligible equipment purchase costs should not ex ceed$5,000 per piece. Equipment over$5,000 a piece must be preapproved by the IMT and should be leased rather than purchased.Any diversion from the list of pre-approved expenses will require a narrative on the purchase rationale and will be subject to IMT approvalprior to reimbursement.Timesheets are required documentation for all activities related to this project.Staff time-in/ time-out mustbe recorded,as well as brief description of their activities. A general description of activities is acceptable f orthose working at the vaccine site; more detailed/specific description is required for those not working at the vaccine site. Exhibit A.Statement of Work Page 4 of 4 Contract Number CLH31019 Exhibit A Statement of Work Contract Term: 2022-2024 DOH Program Name or Title: Foundational Public Health Services(FPHS) - Local Health Jurisdiction Name: Mason County Public Health Effective January 1,2022 Contract Number: CLH31019 SOW Type: Original Revision#(for this SOW) Funding Source Federal Compliance Type of Payment ❑ Federal<Select One> (check if applicable) ❑ Reimbursement ER State ElFFATA (Transparency Act) ER Distribution Period of Performance: January 1,2022 through June 30,2023 ❑ Other ❑ Research&Development Statement of Work Purpose: The purpose of this statement of work(SOW) is to specify how state funds for Foundational Public Health Services (FPHS) will be used for the period of performance. Per RCW 43.70.512,these funds are for the govemmentalpublic health system to deliver FPHS services statewide in the most effective,efficient and equitable manner possible with the funds available. The FPHS Steering Committee with input from FPHS Subject Matter Expert(SME) Workgroups and the Tribal Technical Workgroup is the decision makingbody for FPHS. For the 2021—2023 biennium,the Steering Committee is using an iterative approach to decision making. Determining investments first for SFY22 (July 1, 2021—June 30,2022), then for SFY23 (July 1, 2022—June 30,2023). This means that additionaltasks and/orfunds maybe added to an LHJ's FPHS SOW as these decisions are made. These funds are to be used as directed and allocated by the FPHS Steering Committee. As the global COVID-19 pandemic and the public health response to it continues and begins to abate,these FPHS funds can be braided with and used to supplement othershort-term,pandemic response fundingas needed forFPHS activities during this period of performance through 06/30/22. Respondingto pandemics,epidemics and public health emergencies are foundational services of the govemmentalpublic health system. Note: The totalbiennial funding allocation is for the period of July 1, 2021 through June 30,2023. The 2021 —2023 biennial funding allocations will be divided into four six-month lump sum amounts that will be disbursed at the beginning of each six month period as follows: July 1,2021;January 1,2022; July 1,2022;January 1,2023. Each year,the July payment will be disbursed upon completion of the FPHS Annual Report. The SFY22 July 1,2021 disbursement of funds was completed in the 2018-2021 consolidated contract and is included in this statement of work for informationalpurposes only. FPHS funds must be spent in the state fiscal year(SFY) in which they are appropriated by the legislature, allocated,and disbursed.Legislative appropriations lapse at the end of each state fiscal year. (RCW 43.88.140) Spending and spending projections must be reported as required by the FPHS Steering Committee. Funds that are projected to be unspent by the close of the state fiscal year must be reallocated per the process developed by the FPHS Steering Committee to assure that all funds appropriated by the legislature can be spent by the govemmentalpublic health system to deliver FPHS within the year that the funds are appropriated. Unspent funds revert to the state treasury and must be returned to DOH by July 15th of each year for return to the Office of Financial Management. 2021—2023 Biennium •SFY22 (July 1,2021—June 30,2022) •SFY23 (July 1,2022—June 30,2023) Revision Purpose: N/A Exhibit A.Statement of Work Page 1 of 6 Contract NumberCLH31019 Master Assistance BARS Allocation Index Listing Revenue LHJ Funding Period Current Change Total DOH Chart of Accounts Master Index Title Code Number Code Start Date End Date Allocation Increase(+) Allocation FPHS-LHJ-PROVISO (YR1) 99202111 N/A 336.04.25 01/01/22 06/30/22 0 761,000 761,000 Note:TotalYR1 allocation is for SFY22 07/01/21-06/30/22 FPHS-LHJ-PROVISO 2 99202112 N/A 336.04.25 07/01/22 06/30/23 0 761,000 761,000 0 0 0 0 0 0 0 0 0 0 0 1 0 TOTALS 0 1,522,000 1,522,000 BARS Funds to provide FPHS in: 21-23 Expenditure. FPHS Tasks/Activities/Short Description Your Other SFY22 SFY23 131ENNIUM Code 562.xx jurisdiction jurisdictions 10-17, All—CD, 20,21,23-29 EPH, CCC, Reinforcing Capacity(Assessment,CD,EPH, CCC) X 235,000 235,000 470,000 40-53,93 Assessment 10 Assessment CHA/CHIP X 30,000 30,000 60,000 20,21,23-29, X 162,000 162,000 324,000 93 CD Communicable Disease(CD) 24 CD Hepatitis X 103,000 103,000 206,000 40-53,93 EPH EnvironmentalPublic Health(EPH) X 231,000 231,000 462,000 F— TOTAL $761,000 $761,000 $1,522,000 Task Deliverables/Outcomes Due Date/Time Frame Payment Information # Activity and/or Amount Incoordination with FPHS Steering Committee and Subject Routine reporting of spending and TBD Matter Expert(SME)workgroups FPHS funds are to be used to spending projections. Process and increase delivery of FPHS services statewide asmeasured reporting template TBD and provided by through FPHS annualreporting,indicators,metrics and other the FPHS Steering Committee via DOH. data compiled and analyzed by contractors,DOH and Subject MatterExpert(SME)Workgroups. Resuts are published in the FPHS annualreporting(template provided For SFY22 (07/01/21— Each year,the July annualFPHS Investment Report. FPHS indicator metrics by the FPHS Steering Committee via 06/30/22)due by 08/15/22 payment will be disbursed available here. DOH). upon completion of the For SFY23 (07/01/22— FPHS Annual Report. 06/30/23)due by 08/15/23 Exhibit A,Statement of Work Page 2 of 6 Contract NumberCLH31019 Task Payment Information # Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount 1 Reinforcing Capacity—These funds are to each LHJ to deliver FPHS in their own Jurisdiction—In coordination with the FPHS Steering Committee and Subject MatterExpert(SME)Workgroups, provide FPHS Communicable Disease(CD), Environmental Public Health(EPH), Assessment(Surveillance&Epidemiology)and/ or any or all of the other FPHS Cross-cutting Capabilities(CCC)as defined in the most current version of the FPHS definitions. Suggested BARS expenditure codes:652.xx- 10-17,20,21,23-29,40-53. 2 Assessment —CHA/CHIP (FPHS defmitions G.3)—These funds are to each LHJ to deliver FPHS in their own jurisdiction—In coordination with the FPHS Steering Committee and Subject MatterExpert(SME) Workgroups,conduct and complete a comprehensive community health assessment and identify healthpriorities arising from that assessment,including analysis of health disparities and the social determinants of health as defined in the most current version of the FPHS definitions. • Conduct a local and/orregional comprehensive community health assessment(CHA)every three to five years in conjunction with community partners. • Develop a local and/orregional community health improvement plan(CHIP)in conjunction with community partners. These funds can be used for any CHA/CHIP activity or service (e.g., data analysis,focus groups,report writing, process facilitation)and may be used to contract with other LHJs for staff time or services. Coordinate with the Spokane Regional Health District to participate in County Health Insights. Suggested BARS expenditure codes:562.11. 3 Communicable Disease (CD) (FPHS definitions C.1,2,3,4,6)—These funds are to each LHJ to deliver FPHS in their own Jurisdiction— In coordination with the FPHS Steering Committee and Subject MatterExpert(SME) Workgroups,provide FPHS CD services as defined in the most current version of the FPHS definitions. These funds can(and actually are intended to)be braided with temporary pandemic emergency funding such that when those fund s run out,FPHS funds can be used to retain staff there were hired with pandemic emergency funds if the jurisdictions desires to retain them and/orto hire additional staff if needed and/or contract with other LHJs for staff time or services for delivering FPHS CD. As the pandemic response wains,staff funded with FPHS funds are to shift focus to providing some or all or the FPHS CD services. This includes maintaining access to and use of data systems created during the pandemic and others underdevelopment and case investigation and contact tracing for sexually transmitted disease and other communicable and notifiable conditions within the mandated timeframes. Emphasis should be placed on addressing syphilis and gonorrhea cases. 1. Provide timely, statewide,locally relevant and accurate information statewide and to communities on prevention and control of communicable disease and other notifiable conditions. 2. Identify statewide and local community assets for the control of communicable diseases and othernotifiable conditions,develop and implement a prioritized control plan addressing communicable diseases and othernotifiable conditions and seek resources and advocate forhigh priority prevention and control policies and initiatives regarding communicable diseases and othernotifiable conditions. 3. Promote immunization through evidence-based strategies and collaboration with schools,health care providers and other community partners to increase immunization rates. 4. Ensure disease surveillance,investigation and controlfor communicable disease and notifiable conditions in accordance with local,state and federalmandates and guidelines. Suggested BARS expenditure codes:562.xx—20,21,23-29. 4 Communicable Disease—Hepatitis C (FPHS definitions CA.o-p)—These funds are to select LHJs to deliver FPHS in their own jurisdiction.—In coordination with the FPHS Steering Committee and Subject MatterExpert(SME) Workgroups,address Hepatitis C cases in the jurisdiction per guidance developed by the statewide FPHS Communicable Disease Workgroup,including, but not limited to:shared priorities, standardized surveillance,minimum standards of practice,common metrics and staffmgmodels. The allocation of these funds is based on burden of disease using the most current Hepatitis C data.Allocations will be revised biennially using updated data. Exhibit A,Statement of Work Page 3 of 6 Contract NumberCLH31019 Task Payment Information # Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount The priorities forthe 2021-2023 biennium(July 2021—June 2023): • Surveillance—entering labs into Washington Disease Reporting System(WDRS), enter acute cases into WDRS. • Investigation—focus on acute cases: people aged 35 or younger,newly diagnosed,pregnant women,people seen in the ED/inpatient,Black,Indigenous and People of Color,or other historica fly marginalized population,and incorporate Hepatitis B work. Suggested BARS expenditure codes:562.24. 5 Environmental Public Health (EPH) (FPHS definitions B.3 &4)—These funds are to each LHJ to deliver services in their own jurisdiction. In coordination with the FPHS Steering Committee and Subject Matter Expert(SME) Workgro ups,these funds are for each LHJ to deliver FPHS EPH services in their jurisdiction as defined in the most current version of the FPHS definitions and supplement existing funding specifically for: • Develop,implement and enforce laws,rules, policies and procedures for maintainingthe health and safety of retail food service inspections and shellfish monitoring,that address environmenta I public health concems.