Loading...
HomeMy WebLinkAboutCAG2024-325 - Original - Janelle Hawes - Community Immersion Law Enforcement Program - 7/1/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: For Approvals,Signatures and Records Management Dir/Dep: KEN T This form combines&replaces the Request for Mayor's Signature and Contract Cover (Optional) WASHINGTON Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Sara Wood Mayor's Office Date Sent: Date Required: 0 07/02/2024 7/9/2024 CL Authorized to Sign: Date of Council Approval: CL Q MMayor or Designee N/A Budget,Account J�umbe[. Grant? Yes �/ NoF1 Budget? Yes�No Type: State Vendor Name: Category: Janelle Hawes - UW Researcher Contract Vendor Number: Sub-Category: Original 0 Project Name: 2024 CILEP Grant Project Evaluation oProject Details: This is the contract with Janelle Hawes who will conduct the evaluation of C Kent PD's Community Immersion Program. This work is paid for by the grant funding from the Washington State Department of Commerce. C Basis for Selection of Contractor: AgreementAmount: 40�QQQ Other E *Memo to Mayormust be attached Start Date: 7/1/2024 Termination Date: 9/30/2024 a� Q Local Business? Yes C NO* lfineets requirements per KCC3.70.100,please complete'VendorPurchase-Local Exceptions"form onCilyspace. Business License Verification:In Yes I n-Process[4 Exempt(KCC 5.01.045) Notice required prior to disclosure? Contract Number: EleswiNo CAG2024-325 Comments: 1A 3 Just need Mayor Ralph's signature to fully execute the contract. c c c 3 o°c a, oc Date Received:City Attorney 7/2/24 Date Routed:Mayor's Office7/3/24 City Clerk's Office7/3/24 ad«w22373 1 20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20210513 7 1#0�0�. �FIKCNT W-HINGTON CONSULTANT SERVICES AGREEMENT between the City of Kent and ]anelle Hawes - Research and Evaluator THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Janelle Hawes - Researcher and Evaluator employed by the University of Washington, organized under the laws of the State of Washington, located and doing business at 3137 Sylvia Blvd. S. Lakewood, WA 98499, 260-413-0598 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. The Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: Conduct a program evaluation of the Community Immersion for Law Enforcement Program (CILEP) building upon previous evaluation and research conducted providing a formal evaluation report at the conclusion of the project assessing program effectiveness at building sustained partnerships between Kent PD, law enforcement officers, and the community based organizations CILEP partners with. Scope of work and timeline of deliverables are attached as Exhibit A with this contract. Contractor acknowledges that the services provided pursuant to this Agreement are funded by the Washington Department of Commerce under Contract Number F22-34440-506 ('Commerce Contract"), attached and incorporated as Exhibit C, and understands that all services must be provided in compliance with the terms of such contract. As the City's subcontractor, Contractor agrees to be bound by all applicable terms of the Commerce Contract. The Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. The Consultant shall complete the work described in Section I by September 30, 2024. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed $40,000, for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. C. Card Payment Program. The Consultant may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Consultant. If the Consultant voluntarily participates in this Program, the Consultant will be solely responsible for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which the Consultdnt's services under this Agreement will be performed! C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of the Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. FORCE MA]EURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Consultant shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Consultant due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Consultant to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Consultant to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. VII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the ,Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Consultant shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. VIII. INDEMNIFICATION. The Consultant shall defend, Indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. 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 Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and the Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then the Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. Contractor specifically agrees that the Department of Commerice and the State of Washington are not liable for claims or damages arising from Contractor's performance of this Agreement. The provisions of this section shall survive the expiration or termination of this Agreement. CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) IX. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. X. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to the Consultant for the purpose of completion of the work under this Agreement. XI. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. The Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The City's use or reuse of any of the documents, data, and files created by the Consultant for this project by anyone other than the Consultant on any other project shall be without liability or legal exposure to the Consultant. XII. CITY'S RIGHT OF INSPECTION. Even though the Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XIII. WORK PERFORMED AT CONSULTANT'S RISK. The Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Consultant's own risk, and the Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or• altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: CITY OF KENT: Print Name: Jaanelle Hawes Print Name: Dana Ralph Its Its Mayor DATE: 7/1/2024 DATE: 07/04/2024 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Janelle Hawes Sara Wood 3137 Sylvia Blvd. S. City of Kent Lakewood, WA 98499 220 Fourth Avenue South 260-413-0598 (telephone) Kent, WA 98032 jmhawes@uw.edu (email) (253) 856-5856 (telephone) swood@kentwa.gov (email) APPROVED AS TO FORM: � Kent Law Department ATTEST: L;u kwk Kent City Clerk [In this field,you may enter the electronic filepath where the contract has been saved] CONSULTANT SERVICES AGREEMENT - 6 (Over$20,000) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; EEO COMPLIANCE DOCUMENTS - 3 xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. By:For: Title: Researcher Date: 7/1/2024 EEO COMPLIANCE DOCUMENTS - 4 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 5 Exhibit A - Sg9pe of Eval4iative Work and Timeline The CILEP evaluation will be based on quantitative and qualitative data collected using various tools to ensure alignment with the JAG program criteria. Qualitative interviews with CILEP program stakeholders, implementers, and participants (police recruits) will be conducted by the researcher. Weekly reports will be written by recruits and mentors during CILEP placements. In addition to weekly reports, a post-placement survey of recruits will also be conducted. A multi-prong evaluation tool will be utilized to measure the outcomes of the program and a quarterly progress report will be generated outlining the successes and shortcomings for this project. An overall evaluation will be completed using several research-based methods as determined by the contractor who will be doing the evaluative work. The overall evaluation process will be monitored by the project