HomeMy WebLinkAbout6.g. Executive of a Contract for Professional Services in Connection with the Statewide Health Improvement Program (SHIP)AGENDA ITEM: Execution of a Contract for Professional
Services in Connection with the
Statewide Health Improvement
Program (SHIP)
AGENDA
SECTION:
V 1���t
PREPARED BY: Jason Lindahl, A.I.C.P.
Planner
AGENDA NO. 6_
r
ATTACHMENTS: Contract for Professional Services In
Connection with SHIP Program, Memo
from ISD 196 approving contract
APPROVED BY:
0a1
RECOMMENDED ACTION: Motion to authorize the execution of the Contract for
Professional Services in Connection with SHIP Program.
4 ROSEMOUNT EXECUTIVE SUMMARY
City Council Meeting:
CITY COUNCIL
May 3, 2011
SUMMARY
This item was initiated by staff to secure grant funds for pedestrian and bicycle improvements in
cooperation with Shannon Park Elementary and Rosemount High Schools. Staff recommends the
City Council approve the attached Contract for Professional Services in Connection with the State
Health Improvement Program (SHIP) between the City and Independent School District 196. This
agreement was prepared by the City Attorney and approved by School Board on April 25, 2011.
BACKGROUND
At the same time that the City was working on the Pedestrian and Bicycle Master Plan, the School
District was working with their own consultant on Safe Routes to School Plans for Rosemount
Elementary, Shannon Park Elementary, Rosemount Middle, and Rosemount High Schools. At the
conclusion of their contract to prepare these plans, the School District's consultant submitted State
Health Improvement Program (SHIP) grants applications to Dakota County to secure funds to
implement these plans. The consultant inadvertently listed the City as the grantee because the City
had an existing contract with Dakota County for a SHIP grant.
Subsequently, when Dakota awarded the SHIP grants to Shannon Park Elementary ($9,000 for
pedestrian signs and crosswalk striping) and Rosemount High School ($5,000 for bike racks) they
listed the City as the contractor and combined the awards into the City's existing SHIP contract. The
City Attorney has advised staff that since these improvement will be located on school property, the
School District must enter into a subcontracting agreement to receive these grant funds through the
City. As mentioned above, the School Board approved that agreement during their meeting on April
25, 2011.
1
CONCLUSION RECOMMENDATION
Staff recommends the City Council approve the attached Contract for Professional Services in
Connection with the State Health Improvement Program (SHIP) between the City and Independent
School District 196. This agreement was prepared by the City Attorney and approved by School
Board on April 25, 2011. Should the Council City approve the contract, it will allow the City to
reimburse the School District for services and improvements ($9,000 to Shannon Park Elementary for
pedestrian signs and crosswalk striping and $5,000 for bike racks at Rosemount High School) called
for in the SHIP grant from Dakota County. The School District will be required to initially pay for
and install all services and improvements and provide all information required for payment by the
County to the City. The City will then forward all such information to the County and, upon receipt
of payment by the County, will promptly forward payment to the School District.
2
CONTRACT FOR PROFESSIONAL SERVICES
IN CONNECTION WITH SHIP PROGRAM
This Contract is made and entered into between the City of Rosemount, Minnesota,
hereinafter "City," and Independent School District No. 196, hereinafter "Contractor."
WHEREAS, City and Dakota County are parties to an agreement entitled CONTRACT
BETWEEN THE COUNTY OF DAKOTA AND CITY OF ROSEMOUNT FOR ACTIVE
LIVING SERVICES (DC Contract #12403) as amended by letter from Kelly Harder, Dakota
County Community Services Director, dated April 4, 2011 (collectively, the "Dakota County
Agreement copies of which are attached hereto as Exhibit 1 and made a part of this Contract;
and
WHEREAS, certain parts of the Dakota County Agreement relate to services and
improvements that were designed by Contractor for the benefit of Contractor and will be
installed by Contractor on Contractor's property, specifically those services and improvements
described in paragraphs 1 ($9,000 for signage) and 2 ($5,000 for bike rack) of Exhibit 3 of the
Dakota County Agreement (hereinafter the "Contractor's Services and Improvements and
WHEREAS, City and Contractor wish to subcontract those parts of the Dakota County
Contract related to the Contractor's Services and Improvements so that Contractor will assume
all of the City's responsibility and benefits from the Dakota County Contract with respect to
those parts of the Dakota County Agreement.
NOW, THEREFORE, in consideration of the mutual promises and agreements
contained herein the parties enter into this Contract and agree as follows:
TERM.
The term of this Contract is the same as the term of the Dakota County Contract unless earlier
terminated by law or according to the provisions of this Contract or the Dakota County
Contract.
SCOPE OF SERVICES.
The City requests and the Contractor agrees to provide all services that City is obligated to
perform under the Dakota County Contract related to the Contractor's Services and
Improvements.
PAYMENT.
The City agrees to pay for the services, including expenses, in accordance with and subject to
the conditions and limitations of the Dakota County Contract. Contractor will provide all
information required for payment by the County for the Contractor's Services and
Improvements. The City will forward all such information to the County and, upon receipt of
payment therefor by the County, will promptly forward payment to the Contractor.
CITY LIAISON.
Contractor shall work closely with the City's liaison, Jason Lindahl.
383243v3 CLL RS215 -4
GENERAL CONDITIONS.
The General Conditions attached as Exhibit 3 to this Contract are incorporated in this Contract.
In addition to the General Conditions, the Contractor is required to meet the contract
requirements that exist in the Master Grant Contract between Dakota County and the Minnesota
Department of Health. These requirements are outlined in Exhibit 2, "State Health Improvement
Program (SHIP) Minnesota Department of Health (MDH) Master Contract Requirements."
ENTIRE AGREEMENT.
This Contract is the final expression of the agreement of the parties and the complete and
exclusive statement of the terms agreed upon.
IN WITNESS WHEREOF, the parties hereto have executed this Contract on the date(s)
indicated below.
CITY OF ROSEMOUNT
By:
William Droste, Mayor
And by:
Amy Domeier, City Clerk
Date of Signature
Address:
2875 145 St. W.
Rosemount, MN 55068
Phone Number: 651 -322 -2090
383243v3 CLL RS215 -4
2
CONTRACTOR
(I represent and warrant that I am authorized by law to
execute this Contract and legally bind the Contractor.)
