Contract - 08-15-2017 - 8921 - Contract with CORE Health.AS -8921 Motion Items 15.
BOCC Agenda
Meeting Date: 08/15/2017
Contract with CORE Health
Submitted For: Chris DesRosier, Health /Human Services
Submitted By: Marie Dang, Health /Human Services
Department: Health /Human Services
Information
Subject and Summary Statement
This contract is a result of the BoCC funding awards from the RFP for behavioral health programs.
The purpose for this Contract No. COREBH 18 with CORE Health is to assist CORE Health in obtaining
the appropriate staffing and required agency licensure to begin providing Substance Use Disorder
treatment services in Cowlitz County.
The maximum consideration for this contract shall not exceed $120,000.00 during the period August 1,
2017 through July 31, 2018.
Will Staff Attend Y / N
Staff will attend upon request.
Department Recommendation
The Human Services Department recommends that the Cowlitz County Board of Commissioners move
to approve and execute the County Contract # COREBH 18 with CORE Health.
Fiscal Impact
Expenditure Required $: 120,000.00
Budget Sufficient Y -N: Y
Amendment Required Y -N: N
Source of Funds - Fund /Dept.: 14102/270100
Grant Y -N: Y
COREBH 18
COREBH 18 Insurance
Attachments
Form Review
Inbox Reviewed By Date
Carole Harrison Carole Harrison 08/09/2017 11:43 AM
Dana Gigler Dana Gigler 08/1012017 08:57 AM
Clerk of the Board Tiffany Ostreim 08/10/2017 09:01 AM
Form Started By: Marie Deng Started On 08102/2017 02:14 PM
Final Approval Date: 08/1012017
1; 1 IV
i2 CO&
GQ i
PROFESSIONAL
Contract Ni
N911ING<O
THIS AGREEMENT is entered into between CO
Washington, (hereinafter called "County' or "Co%
Name: CORE Health
Address: 1107 Broadway
Longview, WA 98632
Phone No: (360) 425 -8679
hereinafter called "Contractor ").
This Agreement is comprised of:
Attachment A– Scope of Work
Attachment B – Compensation
Attachment C – General Conditions
Attachment D – Special Terms and
copies of which are attached hereto and
The term of this Agreement shall commence on
as provided elsewhere in the Agreement, termir
IN ITNESS WHEREOF, the parties have
tiCk 2017.
mi
Optional for Commissioner Approval)
ATTEST:
1
AGREEMENT
COREBH 18
rZ COUNTY, a political subdivision of the State of
County') and
herein by this reference as if fully set forth.
day of August, 2017 and shall, unless terminated
the 31st of July, 2018.
this Agreement on this —J— day of
2014 –ver. 3]
COWLITZ
Title: Joe Gardner, Chairman
BOCC approval subject to Board ratification or authorization)
CONTRACT HAS BEEN APPROVED AS TO
FORM BY COWLITZ COUNTY
PROSECUTING ATTORNEY
PROFESSIONAL SERVICES AGREEMENT
The contractor agrees to complete the
described below:
1. CORE Health (CORE)
a. Objective
Obtain licensure to provide Sul
Washington State Department
Behavioral Health and Recovei
I. Certified Chemical Dep
b. The contractor will complete aK
Behavioral Health and Recovei
c. Chemical Dependency Profess
meet the requirements as an a
d. Outcomes and Measures:
I. CORE Health has obtai
Services by expiration c
ii. CORE will submit mont
reporting schedule, to it
1. First monthly rel
obtain licensure
2. Credentials of C
3. Description of to
4. Updates on whe
completed andh
5. Submit commur
SUD licensure:
a. Hssignmt
od
member
b. DBHR fe
c. DBHR fe
d. DBHR fe
month of ex ense
checklist,
e. Any other
20th of month following month of service
SUD licei
f. Copy of [
2. Reporting
The contractor will submit reports no
reportina schedule.
EV
services work for Cowlitz County, as
ance Use Disorder treatment services from
Social and Health Services, Division of
idency Professional (CDP) position, 1.0 FTE
ication requirements as outlined by Division of
and in WAC 388 -877.
net will be certified by Washington State and
iroved supervisor as outlined in WAC 246 -811.
d licensure to provide Substance Use Disorder
this contract.
reports by the due date outlined in the
lude but not limited to:
rt due will include outline of the process to
id timeline to achieve each step
P upon hire
cs completed by CDP during each month.
mequirements of the process have been
submitted to DBHR for review
ations with DBHR regarding progress towards
of DBHR Licensing and Certification team
of policy and procedure review
of clinical documents
of personnel checklist and facility
fled facility walk- through (if applicable)
inication with DBHR on progress toward
issued SUD license
than the dates outlined in the following
Type of Report TimJPe od Due Date
Invoice /Ex ense Re ort Mont20th of month followin month of ex ense
Program Report Mont 20th of month following month of service
example: September progress report is
due October 20th
Haamonai rcequwrements: me con
documentation demonstrating acct
include, but is not limited to, the fol
a. Number of hours of service
will maintain and make available, if requested,
ments of the contract. Such documentation may
COREBH 18 1 2 of 16
PROFESSIONAL SERVICES AGREEMENT
b. Data Collection
c. Backup reports /data for in,
4. Site Visits: The contractor will coo
compliance, organizational due di
Continuous Quality Improvement.