(B.3.b) • Develop,implement and enforce laws,rules, policies and procedures for ensuring the health and safety ofwastewaterand facilities,including onsite septic design and inspections,wastewater treatment and reclaimed water,that address environmental public health concems.(B.3.e) • Develop,implement and enforce laws,rules, po licies and procedures for ensuring the health and safety of solid waste and facilities, including hazardous waste streams(e.g. animalwaste,solid waste permitting and solid waste inspections),that address environmentalpublic health con cems.(B.3.f) • Develop, implement and enforce laws, rules, policies and procedures for ensuring the health and safety of schools,including th rough education and plan review that address environm enta I public health concems.(B.3.g) These funds can be used to retain,hire and/orcontract with other LHJs forstaff time or services and for staff training as needed to provide the following FPHS EPH services that are not appropriately funded with fees. Each LHJ will be responsible to report on their progress on FPHS deliv erables even if contracted with otherLHJs (FPHS funds are intended to build capacity and not intended to justify the reduction of existing fee revenue): • Food Safety(FPHS definitions B.3.b.)—Respond to food safety concerns that are not appropriately funded such as foodbome illness threats,requests for technical assistance and addressing new and emerging business models. Every local jurisdiction in Washington is expected to respond to foodbome illness outbreaks,food safety inquiries and provide preventative education forthe general public and technical assistance. • Sewage Safety(FPHS definitions B.3.e-f)—Respond to sewage concems and public health threats and provide technica I assistance that are not appropriately funded to ensure that sewage is handled appropriately to limit potential exposure to sewage. Every local jurisdiction in Washington is expected to ensure sewage is properly managed.On-Site Septic (OSS) permitting, enforcement and providing technical assistance and education to OSS owners are fee funded activities and should be funded through fees or local government who sets the fees. These FPHS funds provide resources to support activities for which a fee cannot be charged such as:responding to OSS failures, surfacing sewage, OSS safety concems,and similar issues. These fund scan also be used for concerns related to large on-site sewage systems,other OSS-related concerns that do not involve locally perinittable systems,and other sewage-rela ted issues, regardless of whether they are related to a fee-for-service activity.Examples of activities FPHS funds can be used for: o Work with partners to educate and inform public on OSS monitoring and maintenance o Work with the public,policy makers and partners to assess needs and develop plans and solutions for wastewatermanagement in their communities. o Respond to complaints,act as needed,and assure that failing OSS are identified and prom ptly repaired. o Conduct Pollution Identification and Correction(PIC)investigations where water quality is impaired to identify failing sept is systems and otherpollution sources. o Ensure that sewage from both OSS and other sources is adequately handled to create barriers to potential exposure to sewage. Exhibit A,Statement of Work Page 4 of 6 Contract NumberCLH31019 Task Payment Information Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount o Adequate qualified staff to evaluate proposals,inspect new installations andrepairs, assess cause of OSS failure,and comply with requirements in state law. • Schools Safety(FPHS definition B.3.g) —Assure safe and effective learning environments for children attendingK-12 schools—public,private and parochial. Every local jurisdiction in Washington is expected to work collaboratively with DOH,ESDs and local school districts anduse the modelprogram to assure consistency to regularly evaluate each K-12 for health and safety concerns and provide mandated services per WAC 246-366. Initial priorities include: o Build partnerships with school officials,local boards of education,parent teacher associations,education service districts, and otherschool focused entities. o Participate with statewide public health groups to standardize schoolprogram implementation. o Focus on schools that have not previously been inspected to assess current conditions o Focus on existing elementary schools for first phase of inspections program ■ Indoor Air Quality ■ Classroom ■ Healthy cleaning and indoor environments ■ Playground ■ Drinking water(lead) Suggested BARS expenditure codes:5 62.xx—40-5 3. DOH Program and Fiscal Contact Information for all ConCon SOWS can be found on the DOH Finance SharePoint site. Questions related to this SOW, or any other finance-related inquiry,maybe sent to financeaa,doh.wa.gov. Program Specific Requirements Program Manual, Handbook,Policy References: All FPHS Resources—www.doh.wa.gov/fphs or FPHS I Powered by Box Special References (i.e.,RCWs, WACs, etc.): Link to RCW 43.70.512—RCW 43 70 512:Public health system—Foundationalpublic health services—Intent.(wa.govl Link to RCW 43.70.515—RCW 43 70 515•Foundationalpublic health services—Funding. (wa.gov) Definitions: FPHS Definitions —https://wsall2ho.box.com/s/qb6s,,;l Omxbraix0fla742lw6zcfxzohk Special Instructions: There are two different BARS Revenue Codes for"state flexible funds"to be tracked separately and reported separately on your annual BARS report. These two BARS Revenue Codes and definitions from the State Auditor's Office(SAO's) are listed below along with a link to the BARS Manual. 336.04.25 is the new BARS Revenue Code to use forthe Foundational Public Health Services (FPHS) funds included in this statement of work. 336.04.24—County Public Health Assistance Use this account forthe state distribution authorized by the 2013 2ESSB 5034,section 710.The local health jurisdictions are required to provide reports regarding expenditures to the legislature from this revenue source. Exhibit A,Statement of Work Page 5 of 6 Contract NumberCLH31019 336.04.25—Foundational Public Health Services Use this account forthe funding designated for the local health jurisdictions to provide a set of core services that govemm ent is responsible for in all communities in the WA state. This set of core services provides the foundation to support the work of the broaderpublic health system and community partners.At this time the funding from this account is for delivering ANY or all of the FPHS communicable disease services (listed above)and can also be used for the FPHS capabilities that support FPHS communicable disease services as defined in the most current version of FPHS Definitions. Public Health Budgeting, Accounting and Reporting System (BARS) Resources: www.doh.wa. og v/lhjfunding DOH Program Contact Marie Flake,Special Projects,Foundational Public Health Services, Washington State Department of Health Mobile Phone 360-951-7566/marie.flakeOdoh.wa.gov Exhibit A,Statement of Work Page 6 of 6 Contract NumberCLH31019 Exhibit A Statement of Work Contract Term: 2022-2024 DOH Program Name or Title: Maternaland Child Health Block Grant- Local Health Jurisdiction Name: Mason County Public Health Effective January 1,2022 Contract Number: CLH31019 SOW Type: Orip-in al Revision#(for this SOW) Funding Source Federal Compliance Type of Payment ® Federal Subrecipient (check if applicable) ® Reimbursement ❑ State 0 FFATA (Transparency Act) ❑ Fixed Price Period of Performance: January 1,2022 through Sel2tember30.2O22 ❑ Other ❑ Research&Development Statement of Work Purpose: The purpose of this statement of work(SOW) is to support local interventions that impact the target population of the Matemaland Child Health Block Grant. Revision Purpose: N/A Master Assistance BARS Allocation Index Listing Revenue LHJ Funding Period Current Change Total DOH Chart of Accounts Master Index Title Code Number Code Start Date End Date Allocation Increase(+) Allocation FFY22 MCHBG LHJ CONTRACTS 78101221 93.994 333.93.99 01/01/22 09/30/22 0 50,770 50,770 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTALS 0 50,770 50,770 Task Deliverables/Outcomes Due Date/Time Payment Information and/or Amount Activity Frame Maternal and Child Health Block Grant(MCHBG) Administration la Report actual expenditures for the six-monthperiod October Submit actual expenditures using the May27,2022 exceed o alfundinment for actnsidera ion. to 1,2021 through March 31,2022 MCHBG Budget Workbook to DOH exceed total funding consideration. contractmana er Action Plan and Progress Reports must lb Develop 2022-2023 MCHBG Budget Workbook for October Submit MCHBG Budget Workbook to September9, only reflect activities paid for with funds 1,2022 through September 30,2023 using DOH provided DOH contractmanager 2022 provided in this statement of work for the template. specified funding period. See Program Specific Requirements and Special Billing Requirements. Implementation 2a Report activities and outcomes of 2022 MCHBG Action Submit quarterly Action Plan reports to January 15,2022 Reimbursement for actual costs,not to Plan using DOH- provided template. DOH Contract manager April 15,2022 exceed total funding consideration. Exhibit A,Statement of Work Page 1 of 3 Contract Number CLH3 1019 Template Created September2021 Task Deliverables/Outcomes Due Date/Time Payment Information and/or Amount # Activity Frame July 15,2022 Action Plan and Progress Reports must only reflect activities paid for with funds provided in this statement of work for the 2b Develop 2022-2023 MCHBGAction Plan for October 1, Submit MCHBG Action Plan to DOH Draft August 19, specified funding period. 2022 through September 30,2023 using DOH-provided contractmanager 2022 template. Final- September See Program Specific Requirementsand 9,2022 Special Billing Requirements. Children and Youth with Special Health Care Needs (CYSHCN) 3 a Complete Child Health Intake Form(CHIF)using the CHIF Submit CHIT data into Secure Access January 15,2022 Reimbursement for actual costs,not to Automated System on all infants and children served by the Washington website: April 15,2022 exceed totalfunding consideration. CYSHCN Program as referenced in CYSHCN Program http0/secureaccess.wa.eov July 15,2022 Action Plan and Progress Reports must guidance. only reflect activities paid for with funds 3b Identify unmet needs for CYSHCN on Medicaid and refer to Submit completed Health Services 30 days after provided in this statement of work for the DOH CYSHCN Program for approvalto access Diagnostic Authorization forms and Central forms are specified funding period. and Treatment funds to meet the need. Treatment Fund requests directly to the completed. CYSHCN Pro am as needed. See Program Specific Requirements and 3c Work with partnersto share updated local CYSHCN Review resources for your local area on September30, Special Billing Requirements. resources with Within Reach/Help Me Grow (HMG). ParentHelp_l23.ore annually for 2022 accuracy and submit any updates to Within Reach. DOH Program and Fiscal Contact Information for all ConCon SOWs can be found on the DOH Finance SharePoint site. Questions related to this SOW, or any other finance-related inquiry, maybe sent to financenadoh.wa.gov. Federal Funding Accountability and Transparency Act(FFATA) (Applies to federal subrecipient funding.) This statement of work is supported by federalfunds that require compliance with the Federal Funding Accountability and Transparency Act(FFATA or the Transparency Act). The purpose of the Transparency Act is to make information available online so the public can see how the federal funds are spent. To comply with this act and be eligible to perform the activities in this statement of work,the LHJ must have a Data Univers al Numbering System(DUNS®) number. Information about the LHJ and this statement of work will be made available on USASpending_.gov by DOH as required by P.L. 109-282. Program Specific Requirements Program Manual, Handbook,Policy References: Children and Youth with Special Health Care Needs Manual- htt s://www.doh.wa. ov/ForPubEcHealthandHealtheareProviders/PubEcHealthS stemResourcesandServices/LocalHealthResourcesandTools/MaternalandChildHeahhBlockGrant/ ChildrenandYouthWithSpecialHealthCareNeeds Health Services Authorization(HSA) Form http•//wwwdoh wa gov/Portals/l/Documents/Pubs/910-002-ApprovedHSA.doex Restrictions on Funds: Exhibit A,Statement of Work Page 2 of 3 Contract NumberCLH31019 Template Created September2021 1. At least 30%of federalTitle V funds must be used forpreventive and primary care services for children and at least 30%must be used services for children with special health care needs. [Social Security Law,Sec. 505(a)(3)]. 