team. A comprehensive and formal evaluation is budgeted and will be completed for this project to evaluate impact and outcomes incorporating the overall mission of the JAG Innovation Fund. In addition to a formal evaluation, recruits participating in CILEP will be required to provide a weekly report detailing meeting learning goals. These weekly reports will also be used for the formal evaluation of the project. Participating CBO mentors will provide a monthly summary detailing the recruit/mentee milestones and lessons learned throughout their interactions. A final report/survey will be completed by the CBO executive director/staff member assigned to the CILEP project to assess effectiveness. All members of this CILEP program will be made available to the researcher for the overall evaluation. The evaluation will assess design of the CILEP program, JAG Innovation Fund mission, and implementation. The project team will be responsible for ensuring weekly reports are completed and will maintain them for the formal evaluation process. A survey will also be developed to address five primary issues: beliefs about cross- cultural interactions involving police, support for diversity training and cultural competence, multicultural awareness and attitudes, beliefs about racially biased behavior, and knowledge regarding cultures and resources in the community. These topics were identified as important by stakeholder groups in the community during the pilot year. Outcomes and work performed for this project will be provided to the Department of Commerce monthly or quarterly as determined by the project agreement. A formal evaluation report will be available and published at the completion of this project and results will be shared with interested parties. Evaluation project Tim4line May 2024 Finalize contract between City of Kent and UW for evaluations and research for this project. Researcher begins evaluation work, complete and submit rant quarterly report for project work. June 2024 Researcher continues evaluation work. July 2024 Researcher will interview recruits who completed CILEP after recruits complete BLEA and before they begin Field Training to help to assess CILEP short term outcomes, complete and submit grant quarterly report for project work performed between April - June 2024 August 2024 Researcher finalizes evaluation -process for this project, complete and submit grant quarterly report for prqLect work performed. September Evaluation completed and findings given to CILEP project 2024 coordinator/Assistant Chief over the CILEP project, CILEP project presentation to Kent Police administration, City of Kent Mayor, City Council Members and other stakeholders, final report completed and provided to Department of Commerce Exhibit B Insurance Requirements Insurance Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, their agents, representatives, employees, or subcontractors. ' A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Consultant may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on ISO form CA 00 01, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Workers' Compensation coverage for the employees of Consultant and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: Commercial General Liability_ insurance shall be written with limits no less than $1:,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. a/. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. If the Consultant maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The Consultant's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Consultant's insurance policies and shall not contribute to the Consultant's insurance policies. 2. Consultant's insurer must deliver, or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Consultant's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Consultant's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Consultant must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as an additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. ' Verification of Coverage Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. The City waives no rights, and the Consultant is not excused from performance if Consultant fails to provide the City with a copy of the endorsement naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Consultant. Exhibit C DocuSign Envelope ID:07BBA411-E540.47FE-8B03-F26C42B591613 #1 Washington State �' . Department of Commerce Federal Interagency Agreement With City of Kent through Office of Firearm Safety & Violence Prevention — Community Safety Unit Contract Number: F22-34440-506 For Building program capacity of the Community Immersion Law Enforcement Program in the Kent Police Department enhancing community collaborations and expanding program delivery. Dated: Sunday, October 15, 2023 DocuSign Envelope ID:D7B6A411-E540-47FE-8B03-F26C42B5916B d W.valuq:.r.tiL.lr OslAr!n.nd nl l will114 111 Table of Contents TABLEOF CONTENTS... ......................................•......................,...................................................................,.... 2 FACESHEET ................................................................................................... SPECIAL TERMS AND CONDITIONS................................................................ ....................................................4 1. AUTHORITY.................................................•,...............•..................................................•...............................4 2 ACKNOWLEDGEMENT OFFEDERALFUNDING....................••••••.............................................I........ 3• CONTRACT MANAGEMENT................................-....,....................•...•.......•...............•.....,.,..........................4 4• COMPENSATION...................................................................................................................... 4 5. SUBCONTRACTOR DATA COLLECTION............................................................................................................. 6. INDIRECT COSTS............................... ...................................................................... ..........,...•...,.....,...........4 7. BILLING PROCEDURES AND PAYMENT............................................................................................................5 8. AUDIT................•..•.•...................................................................................... 6 9. FRAUD AND OTHER LOSS REPORTING......................................•.........•.................. 10. DEBARMENT........................................•...............•.•.................•..................... ...,.......,.......,•.••...•... 7 11. INSURANCE......,:............................................................................................. ......,......,...,..........•.. 7 12. ORDER OF PRECEDENCE......... .......................... ...............................................I...... ....... GENERAL TERMS AND CONDITIONS.............................................•......................................................................8 1. DEFINITIONS............................................................................................................................... ................9 2. ALL WRITINGS CONTAINED HEREIN............................•.................................."................•......... .,.. 3. AMENDMENTS...................................................•............................................ .......•.......................,...............9 4. ASSIGNMENT.............................................................................................................. 