ATTACHMENT A
visits with Project Manager for contract
program evaluation, technical assistance, and
COREBH 18 3 of 16
PROFESSIONAL SERVICES AGREEMENT
As consideration for services, as described in
County agrees to pay the Contractor based of
exceed budget amounts of $120,000.00 durin
2018.
1. Payment Conditions:
a. Training & Traveling
i. The Contractor shall m<
training by seeking out!
and house when applicc
be the sole responsibilit
ii. The Contractor shall infi
expenses.
ill. The Contractor shall sta
reimbursement requires
iv. Meals: shall be reimbun,
current Washington Sta
v. Mileage: shall be reimbt
State of Washington's C
Rate (see http: / /www.ofi
vi. Other Transportation an
on actual expenses.
vii. After training has been i
for actual costs incurred
viii. The Contractor shall sul
conference registration
reimbursements.
b. Invoice System
The Contractor shall submit inv
as approved by the County. Co
receipt of properly completed in
the Contractor, not more often t
c. County Obligation for Payment
I. The County agrees to rr
Cowlitz County, with Cc
County, contingent on tt
Contractor's complete a
ii. The County shall not be
services or activities, pe
1. Billing for Allowa
The Contractor s
activities under tl
which are in aca
2. The Contractor n
Manager, a requ
contract period.
Requests may:
a. Change ii
b. Not chani
ATTACHMENT B
ie Scope of Work section of this Agreement, the
he specific conditions below, a sum not to
the period August 1, 2017, through July 31,
every effort to minimize the cost of individuals
Aarships and stipends, shared transportation
to help reduce costs. Any additional costs will
of the Contractor.
individuals of allowable travel and training
within the following guidelines for
d based on actual expenses not to exceed the
Per Diem rates.
sed at rates not to exceed the allowable current
ice of Financial Management Standard Mileage
wa.gov /policy /10.90a.pdf).
Accommodations: shall be reimbursed based
the Contractor shall invoice the County
original itemized receipts, travel itineraries,
ding agenda pertaining to all requested
using the County's form, or such other form
ration for services shall be payable upon
as which shall be submitted to the County, by
monthly.
e payment, as approved by the Auditor of
ty warrants on a calendar day specified by the
availability of funds, following receipt of the
accurate request for payment.
Agated to reimburse the Contractor for any
armed prior to the effective date of this Contract.
Costs and Documented Costs
ill ensure all expenditures for services and
Contract are: Expended for allowable costs,
lance with the Fiscal /Program Requirements.
y submit, in writing to the County Project
t to adjust the budget at any time during the
vidual line budgets.
the total contract award.
COREBH 18 1 4 of 16
PROFESSIONAL SERVICES AGREEMENT ATTACHMENT B
The County will r ?spond to all requests in writing with the
determination.
BUDGET
Allowable Costs Year 1
Personnel
CDP 1.0 FTE Sala /Benefit 26.44/hr x 40 hrs /wk 80,137.82
Office Equipment
Desk (1 x 500)
Office Chair (1 x 250)
Laptop (1 x 600)
Printer (1 x 500) 3,014.63
Cell Phone (50 1month x 12 m nths) 600
Mics. Supplies (paper, noteb oks, travel, other items
approved by HHS
IT Support
Electronic Health Record Pre aration 71500.00
Rent/Utilities
1200 1month x 12 months 14,400.00
Licensing Cost 11000.00
Training 13500.00
Business Insurance 1,538.46
dministration 10% 10,909.09
OTAL 120,000.00
2. Timely Payment by the County
Payment shall be made in accordance
shall be sent to the address designed b
The County may, at its sole discretion,
services rendered if the Contractor fails
condition of this Contract.
