HomeMy WebLinkAbout091514_ca06Consent Agenda
EF
_rE FERSO�N COUNTY P'UBLIcHEALTH
J
615 Sheridan Street o Port Townsend o Washington o 98368
www.jeffersoncountypublichealth,org
August 21, 2014
JEFFERSON COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST
TO: Board of County Commissioners
Philip Morley, County Administrator
FROM: lean Baldwin, Director
DATE: 14
SUBJECT- Agenda Item — Professional Services Agreement — Port Townsend
School District, Birth — 3 years; September 7, 2014 — June 30, 2015;
$7,750
STATEMENT OF ISSUE:
Jefferson County put)ilc Health, Developmental Disabilities Division, is requesting Board approval of the
Professional Services Agreement — Port Townsend School District, Birth — 3 years; September 7, 2014 —
June 30, 2015; $7,750
ANALYSIS If STRATIEGIC GOALS I PRO'S and CON'S:
This agreement with Port Townsend School District provides assessment, intervention, education, and
specialized therapy for infants and pre-school children who are suspected of having a developmental delay
or disability. Port Townsend School District will provide services for eligible children upon request by 3CPH,
with compensation on a fee for service basis. Individualized Family Service Plans (IFSPs) will be developed
by the district, in collaboration with the family and other providers, to meet the developmental needs of
each eligible infant or toddler while meeting the needs of the family related to enhancing the infant or
toddler's development. Each IFSP contains parent planned priorities and outcomes for each child. Each
contains goals and objectives as well as evaluative and documentary tools for intervention service and
funding sources.
FISCAL IMPACT COST BENEFIT ANALYSIS:
Funding for these services is provided through our contract with DSHS Developmental Disabilities
Administration (DDA), The agreement is a subcontract through DSHS DDA as part of the Child development
program. The budget reflects revenue and expense for this vendor.
COMMUNITY HEALTH PUBLIC HEALTH ENVIRONMENTAL HEALTH
DEVELOPMENTAL DISABILITIES AtWAYS WORKING FOR A SAFER AND WATER QUALITY
MAIN: (360) 385-9400 MAIN: (360),385-9444
FAX' (360) 385-9401 HEALTHIER COMMUNITY FAX: (360) 379-4487
Consent Agenda
RECOMMENDATION:
JCPH management request approval of the Professional Services Agreement — Port Townsend School
District, Birth — 3 years; September 7, 2014 — June 30, 2015; $7,750
REVIEWED BY.
Philip Morley, ty Administrate Date
SUBCONTRACT FOR PROFESSIONAL SERVICES
Agreement Between
JEFFERSON COUNTY PUBLIC HFAI-:I H
And
PORT TOWNSEND SCHOOL DISTRICT
made and entered into between Jefferson County Public Health (COUNTY) and Port
This agreement is District (SUBCONTRACTOR) for provision of educational and therapeutic services
Townsend School e birth to three years and their families. The term of this agreement is
for Jefferson County children age
September 15, 2014 through June 30, 2015. Either party up on 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:
Al PROFESSIONAL SERVICES
Upon written request by COUNTY Developmental Disabilities Coordinator or a COUNTY authorized
Family Resource Coordinator {(FRC) professional services to be provided by SUBCONTRACTOR shall
include:
Multi - disciplinary Evaluation and Assessment of children age birth to 2 years 8 months of age
who are suspected of having developmental delay or disability. The evaluation tools and
procedures selected will conform 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 forms.
3. Evaluation and documentation of funding sources available for intervention services, both
educational and therapeutic services will be specified in the IFSP. Potential funding sources to be
evaluated include private insurance, military health benefits, Medicaid / 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, which may include, occupational
therapy, physical therapy, speech-language therapy, and specialized instruction/education.
6. specialized Services will be provided to the maximum extent appropriate in natural
environments, including the home and community settings in -which children without disabilities
participate.