By: i 1 Inr-�
a eline K. Magnus
(Please print name)
Title School Board Chairperson
Date of Signature April 25, 2011
Address:
3455 153rd St.W.
Rosemount, MN 55068
Phone Number:
651 -423 -7700
Administration
Community Services
Division
Kelly Harder
Director
Planning
Program Development
Contract Management
Projects/Support Services
Dakota County
Northern Service Center
1 Mendota Rd W, Ste 500
West St. Paul, MN 55118 -4773
651.554.5742
Fax 851.554.5948
www.co.dakota.mn.us
April 4, 2011
Mr. Charles LeFevre
Kennedy Graven
470 US Bank Plaza
200 South 6th. Street
Minneapolis, MN 55402
Dear Sir:
A decision has been made to honor your request to waive a portion of Indemnification Clause
in your contract with Dakota County for the provision of Active Living Services. See below:
Dakota County hereby waives City of Rosemount compliance with Paragraph 9 of its
subcontract with the County of Dakota for Active Living Services, to the following extent
The City of Rosemount need not require its proposed subcontractor, Independent School
District #196 (ISD), to require ISD to agree in writing to defend, hold harmless and indemnify
Dakota County from any and all liability arising out of the performance of its duties under the
subcontract.
All other requirements of Paragraph 9 remain in effect and are not hereby waived.
Sincerely,
Cc: Karen Schaffer
Kelly Harder
Dakota County Community Services Director
APP -82011
1. GENERAL PROVISIONS.
2. TERM.
CONTRACT BETWEEN THE COUNTY OF DAKOTA
AND CITY OF ROSEMOUNT
FOR ACTIVE LIVING SERVICES
CONTRACT PERIOD; OT/0112010. 06/30/2011
DC Contact 1).403
This Contract is made and entered into between the County of Dakota, by and through the Public Health
Department, hereinafter "County" and City of Rosemount, 2875145th St W, Rosemount MN 55068, hereinafter
"Contractor."
WHEREAS, the County requires Active living services; and
WHEREAS, Contractor desires to and is capable of providing the necessary services according to the terms and
conditions stated herein; and
WHEREAS, the County Board by Resolution #10 -332, authorized the County to enter Into a Contract with
Contractor for the provision of said services.
NOw, THEREFORE, in consideration of the mutual promises and agreements contained herein the parties agree
as follows:
Purpose. The purpose of this Contract is to define the rights and obligations of the parties with respect
to Active Living services.
1.2 Recitals. The recitals set forth In the whereas clauses above are incorporated by reference as if fully set
forth herein.
1.3 Cooperation. The County and Contractor shall cooperate and use their reasonable efforts to ensure the
most expeditious implementation of the various provisions of this Contract. The parties agree to, in
good faith, undertake resolution of any disputes in an equitable and timely manner.
El The term of this Contract shall be from 0710112010 to and Including 06/30/2011, unless earlier
terminated under the provisions herein or by law.
This Contract shaU be in effect from the date of execution by all parties, or from the commencement
of services hereunder, whichever is first, and shag continue In effect until all services to be provided by
Contractor pursuant to this Contract are satisfactorily completed and final payment is made unless
earlier terminated by law or according to the provisions herein.
3. CONTRACTOR'S OBLIGATIONS.
3.1 General Description. Contractor shall provide the following services generally described as: Active
Living Services.
3.2 Cpnformance to Specifications. Services provided shall be in accordance with the criteria set out in
Exhibit 3, "Services and Payment," which is attached and incorporated herein by reference.
City of Rosemount- 12403.doc Page 1 SHIP -G (Rev. 08- 10).dot
4. PAYMENT.
4.1 Total Cost. The total amount to be paid by the County pursuant to this Contract shall not exceed:
$39.000.
4.2 Payment Rate. The County shall pay for purchased services:
at the rate of per
as set out In the schedule attached as Exhibit
4.3 Invoice
Contractor shall submit an invoice and request for payment in accordance with Exhibit 2, 'Services
and Payment" and Exhibit 4, 'Invoice Form."
Contractor shall, within submit an Invoice and request for payment on an invoice form
acceptable to the County.
The invoice shall certify expenditures and itemize (as applicable) 1) the hours of services rendered
listed by classification, 2) the date such services were provided, 3) a general description of the services
provided, and 4) the dates of the performance period covered by the invoice.
4.4 Payment Procedure.
!8i The County shall make payment to Contractor within thirty-five (35) days of the date on which
the invoice is received and services are accepted by the County.
If the invoice is incorrect, defective, or otherwise improper, the County will notify Contractor within
ten (10) days of receiving the incorrect Invoice. Upon receiving the corrected Invoice from
Contractor, the County will make payment within thirty -five (35) days.
The County shall pay for purchased services in accordance with Exhibit
4.5 La Reaue t for Pavmentts. The County has an absolute right to refuse payment on invoices received
or postmarked more than ninety (90) days after the date that invoiced services were performed.
4.6 Payment of Disputed C!aims. The County may refuse to pay any claim which is not specifically
authorized by this Contract. Payment of a claim shall not preclude the County from questioning the
propriety of the claim. In the event that the County withholds payment for failure to provide services or
failure to comply with any of the provisions of this Contract, then no interest penalty shall accrue against
the County. If an audit is required by the County before an invoice is accepted for payment, then the
standard payment period of thirty -five (35) days shall not commence until a completed audit is received
by the County. The County reserves the right to offset any overpayment or_diaapowance of claim by
reducing future payments.
4.7 Payment Upon Early Termination. In the event this Contract is terminated before the completion of
services, the County shall pay Contractor for services provided in a satisfactory manner up to the
effective date of termination, a sum based upon the actual time spent at the rates stated In paragraph
4.2.
City of Rosemount- 12403.doc Page 2 SHIP -G (Rev. 06- 10).dot
5. COMPLIANCE WITH LAWSISTANDARDS.
5.1 General. Contractor shall abide by all Federal, State or local laws, statutes, ordinances, rules and
regulations now In effect or hereinafter adopted pertaining to this Contract or to the facilities, programs
and staff for which Contractor Is responsible. This includes, but is not limited to all Standard
Assurances, which are attached as Exhibit 1, Standard As §uranoes In addition to the Standard
Assurances, the Contractor is required to meet additional contract requirements that exist in the Master
Grant Contract between Dakota County and the Minnesota Department of Health. These requirements
are outlined in Exhibit 4, "State Healt improvement Program (SHIPi+ Minnesota Dep of H ealth
1MDHI Master Contract Reauiremgpts.'