9 5, CONFIDENTIALITY AND SAFEGUARDING OF INFORMATION......................................................................... 6, COPYRIGHT....................... ..........................................................................................................................10 7. DISPUTES......................•...........•................................................................................ .. ....................10 8. GOVERNING LAWANDVENUE .....•......•...........................•••....... ... 9• INDEMNIFICATION ......................................10 10. LICENSING,ACCREDITATION AND REGISTRATION...........................••............•.•...."•"• ..............10 11. RECAPTURE......................................................,....................................................................•..........•............101 12. RECORDS MAINTENANCE...................•............................•.......•........................•....•.........,...........•.•.............11 13, SAVINGS...................................................................................................... •.,.........,... ......,..,..•..................11 14• SEVERABILITY.................................•..•.............•..........•....,...•...........................•.............. 11 15. SUBCONTRACTING................................................................-"....................................... ... 16 SURVIVAL................................................,............................... ..,................,..................,...............,...............12 17. TERMINATION FOR CAUSE......................................................................... .......•........ 12 18. TERMINATION FOR CONVENIENCE.....................,....................................,_.I.............................,. ....... ......12 . 19. TERMINATION PROCEDURES...............................,.........................................................•.......•.....•...•.. 20. TREATMENT OF ASSETS.............................................................,.............................,.....•................... ..........1........•...13 21. WAIVER...............................................................,............................................... ..• ATTACHMENTA:SCOPE OF WORK....................................................................................................................15 ATTACHMENTB.BUDGET..............................................................................................................................28 Page 2 of 19 DocuSign Envelope ID:D7B8A411-E540-47FE-8B03-F26C42B5916B It•Ial",�r�l,d Face Contract Number: F22-34440-506 Community Services Division-Community Safety Unit ❑Subrecipient Justice Assistance Grant(JAG)Innovation Fund ®Contractor 1.Contractor 2.Contractor Doing Business As(as applicable) City of Kent Mailing Address-220 411 Ave S, Kent,WA 96032 3.Contractor Representative 4, COMMERCE Representative Sara Wood Anica Stieve 1011 Plum St. SE Community Education Coordinator, Kent Police JAG Program Manager Olympia,WA 98504 Department 360-890-6199 (253)856-5856 Anlc a'Slieve@commerce wg.A4v o d ken a. ov 6. Funding Source 7.Start Date 8. End Date 5.Contract Amount g 10/15/2023 9/30/2024 $110,000 Federal: 0 State: ❑ Other:❑ NIA:❑ ALN Indirect Rate 9. Federal Funds(as applicable) Federal Agency: De Minimus 10% $110,000 Department of Justice 16.738 10.Tax ID9 11.SVVV# 12. UBI# 13.UEI# 91.6001254 SWV0000552 173-000-002 GALJSHR62EM6 14.Contract Purpose To build program capacity of the Community Immersion Law Enforcement Program in the Kent Police Department by enhancing community collaborations and expanding program delivery. COMMERCE, defined as the Department of Commerce, and the Contractor,as defined above,acknowledge and accept the terms of this Contract and attachments and have executed this Contract on the date below to start as of the date and year referenced above.The rights and obligations of both parties to this Contract are governed by this Contract and the following other documents incorporated by reference Contractor Terms and Conditions including Attachment"A"-Scope of Work Attachment"B"-Budget FOR CONTRACTOR FOR COMMERCE iOooupipnedby:Dana Raiph, Mayor y Ouertl`( d' arson,Assistant Director 11/14/2023 1 8:3Z AM PST Signature Date 11/08/2023 APPROVED AS TO FORM ONLY Date BY ASSISTANT ATTORNEY GENERAL APPROVAL ON FILE Page 3 of 19 DocuSign Envelope ID:D713BA411-E540 47FE•BB03-F26C42B5918B Id�Wn:7.a Mr i.0••I,Nr R•if.r•ue•H ul C(HIIIIWRIC Special Terms and Conditions 1. AUTHORITY COMMERCE and Contractor enter into this Contract pursuant to the authority granted by the Interlocal Cooperation Act,Chapter 39.34 RCW, 2. ACKNOWLEDGEMENT OF FEDERAL FUNDING Federal Award Date: 10/1)20; 10/1/21 Federal Award Idehtification Number (FAIN): 15PBJA-21-GG-00291-JAGX; 15PBJA-22-GG- 00610-JAGX Total amount of the federal award: $3,644,335; $3,721,562; The Contractor agrees that any publications(written, visual, or sound) but excluding press releases. newsletters, and issue analyses, issued by the Contractor describing programs or projects funded in whole or in part with federal funds under this Contract, shall contain the following statemdnls "This project was supported by Grant No 15PBJA•2.1-GG-00291-JAGX; 15PBJA-22-GG-00610- JAGX awarded by Office of Justice Programs (OJP) Department of Justice (DOJ). Points of view in this document are those of the author and do not necessarily represent the official position or policies of the Department of Justice. Gran: funds are administered by the Community Safely Unit, Washington State Department of Commerce" 3. CONTRACT MANAGEMENT The Representative for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Contract. The Representative for COMMERCE and their contact information are identified on the Face Sheet of this Contract. The Representative for the Contractor and their contact information are identified on the Face Sheet of this Contract. 4. COMPENSATION COMMERCE shall pay an amount not to exceed$110,000 for the performance of all things necessary for or incidental to the performance of work as set forth in the Scope of Work. 5. SUBCONTRACTOR DATA COLLECTION Contractor will submit reports, in a form and format to be provided by Commerce and at intervals as agreed by the parties,regarding work under this Contract performed by subcontractors and the portion of Contract funds expended for work performed by subcontractors, including but not necessarily limited to minority-owned, woman-owned. and veteran-owned business subcontractors Subcontractors"shall mean subcon,.ractors of any tier. 6. INDIRECT COSTS Contractor shall provide their indirect cost rate that has been negotiated between their entity and the federal government. If no such rate exists a de minimis indirect cost rate of 10%of modified total direct costs(MTDC)will be used. 7. BILLING PROCEDURES AND PAYMENT COMMERCE will pay Contractor upon acceptance of services provided and receipt of properly completed invoices, which shall be submitted to the Representative for COMMERCE on a monthly Page 4 of 19 DocuSign Envelope ID:D7B8A411-E540-47FE-8B03-F26C42B5916B of VhrJi�u�iy5l,dc Ihy�"nu•nl•.. basis through the Secure Access Washington (SAW) portal. If contractor is billing monthly, the last monthy t be reimbursed thout receipt of the coinciding required quartelrlyl report invnvoice of oices es and quarterly e quarter may oreports are due on tlhe 20"of the month following the end of the previous month or quarter 1 he invoices shall describe and document, to COMMERCE's satisfaction, a description of the work performed,the progress of the project, and fees The Invoice shall include the Contract Number F22- 34440-501. If expenses are invoiced, provide a detailed breakdown of each type. A receipt must be retained by the contractor to document any single expenses in the amount of $50,00 or more; commerce may request this documentation during contract monitoring activities.A copy of a General Ledger(G/L) report from the contractor detailing all expenses billed to this contract on the quarterly invoice will accompany each invoice in order to receive reimbursement. Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Contractor. COMMERCE may,in its sole discretion,terminate the Contract or withhold payments claimed by the Contractor for services rendered if the Contractor fails to satisfactorily comply with any term or condition of this Contract. No payments in advance or in anticipation of service's or supplies to be provided under this Agreement shall be made by COMMERCE. Invoices and End of Fiscal Year Invoices are due on the 201h of the month following the provision of services. Final invoices for a state fiscal year may be due sooner than the 20th and Commerce will provide notification of the end of fiscal year due date ram the beginning of the contract through September The Contractor must Invoice for all expenses f 30,2024 regardless of the contract start and end date nunlication of pilled Costs The Contractor shall not bill COMMERCE for services performed under this Agreement, and COMMERCE shall not pay the Contractor, if the Contractor Is entitled to payment or has been or will be paid by any other source, including grants, for that service. Disallowed Costs The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subcontractors. OMMERCE may, in its sole ceptance by COMMERCE of the finalld ten the project,cent (10%) from each payment until etc.). acceptance 8, AUDIT If the Grantee is a subreciplent and expends$750,000 or more in federal awards from any andlor all sources in any fiscal year,the Grantee shall procure and pay for a single audit or a program-specific audit for that fiscal year Upon completion of each audit,the Grantee shall: Page 5 of 19 DocuSign Envelope ID:07B8A411-E540-47FE-BB03-F26C42B59160 (4,J�•pue01 nl t'cant►x�tYx� A. Submit to COMMERCE the reporting package specified in Uniform Guidance 2 CFR 200, reports required by the program-specific audit guide (if applicable), and a copy of any management letters issued by the auditor. B. Submit to COMMERCE follow-up and developed corrective action plans for all audit findings. If the Grantee is a subrecipient and expends less than $7b0,000 in federal awards from any and/or all sources in any fiscal year,the Grantee shall notify COMMERCE they did not meet the single audit requirement. The Grantee shall send all single audit documentation to the Federal Audit Clearin-hg Dues. 9. FRAUD AND OTHFR LOSS REPORTING Contractor shall report in writing all known or suspected fraud or other loss of any funds or other property furnished under this Contract immediately or as soon as practicable to the Commerce Representative identified on the Face Sheet. 10. DEBARMENT A. Grantee, defined as the primary participant and it principals, certifies by signing these General Terms and Conditions that to the best of its Knowledge and belief that they 1. Are not presently debarred,suspended, proposed for debarment,declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. ii. Have not within a three-year period preceding this Grant, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public or private agreement or transaction, violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, receiving stolen property, making false claims,or obstruction of justice, Ill. Are not presently indicted for or otherwise cr(mmaliy or civilly charged by a governmental entity(Federal,State,or local)with commission of any of the offenses enumerated in paragraph;1)(b)of federal Executive Order 12549,and Iv. Have not within a three-year period preceding the signing of this Grant had one or more public transactions(Federal, State, or local)terminated for cause of default. B. Where the Grantee is unable to certify to any of the statements in this Grant, the Grantee shall attach an explanation to this Grant C. The Grantee agrees by signing this Grant that it shall not knowingly enter into any lower tier covered transaction with a person who is debarred suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by COMMERCE D. The Grantee further agrees by signing this Grant that it will include the clause titled ,,Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," as follows, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions: LOWER TIER COVERED TRANSACTIONS -The lower tier Grantee certifies,by signing this Grant that neither it nor its principals Is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Page 6of19 DocuSign Envelope ID:D78BA411-E540-47FE-8B03•F26C42B5918B r�W"wJ..�vs-dv nr�a"oval nl (,1 H I I I111`I'f'l' ii. Where the lower tier Grantee is unable to certify to any of the statements in this Grant,such contractor shall attach an explanation to this Grant, E. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, person, primary covered transaction, principal,and voluntarily excluded,as used in this section,have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12649, Grantee may contact COMMERCE for assistance in obtaining a copy of these regulations. 11. INSURANCE Each party certifies that it is self-insured under the State's or local government self-insurance liability program,and shall be responsible for losses for which it is found liable. 12. ORDER OF PRECEDENCE In the event of an inconsistency in this Contract, the inconsistency shall be resolved by giving precedence in the following order: • Applicable feceral and state of Washington statutes and regulations • Special Terms and Conditions • General Terms and Conditions • Attachment A—Scope of Work • Attachment B—Budget Page 7 of 19 DocuSign Envelope ID:071313A411-E540-47FE-8B03-F26C42B591l6B A� tN r.baw�.rn Sl:rl� nr�YP•uield iA (,1M1111K'I'IY' General Terms and Conditions 1. DEFINITIONS As used throughout this Contract, the following terms shall have the meaning set forth below: A. "Authorized Representative' shall mean the Director and/or the designee authorized in writing to act on the Directors behalf. B.' "COMMERCE"or"Department"shall mean the Washington Department of Commerce. C. 'Contract" or 'Agreement' or "Grant" means the entire written agreement between COMMERCE and the Contractor, including any Exhibits, documents, or materials incorporated by reference E-mail or Facsimile transmission of a signed copy of this contract shall be the same as delivery of an original. D. "Contractor' or "Grantee" shall mean the entity identified on the face sheet performing service(s) under this Contract, and shall include all employees and agents of the Contractor. E. "Modified Total Direct Costs"(MTDC)shall mean all direct salaries and wages, applicable fringe benefits,materials and supplies, services,travel and up to the first$25,000 of each subaward (regardless of the period of performance of the subawards under the award) MTDC excludes equipment, capital expenditures, charges for patient care, rental costs, tuition remission, scholarships and fellowships, participant support costs and the portion of each subaward in excess of$25,000. F. "Personal Information'shall mean Information identifiable to any person,including but not limited to, information that relates to a person's name, health, finances, education, business,use or receipt of governmental