7. Program management-
0
p,,,SD Contl—,let 2014-2015
Q' OBLIGATIONS
SUBCONTRACTOR shall fulfill the following obligations:
[) SUBCONTRACTOR «baU comply with all state and federal requirements the
unofidoocialitvm[client records. Client information ionot dioc}mmuhlcto the Public, ] fbonuLioo
acquired pursuant to KCW 7 IA.14,070 requires a signed Release of Information or a sjglind Oath
of Confidentiality Form.
2] SUBCONTRACTOR shall require, pornunmT1nDCW4343.830-845,any prospective v
D may uooeo taa person */�&u io�u
ufbisorhur employment, oz involvement with the business ur organization, 1whave a
S��P��|Cdm��(W.S�] Cb�� Washington
J) SUBCONTRACTOR is required pursuant ioRCW74.l5, 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
enop|nyozcot nz involvement with the business or organization, rnnot have uRI3]. Fingerprint
Check. This fingerprint check must occur before employment begins working.
4) SUBCONTRACTOR is required, with respect to existing employees, to repeat the W.8J!
Criminal Background Check every three years. W.S.P.Criminal Background Check and the
F.B.K. Fingerprint Check must gu through the Background Check Central Unit Offioewithin
DSHS in Olympia.
5) SUBCONTRACTOR ebeU comply with the fo|kmpbxx 0I)C/Policies: 3.01 Client Service Plaam
5,01 d
� Criminal History B Checks and Personal Io�xnnadnu, 5.012 '
Necessary Supplemental Accommodation ON0Al5.Q3 Client Complaints, 5.05 Limited Enu|iob
proDcimnoy(L6P) ��Xieut,5.05v�I[uo1llight,5.l3p�trctiunnFromm/\hnme,5.l4Pno�ive—
Behavior Support, 5.l5 Use nfRestrictive Procedures, 9.07 Human ImunowuudefioieooyVirus
(B|V) and Acquired Immune Deficiency Syndrome (A00S)` 12.01 Incident Management, l3.U4
DRW Access Agreement and the |992 County Guidelines.
6) SUBCONTRACTOR shall have written policies regarding sexual harassment and non-
discrimination (said policies must guarantee human/civil rights); m person's right To privacy;
safeguarding personal imfbcma1iou abuse afparticipants; agency medication procedure; respectful
otuff-10-p art icipant interactions, (i.e.: including m person's right to be treated with dignity and
respect and free ofa6o*e).
7) SUBCONTRACTOR shall assure that participants in accordance with Necessary Supplemental
Accommodation (NSA)Policy 5.02, have been informed nf their rights; what services arid
benefits may |e expected from the program; the program's expectations of them; and, if
necessary, shall assure that the participant's family, guardian, ur advocate is also informed.
8) SUBCONTRACTOR shall have a grievance policy that:
• negotiates conflicts and advises participants of grievance proouduros
• io explained 1u participants and others in accordance with the NSA, Policy 5.02
• prohibits retaliation for using the grievance process
• includes unon retaliation statement
• assure that advocates are available and encourages participants to bring advocates to help
negotiate
,TSnContrad 2014-2015
includes a mediation process that promotes the use of someone who is unaffected by the
outcorne if conflicts, remain unresolved (a DDD Case Resource Manager may be included as
an alter-native Option)
includes a process for tracking and reporting grievances
9) SUBCONTRACTOR shall obtain and retain in the clients' files signed proof of client's and/or
family's review Of all p . olicies, provider expectation, and receipt of information about 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.
1) 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, Guardian /
decision maker, or an organization which employs, or is about to employ any of th e 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) immediately; and
b. Submit a corrective action plan, if needed, 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.
1 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.
t 3) 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 COf NTY. may be cause for termination of this agreement as provided herein.
�ualified�5t skills, and experience in
(a) ( �aff: Adequate, qualified staff with certification,
evaluation, teaching, therapeutic services and support of infants and toddlers with
PTSD Contract 2014-2015
developmental disabilities, SUBCONTRACTOR will provide COUNTY with inforouaUon
regarding staff qualifications upon request.
(b) SUBCCIINTTRACTOR has uwr;tf--- perf��rmarice 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 onJtual
perK»nnuuou.