5.2 licenses. Contractor shah procure and maintain, at its own expense, all applicable licenses and
Certifications required for the provision of services contemplated by this Contract. Contractor shall
provide copies of such licenses or certifications to the County upon request Contractor shall inform the
County of any changes In licenses or certifications within five (5) days of occurrence.
5.3 Violations. Any violation of such laws, statutes, ordinances, rules, or regulations, as web as loss of any
applicable license or certification by Contractor shall constitute a material breach of this Contract, and
shall entitle the County to terminate this Contract. The effective date of termination wil be as stated In
the written notice of the termination delivered to Contractor unless Contractor cures the violation prior to
the termination date and provides the County with adequate proof that the violation has been cured.
5.4 Federal Financial Particioation. In the event that there Is a revision of Federal regulations which might
make services provided under the terms of this Contract or any portion thereof ineligible for federal
financial participation, all parties will review the Contract and renegotiate those items necessary to bring
the Contract into compliance with the new Federal regulations. Refusal to renegotiate within seven (7)
days of a request to bring the Contract into compliance shall be cause for termination of this Contract as
of the date when the Contract is out of compliance for federal financial participation.
5.5 Revision of, In the event that there is a revision of Federal, State or local statutes, rules or other
law, which Makes performance of the Contract or any portion thereof unlawful, all parties will review the
Contract and renegotiate those Items necessary to bring the Contract into compliance with the law.
Refusal to renegotiate within seven (7) days of a request to bring the Contract into compliance shall be
cause for termination of this Contract as of the date when the Contract Is out of compliance.
5.6 Minnesota Law to Govern. This Contract shall be governed by and construed in accordance with the
substantive and procedural laws of the State of Minnesota, without giving effect to the principles of
conflict of laws. All proceedings related to this Contract shall be venued in the State of Minnesota.
S. INDEPENDENT CONTRACTOR STATUS.
Contractor is an independent contractor and nothing herein contained shall be construed to create the
relationship of employer and employee between County and Contractor. Contractor shall at all times be
free to exerdse Initiative, judgment and discretion as to how to best perform or provide services.
Contractor acknowledges and agrees that Contractor is not entitled to receive any of the benefits
received by County employees and Is not eligible for workers' or unemployment compensation benefits.
Contractor also acknowledges and agrees that no withholding or deduction for state or federal Income
taxes, FICA, FUTA, or otherwise, will be made from the payments due Contractor and that it is
Contractor's sole obligation to comply with the applicable provisions of all federal and state tax laws.
7. INDEMNIFICATION.
Liable for Ov n Acts. Each party to this Agreement shall be liable for the acts of their own agents,
volunteers or employees and the results thereof to the extent authorized by law and shall not be
responsible for the acts of the other party, Its agents, volunteers or employees. It is understood and
City of Rosemount- 12403.doc
Page 3 SHIP -G (Rev. 06- 10).dot
agreed that the provisions of the Municipal Tort Claims Act, Minn. Stat. Ch. 488, and other applicable
Taws govern liability arising from the parties' acts or omissions. Each Party warrants that they are able
to comply with the aforementioned indemnity requirements through an Insurance or self insurance
program and that each has minimum coverage consistent with the IiabUity limits contained in Minn. Stat.
Ch. 466.
8. INSURANCE.
8.1 General Terms. in order to protect itself and to protect the County under the indemnity provisions set
forth above Contractor shall, at Contractor's expense, procure and maintain policies of Insurance
covering the term of this Contract, as set forth In Exhibit g, "Insurance Terms."
8.2 Inabilitvjo Obtain Coverace. If Contractor is unable to obtain coverage as required or if coverage Is not
renewed or is cancelled during the term of this Contract, Contractor shall immediately make good faith
efforts to obtain or replace the required insurance coverage through the open market. If such efforts are
unsuccessful, Contractor shall immediately apply to the Minnesota Joint Underwriting Association and
Marketing Assistance Plan (MJ1JA) for Insurance coverage in the amount of the County's statutory limit
on liability certifying that it has been unsuccessful in obtaining the required Insurance coverage. If
MJUA is unwilling or unable to issue insurance coverage In the type and amount required by this article
the coverage which is obtained from MJUA pursuant to this paragraph shall be deemed adequate,
unless specifically objected to by Dakota County.
9.
SUBCONTRACTING.
Parties shall not enter into any subcontract for the performance of the services contemplated under this
Contract nor assign any Interest in the Contract without prior written consent of all parties and subject to
such conditions and provisions as are deemed necessary. The subcontracting or assigning party shall
be responsible for the performance of its subcontractors or assignees unless otherwise agreed.
Any agreement between the Contractor and any subcontractor shall obligate the subcontractor to
comply with the general terms of this Contract.
If Contractor utilizes a subcontractor to perform any of Its duties under this Contract, the Contractor
must require the subcontractor to provide proof of insurance to the County prlor to beginning work under
this Contract in the coverage and amounts the same as set forth In the Insurance Terms exhibit,
Contractor must also require the subcontractor to agree in writing to defend, hold harmless and
Indemnify the County from any and all liability arising out of the subcontractor'a performance of its
duties. When a subcontractor is utilized, the Contractor remains responsible for complying with all of
the terms of this Contract.
Contractor agrees to pay any subcontractor within ten (10) days of the Contractor's receipt of payment
from the County for undisputed services provided by the subcontractor. Contractor agrees to pay
interest of 1.4 percent per month or any part of a month to the subcontractor on any undisputed amount
not paid on time to the subcontractor. The minimum monthly interest penalty payment for an unpaid
balance of $100 or more Is $10 (Minn. Stat. 471.425).
10. DEFAULT.
10.1 Force Majeure. Neither party shall be liable to the other party for any loss or damage resulting from a
delay or failure to perform due to unforeseeable acts or events outside the defaulting party's reasonable
control, providing the defaulting party gives notice to the other party as soon as possible. Acts and
events may include acts of God, acts of terrorism, war, fire, flood, epidemic, acts of civil or military
authority, and natural disasters,
10.2 Inability to Perform. Contractor shall make every reasonable effort to maintain staff. !edifies, and
equipment to deliver the services to be purchased by the County. Contractor shall immediately notify
City of Rosemount- 12403,doc
Page 4 SHIP -G (Rev. 08- 10).dot
4 1
the County in writing whenever it is unable to, or reasonably believes it Is going to be unable to, provide
the agreed upon quality and quantity of services. Upon such notification, the County and Contractor
shall determine whether such inability requires a modification or cancellation of this Contract.