services or other activities,addresses,telephone numbers, social security numbers, driver license numbers,other identifying numbers,and any financial identifiers, and "Protected Health Information" under the federal Health Insurance Portability and Accountability Act of 1996(HIPAA). G. "State"shall mean the state of Washington. H. "Subaward" shall mean an award provided by a pass-through entity to a subreeiplent for the subreeipient to carry out part of a Federal award received by the pass-through entity It does not include payments to a contractor or payments to an individual that is a beneficiary of a Federal program A subaward may be provided through any form of legal agreement, Including an agreement that the pass-through entity considers a contract. I. "Subcontractor"shall mean one not in the employment of the Contractor,who is performing all or par; of those services under this Contract under a separate contract with the Contractor. The terms"subcontractor"and"subcontractors"mean subcontractor(s) In any tier. J. Subreciplent" shall mean a non-Federal entity that receives a subaward from a pass- through entity to carry out part of a Federal program; but does not include an individual that is a beneficiary of such program. A subreeipient may also be a recipient of other Federal awards directly from a Federal awarding agency. Page 9 of 19 DoruSlgn Envelope ID:D7136A411-E540-47FE-812103-F26042 6 5 9 1 613 0W,"Jnq:ul'U,A, f111111M`IY:(' 2. ALL WRITINGS CONTAINED HEREIN This Contract contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 3, AMENDMENTS This Contract may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. 4. ASSIGNMENT Neither this Contract, nor any claim arising under this Contract, shall be transferred or assigned by the Contractor without prior written consent of COMMERCE, 5. CONFIDENTIALITY AND SAFEGUARDING OF INFORMATION A. "Confidential Information"as used in this section includes: I. All material provided to the Contractor by COMMERCE that is designated as "confidential"by COMMERCE; ii. All material produced by the Contractor that is designated as "confidential" by COMMERCE; and lili. All Personal Information in the possession of the Contractor that may not be disclosed under state or federal law. H. The Contractor shall comply with all state and federal laws related to the use, sharing, transfer,sale,or disc osure of Confidential Information. The Contractor shall use Confidential Information solely for the ourposes of this Contrart and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of COMMERCE or as may be required by law The Contractor shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer,sale or disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request,the Contractor shall provide COMMERCE with is policies and procedures on confidentiality COMMERCE may require changes to such policies and procedures as they apply to this Contract whenever COMMERCE reasonably determines that changes are necessary to prevent unauthorized disclosures.The Contractor shall make the changes within the time period specified by COMMERCE.Upon request,the Contractor shall immediately return to COMMERCE any Confidential Information that COMMERCE reasonably determines has not been adequately protected by the Contractor against unauthorized disclosure C. Unauthorized Use or Disclosure. The Contractor shall notify COMMERCE within five (5) working days of any unauthorized use or disclosure of any confidential information,and shall take necessary steps to mitigate the harmful effects of such use or disclosure. 6. COPYRIGHT Unless otherwise provided, all Materials produced under this Contract shall be considered"works for hire" as defined by the U S Copyright Act and shall be owned by COMMERCE. COMMERCE shall be considered the author of such Materials. In the event the Materials are not considered"works for hire" under the U S Copyright laws, the Contractor hereby irrevocably assigns all right, title, and Page 9 of 19 DocuSign Envelope ID:D7B8A411-E540-47FE-6B03-F26C42B5916B i rru,r.W.w�ua. per�rtnaaU.d (:INItI1N`I'1'C interest in all Materials, including all intellectual property rights, moral rights,and rights of publicity to COMMERCE effective from the moment of creation of such Materials. "Materials"means all items in any format and includes,but is not limited to,data,reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and/or sound reproductions."Ownership"includes the right to copyright,patent,register and the ability to transfer these rights. For Materials that are delivered under the Contract, but that incorporate pre-existing materials not produced under the Contract, the Contractor hereby grants to COMMERCE a nonexclusive, royalty- free irrevocable license(with rights to sublicense to others)in such Materials to translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display. ]'he Contractor warrants and represents that the Contractor has all rights and permissions,including intellectual property rights, moral rights and rights of publicity,necessary to grant such a license to COMMERCE. The Contractor shall exert all reasonable effort to advise COMMERCE, at the time of delivery of Materials furnished under this Contract,of all known or potential invasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Contract. The Contractor shall provide COMMERCE with prompt written notice of each notice or claim of infringement received by the Contractor with respect to any Materials delivered under this Contract. COMMERCE shall have the right to modify or remove any restrictive markings placed upon the Materials by the Contractor. 7. DISPUTE In the even'that a dispute arises under this Agreement, it shall be determined by a Dispute Board in the following manner: Each party to this Agreement shall appoint one mernber to the Dispute Board The members so appointed shall jointly appoint an additional member to the Dispute Board. The Dispute Board shall review the facts.Agreement terms and applicable statutes and rules and make a determination of the dispute. The Dispute Board shall thereafter decide the dispute with the majority prevailing. The determination of the Dispute Board shall be final and binding on the parties hereto As an alternative to this process, either of the parties may request intervention by the Governor, as provided by RCW 43.17,330, in which event the Governor's process will control 8. GOVERNING LAW AND VENUE This Contract shall be construed and interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County 9. INDEMNIFICATION Each party shall be solely responsible for the acts of its employees,officers,and agents. 10. LICENSING ACCREQITATION AND REGISTRATION The Contractor shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Contract. 11, ECG APTURE In the event that the Contractor fails to perform this Contract in accordance with state laws, federal laws, and/or the provisions of this Contract, COMMERCE reserves the right to recapture funds in an amount to compensate COMMERCE for the noncompliance in addition to any other remedies available at law or in equity. Repayment by the Contractor of funds under this recapture provision shall occur within the time period specified by COMMERCE. In the alternative,COMMERCE may recapture such funds from payments due under this Contract. Page 10 of 19 DocuSlgn Envelope ID:D76BA411-E540-47FE•BB03-F26C4285916B dr wd.bwn�a.0 lJ,UP (�(NIIIIN`IYY' 12. RECORDS MAINTENANCE The Contractor shall maintain books, records, documents, data and other evidence relating to this contract and performance of the services described herein, including but not limited to accounting procedures and practices that sufficiently and properly reflect all direct and indirect casts of any nature expended in the performance of this contract. The Contractor shall retain such records for a period of six years following the date of final payment Al no additional cost,these records,including materials generated under the contract,shall be subject at all reasonable times to inspection, review or audit by COMMERCE, personnel duly authorized by COMMERCE, the Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. If any litigation, claim or audit is started before the; expiration of the six(6)year period, the records shall be retained until all litigation,claims,or audit findings involving the records have been resolved. 