Loading...
HomeMy WebLinkAbout050117_ca09615 Sheridan Street Port Townsend, WA 98368 V,,r%son www.JeffersonCountyPublicHealth.org Public HeConsent Agenda wQ-17-8 April 3, 2017 JEFFERSON COUNTY BOARD OF COUNTY COMMISSIONERS AGENDA REQUEST TO: Board of County Commissioners Philip Morley, County Administrator FROM: Tami Pokorny, Environmental Health Specialist DATE: LJ/) SUBJECT: Agenda Item — Personal Services Agreement with the Quillayute Valley School District; February 1, 2017 — June 30, 2017; $2050. STATEMENT OF ISSUE: Jefferson County Public Health requests approval of the Personal Services Agreement with the Quillayute Valley School District to install two water bottle filling stations and accompanying signage; February 1, 2017 — June 30, 2017; $2050. ANALYSIS/STRATEGIC GOALS/PRO'S and CON'S: This Personal Services Agreement contracts with the Quillayute Valley School District to install two water bottle filling stations and accompanying signage at Forks High School, to procure and utilize vehicle (ROV) "Angel" motor kits and parts in its ROV program, and to provide transportation for students and teachers to beaches in support of marine education. Two water bottle filling stations and two accompanying signs will be provided by Jefferson County. FISCAL IMPACT/COST BENEFIT ANALYSIS: Funding is provided by a DFW grant. RECOMMENDATION: JCPH Management recommends BOCC signature of the Personal Services Agreement with the Quillayute Valley School District to install two water bottle filling stations and accompanying signage; February 1, 2017 — June 30, 2017; $2050. REVIEWED BY: Morley, C"un Date Community Health Environmental Health Developmental Disabilities Water Quality 360-385-9400 360-385-9444 360-385-9401 (f) Always working for a safer and healthier community (f) 360-379-4487 PERSONAL SERVICES AGREEMENT Between Quillayute Valley School District and Jefferson County THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation, hereinafter referred to as "the County", and the Quillayute Valley School District, hereinafter referred to as "the Subcontractor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Subcontractor is retained by the County to install two water bottle filling stations and accompanying signage at Forks High School, to procure and utilize vehicle (ROV) "Angel" motor kits and parts in its ROV program, and to provide transportation for students and teachers to beaches in support of marine education. The water bottle filling stations, signs, ROV supplies, and field trip transportation are funded by a grant from the Washington State Department of Wildlife (DFW) 415-04914. 2. Sca e of Services. Subcontractor agrees to perform the services, identified on Exhibit A, attached hereto, including the provision of all labor, materials, equipment, and supplies, and to complete the DFW final report form, Exhibit B. 3. Time for Performance. This Agreement shall commence on February 1, 2017 and continues through June 30, 2017 unless terminated as provided herein. The agreement may not be extended beyond June 30, 2017, 4. Payment. The Subcontractor shall be paid by the County for completed work and for services rendered under this agreement as follows: a. The Subcontractor will be reimbursed for all work performed under the terms of this contract. Project costs include salaries and benefits, curriculum materials, field supplies and transportation. Payment for the work provided by the Subcontractor shall not exceed :2,050.00 in the completion of this project without express written amendment signed by both parties to this Agreement. b. Funding for this contract will be provided by a DFW grant. If funding from DFW is withdrawn, reduced, or limited in any way after the effective date of this agreement, this contract may be renegotiated or terminated as provided herein. c. The Subcontractor may submit invoices to the County once per month, but not less than quarterly, during the progress of the work for work completed to date. Such invoices will be checked by the County, and upon approval thereof, payment will be made to the Subcontractor in the amount approved. d. Final payment of any balance due the Subcontractor of the total contract price earned will be made promptly upon its ascertainment and verification by the County after the completion of the work under this agreement and its acceptance by the County. e. Payment as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to Page 1 of 9 uilla ute Valley School District —Water Battle Filling Stations ROVs Feld Trip Transportation 2017 complete the work. f. The Subcontractor's records and accounts pertaining to this agreement are to be kept available for inspection by representatives of the County and state for a period of six (6) years after final payments. Copies shall be made available upon request. 5. Ownerslup and Use of Documents. All documents, drawings, specifications and other materials produced by the Subcontractor in connection with the services rendered under this agreement shall be the property of the County whether or not the project for which they are made is executed. The Subcontractor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Subcontractor's endeavors. The rights to any documents, drawings, specifications and other materials owned by the Subcontractor prior to entering this agreement and used during the performance of the services are retained by the Subcontractor. 6. Compliance with Laws. Subcontractor shall, in performing the services contemplated by this agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services to be rendered under this agreement. 