2. Funds may not be used for: a. Inpatient services,other than inpatient services for children with special health care needs or high risk pregnant women and infants,and otherpatient services approved by Health Resources and Services Administration(HRSA). b. Cash payments to intended recipients of health services. C. The purchase or improvement of land,the purchase,construction,or permanent improvement of any building or other facility, or the purchase of majormedical equipment. d. Meeting other federal matching funds requirements. e. Providing funds for research or training to any entity other than a public or nonprofit private entity. f. Payment forany services furnished by a provider or entity who has been excluded under Title XVIII(Medicare),Title XIX(Medicaid), or Title XX(social services block grant).[Social Security Law,Sec 504(b)]. 3. If any charges are imposed for the provision of health services using Title V(MCH Block Grant)funds,such charges will be p ursuant to a public schedule of charges;will not be imposed with respect to services provided to low income mothers or children; and will be adjusted to reflect the income,resources,and family size of the individual provided the services. [Social Security Law,Sec. 505 (1)(D)]. Monitoring Visits: Telephone calls with DOH contract manager as needed. Billing Requirements: Payment is contingent upon DOH receipt and approval of all deliverables and an acceptable A19-1 A invoice voucher. Payment to completely expend the "Total Consideration"fora specific funding period will not be processed until all deliverables are accepted and approved by DOH. Invoices must be submitted quarterly by the 3 Oth of each month following the quarter in which the expenditures were incurred and must be based on actualallowable program costs. Billing for services on a monthly fraction of the"Total Consideration"will not be accepted orapproved. Special Instructions: Contact DOH contract managerbelow for approval of expenses not reflected in approved budget workbook. MCHBG funds may be expended on COVID-19 response activities that align with maternal and child health priorities. Examples may include: • Providing support in educatingthe MCH population about COVID-19 through partnerships with other local agencies,medical providers,and health care organizations. Working closely with state and local emergency preparedness staff to assure that the needs of the MCH population are represen ted. • Funding infrastructure that supports the response to COVID-19. For example,Public Health Nurses who are routinely supported through the Title V program may be able to be mobilized,using Title V funds or separate emergency funding,to support a call center or deliver health services. • Partnering with parent networks and health care providers to provide accurate and reliable information to all families. • Engaging community leaders,including faith-based leaders,to educate community members about strategies forpreventivg illness Restrictions listed above continue to apply. Exhibit A,Statement of Work Page 3 of 3 Contract NumberCLH31019 Template Created September2021 Exhibit A Statement of Work Contract Term: 2022-2024 DOH Program Name or Title: Office of Drinking Water Group A Program -Effective Local Health Jurisdiction Name: Mason County Public Health January 1,2022. Contract Number: CLH31019 SOW Type: Original Revision#(for this SOW) Funding Source Federal Compliance Type of Payment ® Federal Contractor (check if applicable) ❑ Reimbursement ® State ® FFATA (Transparency Act) ® Fixed Price Period of Performance: January 1.2022 through December 31,2022 ❑ Other ❑ Research&Development Statement of Work Purpose: The purpose of this statement of work is to provide funding to the LHJ for conducting sanitary surveys and providing technical assistance to small community and non-community Group A water systems Revision Purpose: N/A Master Assistance BARS Allocation Index Listing Revenue LHJ Funding Period Current Change Total DOH Chart of Accounts Master Index Title Code Number Code Start Date End Date Allocation Increase(+) Allocation SANITARY SURVEY FEES O-SW) SS-STATE 24232522 N/A 346.26.65 01/01/22 12/31/22 0 11,000 11,000 YR 24 SRF -LOCAL ASST 15% O-SW) SS 24239224 N/A 346.26.64 01/01/22 12/31/22 0 11,000 11,000 YR 24 SRF -LOCAL ASST 15% O-SW) TA 24239224 N/A 346.26.66 01/01/22 12/31/22 0 1,000 1,000 0 0 0 0 0 0 0 0 0 TOTALS 0 23,000 23,000 Task Due Date/Time Payment Information and/or Amount # Activity Deliverables/Outcomes Frame y 1 Trained LHJ staff will conduct sanitary Provide Final* Sanitary Survey Reports Final Sanitary Upon ODW acceptance of the Final Sanitary Survey surveys of small community and non- to ODW Regional Office. Complete Survey Reports Report,the LHJ shall be paid$400 for each sanitary community Group A water systems Sanitary Survey Reports shall include: must be received by survey of a non-community system with three or fewer identified by the DOH Office of Drinking 1. Cover letter identifying significant the ODW Regional connections. Water(ODW) Regional Office. deficiencies, significant findings, Office within 30 observations,recommendations, calendar days of Upon ODW acceptance of the Final Sanitary Survey See Special Instructions fortask activity. and referrals for further ODW conducting the Report,the LHJ shall be paid$800 for each sanitary follow-up. sanitary survey. survey of a non-community system with four or more 2. Completed Small Water System connections and each community system. The purpose of this statement of work is to checklist. provide funding to the LHJ for conducting 3. Updated Water Facilities Inventory Payment is inclusive of all associated costs such as sanitary surveys and providing technical (WFI). travel,lodging, per diem. assistance to small community and non- 4. Photos of water system with text community Group A waters stems. identifying features Payment is authorized upon receipt and acce tance of Exhibit A,Statement of Work Page 1 of 4 Contract NumberCLH31019 Template September2021 Task Deliverables/Outcomes Due Date/Time Payment Information and/or Amount # Activity Frame 5. Any other supporting documents. the Final Sanitary Survey Report within the 30-day deadline. *Final Reports reviewed and accepted by the ODW Regional Office. Late or incomplete reports may not be accepted for payment. 2 Trained LHJ staff will conduct Special Provide completed SPI Report and any Completed SPI Upon acceptance of the completed SPI Report,the LHJ Purpose Investigations(SPI) of small supporting documents and photos to Reports mustbe shall bepaid$800 for each SPI. community and non-community Group A ODW Regional Office. received by the water systems identified by the ODW ODW Regional Payment is inclusive of all associated costs such as Regional Office. Office within 2 travel,lodging, per diem. working days of the See Special Instructions fortask activity. service request. Payment is authorized upon receipt and acceptance of completed SPI Report within the 2-working day deadline. Late or incomplete reports may notbe accepted for payment. 3 Trained LHJ staff will provide direct Provide completed TA Report and any Completed TA Upon acceptance of the completed TA Report,the LHJ technical assistance(TA) to small supporting documents and photos to Report must be shall be paid for each technical assistance activity as community and non-community Group A ODW Regional Office. received by the follows: water systems identified by the ODW ODW Regional • Up to 3 hours of work: $250 Regional Office. Office within 30 • 3-6 hours of work: $500 calendar days of . More than 6 hours of work: $750 See Special Instructions fortask activity. providing technical assistance. Payment is inclusive of all associated costs such as consulting fee,travel,lodging, per diem. Payment is authorized upon receipt and acceptance of completed TA Report within the 30-day deadline. Late or incomplete reports may not be accepted for payment. 4 LHJ staff performing the activities under For training attended in person,prior to Annually For training attended in person,LHJ shall be paid tasks 1,2 and 3 attend periodic required attendingthe training, submit an mileage,per diem,lodging, and registration costs as survey training as directed by DOH. "Authorization for Travel(Non- approved on the pre-authorization form in accordance Employee)"DOH Form 710-013 to the with the current rates listed on the OFM Website See Special Instructions fortask activity. ODW Program Contact for approval(to httl2://www.ofm.wa.gov/resources/travel.aV ensure enough funds are available). DOH Program and Fiscal Contact Information for all ConCon SOWS can be found on the DOH Finance SharePoint site. Questions related to this SOW, or any other finance-related inquiry,maybe sent to financeadoh.wa.gov. Federal Funding Accountability and Transparency Act(FFATA) (Applies to federal grant awards.) Exhibit A,Statement of Work Page 2 of 4 Contract NumberCLH31019 Template September2021 This statement of work is supported by federal funds that require compliance with the Federal Funding Accountability and Transparency Act(FFATA or the Transparency Act). The purpose of the Transparency Act is to make information available online so the public can see how the federal funds are spent. To comply with this act and be eligible to perform the activities in this statement of work,the LHJ must have a Data Univers al Numbering System(DUNS®) number. Information about the LHJ and this statement of work will be made available on USASpending.go_v, by DOH as required by P.L. 109-282. Program Manual, Handbook,Policy References: Field Guide (DOH Publication 331-486). Special References: Chapter246-290 WAC is the set of rules that regulate Group A water systems. By this statement of work,ODW contracts with the LHJ to conduct sanitary surveys(and SPIs and provide technical assistance)for small community and non-community watersystems with groundwater sources. ODW retains responsibility for conducting sanitary surveys(and SPIs and provide technical assistance)for small community and non-community water systems with surface water sources, large water systems,and systems with complex treatment. LHJ staff assigned to perform activities under tasks 1,2, and 3 must be trained and approved by ODW prior to performing work. See special instructions under Task 4,below. Special Billing Requirements The LHJ shall submit quarterly invoices within 30 days following the end of the quarterin which work was completed,notice on the invoice the quarter and yea rbeie billed for. Payment cannot exceed a maximum accumulative fee of$22,000 for Task 1,and$1,000 for Task 2,Task 3 and Task 4 combined during the