HomeMy WebLinkAbout121911_ca11
....':i.ON---ci-
~' ~. .O~
,', '~.
...' ,.' \.
~(- ~; J
~-~-;..:
~~!N.4~
Consent Agenda
JEFFERSON COUNTY PUBLIC HEALTH
615 Sheridan Street. Port Townsend' Washington' 98368
www.JeffersoncountypubUchealth.org
uctOoer",~,.Lu11
JEFFERSON COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST
TO: Board of County Commissioners
Philip Morley, County Administrator
FROM: Jean Baldwin, Director
DATE: Deceh'\be'C" \q, ..:l.Ol \
SUBJECT: Agenda Item - Subcontract for Professional Servic:es Agreement with
Chimac:um School DIstrict for Birth - 3 years; October 1, 2011 -
June 30, 2012; $3,861
STATEMENT OF ISSUE:
Jefferson County Public Health, Developmental DisabIlIties DMslon, requests Board approval of the
Subcontract for Professional services Agreement with Chlmacum School DIstrict for Birth - 3 years;
October 1, 2011 - June 30, 2012; $3,861
ANALYSIS/STRATEGIC GOALS/PRO'S and CON'S:
The agreement provides for educational and therapeutic services for Chlmacum SChool District famIlIes
and their children age birth to three, suspected of having a developmental delay or a disabIlIty.
Individualized education plans (IEP or IFSP's) are designed to meet the developmental needs of each
eligible Infant or toddler while meeting the needs of the family related to enhancing the Infant or toddlers
development. Each IFSP contains parent planned priorities and outcomes for each child. Each contains
goals and objectives as well as evaluative and documentation tools for Intervention service and funding
sources.
Concerned CItIzens has been providIng these services to South Jefferson Co. children, birth to 3 years, for
the past 16 years. Chlmacum School DIstrict has decIded to provide birth to three services dlrectJy to
children In their district, rather than contract out to Concerned Cltlzens. Concerned CItizens wUl stili provide
birth to three services for the Qullcene and Brlnnon School DIstricts.
FISCAL IMPACT/COST BENEFIT ANALYSI~:
This Is a fee for service contract and will fund three children per month, per year. The agreement Is a
subcontract through the biennial agreement with the DSHS Department of Developmental DlsabUltles
contract as part of the Child Development Program. The budget reflects revenue and expense for this
vendor.
COMMUNITY HEALTH
DEVELOPMENTAL DISABILITIES
MAIN: 360385-9400
FAX: 38(}385-9401
PUBLIC HEALTH
A!.WAlS, WORKING FORA.SAFER AND
HEALTHIER COMMUNITY
ENVIRONMENTAL HEALTH
WATER QUALITY
MAIN: 360385-9444
FAX: 3603794487
Consent Agenda
RECOMMENDAnON:
JCPH management request approval of the Subcontract for Professional Services Agreement wlth. Chlmacum
School DIstrict for Birth - 3 years; October 1, 2011 - June 3D, 2012; $3,861
Ilft~
Date
(Routed to all Public Health Managers)
SUBCONTRACT FOR PROFESSIONAL SERVICES
Agreement Between
JEFFERSON COUNTY PUBLIC BEALm
nnd
CBIMACUM SCHOOL DISTRICT
BiJ1h to 3 YeaI'll
This agreement is made and entered into between Jefferson County Public Health (COUNTY)
and Chimacum School District (SUBCONTRACTOR) for provision of educational and
therapeutic services for Jefferson County children age birth to three years and their families. The
term of this agreement is October I, 20]] through June 30, 20]2. Either party upon 60 days
written notice may terminate this contract. Termination of this Contract shall not constitute a
breach.
It is Agreed Between Both Parties as Named
Herein as Follows:
A. PROFESSIONAL SERVICES
Upon written request by COUNTY Developmental Disabilities Coordinator or a COUNTY
authorized Family Resource Coordinator (PRe), professional services to be provided by
SUBCONTRACTOR shall include:
I. Multi-disciplinary Evaluation and Assessment of children age birth to 2 years g months of
age that are suspected of having developmental delay or disability. The evaluation tools and
procedures selected will confonn to WAC 275-27-026 requirements.