7. Indemnification. a. The Contractor shall indemnify and hold the County, and its 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 Contractor's negligence or breach of any of its obligations under this Agreement; provided that nothing herein shall require a Contractor to indemnify the County against and hold harmless the County from claims, demands, or suits based solely upon the conduct of the County, its 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 Contractor's agents or employees; and, b) the County, its officers, employees, and agents, this indemnity provision with respect to claims or suits based upon such negligence, and/or the costs to the County of defending such claims and suits, etc., shall be valid and enforceable only to the extent of the Contractor's negligence, or the negligence of the Contractor's agents or employees. b. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the parties, its officers, officials, employees, and volunteers, the party's liability hereunder shall be only to the extent of the party's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the parties waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. Page 2 of 9 ullla ute Valley S.chooi District— Water Bottle Filling Stations RQVs Field Trip Transportation 2017 8. Insurance. 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. b. Commercial Automobile Liability 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 $500,000 each occurrence. c. General Liability, with the County named as an additional insured party under this policy, with a minimum limit per occurrence of one million dollars ($1,000,000) and an aggregate of not less than two million dollars ($2,000,000) for bodily injury, death, and property damage unless otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the scope of the protection provided and indicate on the certificate of insurance the following coverage: i. Broad Form Property Damage with no employee exclusion; ii. Personal Injury Liability, including extended bodily injury; iii. Broad Form Contractual/Commercial Liability including completed operations (contractors only); iv. Premises — Operations Liability (M&C); v. Independent Contractors and Subcontractors; and vi. Blanket Contractual Liability. d. 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 so affected shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that any and all deductibles in the above described insurance policies shall be assumed by and be at the sole risk of the Contractor. It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to the Contractor until such time as Contractor shall furnish additional security covering such judgment as may be determined by the County. e. The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. f. Any insurance coverage for third party liability claims provided to the County by a "Risk Pool" created pursuant to Ch. 48.62 RCW shall be non-contributory with respect to any Page 3 of 9 villa ute Valley School District — Water Bottle Filling Stations RQVs Field Trip Transportation 2017 policy of insurance the Contractor must provide in order to comply with the Agreement. g. If the proof of insurance or certificate of coverage indicating the County is an "additional insured" to a policy obtained by the Contractor refers to an endorsement (by number or name) but does not provide the full text of that endorsement, then it shall be the obligation of the Contractor to obtain the full text of that endorsement and forward that full text to the County within 30 days of the execution of the Agreement. h. The County may, upon the Contractor's failure to comply with all provisions of this contract relating to insurance, withhold payment or compensation that would otherwise be due to the Contractor. 9. Independent Contractor. The Subcontractor and the County agree that the Subcontractor is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Subcontractor nor any employee of Subcontractor shall be entitled to any benefits accorded County employees by virtue of the services provided under this agreement. The County shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Subcontractor, or any employee of Subcontractor. 10. Discrimination Prohibited. The Subcontractor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. The Contractor 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. 11. Termination. The County reserves the right to terminate this contract in whole or in part, without prior written notice, in the event that expected or actual funding from any funding source is withdrawn, reduced, or limited in any way after the effective date of this agreement. In the event of termination under this clause, the County shall be liable for only payment for services rendered prior to the effective date of termination. a. This agreement may also be terminated as provided below: i. With 30 days notice by the Board of County Commissioners for any reason, or ii. With 30 days notice by the Board of County Commissioners for non-performance of the specific job duties in Exhibit A. iii. With 30 days notice by the Subcontractor by voluntary resignation. 