3. Non - Compliance
a. Failure to Maintain Reporting Ri
In the event the Contractor fails
Contract, the County reserves tl
Contractor until the obligations
b. Recovery of Costs Claimed in E
If the Contractor claims and the
Contract which the County later
allowable costs under the terms
costs and the Contractor shall ft
4. Advanced Payment and Billing Limitatic
a. Advance Payment
The County shall not make any
delivery of services to be provid,
b. Authorized Services
The County shall pay the Contr<
accordance with this Contract. 11
th the County designated pay periods. Payment
the Contractor on page one (1) of this Contract.
thhold payment claimed by the Contractor for
satisfactorily comply with any term or
maintain its reporting obligations under this
right to withhold reimbursements to the
met.
unty reimburses for expenditures under this
Js were (1) claimed in error or (2) not
the Contract, the County shall recover those
cooperate with the recovery.
yments in advance or in anticipation of the
pursuant to this Contract.
only for authorized services provided in
Contract is terminated for any reason, the
COREBH 18 5 of 16
PROFESSIONAL SERVICES AGREEMENT
County shall pay only for se
termination.
c. Multiple Payments for the S,
i. The Contractor shall
Contract, and the Cc
has charged or will c
under any other conl
ATTACHMENT B
authorized and provided through the date of
All the County for services performed under this
shall not pay the Contractor, if the Contractor
e the State of Washington or any other party
x agreement for the same services.
COREBH 18 1 6 of 16
PROFESSIONAL SERVICES AGREEMENT ATTACHMENT C
Scone of Contractor's Services. The C ntractor agrees to provide to the County
services and any materials set forth in t e project narrative identified as Attachment A
during the agreement period. No mater I, labor, or facilities will be furnished by the
County, except as provided for herein.
2. Accountino and Payment for Contracooi
services rendered under this Agreemer
specifically stated in Attachment B, the
costs or expenses incurred by the Cont
3. Delegation and Subcontracting. Conti
portion of this contract may be delegate
entity without the express and prior writ
4. Independent Contractor. The Contracts
as an independent contractor and nothi
a relationship of employer /employee or
The Contractor acknowledges that the
specified in Attachment B and the Conl
including, but not limited to: vacation pi
other insurance benefits, or any other r
employees. The Contractor represents
serves clients other than the County, w
this contract with the Internal Revenue
tax account with the State of Washingti
sales and use and Business and Occui
In the event that either the state or fede
employer /employee or master /servant r
contractor relationship such that Cowlit;
withholding, social security contribution
Contractor agrees to reimburse Cowlitz
made by Cowlitz County. Should any p;
Agreement, the Contractor agrees that
such future payments a pro rata share
Notwithstanding any determination by tl
employer /employee or master /servant r
employees and agents, shall not be ant
provides to its employees.
5. No Guarantee of Employment. The pei
Contractor shall not operate to vest any
deemed to guarantee any employment
Contractor or any subcontractor or any
the present time or in the future.
6. Regulations and Requirements. This A
local laws, rules, and regulations.
7. Riaht to Review. This contract is subje
County shall have the right to review ar
of this program by whatever means are
Manager. Such review may occur with
entices. Payment to the Contractor for
Mall be as set forth in Attachment B. Unless
unty will not reimburse the Contractor for any
tor in the performance of this contract.
or's services are deemed personal and no
or subcontracted to any other individual, firm or
i approval of the County Project Manager.
s services shall be furnished by the Contractor
herein contained shall be construed to create
Mrs compensation for this Agreement is
ctor is not entitled to any county benefits
holiday pay, sick leave pay, medical, dental or
its or privileges afforded to Cowlitz County
at it maintains a separate place of business,
report all income and expense accrued under
arvice on a business tax schedule, and has a
Department of Revenue for payment of all
tion taxes collected by the State of Washington.
A government determines that an
lationship exists rather than an independent
County is deemed responsible for federal
workers compensation and the like, the
ounty for any payments made or required to be
rments be due to the Contractor pursuant to this
imbursement may be made by deducting from
the amount to be reimbursed.
state or federal government that an
itionship exists, the Contractor, its officers,
d to any benefits which Cowlitz County
rmance of all or part of this contract by the
mployment rights whatsoever and shall not be
the Contractor or any employee of the
iployee of any subcontractor by the County at
shall be subject to all federal, state and
to review by any federal or state auditor. The
monitor the financial and service components
earned expedient by the County Project
without notice, and may include, but is not
COREBH 18 1 7 of 16
PROFESSIONAL SERVICES AGREEMENT
limited to, on -site inspection by County
other materials which the County deem,
performance, and any and all communh
under this Agreement. The Contractor ;