2. Individualized Family Service Plans (IFSP) developed in collaboration with the family and
other providers. SUBCONTRACTOR and the family will write the IFSP jointly on approved
fonus.
3. Evaluation and documentation of funding sources available for intervention services, both
educational and thempeutic services will be specified in the IFSP. Potential funding sources
to be evaluated include private insurance, military health benefits, Medicaid I healthy options,
OSPI, and other public or private sources.
4. IFSP will contain parent planning priorities/outcomes and child outcomes.
5. Specialized Services (developmental, corrective, and other services) to assist infants and
toddlers to achieve developmental goals as specified in the IFSP include occupational
thempy, physical thempy, speech-language therapy, and specialized instruction/education will
be provided to the maximum extent appropriate in natural environments, including the home
and community settings in which children without disabilities participate.
6. Program management.
B. OBLIGATIONS
SUBCONTRACTOR shall fulfill the following obligations:
Cbimacum School District 2011-2012
1
1. SUBCONTRACTOR shall comply with all state and federal requirements regarding the
confidentiality of client records. Client information is not disclosable to the public.
Information acquired pursuant to RCW 71A.14.070 requires a signed Release of Information
or a signed Oath of Confidentiality Form.
2. SUBCONTRACTOR shall require, pursuant to RCW 43.43.830-845, any prospective
employee, who will or may have unsupervised access to a person with a developmental
disability, in the course of his or her employment, or involvement with the business or
organization, to have a Washington State Patrol Criminal (W.S.P.) Background Check.
3. SUBCONTRACTOR is required pursuant to RCW 74.15, that if any prospective employee,
who has not resided in Washington State during the last three years, and who will or may
have unsupervised access to a person with a developmental disability, in the course of his or
her employment, or involvement with the business or organization, must have a F.B.I.
Fingerprint Check. This fingerprint check must occur before employment begins working.
4. SUBCONTRACTOR is required, with respect to existing employees, to repeat the W.S.P.
Criminal Background Check every three years. W.S. P. Criminal Background Check and the
F.B.I. Fingerprint Check must go through the Background Check Central Unit Office within
DSHS in Olympia.
5. SUBCONTRACTOR shall comply with all state and federal requirements under RCW 74.34,
Abuse of Vulnerable Adults, RCW 26.44, Abuse of Children, the WACs: 275-27 Division of
Developmental Disabilities Services Rules; 296-24 General Safety & Health, 296-62 General
Occupational Health Standards; the DDD Policies: 3.01 Client Service Plans, 5.01 Criminal
History Background Checks and Safeguarding Personal Information, 5.02 Necessary
Supplemental Accommodation (NSA), 5.03 Client Complaints, 5.05 Limited English
Proficiency (LEP) Clients, 5.06 Client Rights, 5.13 Protections From Abuse, 5.14 Positive
Behavior Support, 5.15 Use of Restrictive Procedures, 6.13 Employment/Day Program
Provider Qualifications, 9.07 Human Inununodeficiency Virus (HIV) and Acquired Inunune
Deficiency Syndrome (AIDS), 12.01 Incident Management.
6. SUBCONTRACTOR shall have written policies regarding; sexual harassment and non-
discrimination (said policies must guarantee human/civil rights), abuse of participants,
agency medication procedure, respectful staff-to-participant interactions, (i.e.: including a
person's right to be treated with dignity and respect and free of abuse).
7. SUBCONTRACTOR shall assure that participants in accordance with Necessary
Supplemental Accommodation (NSA), Policy 5.02, have been informed of their rights, what
services and benefits may be expected from the program, the program's expectations of them,
and if necessary, shall assure that the participanfs family, guardian or advocate is also
informed.