contracting period,to be paid at the rates specified in the Payment Method/Amount section above. When invoicing for sanitaKy surveys,bill half to BARS Revenue Code 346.26.64 and half to BARS Revenue Code 346.26,65. When invoicing for Task 1, submit the list of WS Name,ID#, Amount Billed, Survey Date and LetterDate for which you are requesting payment. When invoicing for Task 2-3,submit the list of WS Name,ID#,TA Date and description of TA work performed,and Amount Billed. When invoicing for Task 4, submit receipts and the signed pre-authorization form fornon-employee travelto the ODW Program Contactbelowand a signed Al9-1A Invoice Voucher to DOH Grants Management,billing to BARS Revenue Code 346.26.66 under Technical Assistance (TA). Special Instructions Task 1 Trained LHJ staff will evaluate the water system for physical and operational deficiencies and prepare a Final Sanitary Survey Report which has been accepted by ODW. Detailed guidance is provided in the Field Guide for Sanitary Surveys,Special Purpose Investigations and Technical Assistance(Field Guide). The sanitary survey will include an evaluation of the following eight elements: source;treatment;distribution system;finished water storage;pumps,pump facilities and controls;monitoring,reporting and data verification; system management and operation;and certified operator compliance. If a system is more complex than anticipat ed or other significant issues arise,the LHJ may request ODW assistance. • No more than 3 surveys of non-community systems with three of fewer connection be completed between January 1,2022 and December 31,2022. • No more than 26 surveys of non-community systems with four or more connections and all community systems to be completed between January 1,202 2 and December 31,2022. The process for assignment of surveys to the LHJ,notification of the water system,and ODW follow-up with unresponsive water systems;and otherroles and responsibilities of the LHJ are described in the Field Guide. Task 2 Trained LHJ staff will perform Special Purpose Investigations(SPIs)as assigned by ODW. SPIs are inspections to determine the cau se of positive coliform samples or the cause of other emergency conditions.SPIs may also include sanitary surveys of newly discovered Group A water systems.Additional detail about conducting SPIs is described in the Field Guide. The ODW Regional Office must authorize in advance any SPI conducted by LHJ staff. Exhibit A,Statement of Work Page 3 of 4 Contract NumberCLH31019 Template September2021 Task 3 Trained LHJ staff will conduct Technical Assistance as assigned by ODW. Technical Assistance includes assisting water system personnel in completing work or verifying work hasbeen addressed as required,requested,oradvisedby the ODW to meet applicable drinking water regulations. Examplesof technica I assistance activities are described in the Field Guide. The ODW Regional Office must authorize in advance any technical assistance provided by the LHJ to a water system. Task 4 LHJ staff assigned to perform activities under tasks 1,2, and 3 must be trained and approve d by ODW prior to performing work. If required trainings,workshops or meetings are not available,not scheduled,or if the LHJ staff person is unable to attend these activities prior to conducting assigned tasks,the LHJ staff person may,with ODW approval,substitute other training activities to be determined by ODW. Such substitute activities may include one-on-one training with ODW staff,co-surveys with ODW staff,or other activities as arranged and pre-approved by ODW. LHJ staff may not perform the activities undertasks 1,2,and 3 without completing the training that has been arranged and approved by ODW. Exhibit A,Statement of Work Page 4 of 4 Contract Number CLH31019 Template September2021 Exhibit A Statement of Work Contract Term: 2022-2024 DOH Program Name or Title: Office of Drinking Water Group B Programs -Effective Local Health Jurisdiction Name: Mason County Public Health January 1.2022 Contract Number: CLH31019 SOW Type: Original Revision#(for this SOW) Funding Source Federal Compliance Type of Payment ❑ Federal<Select One> (check if applicable) ❑ Reimbursement Period of Performance: January 1,2022 through June 30,2023 ® State ElFFATA (Transparency Act) [0Fixed Price ❑ Other ❑ Research&Develo ment Statement of Work Purpose: The purpose of this statement of work(SOW) is to provide financial support to LHJs implementing local Group B water systems programs. Revision Purpose: N/A Master Assistance BARS Allocation Index Listing Revenue LHJ Funding Period Current Change Total DOH Chart of Accounts Master Index Title Code Number Code Start Date End Date Allocation Increase(+) Allocation GFS Group B(FO-SW) 24230103 N/A 334.04.90 01/01/22 06/30/22 0 6,469 6,469 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTALS 0 6,469 6,469 Task Activity Deliverables/Outcomes Due Date/Time Frame Payment Information # and/or Amount 1 Implement a PARTIAL Group B water system An executed joint plan of responsibility (JPR) with DOH January 1,2022 thru June Lump sum payment(See program.Reference DOH JPR#CLH24095-1 identifying responsibilities of PARTIAL Group B 30,2022 Special Billing program. Requirements) DOH Program and Fiscal Contact Information for all ConCon SOWS can be found on the DOH Finance SharePoint site. Questions related to this SOW, or any other finance-related inquiry,may be sent to fin anceaa,doh.wa.gov. *For Information Only. Funding is not tied to the revised Standards/Measures listed here. This information may be helpful in discussions of how pro gram activities might contribute to meeting a Standard/Measure. More detail on these and/orother Public Health Accreditation Board(PHAB) Standards/Measures that may apply can be found at: http•//wwwphaboard or&yM-content/uoloads/PHAB-Standards-and-Measures-Version-1.O.ndf Special Billing Requirements: For January 1,2022—June 30,2022,the LHJ shall submit one invoice not later than June 30,2022 and payment cannot exceed a maximum cumulative fee of$6,469. Exhibit A,Statement of Work Page 1 of 1 Contract NumberCLH31019 Template September2021 Exhibit A Statement of Work Contract Term: 2022-2024 DOH Program Name or Title: Office of Immunization COVID-19 Vaccine- Local Health Jurisdiction Name: Mason County Public Health Effective January 1.2022 Contract Number: CLH31019 SOW Type: Original Revision#(for this SOW) Funding Source Federal Compliance Type of Payment ® Federal Subrecipient (check if applicable) 0 Reimbursement Period of Performance: January 1,2022 through June 30.2024 ❑ State ® FFATA (Transparency Act) El Fixed Price ❑ Other ❑ Research&Develo ment Statement of Work Purpose: The purpose of this statement of work(SOW) is to provide funding to conduct COVID-19 vaccine activities. Revision Purpose: N/A Master Assistance BARS Allocation LHJ Funding Period Change Index Listing Revenue Current g Tatal DOH Chart of Accounts Master Index Title Code Number Code Start Date End Date Allocation Increase(+) Allocation COVIDI9 Vaccines R4 74310230 93.268 333.93.26 01/01/22 06/30/24 0 354,803 354,803 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTALS 0 354,803 354,803 Task Activity Deliverables/Outcomes Due Date/Time Frame Payment Information # ty and/or Amount 3.A Identify activity/activities to support COVID vaccine response Summary of the engagement strategies to January 31,Annually Reimbursement for actual in yourcommunity,using the examples below as a guideline. be used with healthcare providers and costs incurred,not to other partners,and the locally identified exceed total funding Example 1:Develop and implement communication strategies population to be reached. consideration amount. with health care providers,community,and/orotherpa rtners to help build vaccine confidence broadly and amonggroups anticipated to receive early vaccination,as well as dispel vaccine misinformation.Document and provide a plan that shows the communication strategies used with health care providers and otherpartners and the locally identified population anticipated to reach. Rxhihit A_Statement of Work Page 1 of 3 Contract NumberCLH31019 Task Payment Information Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount Example 2:Engage in other vaccination planning activities such aspartnership development,provider education, vaccination point of dispensing(POD) planning, tabletop exercises, engagement with communities,leaders,non- traditionalprovider, or vulnerable populations to develop strategies to ensure equitable access to vaccination services 3.13 Implement the communication strategies or other activities, Mid-term written report describing June 30,Annually Reimbursement for actual working with health care providers and otherpartners to reach activity/activities and progress made to- costs incurred,not to the locally identified population,support providers in date and strategies used(template to be exceed ration amount. vaccination plans,and support equitable access to vaccination provided) consideration amount. services. 3.0 Catalog activities and conduct an evaluation of the strategies Final written report,showing the strategies December 31,Annually Reimbursement for actual used used and the final progress of the reach costs incurred,not to (template to be provided) exceed total funding consideration amount. 3.1) As needed to meet community needs,expand operations to Quarterly reports summarizing quantity, March 31,Annually Reimbursement for actual increase vaccine throughput(i.e., providing vaccinations during type,and frequency of activities June 30,Annually costs incurred,not to evenings, overnight,and on weekends). Activities may include exceed total funding vaccine strike teams,mobile vaccine clinics, satellite clinics, consideration amount. temporary,or off-site clinics to travel and provide vaccination services in non-traditional settings,or to supplement the work of local health departments in underserved communities,and may include administration costs for other vaccines co- administered at the events.These activities may be done by the local health department orin collaboration with community partners. see Restrictions on Funds below 3.E At the LHJ discretion,provide incentives to persons receiving a. LHJ Incentive Plan Proposal a. Prior to implementing Reimbursement for actual COVID vaccine,adhering to LHJ Guidancefor COVID b. Quarterly report that summarizes b. March 31,Annually costs incurred,not to Initiatives Application requirements and allowable/unallowable quantity of incentives purchased and June 30,Annually exceed total funding use of federalfunds. distributed consideration amount. DOH Program and Fiscal Contact Information for all ConCon SOWS can be found on the DOH Finance SharePoint site. Questions related to this SOW, or any other finance-related inquiry,maybe sent to finance(ddoh.wa.gov. Federal Funding Accountability and Transparency Act(FFATA) This statement of work is supported by federal funds that require compliance with the Federal Funding Accountability and Transparency Act(FFATA or the Transparency Act). The purpose of the Transparency Act is to make information available online so the public can see how the federalfunds are spent. To comply with this act and be eligible to perform the activities in this statement of work,the LHJ must have a Data Universal Numbering System(DUNS®) number. Information about the LHJ and this statement of work will be made available on USASpending_gov by DOH as required by P.L. 109-282. F,rhihit A 4tatPmPnt of Wnrk Page 2 of 3 Contract NumberCLH31019 Program Specific Requirements Restrictions on Funds (i.e.,disallowed expenses or activities,indirect costs, etc.): Coverage of co-administration costs for other vaccines administered at vaccination