10.3 Chanties in Policies or Staff. The County reserves the right to terminate this Contract on ten (10) days
written notice if the County, in its sole discretion, does not approve of significant proposed or actual
changes in Contractor's policies or staff.
10.4 pefault by Contractor. Unless cured or excused by the Force Majeure provisions in paragraph 10.t or
County default, each of the following shall constitute default on the part of the Contractor.
A) The written admission by the Contractor that it is bankrupt; the fling by Contractor of a voluntary
petition under the Federal Bankruptcy Act or the filing of an involuntary petition under the Federal
Bankruptcy Act against the Contractor unless dismissed within ninety (00) days. The Notice of
Default and cure provisions of this Contract do not apply to this paragraph.
8) The making of any arrangement with or for the benefit of Contractor's creditors involving an
assignment to a trustee, receiver or similar fiduciary. The Notice of Default and cure provisions of
this Contract do not apply to this paragraph,
C) Making material misrepresentations either in the attached exhibits and documents or in any other
material provision or condition relied upon In the making of this Contract
0) The Contractor persistently disregards laws, ordinances, rules, regulations or orders of any public
authority.
E) Failure to perform any other material provision of this Contract.
10.5 Default by County. Unless cured or excused by the Force Majeure provlslons.in paragraph 10.1 or
Contractor default, each of the following shall constitute default on the part of the County:
A) The persistent or repeated failure or refusal by the County to pay or prevent payment of any
uncontested amount to the Contractor within thirty -five (35) days of the date of the bIUIng statement.
B) Making material misrepresentations either in the attached exhibits and documents or in any other
material provision or condition relied upon In the making of this Contract.
C) Failure to perform any other material provision of this Contract.
10.6 Written Notice of Default. Unless a different procedure and/or effective date is provided within the
specific article or paragraph of this Contract under which the default, failure or breach occurs, no event
shall constitute a default giving rise to the right to terminate unless and until written Notice of Default is
given to the defaulting party, specifying the particular event, series of events or failure constituting the
default and cure period.
10.7 Cure Period. If the party in default falls to cure the specified circumstances as described by the Notice
of Default within ten (10) days, or such additional time as may be specified under the terms of this
Contract, then the whole or any part of this Contract may be terminated by written Notice of Termination.
10.8 WIthholdiirx of Payment. Notwithstanding any other provision of this Contract the County may after
giving Notice of Default, withhold, without penalty or Interest, any payment which becomes due after
Notice of Default is given, until the default is excused or cured, or the Contract is terminated.
City of Rosemount- 12403.doc Page 5 SHIP -G (Rev. 06- 10).dot
11. TERMINATION.
11.1
With or Without Cause. This Contract may be terminated without cause by either party upon thirty (30)
days written notice. Either party may terminate this Contract for cause by giving ten (10) days written
notice of Its intent to terminate to the other party unless the other party cures the default within the ten
day period, except for violations listed in paragraph 5.3, and In that case the termination shall occur on
the date provided In the written Notice of Termination.
11.2 Termination by County Lack of Fundino. Notwithstanding any provision of this Contract to the
contrary, the County may immediately terminate this Contract if It does not obtain funding from the
Minnesota Legislature, Minnesota Agencies or other funding source. or if its funding cannot be
continued at a level sufficient to allow payment of the amounts due under this Contract. Written Notice
of Termination sent by the County to Contractor by facsimile is sufficient notice under the terms of this
Contract. The County is not obligated to pay for any services that are provided after written Notice of
Termination for lack of funding. The County will not be assessed any penalty or damages if the
Contract is terminated due to lack of funding.
11.3 Written Notice of Termination. Notice of Termination shall be made by certified mail or personal delivery
to the authorized agent of the party. Notice is deemed effective upon deposit of written notice in the
United States Mall, postage pre -paid and addressed to the party authorized to receive notice as
specified in paragraph 14.1, below.
11.4 Du)lgs of Contractor uopg Termination. Upon delivery of the Notice of Termination, and except as
otherwise provided, Contractor shall:
Discontinue performance of this Contract on the date and to the extent specified in the Notice of
Termination;
Immediately notify all clients who are receiving services pursuant to this Contract;
Cancel all orders and subcontracts to the extent that they relate to the performances cancelled by the
Notice of Termination;
Complete performance of such terms as shall not have been cancelled by the Notice of Termination;
Return all County property in their possession within seven (7) days to the extent that it relates to the
performance cancelled by the Notice of Termination;
Return any unspent funds to Dakota County; and
Submit a final invoice for services provided prior to termination, within thirty (30) days of the date of
1 termination.
11.5 Dulles of County upon Termination. Upon delivery of the Notice of Termination, and except as
otherwise provided, the County:
Shall make within thirty (30) days final payment for any services satisfactorily provided up through the
date of termination in accordance with the terms of this Contract.
Shall not be liable for any services provided after Notice of Termination, except as stated above or as
authorized by the County in writing.
11.6 Effect of Termination, Termination of this Contract shall not discharge any liability, responsibility or right
of any party which arises from the performance of or failure to adequately perform the terns of this
Contract prior to the effective date of termination. Nor shall termination discharge any obligation which
City of Rosemount- 12403,doc Page 0 SKIP -G (Rev. 06- 10).dot
by Its nature would survive after the date of termination, including by way of Illustration only and not
limitation, Standard Assurances attached hereto.
12. CONTRACT RIGHTS /REMEDIES.
'12.1 Melts Cumulative. All remedies available to either party under the terms of this Contract or by law are
cumulative and may be exercised concurrently or separately, and the exercise of any one reittedy shall
not be deemed an election of such remedy to the exclusion of other remedies.
12.2 Waiver. Waiver of any default shall not be deemed to be a waiver of any subsequent default. Waiver of
breach of any provision of this Contract shall not be construed to be modification of the terms of this
Contract unless stated to be such In writing and signed by authorized representatives of the County and
Contractor.
.13. DAnaAoES.
13.1 Dyty to Mitinate. Both parties shall use their best efforts to mitigate any damages which might be
suffered by reason of any event giving rise to a remedy hereunder.
Damages for Breach/Set -ON. Notwithstanding any other provision of this Contract to the contrary, upon
breach of this Contract by Contractor the County may withhold final payment due Contractor for
purposes of set -off until such time as the exact amount of damages due is determined.