8. SUBCONTRACTOR shall have a grievance policy that advises participants of grievance
procedures and that the grievance policy is explained to participants and others in accordance
with the NSA, DDD Policy 5.02. The grievance policy shall prohibit retaliation for using the
grievance process and a non retaliation statement shall be included in the grievance policy.
The grievance policy must also include a mediation process that encourages the use of
advocates, DDD Case Resource Managers & others who are unaffected by the outcome.
9. SUBCONTRACTOR shall obtain and retain in the clients' files signed proof of client's
and/or family's review of all policies, provider expectation, and receipt of information about
Cbimacum School District 2011-2012
2
services and benefits to be provided by the program. The signed proof required by this
section shall be reviewed and renewed with new documentation on not less than an annual
basis.
10. SUBCONTRACTOR will encourage participant involvement in policy development.
11. Has assurance that potential conflict of interest real or apparent, will not arise. Such a
conflict will arise when: The employee, officer or agent, any member of immediate family,
Gnardian I decision maker, or an organization which employs, or is about to employ, any of
the above, has financial or other interest in the client(s).
12. If SUBCONTRACTOR is found to have a substantiated finding of abuse, neglect,
abandonment or financial exploitation they shall comply with the following CPS guidelines:
. Upon receiving documentation of a substantiated finding of abuse, neglect,
exploitation or abandonment from CPS, the Regional DDD office will send a copy of
the CPS substantiation report to the COUNTY within one working day.
. Upon receiving documentation of a substantiated finding of abuse, the COUNTY will
send a letter to the SUBCONTRACTOR within one working day.
1) The contracted provider is required to:
a. Document the steps the agency has taken to protect the vulnerable
person( s) inunediately; and
b. Submit a corrective action plan, ifneeded, to the COUNTY within 10
working days.
2) The COUNTY will respond to the steps taken and the sufficiency of the proposed
corrective action plan within 10 working days. If the corrective action is not
accepted the plan will be returned to the provider for correction and an amended plan
will be required within 5 working days.
3) Once accepted, the COUNTY will send the corrective action plan to DDD for final
approval. DDD Regional staff will respond as to plan sufficiency and whether any
additional information is needed within 10 working days. The Region will send a
copy to Central Office.
13. SUBCONTRACTOR is required to maintain the following minimum organizational capacity in
order to meet the performance standards set forth in this agreement. Failure or inability of
SUBCONTRACTOR to meet any or all of these minimum capacity requirements, as
determined solely by COUNTY, may be cause for termination of this agreement as provided
herein.
(a) Qualified Staff: Adequate, qualified staff with certification, skills and experience in
evaluation, teaching, therapeutic services and support of infants and toddlers with
developmental disabilities. SUBCONTRACTOR will provide COUNTY with
information regarding staff qualifications upon request.
(b) Performance Plan: SUBCONTRACTOR has a written performance plan which
describes its mission, program objectives, expected outcomes, how and when
objectives will be accomplished; and that the plan is evaluated at least biennially and
revised based on actual performance.
Chimacum School Districl2011-2012
3
(c) Participants: SUBCONTRACTOR has a commitment to support integration of
infants and toddlers with developmental disabilities with others who do not have a
disability and has involved family members of infants and toddlers with
developmental disabilities in policy development.
(d) Partnerships: SUBCONTRACTOR has a history of working cooperatively with
community-based organizations including other Agencies, Infant and Toddler Early
Intervention Program, (ITEIP), the Lead Agency for ITEIP, the County DD Program,
the Division of Developmental Disabilities and other School Districts.
(e) Financial and PrOI!l'lUll Management: Systems and personnel to: maintain accounting
records that accurately reflect all program revenues and expenditures; prepare monthly
statements of activity (AnSA Reports); maintain appropriate Client service records and
progress reports; and track key program performance indicators.