events does NOT apply to the FEMA Mass Vaccination funding. Coverage of co- administration costs only applies to the vaccine funding(COVIDI9 Vaccine R4,MI 74310230)allocated forTask 3 of the consolidated contract. FEMA Mass Vaccination funding is only available to cover the costs for COVID vaccine administration and cannot be used for co-administration costs of other vaccines. Exhibit A.Statement of Work Page 3 of 3 Contract Number CLH3 1019 Exhibit A Statement of Work Contract Term: 2022-2024 DOH Program Name or Title: OSS LMP Implementation-Effective January 1,2022 Local Health Jurisdiction Name: Mason County Public Health Contract Number: CLH31019 SOW Type: Origi al Revision#(for this SOW) Funding Source Federal Compliance Type of Payment ❑ Federal<Select One> (check if applicable) ® Reimbursement ® State ❑ FFATA (Transparency Act) ❑ Fixed Price Period of Performance: January 1,2022 through December 31,2023 ❑ Other ❑ Research&Development Statement of Work Purpose: The purpose of this statement of work is to fund implementation of the on-site sewage system(OSS) local manam genet plan(IMP). Revision Purpose: N/A Master Assistance BARS Allocation LHJ Funding Period Change Index Listing Revenue Current g Total DOH Chart of Accounts Master Index Title Code Number Code Start Date End Date Allocation Increase(+) Allocation WASTEWATER MANAGEMENT -GFS 26701100 N/A 334.04.93 01/01/22 06/30/22 0 15,000 15,000 WASTEWATER MANAGEMENT -GFS 26701100 N/A 334.04.93 07/01/22 06/30/23 0 60,000 60,000 0 0 0 0 0 0 0 0 0 0 0 0 TOTALS 0 75,000 75,000 Task Activity Deliverables/Outcomes Due Date/Time Frame Payment Information # ty and/or Amount 1 Local Management Plan Administration and Implementation Attend DOH-sponsored meetings. Report Due Date: $6,000 LHJ will participate in all grant-related meetings and conference Meet reporting requirements,including an June 15,2022 calls sponsored by DOH. Final report will be submitted electronic copy of progress report and January 15,2023 including documents used or produced for grant activities. mappingdata to include: June 15,2023 • Number of systems with known December 31,2023 system type. • Number of septic systems with Task is ongoing throughout current inspections. the project period. • Number of septic failures. 2 On-Site Education Educational Presentations Attended by greater than 10,000 people. Report Due Date: $31,500 2A. Mason County Public Health(MCPH)staff will host a booth June 15,2022 the first full weekend in October for Oysterfest. January 15,2023 June 15,2023 2B.Modify and print maintenance manuals to be handed out to December 31,2023 all new system owners,hand out at educational presentations and Task is ongoing throughout are availableto professional providers to give to their customers. I I the proiect period. Exhibit A,Statement of Work Page 1 of 3 Contract NumberCLH31019 Temnlate Created Sentember2021 Task Activity Deliverables/Outcomes Due Date/Time Frame Payment Information # ty and/or Amount 3B.Twenty-five (25)$200 rebates for pumping or maintenance or$200 rebates forretrofitting tanks with risers and/or effluent filter. Each resident would be able to qualify for two 2 rebates 3 Operation and Maintenance (O&M) Notification to Track contacts and increase in Report Due Date: $18,750 Homeowners maintenance.Progress will be reported on June 15,2022 3A.Follow up on unsatisfactory maintenance reports and the report form. January 15,2023 complaints(75 unsatisfactory reports and 20 complaints per June 15,2023 month). December 31,2023 Taskis ongoing throughout the proiect period. 4 O&M Database Management Progress will be reported on the report Report Due Date: $12,750 4A. Continue truthing and creating record drawings form. June 15,2022 January 15,2023 4B.Maintenance of the O&M database. June 15,2023 December 3l,2023 Taskis ongoing throughout the project period. 5 Enhance GIS On-site Sewage Data Layer Mapping data as outlined in the"Marine Report Due Date: $6,000 LHJ will continue to develop and update on-site sewage system Recovery Area (MRA) OSS Data June 15,2022 (OSS) and O&M data to enhance the Geographic Information Reporting Requirement"form. January 15,2023 Systems (GIS) OSS Layer. Work will be done by GIS staff. June 15,2023 December 31,2023 Taskis ongoing throughout the projectperiod. DOH Program and Fiscal Contact Information for all ConCon SOWs can be found on the DOH Finance SharePoint site. Questions related to this SOW, or any other finance-related inquiry, maybe sent to finance(a�doh.wa.gov. Program Specific Requirements Restrictions on Funds: These funds can NOT be used for local match to federalgrants. State funds from the Aquatic Lands Enhancement Account must be used to implement elements and activities of the local on-site sewage management plans that do not conflict with and are consistent with the goals,strategies, objectives,and actions of the Puget Sound Action Agenda. Special References: WAC 246-272A and RCW 70A.110 Definitions: Exhibit A,Statement of Work Page 2 of 3 Contract NumberCLH31019 Template Created September2021 Failure: A condition of an on-site sewage system or component that threatens the public health by inadequately treating sewage or by creating a potentialf or director indirect contact between sewage and the public.Examples of failure include: (a)Sewage on the surface of the ground;(b) Sewage backing up into a structure caused by slow soil absorption of septic tank effluent;(c)Sewage leaking from a sewage tank or collection system;(d)Cesspools or seepage p its where evidence of ground water or surface water quality degradation exists;(e)Inadequately treated effluent contaminating ground water or surface water;or(f)Noncomplian ce with standards stipulated on the permit. Maintenance and Monitoring: The actions necessary to keep the on-site sewage system components functioningas designed.Periodic or continuous checking of an on-site sewage system,which is performed by observations and measurements,to determine if the system is functioning as intended a nd if system maintenance is needed.Monitoring also includes maintaining accurate records that document monitoring activities. Billing Requirements: 1. Billings are submitted on an A19-1 A form,which is provided by DOH. 2. Al 9-1 A forms maybe submitted monthly and must be submitted bi-monthly at minimum. Special Instructions: Semi-annualprogress reports,including marinerecovery area(MRA)mappingdata,are due to DOH via email to mail to:Roger.Parker(a.doh.wa.gov and taylonwarren(a.doh.wa.gov.Progress Report Due Dates: January 15,2022,June 15,2022,December 31,2022 June 15,2023 and December 31,2023. The report format will be provided by DOH and maybe modified throughout the contract period via email announcement. Exhibit A,Statement of Work Page 3 of 3 Contract NumberCLH31019 TPmr%1%tP rrra teA gP.TtP..mhP..r)0').1 Exhibit A Statement of Work Contract Term: 2022-2024 DOH Program Name or Title: Recreational Shellfish Activities - Local Health Jurisdiction Name: Mason County Public Health Effective January 1,2022 Contract Number: CLH31019 SOW Type: Origiinal Revision#(for this SOW) Funding Source Federal Compliance Type of Payment ❑ Federal<Select One> (check if applicable) ® Reimbursement ® State ❑ FFATA (Transparency Act) ❑ Fixed Price Period of Performance: January 1,2022 through June 30,2023 ❑ Other ❑ Research&Development Statement of Work Purpose: The purpose of this statement of work(SOW) is to provide funds for shellfish harvesting safety. Revision Purpose: N/A Master Assistance BARS Allocation Index Listing Revenue LHJ Funding Period Current Change Total DOH Chart of Accounts Master Index Title Code Number Code Start Date End Date Allocation Increase(+) Allocation Rec.Shellfish/Biotoxin 26402600 N/A 334.04.93 01/01/22 06/30/23 0 5,250 5,250 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 TOTALS 0 5,250 5,250 Task Payment Information # Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount 1 Biotoxin Monitoring Submit annualreport on DOH approved Email Report to DOH by $4,800 • Collect monitoring samples on schedule according to format of activities for the year,including February 15,2023 Department of Health(DOH) Biotoxin Monitoring Plan, the number of sites monitored and samples coordinate deviations from the schedule with DOH,notify collected, and number and names of (See Special Instructions DOH in advance if samples cannot be collected. beaches posted with signs. below.) • Conduct emergency Biotoxin sampling when needed. • Post/remove recreational shellfish warning and/or classification signs on beaches andrestock cages as needed. • Issue biotoxin news releases during biotoxin closures in Mason County. • This task may also include recruiting, training, and coordination of volunteers,and fuel reimbursement funds for volunteer biotoxin monitoring. Exhibit A,Statement of Work Page 1 of 2 Contract NumberCLH31019 Temnla to RPntem1)er2021 Task Payment Information Activity Deliverables/Outcomes Due Date/Time Frame and/or Amount 2 Outreach Submit annualreport including the Email Report to DOH by $450 • Staff educational booths at local events. numberof events staffed and amount of February 15,2023 • Distribute safe shellfish harvesting information. educationalmaterials distributed. (See Special Instructions below. DOH Program and Fiscal Contact Information for all ConCon SOWs can be found on the DOH Finance SharePoint site. Questions related to this SOW, or any other finance-related inquiry,may be sent to financeaa,doh.wa.gov. Program Specific Requirements Program Manual, Handbook,Policy References: Department of Health'sBiotoxin Monitoring Plan Special References (i.e.,RCWs, WACs, etc.): Chapter246-280 WAC http•//wwwdohwa gov/CommunityandEnvironment/SheHfish/RecreationalSbellfish http//wwwdohwagov/AboutUs/Pro msandServices/EnvironmentaIPubbeHealth/EnvironmentalHealthandSafety/ShellfishProo-am/Biotoxins Billing Requirements: 1. Billings are submitted on an A19-1A form,which is provided by DOH. 2. Al 9-1 A forms maybe submitted monthly and must be submitted bi-monthly at minimum. Special Instructions: Report for work performed in 2022 mustbe submitted via email to Liz Maier(liz.maiernadoh.wa.goy)by February 15,2023. The report format will be provided by DOH and maybe modified throughout the period of performance via email announcement Exhibit A,Statement of Work Page 2 of 2 Contract NumberCLH31019 Temn1n to Centemher2n21 EXHIBIT B-1 Mason County Public Health ALLOCATIONS Contract Number: CLH31019 Contract Term:2022-2024 Date: January 1,2022 Indirect Rate as of January 1,2022:12.03% DOH Use Only BARS Statement of Work Chart of Accounts Funding Chart of Federal Award Assist Revenue LHJ Funding Period Funding Period Period Accounts Chart of Accounts Program Title Identification# Amend# List#* Code** Start Date End Date Start Date End Date Amount SubTotal Total COVID19 Vaccines R4 NH23IP922619 Amd 1 93.268 333.93.26 01/01/22 06/30/24 07/01/20 06/30/24 $354,803 $354,803 $354,803 FFY22 MCHBG LHJ Contracts B0445251 Amd 1 93.994 333.93.99 01/01/22 09/30/22 10/01/21 09/30/22 $50,770 $50,770 $50,770 GFS-Group B(FO-SW) Amd 1 N/A 334.04.90 01/01/22 06/30/22 07/01/21 06/30/22 $6,469 $6,469 $6,469 Rec Shellfish/Biotoxin Amd 1 N/A 334.04.93 01/01/22 06/30/23 07/01121 06/30/23 $5,250 $5,250 $5,250 Wastewater Management-GFS Amd I N/A 334.04.93 07/01/22 06/30/23 07/01/21 06/30/23 $60,000 $60,000 $75,000 Wastewater Management-GFS AmdI N/A 334.04.93 07/01/22 06/30/23 07/01/21 06/30/23 $15,000 $15,000 FPHS-LHJ-Proviso(YR2) Amd 1 N/A 336.04.25 07/01/22 06/30/23 07/01/21 06/30/23 $761,000 $761,000 $1,522,000 FPHS-LHJ-Proviso(YRI) Amd 1 N/A 336.04.25 01/01/22 06/30/22 07/01/21 06/30/23 $761,000 $761,000 YR24 SRF-Local Asst(15%)(FO-SW)SS Amd 1 N/A 346.26.64 01/01/22 12/31/22 