14.
REPRESENTATIVE.
14.1 Authorized Reoresentative.
The following named persons are designated the authorized representatives of the parties for purposes
of this Contract. These persons have authority to bind the party they represent and to consent to
modifications and subcontracts, except that, as to the County, the authorized representative shall have
only the authority specifically or generally granted by the County Board. Notice Is deemed effective
upon deposit of written notice in the United States mail, postage prepaid and addressed to the party
authorized to receive notice as spedfied below. Notification required to be provided pursuant to this
Contract shall be provided to the following named persons and addresses unless otherwise stated in
this Contract, or in a modification of this Contract
To Comm: TO CONTRACTOR:
ti Name: Kelly Harder Name: Dwight Johnson
Tina: Community Services Director Title: City Administrator
Address: Address:
Dakota County Community Services City of Rosemount
1 Mendota Rd W, Ste 500 2875 145th St W
West St. Paul, MN 55118 -4773 Rosemount MN 55068
Phone Number: 651.554 -5742 Phone Number: (651) 322 -2090
In addition, notification to the County regarding breach or termination shall be provided to the office of
the County Attorney, 1560 Highway 55, Hastings, MN 55033.
142 Liaison.
To assist the parties in the day-to-day performance of this Contract and to develop service, ensure
compliance and provide ongoing consultation, a liaison shall be designated by Contractor and the
City of Rosemount- 12403,doc Page 7 SHIP -G (Rev. 08- 10).dot
County. The parties shall keep each other continually informed, in writing, of any change in the
designated liaison. In addition, the Contractor shall inform the County of any changes to Contractor's
address, phone number(s), e-mail address(es), and any other contact changes. At the time of
execution of this Contract the following persons are the designated liaisons:
County Liaison; Therese J. Branby
Phone number. (851) 554 -5878
Contractor Liaison: Jason Llndahl
Phone number: (651) 322.2090
15. CONFLICT OF INTEREST.
Contractor agrees that It will neither contract for nor accept employment for the performance of any work
or services with any individual, business, partnership, corporation, govemment, governmental unit, or
any other organization that would create a conflict of Interest in the performance of its obligations under
this Contract.
16. MODIFICATIONS.
Any alterations, variations, modifications, or waivers of the provisions of this Contract shall only be valid
when they have been reduced to writing and signed by authorized representatives of the County and
Contractor.
17. SEVERABiLITY.
The provisions of this Contract shall be deemed severable. If any part of this Contract Is rendered void,
invalid, or unenforceable, such rendering shall not affect the validity and enforceability of the remainder
of this Contract unless the part or parts which are void, invalid or otherwise unenforceable shall
substantially impair the value of the entire Contract with respect to either party.
18. CONFIDENTIALITY.
Contractor acknowledges that certain private or Confidential Information may be transmitted to
Contractor by the County In connection with Contractor's performance of this Contract. For all the
purposes hereof, the term "Confidential Information" means all Information or material proprietary to the
County or designated as private or confidential by the County to which Contractor may obtain
knowledge or access through or as a result of Contractor's relationship with the County (including
information conceived, originated, discovered or developed in whole or In part by Contractor).
Confidential Information Includes, but is not limited to, the following types of information and other
information of a similar nature (whether or not reduced to writing): computer programs, compilations,
data, documentation, and all other information of the County over which the County asserts copyright or
Intellectual proprietary rights, or which Is classified as not public data by the Minnesota Data Practices
Act. Contractor shall not, at any time, directly or Indirectly reveal, report, publish, duplicate, or otherwise
disclose to any third party in any way whatsoever any Confidential Information. Contractor shall receive,
maintain, and use the Confidential Information with the strictest confidence; shall use its best efforts to
keep the Confidential information strictly confidential and to prevent inadvertent disclosure thereof; and
shall treat the Confidential Information In at least as confidential a manner as Contractor treats Its own
confidential information; Contractor agrees to Implement such procedures as are necessary to assure
protection of Confidential information.
19. OWNERSHIP OF WORK PRODUCT.
Ownership of all drawings, reports, and other work products prepared or produced In performance of
this Contract shall be transmitted to the County upon completion or termination of the Contract and final
City of Rosemount- 12403.doc Page 8 SHIP -G (Rev. 06- 10).dot
I n
20. MERGER.
20.1 This Contract Is the final expression of the agreement of the parties and the complete and exclusive
statement of the terms agreed upon, and shall supersede all prior negotiations, understandings or
agreements. There are no representations, warranties, or stipulations, either oral or written, not herein
contained.
payment to the Contractor. Contractor agrees that all right, title, and interest In al copyrightable
material which Contractor shall conceive or originate, either individually or jointly with others, and which
arises out of the performance of this Contract, are the property of Dakota County and are by this
Contract assigned to Dakota County along with ownership of any and all copyrights in the copyrightable
material. The County has unlimited rights to use, duplicate and make derivative works of such work
product and materials, with no obligation for an accounting to Contractor,
20.2 Exhibits 1 through and inducting A and Attachments 9 and A are attached and incorporated herein by
reference.
Exhibit 1-- Standard Assurances
Exhibit 2 insurance Terms
Exhibit 1— Services and Payment
Exhibit 4 Invoice Form
Exhibit A State Health Improv ment Proarem (SH JP)J►Qinnesota Decartmen) of Heath (MOH) Master
Contract Requirements
Attachment 9 Release and Consent for Use of Photoeraohs of Adults and Children
Attachment a- Model Sub Contract
I•
By signing this Contract, the Contractor certifies that none of its owners, directors, officers or prindpals is closely
related to any County employee who has or may appear to have any control over the award, management or
evaluation of this Contract.
IN WRNESS WHEREOF, the parties hereto have executed this Contract on the date(s) indicated below.
Approved by Dakota County Board COUNTY OF D OTA
Resolution No. 10 -33Z
City of Rosemount- 12403.doo
d
Kelly Harder
Title Community Se ces Director
Date of Signature /a� /fry
By
CONTRACTOR
0 represent and wigs
execute th
(Please print name.)