14. All services for infants and toddlers with developmental disabilities must be provided with
attentinn to their health and safety. SUBCONTRACTOR shall comply with all applicable
federal, state and local fire, health and safety regulations. Staffing ratios and patterns are
adequate to maintain quality and safety.
IS. SUBCONTRACTOR shall report any injury or accident, which requires more than simple
first aid, and any extraordinary incident that requires intervention, first to the DSHSIDDD
Case Manager for the individual involved and then to the County Coordinator. This includes
serious physical or emotional harm or potential harm.
I) The initial report may be done through documented telephone calls to the County
Coordinator.
2) SUBCONTRACTOR shall submit a written follow-up report within 10 days to the
County Coordinator. The report to the County Coordinator may be submitted by
email, facsimile (FAX) to (360) 385-9401 or by mail to Jefferson County Public
Health, 615 Sheridan Street Port Townsend, WA 98368.
3) Serious and emergent incidents sha11 be handled in accordance with DSHSIDDD
Policy 12.01 Incident Management
16. Within 30 days of the effective date of this agreement and at least semi-annually thereafter,
SUBCONTRACTOR will provide financial reports to COUNTY, including all revenues and
expenses generated by SUBCONTRACTOR, in sufficient detail to demonstrate the uses of
funds provided under this agreement.
17. Make available for inspection, review or audit by COUNTY DD Coordinator at all
reasonable times: all work sites; all client records; records on productivity and client wages;
and all documents, reports and other data applicable to this agreement The COUNTY shall
mnnitor services delivered and conduct at least nne on-site visit with SUBCONTRACTOR
during the biennuim to assure compliance with the DDD State Work Order.
18. For five years following the end date of this agreement, SUBCONTRACTOR will maintain
client records and books, records, documents, reports and other evidence of accounting
procedures and practices which sufficiently and properly reflect all direct and indirect
expenditures of funds provided under this agreement. Client records shall minimally include
statement of client goals, documentation of training provided, training hours, routine progress
notes and biannual summary progress toward meeting client goals.
Chimacum School District 2011-2012
4
19. Make available for inspection, review or audit by County DD Coordinator at all reasonable
times: all client records; and all documents, reports and other data applicable to this
agreement.
20. SUBCONTRACTOR agrees to assign to COUNTY its Medicaid Billing Rights for services
to clients eligible under Title XIX programs. Written documentation shall be available to
COUNTY on request. If SUBCONTRACTOR contracts directly with DSHS to provide
covered services under Title XIX, COUNTY agrees that funding intended for those clients
shall be excluded from this agreement.
21. If the Developmental Disabilities Program Coordinator finds indications of potential non-
compliance during the contract monitoring process or learns that the SUBCONTRACTOR
is out of compliance with any of the terms or conditions of this contract, the following
process will be pursued:
(a) Informal Notification: Informal process wherein the County Coordinator alerts the
SUBCONTRACTOR in writing of the potential non-compliance and an agreeable
solution is reached within five (5) days.
(b) Official Notification: If the informal notification does not result in resolution, the
official notification of possible non-compliance to establish a date, within five (5)
working days of notification, when representatives of the County and the
SUBCONTRACTOR shall meet to discuss areas of conteution and attempt to resolve
the issues.
(c) Written Summary: Within five (5) working days of such official notification the
County will provide the SUBCONTRACTOR a written summary of the areas of non-
compliance by certified mail. Notice shall be sent to the address identified in the
Agreement.
(d) Discussion: Within twenty (20) days of the date of the written summary, a discussion
between County and SUBCONTRACTOR shall be conducted to resolve areas of
non-compliance or potential non-compliance.
(e) Should the above procedures fail to resolve the compliance issue, the parties will
obtain the services of the Peninsula Dispute Resolution Center, or another agreed
upon resource, and shall share equally in any retainer fees or other costs of services.
If no agreement is reached, the mediator's decision in the matter will be binding on
all parties, except that in no event will the County honor a financial determination
that is greater than the funds allowed the scope of this Agreement.