and records relating to the performance
after contract termination, and shall mal
County, State of Washington, upon regi
8. Modifications. Either party may request
modifications shall be in writing, signed
9. Termination for Default. If the Contract
obligations of the contract or becomes i
assignment for the benefit of creditors, 1
the Contractor in the U.S. Mail, postage
County's option, obtain performance of
for default, the Contractor shall not be E
contract. Any extra cost or damage to tt
deducted from any money due or comir
to bear any extra expenses incurred by
increased costs for completing the wore
sustained by the County by reason of si
If a notice of termination for default has
reason that the Contractor was not in d
shall be the same as if the notice of ten
Termination for Public Convenience pa
10. Termination for Public Convenience. T
in part whenever the County determine
the interests of the County. Whenever
paragraph, the Contractor shall be entit
completed items of work. An equitable
completed items of work will be made,
for loss of anticipated profit on deleted
contract by the County at any time durii
shall not constitute a breach of contract
11. Termination Due to Insufficient Funds.
are not appropriated or allocated or are
County may terminate this contract upc
No penalty or expense shall accrue to t
12. Termination Procedure. The following
is terminated:
a. The Contractor shall cease to p,
effective date of termination anc
contained in the notice of termir
b. The Contractor shall provide the
services provided through the e'
c. If the Agreement has been term
sum from the final payment to tt
necessary to protect itself again
13. Defense and Indemnity AnraPmant Tr
the extent caused by the sole neglil
defend and hold the County and its
ATTACHMENT C
gents or employees, inspection of all records or
pertinent to the Agreement and its
ations with or evaluations by service recipients
hall preserve and maintain all financial records
if work under this Agreement for six (6) years
m. them available for such review, within Cowlitz
zst, during reasonable business hours.
changes in the Agreement. Any and all agreed
iy each of the parties.
r defaults by failing to perform any of the
solvent or is declared bankrupt or makes an
is County may, by depositing written notice to
3repaid, terminate the contract, and at the
is work elsewhere. If the contract is terminated
ditled to receive any further payments under the
County resulting from such default(s) shall be
I due to the Contractor. The Contractor agrees
he County in completing the work, including all
and all damage sustained, or which may be
ch default.
sen issued and it is later determined for any
sult, the rights and obligations of the parties
nation had been issued pursuant to the
graph hereof.
r County may terminate the contract in whole or
in its sole discretion that such termination is in
e contract is terminated in accordance with this
d to payment for actual work performed for
ijustment in the contract price for partially
t such adjustment shall not include provision
uncompleted work. Termination of this
the term, whether for default or convenience,
y the County.
sufficient funds for payment under this contract
rithdrawn, reduced, or otherwise limited, the
thirty (30) days written notice to the Contractor.
r County in the event this provision applies.
visions apply in the event that this Agreement
orm any services required hereunder as of the
hall comply with all reasonable instructions
ion, if any.
ounty with an accounting of authorized
ctive date of termination.
ated for default, the County may withhold a
Contractor that the County determines
loss or liability.
is fullest extent permitted by law and except to
of the County, the Contractor shall indemnify,
rated and elected officers, agents and
COREBH 18 1 8 of 16
PROFESSIONAL SERVICES AGREEMENT
employees, and volunteers, harmless 1
injuries, death or damage to persons c
therefrom), directly or indirectly arising
performance of this Agreement. Contr(
harmless includes any claim by Contra
subcontractor or its employees. Contra
hold harmless the County from any cla
or its Subcontractor's performance or f
It is further agreed by and between the
appointed or elected officer, agent, em
duties in good faith, be in any way pera
performance contained herein, whethe .
representation made herein or in any c
indemnification obligations of the Conti
enter into this Agreement, are reflectec
been mutually negotiated by the pantie:
14. Industrial Insurance Waiver. With resp
to claims against the County, its appoir
the Contractor expressly waives its imr
Washington, the Industrial Insurance A
employees and agrees that the obligati
provided in this Agreement extend to a
of the Contractor. Along with the other
mutually negotiated by the parties to th
15. Venue and Choice of Law. In the even
construction or interpretation of any of I
action shall be in the courts of the Stat(
This Agreement shall be governed by t
16. Withholding Payment. In the event the
Contractor has failed to perform any of
forth in this Agreement, then the Count
payable to Contractor the amount deter
default, until the County Project Manag
been cured. Withholding under this cla
Contractor to termination or damages,
writing to the Contractor of the nature c
more than ten (10) days after it determi
determination of the County Project Ma
action required and /or the amount requ
deemed conclusive, except to the extei
strict accord with the provision of the D
may act in accordance with any determ
become conclusive under this clause, v
Agreement, to take all or any of the folli
to pay any amount so required to be pa
Contractor, (3) to set off any amount pa
due the Contractor. In the event the C(
Disputes clause, no penalty or damage
good faith withholding by the County ur
ATTACHMENT C
and against any and all claims for any
perty (including any loss of use resulting
of, resulting from, or in connection with
s obligation to indemnify, defend and hold
s agents, employees, representatives, or any
expressly agrees to indemnify, defend and
arising out of or incident to either Contractor's
e to perform this Agreement.
rties that in no event shall any County
yee, or volunteer, when executing their official
ally liable or responsible for any agreement or
press or implied, nor for any statement or
sect with this Agreement. The foregoing
or are a material inducement to County to
the Contractor's compensation, and have
t to the performance of this Agreement and as
ad and elected officers, agents and employees,
inity under Title 51 of the Revised Code of
as now or hereafter amended, for injuries to its
is to indemnify, defend and hold harmless
claim brought by or on behalf of any employee
ovisions of this Agreement, this waiver is
Agreement.