Title IA
Date of Signet re tO -•A-- (t}
Page 9
SHIP -G (Rev. 08- 10).dot
EXHIBIT 1
STANDARD ASSURANCES
SA3 /CS
Standard-CS
Revised: 311110
1. NON- DiSCJ%IMINATiQN. During the performance of this Contract, the Contractor shall not unlawfully
discdminate against any employee or applicant for employment because of race, color, creed, religion, sex,
national origin, disability, sexual orientation, age, marital status or public assistance status. The Contractor will
take affirmative action to ensure that applicants are employed and that employees are treated during
employment without unlawful discrimination because of their race, color, creed, religion, sex, national origin,
disability, sexual orientation, age, marital status or public assistance status. Such action shall include, but not
be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and
applicants for employment, notices which set forth the provisions of this nondiscrimination clause.
The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor,
state that all qualified applicants will receive consideration for employment without regard to race, creed, color,
religion, sex, national origin, disability, sexual orientation, age, marital status, or public assistance status.
No funds received under this Contract shall be used to provide religious or sectarian training or services.
The Contractor shall comply with any applicable federal or state law regarding non discrimination. The
following list includes, but is not meant to limit, laws which may be applicable:
A. The Ea}ral Erppl9vmejht Opportunity Act of 1972, as amended, 42 U.S.C. 2000e et seq. which
prohibits discrimination in employment because of race, color, religion, sex or national origin.
B. Executive Order 11246, as amended, which is incorporated herein by reference, and prohibits
discrimination by U.S. Government contractors and subcontractors because of race, color, religion, sex or
national origin.
u" C. The Rehabilitation Act of 1973, as amended, 29 U.S.C. 701 et seq. and 45 C.F.R. 84.3 (J) and (K)
implementing Sec, 504 of the Act which prohibits discrimination against qualified handicapped persons in the
access to or participation in federally- funded services or employment.
D. The /Vie Discrimination in Employment Act of 1967. 29 U.S.C. 621 et seq. as amended. and Minn.
Stat. 181.81, which generally prohibit discrimination because of age.
E. The Eaual Pay Act of 1963, as amended, 29 U.S.C. 206(d), which provides that an employer may
not discriminate on the basis of sex by paying employees of different sexes differently for the same work.
F. Minn. Stat. Ch. 383A, as amended, which generally prohibits discrimination because of race, color,
creed, religion, national origin, sex, marital status, status with regard to public assistance, disability, sexual
orientation or age.
O. yllmagjaim which prohibits discrimination against any person by reason of race, creed, or
color in any state or political subdivision contract for materials, supplies or construction. Violation of this section
is a misdemeanor and any second or subsequent violation of these terma may be cause for forfeiture of all sums
due under the Contract.
H. Americans with Disabilities Act of 1990, 42 U.S.C. 12101 through 12213, 47 U.S.C. 225, 611,
with regulations at 29 C.F.R. 1630, which prohibits discrimination against qualified individuals on the basis of a
disability in term, condition or privilege of employment.
t 1. TItie VI of the Civil Rights Act of 1984, 42 U.S.C. 2000d, el seq. and including 45 CFR Part 80,
prohibits recipients of federal financlat assistance from discriminating on the basis of national origin which
Includes not discriminating against those persons with limited English proficiency.
2. DATA PR VACY. For purposes of this Contract all data created, collected, received, stored, used,
maintained, or disseminated by Contractor in the performance of this Contract is subject to the requirements of
City of Rosemount- 12403.doc Page 10 SHIP -G (Rev. 08- 10).dot
the Minnesota Government Data Practices Act, Minn. Stat. Ch. 13 and the Minnesota Rules Implementing the
Act now in force or hereafter adopted as well as the Federal laws on data privacy, and Contractor must comply
with those requirements as if it were a governmental entity, The remedies in section 13.08 apply to the
Contractor. Contractor does not have a duty to provide access to public data to the public if the public data are
available from the governmental agency (County), except as required by the terms of this Contract. All
subcontracts shall contain the same or similar data practices compliance requirements.
3. NEALTH INSURANCE PORTABIL ACCOUNTABILITY ACT OF 1996. The Contractor
agrees to comply with the requirements of the Health Insurance Portabilty and Accountabfiity Act HIPAA) of
.1996 (codified in 45 CFR Parts 160, 162, and 164) and the amendments to HIPAA included in the Health
Information Technology for Economic and Clinical Health (HITECH) Act of the American Reinvestment and
Recovery Act of 2009 (Pub. Law 111 -5), which are applicable to the Contractor's duties under this Contract. In
performing Its obligations under this Contract, the Contractor agrees to comply with the HIPAA Privacy
requirements, the HIPAA Standards for Electronic Transactions, the HIPAA Security requirements, the HIPAA
Enforcement Rule, the HIPAA Breach Notification requirements, and any other applicable HIPAA laws,
standards and requirements now in effect or hereinafter adopted as they become law, including any future
guidance on HIPAA laws, standards or requirements issued by the Secretary of Health and Human Services.
4. RECORDS DISCLOSUREiRE;TENTION. Contractors bonds, records, documents, papers,
accounting procedures and practices, and other evidences relevant to this Contract are subject to the
examination, duplication, transcription and audit by the County and either the Legislative or State Auditor,
pursuant- to Minn. Stat. 16C.05, subd. 5. Such evidences are also subject to review by the Comptroller
General of the United States, or a duly authorized representative, if federal funds are used for any work under
this Contract. The Contractor agrees to maintain such evidences for a period of six (6) years from the date
services or payment were last provided or made or longer if any audit in progress requires a longer retention
period.
5. WORKER HEALTH. SAFETY OD TRAINING. Contractor shall be solely 'responsible for the health
and safety of its employees in connection with the work performed under this Contract. Contractor shall make
arrangements to ensure the health and safety of all subcontractors and other persons who may perform work in
connection with this Contract. Contractor shall ensure all personnel of Contractor and subcontractors are
properly trained and supervised and, when applicable, duly licensed or certified appropriate to the tasks
engaged in under this Contract. Each Contractor shall comply with federal, state and local occupational safety
and health standards, regulations and rules promulgated pursuant to the Occupational Health and Safety Act
which are applicable to the work to be performed by Contractor.
t. .6. PSYCHOTHERAPISTS. Contractor has and shall continue to comply with the provisions of Minn.
Stat. Ch. 148A, as amended, with regard to any currently or formerly employed psychotherapists and/or
-applicants for psychotherapist positions.
7. EXCLUDED MED_ ICg ASSISTANCE PROVIDERS. By signing this contract, Provider certifies that it
is not excluded. 42 U.S.C. 1397 et seq. (subch. XX) of the Social Security Act.