(c)
SUBCONTRACTOR has m commitment tn support integration of infants and
toddlers with developmental disabilities with others who do not have a disability and lias
involved family members of infants and toddlers with developmental disabilities in policy
development.
(d) fartn�irsWIs: SUBCONTRACTOR has history of working
including other Agencies, Infant and Toddler Early Intervention
Program, UTE0`\ the Lead Agency for ITEIp` the County DD Program, the Division of
Developmental Disabilities and other School Districts.
(e) Systems and personnel to: maintain accounting records
that accurately reflect all program revenues and expenditures- prepare monthly statements of
activity (AD8A Remnrto); maintain appropriate Client service records and progress reports; and
track key program perfhon000eindicators.
14) All services for infants and toddlers with developmental disabilities must ho provided with
attention 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.
l5) SUBCONTRACTOR will provide Child Development Services (Birth to Three) Services:
a) To the child and family inotimely manner. (Services are considered timely ifthey begin
within 3Q days of the o�m±date wo the signed IpS9 unless the [F0Pdouuoueo<s that 'the ~
roguostod u delay in tboutartoftbo mcrvicen). ^
h} In umnupiiaouu with the natural environments criteria for IDEA, Part C and Washington
State's federally approved Early Intervention Plan.
o) That meet the highest entry |cvo| requirements in Washington State for Early Intervention
professionals (training, experience and expertise of staff) and relate to the needs of the
participants.
d) That conducts the evaluation (eligibility) assessment (child and family need) and the
Individualized Family Service Plan (DpSy) within 45 days Of receipt ofreferral. (Referral is
defined umthe date the family resources coordinator ur lead agency received rote/ a}),
e) That assist thefarrilly to ensure the child obtained an evaluation by a multi disc ip I inary team.
A That receives from the parent uwritten unmscot for all activities related to the provision Of
Early Intervention Services in the family's native |mngmmgc c« other mode of communication,
8) That assure the KF8Pwas reviewed every six months with a new plan written annually,
h) That assures that progress toward the child and family outcomes within the LFSP are assessed
on an ongoing basis and documented at least annually.
i) That provides child and family outcornes within the lFSP that are functional and based on the
individualized needs of the infant or toddler and the concerns and the priorities of the family.
Child specific Outcomes reflect the child's participation in everyday routines and activities.
Family specific outcomes address the capacity of the family to enhance their child's
development,
D To the maximum extent appropriate for the individual child in naturally occurring
environments, and occurs in a setting other than a natural environment only when early
intervention cannot be achieved satisfactorily for an infant or toddler in a natural
environment.
k) That provide a Transition Plan for each child participating in the early intervention program
developed at least 90 days prior to the child's third birthday.
16) SUBCONTRACTOR shall report any injury or accident, which requires more than simple first aid,
and any extraordinary incident that requires intervention, first to the DSHS/DDD Case Manager for
the individual involved and then to the County Coordinator. This includes serious physical or
emotional harm or potential harm.
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 (3 60) 385 -9101 or by mail to Jefferson County Public Health, 615 Sheridan Street
Port Townsend, WA 98368,
3. Serious and emergent incidents shall be handled in accordance with DSHS/DDD Policy
12,01 incident Management.
17) When requested, 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.
8) For five years following the end date of this agreement, SUBCONTRACTOR will maintain client
records and books, records, docurnents, reports and other evidence of accounting procedures and
practices which slIfficiently and property 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.
19) Make available for inspection, review or audit by County DID Coordinator at all reasonable times:
all client records; and all documents, reports and other data applicable to this agreement.
20) The COUNTY shall monitor services delivered and conduct at least one on-site visit with
SUBCONTRACTOR during the biennium to assure compliance with the DDID State Work Order.
PTSD Contnict 2014-2015
2 1) 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
C,
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 excIud,.djjrrC-,jn
this agreement.
22) 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 I'Vi I] 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 contention 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 coriducted to resolve areas of non-
compliance or potential non-compliance.
(e) Should the above procedures fail to resolve the compliance issue, tile 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
1
will the County honor a financial determination that is greater than the funds allowed
the scope of this Agreement.