12. Integrated Agreement. This Agreement together with attachments or addenda, represents the entire and integrated agreement between the County and the Subcontractor and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both County and Subcontractor. Page 4 of 9 uilla ute Valley School District -- Water Bottle Filling Stations ROVs Field Trip Transportation 2017 DATED this am day of Kathleen Kler, Chair Jefferson Board of County Commissioners Quillayute Valley School District Attest/Authenticated: Deputy Clerk of the Board Page 5 of 9 2017 APPROVED AS TO FORM Approved as to form: Date: 1111-711-7 X C. Philip .Hunsucker Chief Civil Deputy Prosecutor Jefferson County Prosecutor's Office uilla ute Valley School District —Water Bottle Filling Stations ROVs Field Trip Transportation 2017 Exhibit A: Scope of Work Jefferson County will provide two water bottle filling stations and two accompanying signs to the Quillayute Valley School District (Subcontractor). Subcontractor will install the filling stations and signs inside Forks High School. Subcontractor will procure remotely operated underwater vehicle parts and motors for use in the existing ROV club program and competitions. Subcontractor will also conduct up to seven student field trips in in support of marine education. Task 1 — Water Bottle Filling Stations Subcontractor will install and provide student access to two water bottle filling station units to be supplied by Jefferson County (Elkay EZS8WS or similar — indoor use only) by June 1, 2017 in its school facilities. Subcontractor will also display two educational signs in close proximity of the filling stations. The signs will be provided by Jefferson County and their contents developed in partnership with Subcontractor. Cost: $0 Deliverables: 1 a) Photos of installed water bottle filling station units and signs. (June 15, 2017) lb) Completion of the portions of the WDFW Final Report Form that apply to this project (attached to this agreement). (June 15, 2017) Task 2 — ROV "Angel" motor kits and accessories QVSD will procure motor kits and accessories and incorporate into the existing ROV educational program. Cost: $750 Deliverables: 2a) List and photos of ROV materials procured. (June 15, 2017) 2b) Completion of the portions of the WDFW Final Report Form that apply to this project (attached to this agreement). (June 15, 2017) Task 3 -- Support for Transportation to Beaches Subcontractor will provide 5-7 trips for students and teachers to area beaches for the purposes of marine education. Cost: $1,300 Deliverables: 3a) List of field trips funded through this grant and photos taken at the beach. (June 15, 2017) Page 6 of 9 tuilla ute Valley School District —Water Bottle Filling Stations ROVs Field Trip Transportation 2017 3b) Completion of the portions of the WDFW Final Report Form that apply to this project (attached to this agreement). (June 15, 2017) Page 7 of 9 villa ute Valley School DistrIct — Water Bottle Filling Stations ROVs Field Trip Transportation 2017 BUDGET Category Detail NPC MRC contributions AVSD In-kind Installation of filling Salaries/Ben. $0 $0 Provided by Jefferson stations and signs_ 2 water bottle filling stations and signs County with WDFW funds (supplies) "Angel" ROV motor kits and accessories Equipment to be returned to WDFW at end of grant and Supplies period $750 (cash) $0 Travel Buses for 6-7 trips $1,300 (cash) $0 Fees _ None $0 $0 Total NPC MRC Cost $2;050.00 (cash) Page 8 of 9 uilla ute Val ley School District Water Bottle Fill in Stations ROVs Field Trip Trans ortation 2017 Exhibit B: WDFW Final Renort Form Page 9 of 9 Project Title: M RC: Project Leader's Name: WDFW Contract #: Has this project been completed? Yes ❑ Ongoing Project ❑ If no, describe below the reasons why this project wasn't completed by the deadline: Project Funds Awarded: $ Project Funds Spent: $ If any funds weren't spent, please explain why below: Was any inventoriable equipment purchased with your MRC funds for this project? Yes ❑ No ❑ If you did purchase any inventoriable equipment, you will be contacted about returning the equipment to WDFW or to discuss the possibility of a loan agreement to allow continued use of the equipment. Have all Volunteer Registration Forms been turned in? Yes ❑ No ❑ Have all Volunteer Timesheets been turned in? Yes ❑ No ❑ Have all reimbursement requests been turned in? Yes ❑ No ❑ Please submit any remaining volunteer registration forms, volunteer timesheets, and reimbursement requests with this report. How many total volunteer hours were used on this project? Please describe the accomplishments of the project below: How did the public and/or fish and wildlife benefit from your project's activities? Please list the names of any WDFW personnel that provided assistance to your project: Use the space below to provide comments about your experience with the Coastal MRC Program or describe your ideas for program improvement: The information provided in this report will be included in the annual report to the governor and the appropriate committees of the legislature. This report will also be made available to all grantees, the Fish and Wildlife Commission, the Director of WDFW, WDFW's Executive Management Team and other personnel within WDFW as well as the general public (via our webpage). Please send photographs of project activity (with photographer's full name) as an e-mail attachment to: 0essi,doerpinghaus@dfw.wa,g2v (for possible use in the report). The information that you provide in this report may be used in evaluating future Coastal MRC project proposals. Name (if sending electronically) or Signature (if sending hard copy): Date: Send completed final reports to the program coordinator: jessi.doerpinghaus@dfw.wa.gov Or WDFW ATTN JESSI DOERPINGHAUS 48 DEVONSHIRE ROAD MONTESANO, WA 98563