8. CONTRACTOR DEBARM USPENSiON AND RESPONSI CERTiFICATION. Federal
Regulation 45 CFR 92.35 prohibits the State/Agency from purchasing goods or services with federal money
from vendors who have been suspended or debarred by the federal government. Similarly, Minn. Stat.
16C,03, subd. 2 provides the Commissioner of Administration with the authority to debar and suspend vendors
who seek to contract with the State /Agency. Vendors may be suspended or debarred when it is determined,
through a duly authorized hearing process, that they have abused the pubic trust In a serious manner.
By Signing This Contract, The Contractor Certifies That It And Its Principals" And Employees:
A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from transacting business by or with any federal, state or local governmental department or agency,
and
City of Rosemount- 12403.doc Page 11 SHIP-G (Rev. 08.10).dot
B. Have not within a three (3) year period preceding this Contract: 1) 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 (federal, state or local) transaction or contract; 2) violated any federal
or state antitrust statutes; or 3) committed embezzlement, theft, forgery, bribery, falsification or destruction of
records, making false statements or receiving stolen property; and
C. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity for 1)
commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a
public (federal, state or local) transaction; 2) violating any federal or state antitrust statutes; or 3) committing
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving
stolen property; and
D. Are not aware of any information and possess no knowledge that any subcontractor(s) that will
perform work pursuant to thls Contract are in violation of any of the certifications set forth above; and
E. Shall immediately give written notice to the Contracting Officer should Contractor come under
investigation for allegations of fraud or a criminal offense in connection with obtaining, or performing a public
(federal, state or local govemment) transaction; violating any federal or state antitrust statutes; or committing
embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving
stolen property.
"Principals" for the purposes of this certification means officers; directors; owners; partners; and persons having
primary management or supervisory responsibilities within a business entity (e.g. general manger, plant
manager head of a subsidiary, division, or business segment and similar positions).
Directions for On line Access to Excluded Providers
To ensure compliance with this regulation, identification of excluded entities and individuals can be found on the
Office of Inspector General (OIG) webslte at htto: /oig.hhs.gov/ fraud /exdusionsilistofexciuded.html.
KIEath SA3 Standard -CS
t
'City of Rosemount- 12403.doc Page 12 SHIP -G (Rev. 08- 10).dot
El 1. Workers Compensation. Workers' Compensation insurance in compliance with all applicable
statutes Induding an All States or Universal Endorsement where applicable. Such policy shall include
Employer's Liability coverage In an amount no Tess than $500,000. If Contractor is not required by Statute to
carry Workers' Compensation Insurance, Contractor agrees: (1) to provide County with evidence documenting
the specific provision under Minn, Stat. 176.041 which excludes Contractor from the requirement of obtaining
Workers' Compensation Insurance; (2) to provide prior notice to County of any change to Contractor's
exemption status under Minn. Stat. 176.041; and (3) to hold harmless and Indemnity County from and against
any and all claims and losses brought by Contractor or any subcontractor or other person claiming through
Contractor for Workers' Compensation or Employers' Liability benefits for damages arising out of any Injury or
illness resulting from performance of work under this Contract. if any such change requires Contractor to obtain
Workers' Compensation insurance, Contractor agrees to promptly provide County with evidence of such
Insurance coverage.
2. General Liability.
"Commercial General Liability Insurance" coverage (Insurance Services Office foram title), providing
,coverage on an "occurrence" rather than on a "claims made" basis, which policy shall Include, but not be limited
to, coverage for Bodily Injury, Property Damage, Personal Injury, Contractual Liability (applying to thls Contract),
Independent Contractors, "XC &U" and Products Completed Operations liability (if applicable). Such coverage
may be provided under an equivalent policy form (or forms), so long as such equivalent form (or forms) affords
coverage which is at least as broad. An Insurance Services Office "Comprehensive General Liability" poky
which includes a Broad Form Endorsement GL 0404 (Insurance Services Office designation) shall be
considered to be an acceptable equivalent policy form.
APPLICABLE SECTIONS ARE CHECKED
INSURANCE TERMS
Contractor agrees to provide and maintain at all times during the term of this Contract such insurance
coverages as are indicated herein and to otherwise comply with the provisions that follow. Such policy(les) of
Insurance shall apply to the extent of, but not as a limitation upon or in satisfaction of, the Contract indemnity
provisions. The provisions of this section shall also apply to all Subcontractors, Sub subcontractors, and
Independent Contractors engaged by Contractor with respect to this Contract, and Contractor shall be entirely
responsible for securing the compiance of all such persons or parties with these provisions.
I '4
EXHIBIT 2
If Commercial General Liability insurance can only be provided on a claims -made basis, the Contractor agrees
to maintain such insurance .for at least one (1) year from Contract termination. The retroactive date for the
•cialms made policy must be prior to the start of the contract term.
Contractor agrees to maintain at all times during the period of this Contract a total combined general
liability policy limit of at least $1,500,000 per occurrence and aggregate, applying to liability for Bodily Injury,
Personal Injury, and Property Damage, which total limit may be satisfied by the limit afforded under its
Commercial General Liability policy, or equivalent policy, or by such policy In combination with the limits
afforded by an Umbrella or Excess Liability policy (or policies); provided, that the coverage afforded under any
such Umbrella or Excess Liability policy is at least as broad as that afforded by the underlying Commercial
General Liability policy (or equivalent underlying policy).
Such Commercial General Liability policy and Umbrella or Excess Labiity policy (or policies) may
provide aggregate limits for some or all of the coverages afforded thereunder, so long as such aggregate limits
have not as of the beginning of the term or at any time during the term, been reduced to less than the total
required limits stated above, and further, that the Umbrella or Excess Lability policy provides coverage from the
point that such aggregate limits In the underlying Commercial General Liability policy become reduced or
exhausted, An Umbrella or Excess Liability policy which "drops down" to respond Immediately over reduced
underlying limits, or In place of exhausted underlying limits, but subject to a deductible or "retention" amount,
shall be acceptable in this regard so long as such deductlble or retention for each occurrence does not exceed
the amount shown in the provision below.
City of Rosemount- 12403.doc Page 13 SHIP-3 (Rev. 06.10).dot
Contractor's liability Insurance coverage may be subject to a deductible, "retention" or "participation" (or
other similar provision) requiring the Contractor to remain responsible for a stated amount or percentage of each
covered loss; provided, that such deductible, retention or participation amount shall. not exceed $25,000 each
occurrence.