13. SAVINGS In the event funding from state,federal, or other sources is withdrawn,reduced,or limited in any way after the effective date of this Contract and prior to normal completion, COMMERCE may suspend or terminate the Contract under the"Termination for Convenience"clause without the ten calendar day notice requirement In lieu of termination, the Contract may be amended to reflect the new funding limitations and conditions. 14. SEVERABILITY The provisions of this contract are intended to be severable.If any term or provision is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of the contract. 15. SUBCONTRACTING The Contractor may only subcontract work contemplated under this Contract if it obtains the prior written approval of COMMERCE. If COMMERCE approves subcontracting,the Contractor shall maintain written procedures relatec to subcontracting, as well as copies of all subcontracts and records related to subcontracts For cause COMMERCE in writing may: (a) require the Contractor to amend its subcontracting procedures as they relate to this Contract; (b)prohibit the Contractor from subcontracting with a particular person or entity, or(c)require the Contractor to rescind or amend a subcontract. Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract The Contractor is responsible to COMMERCE if the Subcontractor fails to comply with any applicable term or condition of this Contract. The Contractor shall appropriately monitor the activities of the Subcontractor to assure fiscal conditions of this Contract. In no event shall the existence of e subcontract operate to release or reduce the liability of the Contractor to COMMERCE for any breach in the performance of the Contractor's duties Every subcontract shall include a term that COMMERCE and the State of Washington are not liable for claims or damages arising from a Subcontractor's performance of the subcontract. 16. SURVIVAL The terms,conditions,and warranties contained in this Contract that by their sense end context are intended to survive the completion of the performance, cancellation or termination of this Contract shall so survive. Page 11 of 19 DocuSlgn Envelope ID:D7B8A411-E540-47FE-8B03-F26C42B5916B N� L7m I mq I'�Ldr f!.•pl'I u•nl d Col 1111 IN,ve 17. TERMINATION FOR CAUSE In the event COMMERCE determines the Contractor has failed to comply with the conditions of this contract in a timely manner,COMMERCE has the right to suspend or terminate this contract. Before suspending or terminating the contract.COMMERCE shall notify the Contractor in writing of the need to take corrective action If corrective action Is not taken within 30 calendar days•the contract may be terminated or suspended. In the event of termination or suspension, the Contractor shall be liable for damages as authorized by law including, but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, e.g , cost of the competitive bidding,mailing, advertising and staff time. COMMERCE reserves the right to suspend all or part of the contract,withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged compliance breach and pending corrective action by the Contractor or a decision by COMMERCE to terminate the contract. A termination shall be deemed a "Termination for Convenience" if it is deterrnined that the Contractor: (1)was not in default, or (2) failure to perform was outside of his or her control,fault or negligence. The rights and remedies of COMMERCE provided in this contract are not exclusive and are, in addition to any other rights and remedies, provided by law. 18. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Contract,COMMERCE may, by ten (10)business days'written notice, beginning on the second day after the malling, terminate this Contract, in whole or in part. If this Contract is so terminated,COMMERCE shall be liable only for payment required under the terms of this Contract for services rendered or goods delivered prior to the effective date of termination. 19. TERMINATION PROCEDURES Upon termination of th s contract, COMMERCE, in addition to any other rights provided in this contract, may require the Contractor to deliver to COMMERCE any property specifically produced or acquired for the performance of such part of this contract as has been terminated. The provisions of the"Treatment of Assets"clause shall apply in such property transfer. COMMERCE shall pay to the Contractor the agreed upon price, if separately stated, for completed work and services accepted by COMMERCE, and the amount agreed upon by the Contractor and COMMERCE for (i) completed work and services for which no separate price is stated, (ii) partially completed work and services. (iii)other property or services that are accepted by COMMERCE, and (iv)the protection and preservation of property,unless the termination is for default,in which case the Authorized Representative shall determine the extent of the liability of COMMERCE. Failure to agree with such determination shall be a dispute within the meaning of the 'Disputes"clause of this contract COMMERCE may withhold from any amounts due the Contractor such sum as the Authorized Representative determines to be necessary to protect COMMERCE against potential loss or liability. The rights and remedies of COMMERCE provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract After receipt of a notice of termination, and except as otherwise directed by the Authorized Representative,the Contractor shall: A. Stop work under the contract on the date,and to the extent specified, in the notice; B. Place no further orders or subcontracts for materials, services,or facilities except as may be necessary for completion of such portion of the work under the contract that is not Page 17 of 19 DocuSign Envelope 10:D7B8A411-E540-47FE-8B03-F26C42B5916B a/i WmJnnp.lul Slab• ll«l11"1lrHrl•11 oMIIII1VIIV terminated; C. Assign to COMMERCE, in the manner, at the times, and to the extent directed by the Authorized Representative, all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case COMMERCE has the right, at its oiscretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts; D. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontractp, with the approval or ratification of the Authorized Representative to the extent the Authorized Representative may require, which approval or ratification shtall be final for all the purposes of this clause; E. Transfer title to COMMERCE and deliver in the manner, at the times, and to the extent directed by the Authorized Representative any property which, if the contract had been completed,would have been required to be furnished to COMMERCE, F, Complete performance of such part of the work as shall not have been terminated by the Authorized Representative;and G. Take such action as may be necessary, or as the Authorized Representative may direct, for the protection and preservation of the property related to this contract,which is in the possession of the Contractor and in which COMMERCE has or may acquire an interest 20. TREATMENT OF ASSETA Title to all property furnished by COMMERCE shall remain in COMMERCE. Title to all property furnished by the Contractor, for the cost of which the Contractor is entitled to be reimbursed as a direct item of cost under this contract, shall pass to and vest in COMMERCE upon delivery of such property by the Contractor. Title to other property,the cost of which is reimbursable to the Contractor under this contract, shall pass to and vest in COMMERCE upon(i)issuance for use of such property in the performance of this contract, or(ii)commencement of use of such property in the performance of this contract, or (iii) reimbursement of the cost thereof by COMMERCE in whole or in part, whichever first occurs. A. Any property of COMMERCE furnished to the Contractor shall, unless otherwise provided herein or approved by COMMERCE, be used only for the performance of this contract. B. The Contractor shall be responsible for any loss or damage to property of COMMERCE that results from the negligence of the Contractor or which results from the failure on the part of the Contractor to maintain and administer lnat property in accordance with sound management practices. C. If any COMMERCE property is lost, destroyed or damaged, the Contractor shall immediately notify COMMERCE and shall take all reasonable steps to protect the property from further damage. D. The Contractor shall surrender to COMMERCE all property of COMMERCE prior to settlement upon completion,termination or cancellation of this contract. E. All reference to the Contractor under this clause shall also include Contractor's employees, agents or Subcontractors. Page 13 of 19 DocuSlpn Envelope ID:0788A411-E540-47FE-8B03-F26C42B59160 \•pai awj.0�'i�.N.• p.t.j.0 utd Go illtwiYxv 2'1. WAIVER Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this Contract unless stated to be such in writing and signed by Authorized Representative of COMMERE I Page 14 of 19 i DocuSlgn Envelope ID:D78BA411-E540.47FE-8B03-F26C42B5916B .01 wain ur,,,,.'Idb• Rel�rtmnA,� Attachment A: Scope of Work JAG Innovation Fund B4kCk0r_Q9D 6,Context; The JAG Innovation Fund is a new initiative within Washington's overall JAG strategy During 2023,the Washington JAG Advisory Committee developed a Strategic Plan to guide the investment of JAG funds across the state.As part of the strategic plan,the JAG Innovation Fund will provide flexibility and broaden the scope of the Impact of the JAG program in Washington communities. JAG Innovation Fund projects are new approaches, or adapted efforts based on lessons learned from existing programs and projects,within communities Innovative projects will offer fresh perspectives in an effort to advance criminal legal system improvement and community health and safety. Projects funded by the JAG Innovation Fund will work at the local, regional or state level to address emerging needs, and implement best practices or new ideas The Intent of the JAG Innovation Fund is provision of resources to new and/or adaptive efforts within the JAG Purpose Areas The JAG Innovation Fund is a key r�ornponent of Washington's JAG Strategic Plan and aligns with Washington's JAG mission of"advancing criminal legal system improvement In Washington state by investing in innovative, sustainable,and data- driven practices to enhance community safety, Increase collaboration and support victims of crime and those Involved In the criminal legal system." Kent Police Department Commu_nl1V Immersion Law En(orc"gym " .nr„r.r�n,tell FP►Backslrou nd& Context CILEP is a unique pre-academy Internship program for newly hired police recruits in Kent,Washington. The first of its kind in the United States, CILEP places newly hired police recruits in local non-profit community agencies in the Kent community. The focus of the program is to help strengthen police- community relationships,with particular attention placed on building relationships between the Kent Police Department and the diverse communities within the City of Kent. In 2021,the Kent Police Department(KPD)launched CILEP as a"pilot'program which was designed collaboratively with input from various stakeholders including many Kent local community members and non-profit leaders. SCOlue of Work Funded by this Contract; In order to expand CILEP, KPD will assign eight newly hired officers to four Community Based Organizations(CEOs) in Kent. KPD recruits will be assigned to work 40 hours a week embedded with the CBO prior to any law enforcement training The recruits will provide community service hours,completing work to support the mission of the CBO providing direct services to clients. Program Imclatrlentatlon and 1MRM : KPD will recruit CBOs for this year's CILEP project beginning In November 2023 with priority given to stakeholder organizations that serve youth and people of color- Once assigned to the CBOs, recruits will complete a minimum of 320 (3 months/12 weeks)community service hours Recruits will be assigned a mentor from within the CBO to help guide the recruit through any work or cultural nuances, such as who in the specific community to communicate with,fear of police, etc Mentors will work to facilitate the discussion and learn:ng goals for the recruit during these meetings A multi-prong evaluation tool will oe utilized to measure the outcomes of the program, recruits will complete weekly reports, and a quarterly progress report will be generated outlining project performance. CILEP program goals include providing officers firsthand experience and in-person engagement designed to ingrain understanding, empathy,compassion, and trust in culturally diverse populations with a longer- term outcome of sustained community-centered law enforcement partnerships Page 15 of 19 DocuSign Envelope ID:D7BSA411-E540-47FE-8B03-F28C42B5916B DvrAr'u,�d n! ( (NIl11N`IYY` Collab oration: As a member of the JAG Innovation Fund cohort,the Contractor may be required to attend in person or virtual collaboration meetings at the request of Commerce up to twice during the contract performance period. Subcontractors: CILEP Evaluation -A professional researcher will conduct the CILEP evaluation fhe researcher will significantly expand on the previous evaluation of this program from the pilot year by analyzing longer- term outcomes with all recruits who have graduated from CILEP.A preliminary report from the continued CILEP evaluation will be delivered to KPD KPO will follow procurement policies and guidelines to Identify the subcontractor for this work Funds for subcontracting are included in this contract budget. Participating CEOs-Contracts will be entered into with each of the community-based organizations CILEP recruits are assigned to. We anticipate eight community organizations during the fiscal year of this grant. KPD will execute a subcontract with each of these CBOs, contracts will include a scope of work and$5,000 budget. Each contract process will follow City of Kent procurement policies and all applicable regulations and requirements in this contract. KPD will submit copies executed subcontracts to Commerce. Goals: During the 2023-2024 funding period. CILEP has the following goals: 1. Provide officers firsthand experience and in-person engagement designed to ingrain understanding,empathy•compassion,and trust training partnerships with community stakeholders 2. Develop community-centered law enforcement who serve our diverse community members 3. Provide officers with one-on-one guidance and ongoing mentorship from community leaders who represent our BIPOC community 4. Forge life-long personal relationships