C. REIMBURSEMENTS
For said services rendered under this agreement, COUNTY shall reimburse SUBCONTRACTOR
on a unit rate basis, as follows:
1. Earlv Intervention Services SUBCONTRACTOR will be paid per MONTIIL Y Unit assigned
Service Responsibility of regular Program Service provided to eligible clients on a fee-for-
service basis according to Attachment 1, Fee Schedule. Reimbursement to
SUBCONTRACTOR by COUNTY will be the net amount of the applicable fee per
Attachment 1, less any amounts received from other funding sources for the service
provided.
2. All referrals or requests for services under this agreement will be in writing using a County
Service Authorization form, (CSA) agreed to and signed by the parties.
Chimal:um School District 2011-2012
5
3. SUBCONTRACTOR will bill COUNTY on a monthly basis, on or before the 5th day of the
month, for units of service provided under this agreement during the preceding month.
SUBCONTRACTOR will submit a Monthly DDD Services Report (ADSA) form for its
billings. At no time sball the invoices for reimbursement be submitted more than 60 calendar
days following the last day of the month for whicb the services were provided.
4. COUNTY may, at its option, withhold reimbursement for any month for wbicb required
reports bave not been received or are not accurate and/or complete.
5. COUNTY may withhold reimbursement for any service for wbicb documentation that
sbows the COUNTY as the second payer of last resort bas not been provided. The IFSP
must clearly document funding source per service for eacb service reimbursement
requested. SUBCONTRACTOR will provide documentation of County service
reimbursements along with all other funding sources pursued by SUBCONTRACTOR at
the end of the service period {annually or during site monitoring. Documentation will
identify the funding source(s), client name, service provided, date of service, amount(s)
paid and amount(s) denied.
6. Total reimbursements for the fiscal year of 20 11-2012 to SUBCONTRACTOR by COUNTY
under this contract shall not exceed $3,861.00 in completion of these services withont express
written amendment signed by both parties to this Agreement This total reimbursement
includes any amendment within the fiscal year of2011-2012.
D. MISCELLANEOUS
I. Pursuant to WAC 275, DSHS Division of Oevelopmental Disabilities (ODD) shall
determine individual eligibility of persons for services delivered under this agreement
DDD sball notify COUNTY of persons authorized fur services reimbursed WIder this
agreement Only persons referred to COUNTY by DDD sball be eligible for services
reimbursed WIder this agreement The SUBCONTRACTOR shall not sublet or assign any
of the services covered by this AGREEMENT without the express written consent of the
COUNTY. Assignment does not include printing or other customary reimbursable
expenses that may be provided in an AGREEMENT.
2. The SUBCONTRACTOR'S relation to the COUNTY shall be at all times as an
independent SUBCONTRACTOR and any of all employees of the SUBCONTRACTOR or
other persons engaged in the performance of any work or service required of the
SUBCONTRACTOR WIder this AGREEMENT shall be considered employees of the
SUBCONTRACTOR only and any claims that may arise on behalf of or against said
employees shall be the sole obligation and responsibility of the SUBCONTRACTOR.
3. The SUBCONTRACTOR sball not sublet or assign any of the services covered by this
AGREEMENT withont the express written consent of the COUNTY. Assignment does not
include printing or other customary reimbursable expenses that may be provided in an
AGREEMENT.
4. The SUBCONTRACTOR sball obtain and keep in force during the terms of the
AGREEMENT, or as otherwise required, the following insurance with companies or
through sources approved by the State Insurance Commissioner pursuant to RCW 48:05:
(a) Worker's compensation and employer's liability insurance as required by the
State of Washington.
Cbimacum School Districl201 1-2012
6
(b) Commercial Automobile Liability or Business Use Insurance providing bodily
injury and property damage liability coverage for all owned and non-owned
vehicles assigned to or used in the performance of the work for a combined
single limit of not less than $1,000,000 each occurrence with the COUNTY
named as an additional insured in connection with the SUBCONTRACTOR'S
performance of the contract.