07/01/21 06/30/23 $11,000 $11,000 $11,000 Sanitary Survey Fees(FO-SW)SS-State AmdI N/A 346.26.65 01/01/22 12/31/22 07/01/21 06/30/23 $11,000 $11,000 $11,000 YR24 SRF-Local Asst(15%)(FO-SW)TA Amd 1 N/A 346.26.66 01/01/22 12/31/22 07/01/21 06/30/23 $1,000 $1,000 $1,000 TOTAL $2,037,292 $2,037,292 Total consideration: $0 GRAND TOTAL $2,037,292 $2,037,292 GRAND TOTAL $2,037,292 Total Fed $405,573 Total State $1,631,719 *Catalog of Federal Domestic Assistance **Federal revenue codes begin with"333". State revenue codes begin with"334". Pagel of 1 MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Alex Paysse DEPARTMENT: Community Services, EH EXT: 279 BRIEFING DATE: 1/31/2022 PREVIOUS BRIEFING DATES: 12/13/2021 If this is a follow-up briefing, please provide only new information INTERNAL REVIEW (please check all that apply): ❑ Budget/Finance ❑ Human Resources ❑ Legal ❑ Other— please explain ITEM: Chapter 6.32 Preliminary Platting Standards EXECUTIVE SUMMARY: (If applicable, please include available options and potential solutions): See attached staff report BUDGET IMPACT: None PUBLIC OUTREACH:(Include any legal requirements, direct notice,website, community meetings, etc.) Various public meetings and hearing prior to adoption per MCC 6.04.060 RECOMMENDED OR REQUESTED ACTION: Approval to set public hearing date for March 15th (place on next action agenda) ATTACHMENTS: Staff report, Draft code updates Briefing Summary 1/26/2022 To: Mason County Board of County Commissioners From: Alex Paysse, Environmental Health Manager Date: January 31st, 2022 Item: Updates to Mason County Code Chapter 6.32 Preliminary Platting Standards See attached draft changes. Background RCW 70.05.060 directs the local board of health to enact local rules and regulations as are necessary in order to preserve, promote, and improve public health and provide for the enforcement thereof. Chapter 6.32 addresses health requirements related to plats and subdivisions of property. The chapter ensures new lots are properly sized and divided to allow for proper sewage disposal and safe drinking water. This chapter was last amended in 1980 (40+ years). Staff has found a lack of information and alignment with current codes, regulations, and current policies. Proposed draft eliminates code conflicts and provides clarity to applicants on what will be required for health approval. Summary of changes 6.32.010 Purpose. • Small language updates and added references to related county and state codes 6.32.020 Definitions. • Adopts definitions in county and state code sections. • Removes definitions that are already defined in other adopted code sections to avoid conflicts. 6.32.030 Information required. • Relabel as "general requirements" • Adopts state code requirements related to onsite sewage systems WAC246-272A-0320 • Clarifies administrative requirements such as forms and fees • Adds supporting language for additional information when plats or subdivision involve an existing onsite sewage system, aligning with current practice and related codes. • Reformats some of the existing requirements 6.32.040 Filing fee schedule • Retires section, references to current EH fee schedule were added to section 030. 6.32.050 Minimum Lot Size for Subdivision • Removes most of the language and references back to state code minimum lot sizes WAC 246-272A-0320(2). 6.32.060 Public Water Supply 0 Adds reference to appropriate state code requirements related to Public Water Systems. 6.32.070 Individual lot wells • Clarifies section heading and purpose • Adds section b) which highlights WAC 246-272A-320(2)(b)(i) 6.32.080 Waiver of Regulations • Small format changes. • Adds reference to review fees for waiver submittals 6.32.090 Appeals. • Adds section to support appeals, aligning with other Title 6 chapters. Recommendations Review and discussion of proposed amendments to Chapter 6.32. BOH has already approved proposed changes pending hearing by BOCC. Staff recommends approval by BOCC to set a public hearing for March 15tn Briefing with BOCC Dec. 13tn, 2021, DONE Review & approval by BOH Jan. 251n, 2022, DONE Review by BOCC to set Public Hearing January 31st, 2022 Approval by BOCC to set Public Hearing February 15tn, 2022 Public Hearing and Adoption March 151n, 2022 Effective Date Aril 11t, 2022 Title 6-SANITARY CODE Chapter 6.32 PRELIMINARY PLATTING STANDARDS Chapter 6.32 PREE inniniAnv of A3rinir_ PLAT AND SUBDIVISION HEALTH STANDARDS 6.32.010 Purpose. The purpose of this chapter is to: (a) Complement the Mason County platting ordinance and Title 16-Plats and Subdivisions; (b) Provide standards by which the county health officer can evaluate preliminary plats,final plats,Short Plats, Large Lot Subdivisions and any other subdivision applications; (c) Comply with`^'^�966246-272A WAC,246-290 WAC,246-291 WAC, and applicable Title 6 chapters related to drinking water and sewage disposal;and (d) Protect the public health. (Res. 1162 (part), 1980:Art. VIII (part)of Res. dated July, 1970 and amended November 5, 1970). 6.32.020 Definitions. The definitions outlined in 246-272A WAC, 246-290 WAC, 246-291 WAC,Chapter 6.76-On-Site Sewage Regulations, and Chapter 16.08-Plats and Subdivisions are hereby adopted and incorporated by reference. In addition,the following definitions shall also apply. (a) "Board"shall mean the Mason County Board of Health"QR site sewage disposal systeFA" Fneans aRy System ef piping,tFeatment devices, er ethe.r f-aeilities that GeRvey,steFe,tFeat, eF dispe5e ef sewage eR the ,stem i Gt G eeted to a ublie seweF system. (b) "Department"shall mean the Mason County Community Services, Public Health division. (c) "Director"shall mean the Mason County Community Services Director. (d) "Health Officer"shall mean the Mason County Health Officer or a member of the department authorized by and under the direct supervision of the Mason County Health Officer. peFM!t tFeM the Il.pa Ft..,eRt E)f ECOlegy. (c) "Pubhe water supplies" means any systern ef wateF supply inteRded er used for human censumptien er ether domestic uses, including seuree,treatment,sterage,tFa%MiSSOA—A-;;Ad-di'-AribldtieR facilities where water hupp-ap c--A-.n,-;---FnptieR er demestie use, but exeludiRg water supplies seFviRg eHe single family FesideRee. Mason County,Washington,Code of Ordinances Created: 2021-10-20 09:04:40 [EST] (Supp. No.57,11-21,Update 1) Page 1 of 6 i lakes, ..dm ntom nd streamm (Res. 1162(part), 1980:Art.VIII§1 of Res.dated July, 1970 and amended November 5, 1970). 6.32.030 lnfaFnwafian FequkedGeneral Requirements. (a) WAC 246-272A-0320"Developments,subdivisions,and minimum land area requirements"are adopted and incorporated by reference to subdivision applications proposing the use of an Onsite Sewage System. (b) An application for Environmental Health review of Land Use shall be submitted upon application using the form prescribed by the health officer. (c) Permit or review fees shall be charged according to the Mason County Environmental Health Fee Schedule. (da) Preliminary Plat,Short Plats, Large Lot Subdivisions,or other division of land.. (1) A topographical map shall be the pFeliminaFyplat dFawing showing contours as specified by the health officer but shall be at least five-foot contours to be extended at least one hundred feet beyond the boundaries of the proposed subdivision unless specifically waived by the health officer' or director. (2) A minimum of one representative soil log and percolation test per acre or tract larger than one acre shall be submitted. If a sufficient amount of information is not available on water table conditions,the health officer can require a winter observation be completed during the months of suspected high water table conditions. All test holes shall be made available for the health officer's inspection and constructed according to the Mason County On-Site Standards. (3) All surface water and we4s-drinking water wells and springs located in or within one hundred feet of the subdivision shall be shown. (4) Where existing On-Site Sewage Systems exist within project boundaries; (A) All On-Site Sewage System components shall be located according to respective record drawings and county records. (B) When no record drawings exist,proof of component locations may be required by the health officer or director. (C) Proof of adequate reserve area(s)as required in 246-272A WAC (D) Proof of satisfactory maintenance requirements as outlined in 246-272A WAC and Chapter 6.76— On-Site Sewage Regulations. (E) An easement or covenant may be required if existing sewage components are severed or separated by any proposed lot lines to ensure future operation and maintenance of said components according to 246-272A WAC. (5) When a Community Drainfield,as defined in Chapter 6.76—Onsite Sewage Regulations,is proposed; the system shall be completed prior to recording of the subdivision or a performance bond or moneys on deposit shall be required in the same manner as required for water systems in subsections(d)and (e)of Section 6.32.060 except the estimates shall be submitted by a licensed professional engineer, licensed designer,or registered sanitarian. (6) When service by a Public Sewer System is proposed,a completed sewer adequacy form signed by the system manager shall be provided,prior to plat approval and filing,as evidence that sewer disposal is available to each lot proposed. Created: 2021-10-20 09:04:40 [EST] (Supp.No.57,11-21,Update 1) Page 2 of 6 (eb) Final Plat. (1) Evidence shall be submitted that all requirements of preliminary plat approval have been met. (G) ShOPlat- (1) A FRiRiPAHM of one representative Seil leg and peFeelatieR test per aerie eF per tract fGF tFaEts larger than e aGFe shall be subsmrted;tcccr. (2) All SUFfaEP-v.,atei.;;Rd-�A,elk_; located in Ar within Ane hi indred feet Af the subdivisien shall be shown. (d) All percelation tests and seil logs shall be performed by IDF Under the diFeEt 51zlpervisierl of a registered sanitarian, prefessk)Ral engineer or appFeved designer. (e) if a sufficient arrioun'ef Flat available e'n'v,ate'r table cenditiens,the health efficeF e that percolation tests @Ad-seml Inags-hp CA.A.riurtpd d'--FiRg the meRthS ef suspected high water table (f) All sed tests shall be eeriducted in acce-Fd-aRre y.,Oth the Department of Seeial and Health SeFViEe"Interim Seil EvalwatiOR " except that aall seeil shall be te a peint three feet hHe"PEVY the b9tteFn ef pFE)p%ed absorption trenches. I (g) All soil leg heles shall be Fnade available for the health effieeF's inspeetie-In. The hp-alth efficeF shall be netified vVheR the heles have been prepared and shall make the inspeetien within one weel,of suGh ne-tification.The, (h) When a sewage system utilized by twe eF more liats is priapesed,the seii teStiRg FeqHiFernerits shall he as --e-1-HiFed in Chapter 6.24 and 6.28 and WAC 248 96.The system shall be Eempleted prier tO FeceFiding ef the subdivisioer; Aer a peFfE)FmariEe bland OF FAIDneys en depesit shall be required in the same manner as reqUiFed fGF water systerns in (d)and (e)of Sectien 6.32.060 exeept the estimates shall be submitted by a licensed r efessi nal engineer, licensed designer, er registered r nitaFiar, (Res. 1162(part), 1980:Art. VIII of Res. dated July, 1970 and amended November 5, 1970). 