hat any litigation should arise concerning the
e terms of this Agreement, the venue of such
f Washington in and for the County of Cowlitz.
law of the State of Washington.
ounty Project Manager determines that the
3ation under this Agreement within the times set
may withhold from amounts otherwise due and
lined by the County as necessary to cure the
determines that such failure to perform has
e shall not be deemed a breach entitling
ovided that the County promptly gives notice in
the default or failure to perform, and in no case
3s to withhold amounts otherwise due. A
ager set forth in a notice to the Contractor of the
ad to cure any alleged failure to perform shall be
that the Contractor acts within the times and in
putes clause of this Agreement. The County
ation of the County Project Manager which has
hout prejudice to any other remedy under the
ving actions: (1) cure any failure or default, (2)
1 and to charge the same to the account of the
I or incurred from amounts due or to become
tractor obtains relief upon a claim under the
shall accrue to the Contractor by reason of
er this Clause.
COREBH 18 1 9 of 16
PROFESSIONAL SERVICES AGREEMENT
17. Rights and Remedies. The duties and
rights and remedies available hereunde
duties, obligations, rights and remedies
18. Contractor Commitments. Warranties a
received from the Contractor concernin
Contractor, unless otherwise specificall
paragraph. Failure of the Contractor to
Contractor liable for damages to the Cc
any representation made prior to execu
incorporated elsewhere herein by refen
equipment, prices or options for future
warranties.
19. Patent/Copvright Infringement. Contras
County, its appointed and elected office
loss or expense, including but not limite
settlements, attorneys' fees and costs t
upon the County, its elected or appoints
the Contractor's alleged infringement o
those costs and damages attributable t
the County, its appointed and elected o
Such defense and payments are condil
a. That Contractor shall be notifiec
such claim.
b. Contractor shall have the right,
the County the right to continue
infringement, is made, provided
County.
20. Disputes:
a. General. Differences between i
by virtue of the contract docume
County at the earliest possible t
other appropriate action prompt
instructions, and decision of the
conclusive thirty (30) days from
otherwise furnishes to the Coun
The notice of appeal shall incluc
conclusions of the County Proje
In connection with any appeal u
have the opportunity to submit
documentary evidence in suppc
testimony will not be permitted.
the determination of such appe:
appellate determination shall be
within fifteen (15) days of mailin
final decision of the dispute, the
performance of this Agreement
b. Notice of Potential Claims. The
compensation or to extension a
County Project Manager or the
occurrence, unless the Contract
GYIIf_[9:IN14!Yia]
oligations imposed by this Agreement and the
shall be in addition to and not a limitation of any
therwise imposed or available bylaw.
d Representations. Any written commitment
this Agreement shall be binding upon the
provided herein with reference to this
ilfill such a commitment shall render the
nty. A commitment includes, but is not limited to
on of this Agreement, whether or not
ice, as to performance of services or
quisition to remain in effect for a fixed period, or
or will defend, indemnify and save harmless
s, agents and employees from and against all
to claims, demands, actions, judgments,
reason of any and all claims and demands
i officials or employees for damages because of
any patent or copyright. The Contractor will pay
any such claims that are finally awarded against
icers, agents and employees in any action.
med upon the following:
3romptly in writing by County of any notice of
under, at its option and expense, to obtain for
ig the information, in the event such claim of
reduction in performance or loss results to the
Contractor and the County, arising under and
is shall be brought to the attention of the
e in order that such matters may be settled or
taken. The records, orders, rulings,
ounty Project Manager shall be final and
e date of mailing unless the Contractor mails or
Project Manager a written notice of appeal.
facts, law, and argument as to why the
Manager are in error.
der this clause, the Contractor and County shall
itten materials and argument and to offer
of the appeal. Oral argument and live
he decision of the County Project Manager for
s shall be final and conclusive. Reviews of the
Brought in the Superior Court of Cowlitz County
of the written appellate determination. Pending
contractor shall proceed diligently with the
nd in accordance with the decision rendered.
ontractor shall not be entitled to additional
Ime for (1) any act or failure to act by the
ounty, or (2) the happening of any event or
r has given the County a written Notice of
COREBH 18 10 of 16
PROFESSIONAL SERVICES AGREEMENT
21.
ATTACHMENT C
Potential Claim within ten (10) d iys of the commencement of the act, failure, or
event giving rise to the claim, ar J before final payment by the 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 nsofar as possible, the amount of the potential
claim. Contractor shall keep full and complete daily records of the work
performed, labor and material ui ed, and all costs and additional time claimed to
be additional.
c. Detailed Claim. The Contractor 3hall not be entitled to claim any such additional
compensation, or extension of ti ne, unless within thirty (30) days of the
accomplishment of the portion o the work from which the claim arose, and
before final payment by the Cou ity, the Contractor has given the County a
detailed written statement of ea h element of cost or other compensation
requested and of all elements oi additional time required, and copies of any
supporting documents evidencir g the amount or the extension of time claimed to
be due.