(c) General Commercial Liability Insurance in an amount not less than a single limit
of one million dollars ($1,000,000.00) per occurrence and a aggregate of not less
than two (2) times the occurrence amount ($2,000,000.00 minimum) for bodily
injury, including death and property damage, unless a greater amount is specified
in the contract specifications. The insurance coverage shall contain no
limitations on the scope of the protection provided and include the following
minimum coverage:
(1) Broad Form Property Damage, with no employee exclusion;
(2) Personal Injury Liability, including extended bodily injury;
(3) Broad Form Contractual/Commercial Liability - including completed
operations;
(4) Premises - Operations Liability (M&C);
(5) Independent Contractors and Subcontractors;
(6) Blanket Contractual Liability.
5. It is agreed by the parties that insurers shall have no right of recovery or subrogation
against the County (including its employees and other agents and agencies) it being the
intention of the parties that the insurance policies listed above shall protect both parties and
be primary coverage for any and all losses covered by the above-listed insurance policies.
It is further agreed by the parties that any and all deductibles made part of the above-listed
insurance policies shall be assumed by, paid for and at the risk of the Subcontractor.
6. All employees or subcontractors of SUBCONTRACTOR who are required to be
professionally certified by the State in the performance of services under this agreement
shall maintain professional liability insurance in the amount of not less than one million
dollars ($1,000,000). In no case shall such professional liability to third parties be limited
in any way.
7. It shall be the responsibility of the SUBCONTRACTOR to insure that any and all persons
engaged in the performance of any work or service required of the SUBCONTRACTOR
under this AGREEMENT, shall comply with the same insurance requirements that
SUBCONTRACTOR is required to meet.
8. Failure on the part of the SUBCONTRACTOR to maintain the insurance as required shall
constitute a material breach of contract upon which the COUNTY may, after giving five
working days notice to the SUBCONTRACTOR to correct the breach, immediately
terminate the contract or, at its discretion, procure or renew such insurance and pay any and
all premiums in connection therewith, with any sums so expended to be repaid to the
COUNTY on demand, or at the sole discretion of the COUNTY, off set against funds due
the SUBCONTRACTOR from the COUNTY.
9. All cost for insurance shall be considered incidental to and included in the unit contract
prices and no additional payment will be made.
Cbi=um School Districl2011-2012
1
10. Excepting the Workers Compensation insurance and any professional liability insurance
secured by the SUBCONTRACTOR, the COUNTY wiIl be named on all certificates of
insurance as an additional insured. The SUBCONTRACTOR shall furnish the COUNTY
with verification of insurance and endorsements required by this AGREEMENT. The
SUBCONTRACTOR reserves the right to require complete, certified copies of all required
insurance policies at any time.
11. AIl insurance shaII be obtained from an insurance company authorized to do business in the
State of Washington. The SUBCONTRACTOR shall submit a verification of insurance as
outlined herein within 14 days of the execution of this AGREEMENT to the COUNTY.
12. The COUNTY wiIl pay no progress payments under Section C until the
SUBCONTRACTOR has fully complied with this section. This remedy is not exclusive;
and the COUNTY may take such other action as is available to them under other provisions
of this AGREEMENT, or otherwise in law.
13. Nothing in the foregoing insurance requirements shall prevent the COUNTY, at its option,
from additionally requesting that the SUBCONTRACTOR deliver to the COUNTY an
executed bond as security for the faithful performance of this contract and for payment of
all obligations of the SUBCONTRACTOR.
14. The SUBCONTRACTOR shall comply with all Federal, State, and local laws and ordinances
applicable to the work to be done under this AGREEMENT. This AGREEMENT shall be
interpreted and construed in accord with the laws of the State of Washington and venue
shaIl be in Jefferson COUNTY, W A.
15. The SUBCONTRACTOR, by signature to this Agreement, certifies that the
SUBCONTRACTOR is not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participating in this Agreement or any Agreement by
any Federal department or agency.. The SUBCONTRACTOR also agrees to include the
above requirement to all subcontracts into which it enters.