6.32.040 Piling fee sGhedi-leRetired. (a) A plat vAth inddividual let sewage systerns el,individual let wells, or,with both installatiens OR eaeh let sh-all submitting the engineering repert feicrns and maps.A rninimurn fee ef twenty five deilaFS Shall he submitted for any E)Re plat, additional division of a plat eF Feplat with iridivid-i-i-al let install-atien-s. (b) A plat te ne ser.ved_ by a public sewage wed(s and publie water supply shall sularnit a riniRimurri filing fee Of (E) A shert plat fee ef fifty dollars shall be FeqWiFed. (Res 1 162 (part), 1980: Art Vill §3 of Res dated july, 1970 and-amended November C 1970) 6.32.050 Minimum Llot Ssize Minimum lot size requirements shall conform to 246-272A-0320 WAC utilizing method one or method two as outlined in state code. One ef the fellewing rnetheds shall be used feF determining let y.;hp-In P-In site sewage diSPE)5-,I it .,.a. (a)— 1-� Created: 2021-10-20 09:04:40 LEST] (Supp. No.57,11-21,Update 1) Page 3 of 6 I I AA;t P F S uWy 4 -3 4 -5 €, n *4 re 12,500 T 15,000 sq.ft-. 48098 sqA_. 20,000 5q-#t ere 4aere 1 acre 4aere 2 acre et Eaeh - Let S041 Type 1]nrcelataen ❑ General Se44 f l-+ c i iv 4 4 Fes@ Less Gravel, ceaFse sand, MiRutes�i cobbles Geed 3 A ute /inch same gravel 4 P9er 10 19 minutes/inch saRrl Rd shet clay g Wfaaeeeptab4e , shows significant adveFse effects en gFeundwateF quality will net ecEur; howeveF, iR nE)case shall the reduced SiZeI-et sizes�BF 50il type 1 can be Feduced by the health efficeF Of engineering justification ean be PFOVided that Tht'FequiFernents feF peFEelatioR tests may be waived by the health offieeF if existiRg seils iRfeFmatien,such as seil legs,seil maps and Se-4.1 Gense.nvatien Sep�ice data is sufficient te aCGUFately Elassify seils. Methed I shall not-he used- in y.4h than fOUF feet ef peFFneable soil OF gFeateF than fifteen ** PeFEeat Iepe. (b) Methed (2).On site sewage disposal ,ystP_.ms;shall bie-Onstalled eR IEA5, P@Feels, eF tFacts that have a sufficie.nt_Rmeulnt ef area with pFeper 5eils to adequately ret-ain and-treat sewage on site,taking onto established by the health effirEpeir nen thp-hbaps,s nef Onfnelrmateeln submittedd. PaEtGF5 that must be (1) Seirtype m*dept h;; (2) drainage, let daina e; (3) Pretectin-n efst+rf-Acp and greuRd watersi (4)Setbacks€rern pFepeFty Ines;water supplies,etc.; (5) Seeree A-#demestie vvater; Created: 2021-10-20 09:04:40 [EST] (Supp. No.57,11-21, Update 1) Page 4 of 6 ('�)E +e eendiE+ens; ; , ( 3) Anticipated sewage ,.Iume (e) Methed(3).if the let OF lets are within the jUF05dictien ef an appFeved SeweF Utility Which wall pFeyide sizes shall be established jeintly between the seweF utility,the local health, planning,e5table (Res. 1162(part), 1980:Art.VIII §4 of Res.dated July, 1970 and amended November 5, 1970). 6.32.060 Public water supply. This section applies to proposed plats or short plats that require public water supplies as determined in c,,.- 6A-n-6 RP 059246-272A-0320 WAC. (a) All public water supply systems shall comply with`"�ArT., 248.54246-290 WAC and 246-291 WAC. (b) All potable water sources shall be developed,tested for quality and quantity,and available to the plat or short plat prior to the approval and filing of the plat or short plat. (c) All public water supply systems shall be installed or bonded for completion prior to the approval and filing of the plat or short plat. (d) A performance bond shall be provided in favor of the county health department as an alternate to complete installation of a public water supply prior to approval and filing of the final plat or issue of the site approval for short plat.Any such bond shall guarantee that construction will be completed within one year of final plat approval.The bond shall be from a reputable bonding company,on a satisfactory form and in an amount based on an estimate prepared by a licensed professional engineer for class 1, 2,and 3 water systems and by the installer for class 4 water systems plus thirty-five percent.All of the above shall be to the satisfaction of the department of Social and Health Services,the health officer and legal counsel for the health department.As a condition precedent to acceptance of a bond,the water source shall be provided, proven and approved;the water source shall also be tested bacteriologically and chemically. (e) Preliminary to bonding an itemized list of materials shall be submitted with the water system plans to the Department of Social and Health Services or local health department,as appropriate. (f) Moneys on deposit for completion of the water system may be provided in lieu of a bond if confirmed in writing by a reputable financing firm to the satisfaction of the health officer and legal counsel for the health department. (g) Completion of the water system(including availability of water to each lot)shall be provided within one year after final recording of the plat. (Res. 1162(part), 1980:Art.VIII§5 of Res. dated July, 1970 and amended November 5, 1980). Created: 2021-10-20 09:04:40 [EST] (Supp.No.57,11-21,Update 1) Page 5 of 6 6.32.070 Individual let- velksources. This section applies to proposed plats or short plats that allow an individual water source or well as determined by 246-272A-0320 WAC. Ll Eeach individual lot must designate on the final recorded document the general location of each water source or well and`eptiE tank systema one hundred-foot radius water supply protection zone.- a4b)Configuration of each lot shall allow a one hundred-foot radius water supply protection zone to fit within the lot lines;or establishment of a one hundred-foot protection zone around each existing and proposed well site per 246-272A-320 WAC. (Res. 1162(part), 1980:Art.VIII §6 of Res. dated July, 1980 and amended November 5, 1980). 6.32.080 Waivers of Fegulation . (a) Review for subdivisions served by existing sewage systems and water systems may be waived by the health officer. (b) Whenever a strict interpretation of these regulations would result in extreme hardship,the health officer may waive such regulation or portion thereof; provided,that the waiver is consistent with the intent of these regulations and that no public health hazard will result.These Rr-egulations adopted in compliance with WAE 248-96 246-272A WAC will also require the concurrence of the SecfetaryWashington State Department of Health. (c) A review fee shall be required according to the Mason County Environmental Health Fee Schedule. (Res. 1162(part), 1980:Art.VIII§7 of Res.dated July, 1970 and amended November 5, 1970). 6.32.090 Appeals. (a) Decisions of the director may be appealed to the health officer. Appeals must be made in writing to the director within ten working days of the decision which is being disputed. A hearing date shall be schedule with the health officer to be held within thirty days of said decision being appealed. (b) Determinations of the health officer may be appealed to the hearings examiner. Appeals must be made in writing to the director within ten working days of the decision which is being disputed. A hearing date shall be schedule with the health officer to be held within thirty days of said decision being appealed. (c) Departmental orders and determinations shall be staved for the period the appeal is pending, provided no public health hazard results from said stay. Created: 2021-10-20 09:04:40 [EST] (Supp.No.57,11-21,Update 1) Page 6 of 6 MASON COUNTY PUBLIC WORKS—COMMISSIONER BRIEFING January 31,2022 Briefing Items • 2022 Road Levy Certification • Road Closure request on Landon Road to move house across street at 581 NE Landon Road; closure from 10:00am February 8, 2022 to 5:00pm February 9, 2022 (Commissioner's approved to move to the February 1, 2022 Commission Mtg). • Purchase of two (2)2022 Pup Trailers from OSW Equipment&Repair, LLC off of WA State contract for$93,641.63/each(total $187,283.26 plus tax). Discussion Items Commissioner Follow-Up Items Upcoming Calendar/Action Items Attendees: Commissioners: Public Works: Other Dept. Staff: Public: _Randy Neatherlin _Loretta Swanson _Kevin Shutty _Mike Collins _Sharon Trask _Richard Dickinson —Other(list below): MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Mike Collins, PLS, PE, Deputy Director/County Engineer DEPARTMENT: Public Works EXT: 450 BRIEFING DATE: January 31 2022 PREVIOUS BRIEFING DATES: If this is a follow-up briefing, please provide only new information INTERNAL REVIEW (please check all that apply): J Budget/Finance ❑ Human Resources ❑ Legal ❑ Other— please explain ITEM: Road Levy Certification for 2022 EXECUTIVE SUMMARY: The County Road Administration Board (CRAB) annually requests that every county legislative authority submit a certification showing the amount of the road levy fixed and the amount, if any, budgeted in accordance with RCW 36.33.220 for traffic law enforcement, and/or any other purpose from diverted road levy. RECOMMENDED OR REQUESTED ACTION: Recommend the Board authorize the Chair to execute the Road Levy Certification for 2022. ATTACHMENTS: 1. Certification 2. Resolution 2021-084, 085 &086 Briefing Summary Mason County Calendar Year 2022 Digital Submittal Certification for Forms Due February 1st The documents checked below are hereby submitted from Mason County for the review and acceptance of the County Road Administration Board. Road Levy Certification for 2022 I hereby certify that the above reports are true and accurate and that I have reviewed, approved, and submitted said reports to the County Road Administration Board in accordance with WAC 136-04. By my signature below, I acknowledge that I am signing all the documents indicated by the checked boxes. Chair/Executive Signature Date County Engineer Signature Date MASON COUNTY 2022 ROAD PROPERTY TAX LEVY RESOLUTION NO. yak- C + WHEREAS,the Board of Mason County Commissioners has met and considered its budget for the calendar year 2022 and, WHEREAS,the Road Fund(District's)actual levy from the previous year was $10,125,645.49; and, `VHEREAS,the population of Mason County is more than 10,000;and now,therefore, BE IT RESOLVED by the governing body of the taxing district(Road)that an increase in the regular property tax levy is hereby authorized for the levy to be collected in the 2022 tax year. The dollar amount of the increase over the actual levy amount from the previous year shall be$1,079,913.29 which is a percentage increase of 10.66513%from the previous year. This increase is exclusive of additional revenue resulting from new construction,improvements to property,newly constructed wind turbines, solar,biomass,and geothermal facilities, and any increase in the value of state assessed property, any annexations that have occurred and refunds made.The district will collect an additional S131,189.52 of revenue from new construction, $0 from refunds levied by the Treasurer,and approximately$1,913.29 from state assessed utilities. This resolution reserves unutilized levy for banked capacity.The current banked capacity reserved for the year 2022 is$228,058.92. ADOPTED this day of NM MY 021. BOARD OF MASON COUNTY COMMISSIONERS /I Al Ran y Neatber , Chairperson t�--W Kevin Shu y,Commissioner Sharon Trask,Commissioner ATTEST: McKenzie S k of the Board APPR ED...AS TO CORM: Tim�—itelie�j.Chief Deputy Prosecuting Attorney FIn _-� ,Ilas rDi'tOS P'rit°2t�' is,3EY§ t��-..�,"` {:t2EzY�tit :1.