between officers and community members 5. Strengthen communication between the Kent Police Department and our community members to enhance police and community relationships. _outcomo*and Performance Measures:During the 2023-2024 funding period, CILEP will measure the following outcomes: 1. Total number of recruits participating in the program during the performance period 2. Number of weekly reports generated by recruits 3. Number of quarterly reports generated during the performance period 4. Total number of community service hours completed(320 per participating recruit)during the performance period 5. Number-of new CBO partnerships established during performance period Reporting Reaulrements: In order to comply with reporting requirements for federal funding,the contractor will comply with COMMERCE and BJA on the collection of required performance measurement data.The Contractor will complete the required reports using the BJA Performance Measure Tool(PMT)online platform. It is required to select and report on all accountability measures that pertain to JAG-funded activities. Contractor is responsible for entering data and creating reports within the PMT on a quarterly basis. Report within the PMT. (See 0ps:1/bft mt o1p aoylhelelia4docs.hlml).For this contract,the contractor will report performance measures based on the Lew Enforoement reporting template(JUSTICE �o..�on�� e�rnt wraau ITY MEASURES OCTOBER 2015(o o.A4v)). PGSIgTANQE GBAN rr� Page 16 of 19 DocuSign Envelope ID:D79BA411-E540-47FE-BB03-F26C4286918B CV! 0.•���tn.N o� <NIIIIWITV The Contractor may also be required to enter several performance data metrics Into Commerce's Contract Management System(CMS)with submission of their monthly billing Invoice. Page 17 of 19 I i I � DacuSign Envelope IU:07BBA41 I-E54i1-47FE-BB03-F26C4285916B Wrylrevj.,:n tu.m, IteIk :•uvdaf (:rN1UTICIxv Attachment B: Budaet -Progum 8trdytl Fundln trlod OotoLot IS.7.07.3 -8e ttr.rber 30.20?4 A eno Name: Kent POYae Olt ar.raant Pro ram Name: omt.wnN Immarslon Low Enfowtrnent Pro am r:.rr,.,.ua Number F22-74440-506 Amau I t 6 Fund 9ou.0e Other I Other Other Fund SOU.Oe Total Project Item Funding Fund Fund PET1SONNEL SERVICES t t 5alares(Full-&Part-Ttmol N.,:on,-el 13t'.1.t. - UO AL P TE NNEI f GOOr1S a SERVICES Office Su lies t 20.900.Oi 20.O i f f 3 170.00 at u Su fes f $ t E u, e x 6000,00 antand$ubooruractod s 9J,Ci• f - T S t S f f t At.:omehlahw ease - NmInalk 00alivIM s T S _ e Insu•x.ac � - s � � t - tntalt - Rtntals-E meat t F f - E 10.000.o Tavel = f f italnn f ; t firl,r,M,;c En hdlrtc<BrAdn+WsuNI.M rtf = i f S Ito. 0 .fill O LE 1 IIdertOYNspecificlundingsouroesincludedunderthe at.)poraenySupplles-IterrizabeloC "Othtr-co1umn(s)above: S 70,000.00 = L s Icr ollbtrt t T - _ g - l t - ota) t - oral i 20.000.00 'Equpmont-Itamiee belo.N Consultant and Subconuactad Services-Ilemiz=below 0000 c.....rr.t..w.r.,r..:.c......vtt.nw.. f 40000.00 t t f S Total t - I or al It 00.000.00 r - G avo!-presentations un CILEP m t $ lu•000.00 f e f t S _ Total f In,non D0 (nrnl t Page 18 of 19 DocuSign Envelope ID:071918A411-E540-47FE-8B03-F28C428591813 f.Y.r'w•nr d (�INllllll`IY'C The Contractor may vary from the approved distribution of funds by shifting up to ten percent(10%)of the total awarded funds between categories of expense Contractor will contact the Commerce Program Manager for approval prior to shifting funds in this way.This authority to shift funds is limited by the following:grant funds may not be shifted into zero budgeted categories of expense except Benefits,and any shifts made may not constitute a significant change to the Scope of Work(Attachment A) Page 19 of 19 DocuSign' Certificate Of Completion Status:Completed Envelope Id:D78BA411E54047FE8B03F26C42D5016B Subject:Please DocuSign:Commerce ContrecOF22.34440-506_CSU Division: Community Services and Housing Program:CSU ContraclNumber:F22-34440-506 DocumentType:Contract Source Envelope: Envelope Originator: Document Pages:21 Signatures:1 Initials:3 Chelsea King Certificate Pages:2 1011 Plum Street SE AutoNav:Enabled MS 42525 Envelopeld Stamping:Enabled Olympia,WA 98504-2525 Time Zone:(UTC•OB 00)Pacific Time(US&Canada) chats ea.king@ corn merce,wa,gov IP Address: 198.180.5.69 Record Tracking Location:DocuSign Status:Original Holder:Chelsea King 1 111 312023 1:17A9 PM chelsea.king®commerce,wa.90v Security Appliance Status:Connected Pool:StateLo09I Storage Appliance Status:Connected Pool:Washington Slate Department of Commerce Location:DocuSign Signature Timestamp Signer Events ns Sent:11/1312023 1.19:54 PM Anica Stleve Viewed:1111312023 1:24:51 PM anica.stieve®commerce-wa,gov Signed:1111 3/2023 1 14:54 PM Security Level:Email,Account Authentication (None) Signature Adoption:Pre-selected Style Using IP Address: 147 55,149 186 Electronic Record and Signature Disclosure: Not Offered via DocuSign os Sent:11113/2023 1:24:56 PM Abigail Snyder Viewed:1111312023 1:25:22 PM abigail Snyder®commerce,wa.gov Signed:1111312023 1:26:26 PM Security Level:Email,Account Authentication (None) Signature Adoption:Pre-selected Style Using IP Address:147.65.134 65 Electronic Record and Signature Disclosure: Not Offered via DocuSign Sent: 1111312023 1:20:27 PM Kate Kelly Viewed:11113/2023 1:35:29 PM kate.kelly@commerce.wa,gov —//-' Signed: 1 111 3/2023 1:36:01 PM Security Level:Email,Account Authentication (None) Signature Adoption:Uploaded Signature Image Using IP Address:198,239.10.182 Electronic Record and Signature Disclosure: Not Offered via DocuSign Docu3inn Envelope 10:07BBA411-E540-47FE-aB03-F2BC42B5918B •!�. Washington State Department of DocuSign Contract Review and Routing Form ('ommcrcc Office of Firearm Safety and Violence Prevention—Community Safety Unit Type of Action: New Contract/Grant ® Amendment❑ IAG Federal® State❑ Contractor/Grantee Name: Kent Police Department Contract/Grant Number: F22-34"0-506 Term: 10/15/2023 to 9/30/2024 Review by: Name Initial/Oats: Contract Manager Anica Stieve 11/13/2023 1 114 PM PST Portfolio Manager Abigail Snyder as 11/13/2023 1 1 26 PM PST 11/13/2023 I 1 36 PM PST Executive Director Kate Kelly Updated 1/6/2023 I ` I Signer Events Signature Timestamp Cindy Guertin-Anderson ° Sent:11/13/2023 1:36:03 PM cndy,guertin-anderson®commerce.we.gov I°tl'rG^"d " Viewed:11114/2023 8:31:36 AM Assistant Director,Commerce ce.XVA....... Signed:11/14/2023 8:32.34 AM Security Level:Email,Account Authentication (None) Signature Adoption:Pre-selected Style Using IP Address:198.239 10.239 Electronic Record and Signature Disclosure: Not Offered via DocuSign In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 11/1312023 1:19-54 PM Certified Delivered Security Checked 11/14/2023 8:31:35 AM Signing Complete Security Checked 11114/2023 8:32,34 AM Completed Security Checked 11/14/2023 8:32:34 AM Payment Events Status Timestamps WCOMPLIANCE & RISK SERVICES UNIVERSITY of WASHINGTON EVIDENCE OF GENERAL LIABILITY COVERAGE Regarding: City of Kent from 3/16/24 to 12/31/24. Covered Entity: The University of Washington—School of Social Work & Criminal Justice Policy Period: 07/01/2023 to 06/30/2024 Limits: $1,000,000 per occurrence/ $3,000,000 aggregate Policy Number: Not applicable; this is a statutorily self-insured program Form: Claims-Made Conditions: Coverage applies to the negligent acts or omissions of the University of Washington and its employees, students, and agents acting in the course and scope of their University duties pursuant to RCW 2813.20.250 et seq. The term "agent" includes volunteers to authorized University programs. Contact: RMCerts@UW.edu Date Issued: March 19, 2024 Box 354964 4300 Roosevelt Way NE,Seattle,WA 98195 206.543.3659 rmcerts@uw.edu