C. laIMBURSEMENTS
For said services rendered under this agreement, COUNTY shall reimburse SUBCONTRACTOR
on a unit rate basis, as follows:
(1) LadylDlep N 11
Kejifi2n,Sq�vi��s SUBCONTRACTOR will be paid per MO Tl� 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 atry amounts
received fi -om other funding sources for the service 1.7rovided,
(2) All referrals or requests for services under this agreement will be in writing using a County
Set-vice Authorization form (CSA) agreed to and signed by the parties. A copy of the signed CSA
must be in the client's file.
PTSD Contract 2014-2015
SUBCO '
NT RACTOR brill 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.
(4) couNT Y may, at its Option, withhold reimbursement for any invoices older than 60 calendar
days, (following the last day of the month for which the services were provided).
(5)' COUNTY may, at its option, withhold reimbursement for any month for which required reports
have not been received or are not accurate and/or complete.
(6) COUNTY may withhold reimbof asurseent for any service for which documentation that shows the
COUNTY as the second payer I mt resort has not been provided . The IFSP must clew rly
document funding source per service for each service reimbursement requested.
(7) 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.
(8) Total reimbursements for the fiscal year of 2014-2015 to SUBCONTRACTOR by COUNTY under
this contract shall not exceed $7,750-00 in completion of these services without express written
amendment signed by both parties to this Agreement. This total reimbursement includes any
amendment within the fiscal year of 2014-2015.
MISCELLANEOUS
(1) Pursuant to WAC 275, DS14S s�for oDloDsta1greemDnt�DDD individual eligibility of pero services delivered under th shall notify
COUNTY of persons authorized for services reimbursed under this agreement. Only persons
referred to COUNTY by DDD shall be eligible for services reimbursed under 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 SUBCONI-RACTOR'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 under
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 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 all
AGREEMENT.
(4) The SUBCONTRACTOR shall 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.
PTSD Contract 2014-2015
(b) Commercial Automobile Liability or Business Use losuvuooe providing bodily i 'uryund
propur�'dumuugc|�hU� coverage �rall on«mudand ovo-ovvnudvehicles � ~ to or
used iuthe po�oouauceof the ��od«for ucormhiued single linui1n[ not less than
assigned
S 1,U0O,00Q each occurrence with the C01 ITY numueUumauaddidumaliasmredjn
connection with the SUBCONTRACTOR'S performance mf the contract,
(c) General Commercial Liability Insurance inun oozuaut not less than u single limit o[ouo
million dollars ($I,U0O,00O.O8) per occurrence and a aggregate ofnot less than tWn (2)
dnnes the occurrence amount ($2,00O,0O0.00roimimnuoo) for bodily injury, ioc7udiuB`'ath
and property damage, unless a greater amount is specified in the contract sPecifications.
The insurance coverage shall contain no limitations on the scope of the protection
provided and include the following minimum uoverugo�
(l) Broad Form Property I}armuAo with no employee exclusion
(2) Personal Injury Liability, including extended bodily injury
[B� �rm�d�000 Liability —' �"""°,,,",�,,^"°^`^"^ ^y'- ",�'uvn��completed up*radoom
(4) yromisue- Operations Liability (M&C)
(5) Independent Contractors and Subcontractors
(6) Blanket Contractual Liability
(5) Al employees or subcontractors of SUBCONTRACTOR who are cngo[rod to be Professionally
certified by the State in the performance of services under this agreement shall maintain
professional liability insurance in the amount of not less than one million do]|ars($l,0O0,00O), In
no case shall such professional liability to third parties be limited in any way.
(6) Proof of '«nnemhermb' loauelf-inmured risk pool for School districts
pursuant to chapter 48.62 RCW shall suffice if the applicable liability limits of said
oobcvexceed those |im�d hn/� liability
(7) it shall bcthe responsibility o[ the SUBCONTRACTOR to insure that any and all persons
engaged iu the performance vfany work orservice required nf the SlJBC under
tbloA(3REE"MENT, abuU comply with the same insurance requirements that
SUBCONTRACTOR Io required tomeet,
(�}
Failure mm the part of the SUBCONTRACTOR tu maintain the insurance au required shall
constitute u material breach ef contract upon which the COUNTY may, after giving five working
days notice tothe SUBCONTRACTOR to correct the breach, immediately terminate the contract
or, u1its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any ummunmu expended to be repaid to the COUNTY on dmnmuud, oru1the mo]u
discretion nf the COUNTY, offset 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.