Ownership of Items Produced and Publ Disclosure. All writings, programs, data, art
work, music, maps, charts, tables, illust ations, records or other written, graphic, analog
or digital materials prepared by the Co ractor and /or its consultants or subcontractors,
in connection with the performance of ti is Agreement shall be the sole and absolute
property of the County and constitute "v Fork made for hire" as that phrase is used in
federal and /or state intellectual propertl laws and Contractor and /or its agents shall have
no ownership or use rights in the work. Except as to data or information in the public
domain or previously known to Contrac r or required to be disclosed by law, subpoena
or other process, the following shall ap y:
a. Correspondence, emails, report and other electronic or written work product will
be generated between the Cont ctor and County during the course of this
Contract. This Contract and su work product in the possession of Contractor
may be deemed public records ubject to disclosure under the Washington State
Public Records Act, Chapter 42 6 RCW (Public Records Act). Thus, the County
shall be required, upon request, to disclose this Contract and all documents
related to it unless an exemptior under the Public Records Act or other laws
applies. Contractor shall fully cc operate with and assist the County with respect
to any request for public recordE received by the County related to the services
performed under this Contract.
b. Should County receive a reque for disclosure, County agrees to provide
Contractor ten (10) days written otice of impending release, and to cooperate
with any legal action which may be initiated by Contractor to enjoin or otherwise
prevent such release, provided I iat all expense of any such litigation shall be
borne by Contractor, including a iy damages, attorney's fees or costs awarded by
reason of having opposed discic sure, and further provided that County shall not
be liable for any release where I otice was provided and Contractor took no
action to oppose the release of i iformation. Notice of any proposed release of
information pursuant to Chapter t2.56 RCW, shall be provided to Contractor
according to the "Notice" provisli n herein. If the Contractor has not obtained an
injunction and served the Count with that injunction by the close of business on
the tenth business day after the ounty sent notice, the County will then disclose
the record unless it makes an in ependent determination that the record is
exempt from disclosure. Notwith tanding the above, the Contractor must not take
any action that would affect (a) t ie County's ability to use goods and services
provided under this Contract or the Contractor obligations under this Contract.
COREBH 18 1 11 of 16
PROFESSIONAL SERVICES AGREEMENT
The Contractor will fully coope
records in case of any public c
c. Contractor's failure to timely p
a material breach of this Conti
monetary penalties, attorneys'
such breach, Contractor shall
forth in Section 13. For purpo
agency" shall have the same
said chapter has been constru
section shall survive the exoirs
22. Recovery of Payments to Contractor.
to it is contingent upon satisfactory perl
satisfactory completion of the project di
the event that the Contractor fails, for a
this Agreement, the Contractor may, at
required to repay to the County all mon
the project that are rendered worthless
such failure to perform. Interest shall ac
from the time the County Project Manal
23. Project Approval. The extent and chan
under this Agreement by the Contracto
the County Project Manager, For purpc
Manager is:
Name: Gene J
Title: Human
Department: Human
Address: 195291
Telephone: (360)
E -mail: Jame
Fax: (360)
ATTACHMENT C
with the County in identifying and assembling
losure request.
de such records upon demand shall be deemed
To the extent that the County incurs any
ss, and /or any other expenses as a result of
indemnify and hold harmless County as set
of this section, the terms "public records" and
aning as defined by Chapter 42.56 RCW, as
by Washington courts. The provisions of this
n or termination of this Agreement.
e right of the Contractor to retain monies paid
rmance of this Agreement, including the
cribed in the Scope of Work (Attachment A). In
reason, to perform obligations required of it by
ie County Project Manager's sole discretion, be
s disbursed to the Contractor for those parts of
i the opinion of the County Project Manager by
rue at the rate of 12 percent (12 %) per annum
or demands repayment of funds.
ter of all work and services to be performed
shall be subject to the review and approval of
as of this Agreement, the County Project
Manager
e WA 98632
14-5599 ext. 6454
In the event there is a dispute with rega
done, the determination of the County F
the work to be done shall govern subjec
as provided herein.
24. Non - Discrimination. The Contractor sK
basis of race, creed, political ideology, c
orientation, age, or the presence of any
25. Subcontractors. In the event that the C
the contract between the Contractor an
subcontractor is bound by the terms of i
Contractor. The Contractor shall insure
names as an express third -party benefit
26. Third Party Beneficiaries. This agreemi
Contractor and not for the benefit of and
27. Standard of Care. The Contractor shall
consistent with that degree of care and
same profession as Contractor currentq
Contractor shall, without additional com
such a standard.
i to the extent and character of the work to be
oject Manager as to the extent and character of
to the Contractor's right to appeal that decision
II not discriminate against any person on the
olor, national origin, sec, marital status, sexual
sensory, mental or physical handicap.
sntractor employs the use of any subcontractors,
the subcontractor shall provide that the
its Agreement between the County and the
hat in all subcontractors entered into, County is
iary of such contracts with full rights as such.
nt is intended for the benefit of the County and
third parties.
perform its duties hereunder in a manner
kill ordinarily exercised by members of the
practicing under similar circumstances. The
sensation, correct those services not meeting
COREBH 18 1 12 of 16
PROFESSIONAL SERVICES AGREEMENT
28. Time is of the Essence. Time is of the
a more specific time period is set forth it
of Work.