16. The SUBCONTRACTOR shall indemnify and hold the COUNTY, and their officers
employees, and agents harmless from and shall process and defend at its own expense,
including all costs, attorney fees and expenses relating thereto, all claims, demands, or suits at
law or equity arising in whole or in part, directly or indirectly, from the
SUBCONTRACTOR'S negligence or breach of any of its obligations under this
AGREEMENT; provided that nothing herein shall require a SUBCONTRACTOR to
indemnify the COUNTY against and hold harmless the COUNTY from claims, demands or
suits based solely upon the conduct of the COUNTY, their officers, employees and agents,
and provided further that if the claims or suits are caused by or result from the concurrent
negligence of: (a) the SUBCONTRACTOR'S agents or employees; and, (b) the COUNTY,
its officers, employees and agents, this indemnity provision with respect to (1) claims or suits
based upon such negligence, andlor (2) the costs to the COUNTY of defending such claims
and suits, etc., shall be valid and enforceable only to the extend of the
SUBCONTRACTOR'S negligence or the negligence of the SUBCONTRACTOR'S agents
or employees.
17. Claims against the COUNTY shall include, but not be limited to assertions that the use and
transfer of any software, book, document, report, film, tape, or sound reproduction of material
of any kind, delivered there under, constitutes an infringement of any copyright, patent,
trademark, trade name, or otherwise results in an unfair trade practice or an unlawful restraint
of competition.
Chimacum School District 2011-2012
8
18. The SUBCONTRACTOR specifically assumes potential liability for actions brought against
the COUNTY by SUBCONTRACTOR'S employees, including all other persons engaged in
the performance of any work or service required of the SUBCONTRACTOR under this
AGREEMENT and, solely for the purpose of this indemnification and defense, the
SUBCONTRACTOR specifically waives any innnunity under the state industrial insurance
law, Title 51 RCW. The SUBCONTRACTOR recognizes that this waiver was specifically
entered into pursuant to provisions ofRCW 4.24.115 and was subject of mutual negotiation.
19. SUBCONTRACTOR shall not discriminate against any person presenting themselves for
services based on race, religion, color, sex, age or national origin.
20. COUNTY reserves the right to terminate this contract in whole or in part, without prior
written notice, in the event that expected or actnaI funding from the Department of Social and
Health Services Division ofDevelopmentaI Disabilities is withdrawn, reduced, or limited in
any way after the effective date of this agreement. 10 the event of termination under this
clause, COUNTY shall be liable only for payment for services rendered prior to the effective
date of termination.
21. No portion of this contract may be assigned or subcontracted to any other individual, fino, or
entity without the express and prior written approval of COUNTY. If the County agrees in
writing that all or a portion of this Contract may be subcontracted to a third-party, then any
contract or agreement between the contractor and a third-party subcontractor must contain all
provisions of this contract and the subcontractor must agree to be bound by all terms and
obligations found in this agreement
ADOPTED THIS _ day of
.2011.
By:
John Austin, Chairman
JefferSon Board of County Commissioners
By:
Chimacum School District Superintendent
By:
Elizabeth Hill, Clerk of the Board
Approved as to form. only:
00 /l19jz.o'l
Chimacum School District 201 1-2012
9
ATrACHMENT 1
FEE SCHEDULE
Earlv Intervention Unit of Service
1. One UNIT of EARLY IN1ERVENTION Service is $143.00. One
UNIT is defined as one MONTH direct service to one eligible client.
2. One MONTH of direct service is defined as a minimum of one (1) & a maximum
of three (3) hOUlS of EARLY IN1ERVENTION Services for one child.
3 A maximum of three (3) UNITS of EARLY IN1ERVENTION Service may be
billed on a monthly basis.
Not to exceed $3,861 in completion of services for the duration of the contract without
express written amendment.
Chimacum School District 2011-2012
10