(J8) Excepting the Workers Compensation insurance and any professional liability insurance secured
by the SUBCONTRACTOR, the COUNTY will be narnedon all certificates oyinsurance as an
additional insured. The SUBCONTRACTOR shall furnish the CO(JN TY with vo6ficationnf
insurance and eoJocsonnunto required by this AGREEMENT, The SUBCONTRACTOR reserves
the right tarcqvin:complete, certified copies nfall required insurance policies ut any time.
PTSD Contract 2014-2015
all be obtained f an insurance company uthorize to do in the
(12) All insurance sh The SUBCONTRACTOR rorn shall submit a veraification d of insurance as business outlined State
of Washington. ofthis AGREEMENT to the COLS ITY.
herein within !4 days of the execution i
(1,) The COUNTY Will 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.
(14) 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,
(15) 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 shall be
in Jefferson COUNTY' WA.
(16) 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.
(1 7) 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, and/or (2) the costs to the COUNTY of defending such
shall be valid and enforceable only to the extent of the
claims and Asuits, etc.,CTOR , S negligence or the negligence of the SUBCONTRACTOR'S agents or
SUBCONTR
employees.
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 narne, or otherwise results in all unfair trade practice or an unlawful restraint of competition.
'File SUBCONTRACTOR specifically assumes potential liability for actions brought against the
(19) engaged
COUNTY by SUBCONTFACTOR'S employees, including all other persons in the
performance of any work or service required of the SUBCONTRACTOR under this
AGREFMENTand , solely for the purpose of this indemnification and defense, the
SUBCONTRACTOR specifically waives any immunity under the state industrial insurance law,
PTSD Contract 2014-2015
Title 51 8CW. The SUBCONTRACTOR recoSu�z�» tbu1 t6� �ab,�rn�n specifically entered
into pursuant to provisions of RCW 414 115 and was SLlbj eCt of mutual negotiation,
(20) SUBCONTRACTOR shall not discriminate against any person presenting Ubouoehveelfo�,services
based on race, religion, color, sex, age or national origin.
(21) COUNTY reserves the right to terminate this contract in who]e or in part, without priorvrittoo
notice, im the event that expected or actual funding from the Department of Social and Health
Services Division of Developmental Disabilities is withdrawn, reduced, or mited in anyway
after the effective date of this agreement. Io the event of termination tinder this clause, COUNTY
shall be liable only for payment for services rendered prior to the effective date of termination.
(23) No portion o{ this contract may be assigned or subcontracted to any other individual, firirm
entity without the mxyn:»a and prior written approval of COUNTY. If the Couotyagceos iij
writing that all or a portion of this Contract may be subcontracted to a third-party, then u >
uoobuotoragreucnon1hetn/eeo the oou�aotorand uthird-purg/ subcontractor nmuoicontain 'all
provisions of this contract and the subcontractor must agree to be bound byuUterms and
obligations found io this agreement.
ADOPTED IMS day nf 2014.
John Austin, Chairman
Jefferson County Board of Commissioners
By:
avid Engle
By:
Deputy/Clerk of the Roard
APPR&VED AS TO RM ONLY�
Jefferson COUNTY ;' Attorney
10
ATTACHMENT 1
FEE SCHEDULE
dart l[nterventioz� knit of Service
one UNIT of EARLY INTERVENTION Service is $155.00. One
UNIT is defined as one MONTH direct service to one eligible client.
2. one MONT14 of direct service is defined as a minimum of one (1) & a maximum of
three (3) hours of EARLY INTERVENTION Services for one child.
A maximum of five (5) UNITS of EARLY INTERVENTION Service may be
billed on monthly basis,
Not to exceed $7,750 in completion of services for the duration of the contract without
express written ainendinent.
PTSD Contract 2014-2015