29. Notice. Except as set forth elsewhere
Agreement, except service of process,
the County Project Manager. Notice to
Agreement shall be given to the persot
Contractor at the address identified on
30. Severability. If any term or condition a
person(s) or circumstances is held inva
conditions or applications which can be
application. To this end, the terms and
31. Precedence. In the event of inconsiste
herein, the inconsistency shall be resol
a. Applicable federal, state and to
b. Scope of Work (Attachment A)
c. Special Terms and Conditions I
d. General Conditions (Attachmer
e. Any other material incorporated
32. Waiver. Waiver of any breach or cond'.
of any prior or subsequent breach. No
be waived, modified or deleted except
hereto.
33. Attorney Fees. In the event that litigati
agreement, the prevailing party shall bi
34. Construction. This agreement has bee
and should be given a fair and reasons
less favorably against either party.
35. Survival. Without being exclusive, Par,
General Conditions shall survive any to
of this Agreement in whole or in part.
their sense and context, are intended t
36. Entire Agreement. This written contra(
parties and supersedes any prior states
the parties except as provided herein.
ATTACHMENT C
e in the performance of this contract unless
the Special Terms and Conditions or Scope
the Agreement, for all purposes under this
ny notices shall be given by the Contractor to
ie Contractor for all purposes under this
executing the Agreement on behalf of the
le signature page.
his contract or the application thereof to any
d, such invalidity shall not affect other terms,
given effect without the invalid term, condition or
onditions of this contract are declared severable.
cy in this Agreement, unless otherwise provided
ad by giving precedence in the following order:
it statutes, ordinances and regulations;
id Compensation (Attachment B);
ttachment D); and
C).
ierein by reference.
on of this contract shall not be deemed a waiver
rm or condition of this contract shall be held to
V an instrument, in writing, signed by the parties
n must be brought to enforce the terms of this
entitled to be paid reasonable attorney fees.
mutually reviewed and negotiated by the parties
ile interpretation and should not be construed
graphs 4, 7, 13 -19, 21 -22 and 30 -35 of these
mination, expiration or determination of invalidity
ny other Paragraphs of this Agreement which, by
survive shall also survive.
represents the entire Agreement between the
tents, discussions or understandings between
COREBH 18 1 13 of 16
PROFESSIONAL SERVICES AGREEMENT
Insurance. The Contractor shall mainta
Agreement, and until final acceptance
insurance with companies or through s
commissioner pursuant to RCW Title 4
appointed and elected officials, agents
additional insureds in a policy with the
by endorsement to an existing policy o.
RCW Title 48, as now or hereafter am(
provided:
COMPREHENSIVE GENRAL LIAE
Bodily injury, including death.
Property damage
ERRORS AND OMISSIONS or
LIABILITY with an Extended Re
Period Endorsement (two year
WORKERS COMPENSATION:
AUTOMOBILE: coverage on o
Bodily injury, liability, including
Property damage liability
All Contractor's and Contractor's sub
names insured endorsements shall p
contributory. Any insurance, self -insu
pooling maintained or participated in
to such insurance policies. All Contra
insurance policies must be endorsed
Upon request, the Contractor shall pro\
requested insurance policies to the Cot
obligation, to revise any insurance requ
endorsements, or to reject any insuram
this Agreement. Additionally, the Count
review and reject any proposed insurer
financial condition or licensing status in
retentions exceeding $10,000 or any st
right to request and review the Contrac
audited financial statements as a condi
Contractor hereby agrees to a waive SL
maintained under this Agreement. Whe
does not permit Contractor to enter intc
without an endorsement, then Contract
endorsement. This requirement shall nc
expressly prohibiting waiver of subroga
should the Contractor enter into such a
ATTACHMENT D
in full force and effect during the term of this
the work, public liability and property damage
irces approved by the state insurance
as now or hereafter amended. The County, its
id employees, shall be specifically named as
me company which insures the Contractor or
dth a separate carrier approved pursuant to
Jed, and the following coverages shall be
10000,000 Per occurrence
11000,000 Per occurrence
2,000,000 Aggregate
1,000,000 Per occurrence
Statutory amount
Waiver of Title 51 Rights
non - owned, rented and hired vehicles
1,000,000 Per occurrence
1,000,000 Per occurrence
2,0009000 Aggregate
tractors' insurance policies and additional
de primary insurance coverage and be non -
retention, deductible, risk retention or insurance
he County shall be excess and not contributory
s and Contractor's subcontractors' liability
how this primary coverage.