�t€� A RESOLUTION FIXING THE AMOUNT OF AD VALOREM TAXES FOR THE ROAD LEVY FOR THE YEAR 2022 RESOLUTION NO. _Oe5 WHEREAS,RCW 36.40.090 states that the Board of Mason County Commissioners shall fix the amount of the tax levies to be raised for Road Fund. IT IS THEREFORE DETERMINED,that the following be fixed as the amounts to be raised by ad valorem taxes for the purpose of meeting the expenditures estimated in the 2022 Budget for Mason County Refund Levy and Road Fund: ROAD FUND S 9,179,000.00 DIVERSION OF ROAD LEVY $ 1,080,000.00 LEVY SHIFT TO CURRENT EXPENSE S 1,080,000.00 TOTAL ROAD LEVY S 11,339,000.00 REFUND LEVY $ 0.00 TOTAL AMOUNT TO LEVY FOR 2022 $ 11,339,000.00 This resolution reserves unutilized levy for banked capacity. The current banked capacity reserved for the year 2022 is$228,058.92. ADOPTED this I day of �()Jnbef2021. BOARD OF MASON COUNTY COMMISSIONERS - 114 1 Randy eatherlin,Chairperson t��4�'- — Kevin Shutty,C ssioner Sharon Trask,Commissioner ATTEST: L McKenzie Suth,66k of the Board APPROVED AS TO FORM: Tim Whit uty Prosecuting Attorney Printed From Mason County DM Printed from Mason County QMS RESOLUTION NO.'10 L I- 20 A MASON COUNTY RESOLUTION AUTHORIZING A SHIFT OF ONE MILLION EIGHTY THOUSAND DOLLARS($1,080,000.00)FROM THE ROAD FUND LEVY TO THE GENERAL(CURRENT EXPENSE)FUND FOR THE YEAR 2022 WHEREAS,pursuant to RCW 84.52.043,at the option of the County legislative authority, some of the unused levy capacity of the County Road Fund may be shifted to the County General(Current Expense)Fund,provided that: 1)the rate for the General Fund does not exceed$2.475 per$1,000.00 of assessed value, and 2)the total levy rate for both the General Levy and Road Levy within the County does not exceed$4.05 per$1,000.00 of assessed value, and 3)no other district has its levy capacity reduced as a result of the shift,and 4)the aggregate of levy rates for all junior and senior taxing districts,other than the State, does not exceed$5.90 per$1,000.00 of assessed land value; and WHEREAS,based on preliminary values, the County Assessor has determined that a shift in the amount of one million eighty thousand dollars($1,080,000.00) from the Road Levy to the General Levy will not conflict with any provisions set forth in RCW 84.52.043; and WHEREAS,a shift in the amount of$1,080,000.00 from the Road Levy to the General Levy will not cause the County to increase the total of the two levies in excess of the statutorily allowed one percent(1.0%)increase;and WHEREAS,a shift in the amount of$1,080,000.00 from the Road Levy to the General Levy will not cause the County to exceed$4.05 per$1,000.00 of assessed value for the total levy rate for both the General Levy and the Road Levy;and WHEREAS,in the event of calculations made after final values are available would conflict with any provisions set forth in RCW 84.52.043,the County Assessor will reduce the levy shift to an amount that will not cause conflict with any provision set forth in RCW 84.52.043;and WHEREAS,the Board of County Commissioners,after hearing and considering all relevant public comment,has determined that the General Levy requires an increase in property tax revenue from the previous year in order to meet the expected expenses and obligations,in addition to the taxes on the value of new construction and improvements to property and any increase in value of state assessed property,and it is in the best of interest of the taxpayers of Mason County that the amount authorized for collection in 2022 is increased by$1,080,000.00; now therefore BE IT HEREBY RESOLVED by the Board of Mason County Commissioners that one million eighty thousand dollars($1,080,000.00)be shifted from the Road Levy to the General Levy for collection in 2022. Primed From Mason County DMS 1 oft Printed from Mason County DMS ADOPTED this_ Y� _day of �� l�Xf 2021. BOARD OF MASON COUNTY COMMISSIONERS Randy Neath rlin,Chas erson Kevin Shutty,Co ssioner Sharon Trask, 0onunissioner ATTEST: S� McKenzie Smi ,ClerV of the Board APPROVED AS TO FORM: Wli tehea , . ief Deputy Prosecuting Attorney Printed From Mason County DMS 2 of 2 Printed from Mason County DMS MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Mike Collins P.E. PLS, County Engineer DEPARTMENT: Public Works EXT: 450 BRIEFING DATE: January 31 2022 INTERNAL REVIEW (please check all that apply): ❑ Budget/Finance ❑ Human Resources ❑ Legal ❑ Information Technology ❑ Other— please explain ITEM: Road Closure for House Move on Landon Road — February 8, 2022 to February 9, 2022 EXECUTIVE SUMMARY: Craig Landon has requested that Public Works close Landon Road at to allow him to have his house moved across the road from parcel address 581 NE Landon Road to 600 NE Landon Road (see attached map). The closure is scheduled to begin at 10:00am, Tuesday, February 8 2022 and reopen at approximately 4:00pm, Wednesday, February 9, 2022. Landon Road loops off of North Shore Road; property owners will be able to use one or the other entrances onto Landon. PUBLIC OUTREACH: 1. Notice of closure will be published in the Shelton Journal. 2. County webpage under"Road Closures, Restrictions and Conditions" 3. Notices will be posted in a conspicuous place at each end of the roadway to be closed. 4. Mr. Landon has also notified all of his neighbors regarding this house move/road closure. RECOMMENDED OR REQUESTED ACTION: Recommend the Board of County Commissioners approve the closure of a portion of Landon Road to begin at 10:00am, Tuesday, February 8, 2022 to 4:00pm, Wednesday, February 9, 2022 to move a house across the road from 581 NE Landon Road to 600 NE Landon Road. ATTACHMENTS: 1. Notice 2. Map NOTICE ROAD CLOSURE ON LANDON ROAD NOTICE IS HEREBY GIVEN that pursuant to RCW 47.48.010, a portion of Landon Road shall be closed to all through traffic to move a house from 581 NE Landon Road to 600 NE Landon Road. The closure is scheduled to begin at 10:00am Tuesday, February 8,2022 and reopen at approximately 4:OOpm, Wednesday, February 9. 2022. Landon Road will be open on both sides of North Shore Road allowing access for all property owners. For more information, contact Public Works at(360) 427-9670, Ext. 450. Dated this_day of , 2022. DEPARTMENT OF PUBLIC WORKS MASON COUNTY,WASHINGTON Kelle Medcalf,PW Office Administrator cc: Commissioners Engineer JOURNAL: Publ. It.: 2/3/22 (Bill Road Dept.) POST: At Least three(3) days prior to closure. A;. r Ar - . . s. 46 w � , s •' ens 1/1111 3 ` >�r � 3 i MASON COUNTY BRIEFING ITEM SUMMARY FORM TO: BOARD OF MASON COUNTY COMMISSIONERS FROM: Mike Collins, PLS, PE, Deputy Director/County Engineer DEPARTMENT: Public Works EXT: 450 BRIEFING DATE: January 31 2022 PREVIOUS BRIEFING DATES: If this is a follow-up briefing, please provide only new information INTERNAL REVIEW (please check all that apply): ❑ Budget/Finance ❑ Human Resources ❑ Legal ❑ Information Technology ❑ Other— please explain ITEM: Purchase of two pup trailers EXECUTIVE SUMMARY: Public Works is looking to acquire two (2) new pup trailers. Currently, the Road Operations and Maintenance Division has nine (9) trucks and only two (2) pup trailers. The additional pup trailers will allow the division to utilize more trucks to haul additional material to jobs sites saving the County time and money on trucking operations. The purchase will be from OSW Equipment & Repair, LLC, out of Woodinville, WA and off of Washington State Contract No. 01117 for a price of $93,641.63 each (total $187,283.26 plus tax). Budget Impacts: The purchase of this equipment has been budgeted in the current 2022 road fund budget. RECOMMENDED OR REQUESTED ACTION: Recommend the Board of County Commissioners authorize Public Works to procure a two (2) equipment trailers from OSW Equipment & Repair, LLC, off of the Washington State Contract for $187,283.26 plus tax. Attachments: 1. Sale Quote 2. Pup Trailer Picture OSW Equipment & Repair, LLC Quote Number: 3 axle steel trailer Pete Medcalf Customer: Mason County Date: 1/24/2022 Salesperson: Brad Sturman Phone: Cell: (206) 818-9534 Payment Contact: Bsturman@oswequipment.com E-Mail: Job # Quantity Description Unit Price Total 2 2022 OSW DS36SA 43HT»Steel Body on a 3 Axle Trailer w Turntable $ 93,641.63 187,283.26 Installed To Match Following Spec STATE OF WA CONTRACT#01117 OPTION: For disc brakes Add $ 1750.00 per axle Pricing does not include any applicable taxes required by Mason County Late Chassis Delivery Will Delay Build Start Any Modification or Relocation to Frame Components will be Charged Back on a "Time&Material Rate" All OSW Specifications will be STANDARD Build, Unless Stated or NOTED in Received Specification Sheet *Trucks With Low Fuel Will Have a $250 Additional Charge* Customer Signature: Sub Total: $187,283.26 Date: 7.8% PO#: F.E.T 12% Quote is good for 7 DAYS.25%Deposit Is Required with Order. Quote Total 1 $187,283.26 Due to the Current Volatility of the Market and the Rising Cost of Materials,Final Price is Subject to Change 25% De osit Without Notice.A Surcharge may be Added to Final Sale Price Prior to Delivery Balance COD $187,283.26 Payment in Full Upon Completion.F.O.B.Woodinville,WA By Signing, Purchaser Agrees to Terms and Conditions Located at: https://oswequipment.com/terms-and-conditions/ 1 of 4 Customer PO R11302021 OSW Equipment & Repair, LLC OSW 3 AXLE W/1ST AXLE ON TURN TABLE STEEL BOX PONY TRAILER MODEL DS36SA-ST Trailer Chassis Initial Frame: 1/4" Grade 80 C-Channel Frame&5/16"Tongue Rails Turntable: 26,000 lbs Capacity;Provides 24 Degrees of Turn Each Way Turntable 2-30130 Brake Cans Actuated Rods into Reinforced Holes in Turntable Lock System: Sub-Assembly 5ub-Assembly Holes Only Line Up with Their Respective Rods to Prevent Lock In Any Other Position Except Straight Tongue Hinge• (2)Hinges with Poly Bushings Welded& Gusseted to Both Frame& Tongue Rails Tongue: Air Slide. 3/8" x 8" x 8" Square Tube(STD) With Housed Reach locks Tong u e J a ck• Top Wind Jack Mounted Roadside on Tongue Rail Tongue Eye: Premier207L with Poly Bushings Hoist: to Match Body Length Rear Hinges: Heavy Duty I"Ears&2"414D Pins Axles: (3) - 77 5" Drum 22,500 lbs. (STD) ABS: Haldex 2/51 M Antilock Braking System Suspension: Hutch CH9700 Flange Mount Cast Steel Hangers Front Turn Table Axle:3 Leaf High Arch Springs Rear Axles:3 Leaf Low Arch Springs Tires: (6) - 385/65R22 5 Radial Wheels: (6) - 12 25"x 22.5" Non Polished Aluminum Wheels Lights All Lights are LED& Mounted in Rubber Grommets Rear Crossmember: 2) - 4" Lights and (1) License Plate Light in Rear Cross Member. 3) - 2" ICC Cluster Lights Centered Atop the Rear Cross Member. Tongue Tube: 1 - Constant Flashing Light Atop the Tongue Tube Add Lights: NO Steps: (1) -Tongue Rail Step Driver Side Flaps: Mud Flaps Front&Rear of Axles Paint: OSW Black(STD) P.O.Box 1651 Woodinville,WA 98072 425-483-9863—www.oswequipment.com 2 Of 4 DS36SA-ST 15' 6" Steel Square Trailer Body Initial Floor: 3/16" AR450 Steel (STD) Sides: TOGA GR50 Outer& 10GA GR50 Inner Wall (DW) Side Height: 39" Top Rails: TOGA GR50 Steel Bulkhead: 3/16" AR450 Steel (STD) Corrugation: YES Tarp System: "LC" Electric Tar - Pull Tarp Brand Mount Location: High Tarp Material: Mesh Tarp Color: N/A Integrated Housing: N/A Housing Location: Top Mount Motor Location: Left Hand (STD) Hi Lift: NO Tailgate: TOGA Inner& 10GA Outer(DW) Horizontal Channels are Formed Into the Outer Wall-Hinged at Top with 1.25"Pins 900-Add a Shed Angle to Top of Tailgate Haz Locks: 0 Tailgate Opener: NO Tailgate Locks: 2.5"x 6"Air Operated Cylinder Longitudinals 3/16" GR50 Steel 6" (STD) Corner Posts: 3/16" GR50 Steel (STD) Dog House: 3/16" AR450 Steel (STD) Spreader Chains: 2 318"HD Chains Welded to Underside of Rear Cross Member. Chains Hook to Slotted Brackets on Tailgate Side Boards: Brackets with 4"x10" Lumber 16'6" Body and Shorter Lights: ICC/DOT Legal Lights Grommet Mounted LED's (2)2"Red Marker Per Corner Post (2)Stop, Turn, Tail Light Per Side ABS Light is Forward Facing in Driver Side Corner Post Marker Lights: 1 Per Side (2 Total STD Add Lights: NO Backup Camera: NO Mud Flaps: OSW 30"Heavy Duty Rubber Flaps Mounted on Front& Rear P.O.Box 1651 Woodinville,WA 98072 425-483-9863-www.oswequipment.com 3 of 4 DS36SA-ST 15' 6" Steel Square Trailer Body Initial Steps&Handles: (2) - Steps on Outer Bulkhead and 1) - Inner Front Corner Fold Down Ladder: NO Paint: OSW Silver(STD) Delivery Date Desired: Additional Body Notes: All OSW Specifications Will Be STANDARD Build, Unless Stated Above or NOTED in Received "Printed Specification Sheet." Items Involving Engineering May Require Longer Build Time. Name Date P.O.Box 1651 Woodinville,WA 98072 425-483-9863—www.oswequipment.com 4 of 4 DS36SA-ST 3-AXEL PUP TRAILER WITHOUT TURNTABLE 00