le a full and complete and certified copy of all
ty. The County reserves the right, but not the
sment, not limited to limits, coverages and
policies which fail to meet the requirements of
reserves the right, but not the obligation, to
roviding coverage based upon the insurer's
Vashington. Any deductibles and /or self- insured
Aoss provisions, the County shall have the
is most recent annual financial reports and
in of approval.
rogation with respect to each insurance policy
required any an insurer, or if a policy condition
i pre -loss agreement to waive subrogation
agrees to notify the insurer and obtain such
apply to any policy which includes a condition
m by the insured or which voids coverage
raiver of subrogation on a pre -loss basis.
COREBH 18 1 14 of 16
PROFESSIONAL SERVICES AGREEMENT
The County, its departments, elected
volunteers shall be names as additior
subcontractors' insurance policies by
insurance maintained by the Contract
primary and non - contributory. A state
Certificate of Insurance shall not satis
be required if the Contractor is a gove
governmental entity risk pool authori2
The Contractor shall, for each required
Insurance, with endorsements attachec
deductibles, self- insured retentions anc
the County receiving thirty (30) days pr
cancellation or non - renewal. Each Carl
be provided to: ATTN: Risk Manager, C
N., Kelso, WA 98626. This Agreement
not timely supplied.
W_TAIDcTIWII77
d appointed officials, employees, agents and
insureds on Contractor's and Contractor's
ty of endorsement for the full available limits of
and subcontractor, and all coverage shall be
notion of additional insured status on a
these requirements. [This endorsement shall not
mental entity and is insured through a
by the State of Washington.]
isurance policy, provide a Certificate of
evidencing all required coverages, limits,
ndorsements and which is conditioned upon
r written notice of reduction in coverages,
cate of Insurance and all insurance notices shall
wlitz County Administrative Svc., 207 4'h Ave.
rall be void ab initio if the proof of coverage is
The insurance maintained under this A reement shall not in any manner limit or qualify
the liabilities or obligations of the Contr ctor under this Agreement. All insurance policy
deductibles and self- insured retentions or policies maintained under this Agreement
shall be paid by the Contractor.
Compensation and /or payments due to
expressly conditioned upon the Contrar
requirements. Payment to the Contract
compliance. Upon receipt of evidence c
otherwise subject to withholding or set -
Agreement shall be void ab initio if the
If the Errors and Omissions or Professi
policy as opposed to a claims -made pc
is not required.
2. Requirements
a. Background Checks (RCW 43
The Contractor shall ensure a c
staff; case managers, outreach
unsupervised access to childrei
who have developmental disab
When providing services to yout
of WAC 388 -06 -0170 are met.
b. Debarment Certification
The Contractor certifies that the
proposed for debarment, declare
Agreement by any Federal depa
transactions (Debarred).The Coi
requirement in all subcontracts ii
immediately notify the County if,
becomes debarred. The County
he Contractor under this Agreement are
or's strict compliance with all insurance
r shall be suspended in the event of non-
Contractor's compliance, payments not
ff will be released to the Contractor. This
roof of coverage is not timely supplied.
Liability insurance obtained is an occurrence
the Extended Reporting Period Endorsement
WAC 388 -877 & 388 -8778)
ninal background check is conducted for all
aff members, etc.; or volunteers who have
adolescents, vulnerable adults, and persons
the Contractor shall ensure that requirements
ntractor is not presently debarred, suspended,
ineligible, or voluntarily excluded in this
vent or agency form participating in
actor also agrees to include the above
r which it enters. The Contractor shall
firing the term of this Contract, the Contractor
ay immediately terminate this Contract by
COREBH 18 1 15 of 16
PROFESSIONAL SERVICES AGREEMENT
providing Contractor written nc
term hereof.
c. Audit Requirements
I. if the Contractor is sub
required to submit a cc
fl. If the Contractor is not
perform monitoring in c
3. HIPAA Compliance. The Contractor ;
tasks in compliance with HIPAA and r
successor law and /or regulation. Pun
implement policies and procedures to
the requirements of state and federal
Agreement terms relevant to HIPAA, I
control.
I_\ILLyaul4i•Yat]
if Contractor becomes debarred during the
t to OMB Circular A -133, the Contractor is
of the completed Single Audit to the County.
ject to OMB Circular A -133, the County shall
ipliance with federal requirements.
II perform all Agreement duties, activities and
ilations enacted pursuant to its provisions,
nt to 45 CFR § 164.502(e), the Contractor shall
Feguard and maintain PHI in accordance with
r. In the event of a conflict in interpretation of
language and intent of this Addendum shall
COREBH 18 1 16 of 16