1:1 Such policy(les) shall name Dakota County, its officers, employees and agents as Additional Insureds
thereunder.
Such policy(les) shall name the Minnesota Department of Human Services, its officers, employees and
agents as Additional Insureds thereunder.
3. Professional Liability. Professional Liability (errors and omisssions) insurance with respect to its
professional activities to be performed under this Contract This amount of insurance shall be at least
$1,500.000 per occurrence and aggregate (if applicable). Coverage under such policy may be subject to a
deductible, not.to exceed $25,000 per occurrence. Contractor agrees to maintain such insurance for at least
one (1) year from Contract termination.
It Is understood that such Professional Liability Insurance may be provided on a claims -made basis,
and, in such case, that changes in insurers or insurance policy forms could result In the impairment of the
liability insurance protection intended for Dakota County hereunder. Contractor therefore agrees that It will not
seek or voluntarily accept any such change in its Professional Liability insurance coverage if such impairment of
Dakota County's protection could result; and further, that it will exercise Its rights under any "Extended Reporting
Period" "tail coverage or similar policy option if necessary or appropriate to avoid impairment of Dakota
County's protection. Contractor further agrees that It will, throughout the one (1) year period of required
coverage, Immediately: (a) advise Dakota County of any Intended or pending change of any Professional
Liability Insurers or policy forms, and provide Dakota County with all pertinent information that Dakota County
may reasonably request to determine compliance with this section; and (b) immediately advise Dakota County
of any claims or threats of claims that might reasonably be expected to reduce the amount of such insurance
remaining available for the protection of Dakota County.
4. Automobile liability. Business Automobile Liability insurance covering liability for Bodily Injury
and Property Damage arising out of the ownership, use, maintenance, or operation of all owned, non -owned
and hired automobiles and other motor vehicles utilized by Contractor in connection with its performance under
this Contract. Such policy shall provide total liability limits for combined Bodily Injury and/or Property Damage in
the amount of at least $1,500,000 per accident, which total limits may be satisfied by the limits afforded under
such policy, or by such poicy in combination with the limits afforded by an Umbrella or Excess Liability
policy(les); provided, that the coverage afforded under any such Umbrella or Excess Liability policy(les) shall be
at least as broad with respect to such Business Automobile Liability insurance as that afforded by the underlying
policy. Unless included within the scope of Contractors Commercial General Liability policy, such Business
Automobile Liability policy shall also include coverage for motor vehicle liability assumed underthls contract.
Such policy. and, If applicable, such Umbrella or Excess liability policy(ies), shall Include Dakota
County, its officers, employees and agents as Additional Insureds thereunder,
5. Self Insurance. Dakota County recognizes that the contractor is self Insured for general liability,
professional liability or automobile liabiity and maintains excess coverage in order to meet the requirements set
for the In this section of the contract. The contractor agrees to provide Dakota County with financial information
to assist the County In determining the ability of the contractor to cover self insured losses.
6. Additional Insurance. Dakota County shall, at any time during the period of the Contract, have
the right to require that Contractor secure any additional Insurance, or additional feature to existing insurance,
as Dakota County may reasonably require for the protection of their interests or those of the public. In such
event Contractor shall proceed with due diligence to make every good faith effort to promptly comply with such
additional requirement(s).
7. Evidence of insurance. Contractor shall promptly provide Dakota County with evidence that the
insurance coverage required hereunder is in full force and effect prior to commencement of any work. At least
t►
City of Rosemount- 12403.doc Page 14 SHIP -G (Rev, 06- 10).dot
ten (10) days prior to termination of any such coverage, Contractor shall provide Dakota County with evidence
that such coverage will be renewed or replaced upon termination with insurance that complies with these
provisions. Such evidence of Insurance shall be in the form of the Dakota County Certificate of Insurance, or in
such other form as Dakota County may reasonably request, and shall contain sufficient information to allow
Dakota County to determine whether there is compliance with these provisions. At the request of Dakota
County, Contractor shall, in addition to providing such evidence of insurance, promptly furnish Contract Manager
with a complete (and If so required, insurer- certified) copy of each insurance policy intended to provide coverage
required hereunder. All such policies shall be endorsed to require that the Insurer provide at least thirty (30)-
day's notice to Dakota County prior to the effective date of policy cancellation, nonrenewal, or material adverse
change In coverage terms. On Certificate of Insurance, Contractor's insurance agency shall certify that he/she
has Error and Omissions coverage.
8. Insurer: Policies. All policies of insurance required under this paragraph shall be Issued by
financially responsible Insurers licensed to do business in the State of Minnesota, and all such Insurers must be
acceptable to Dakota County. Such acceptance by Dakota County shall not be unreasonably withheld or
delayed. An insurer with a current A.M. Best Company raring of at least AA/11 shall be conclusively deemed to
be acceptable, In all other instances, Dakota County shall have fifteen (15) business days from the date of
receipt of Contractor's evidence of insurance to advise Contractor in writing of any Insurer that is not acceptable
to Dakota County. If Dakota County does not respond In writing within such fifteen (15) day period, Contractor's
insurer(s) shall be deemed to be acceptable to Dakota County.
9. Noncompliance. In the event of the failure of Contractor to maintain such insurance and/or to
fumish satisfactory evidence thereof as required herein, Dakota County shall have the right to purchase such
insurance on behalf of Contractor, which agrees to provide all necessary and appropriate information therefor
and to pay the cost thereof to Dakota County immediately upon presentation of invoice.
j 10. Loss lnformatiort. At the request of Dakota County, Contractor shall promptly furnish loss
information concerning all liability claims brought against Contractor (or any other Insured under Contractor's
required policies), that may affect the amount of liability insurance available for the benefit and protection of
Dakota County under this section. Such loss information shall include such specifics and be In such form as
Dakota County may reasonably require.
11. Release and Waiver. Contractor agrees to rely entirely upon its own property insurance for
recovery with respect to any damage, loss or injury to the property interests of Contractor. Contractor hereby
releases Dakota County, its officers, employees, agents, and others acting on their behalf, from all claims, and
all. liability or responsibility to Contractor, and to anyone claiming through or under Contractor, by way of
subrogation or otherwise, for any toss of or damage to Contractor's business or property caused by fire or other
pern or event, even if such fire or other peril or event was caused In whole or In part by the negligence or other
act or omission of Dakota County or other party who is to be released by the terms hereof, or by anyone for
whom such party may be responsible.
Contractor agrees to effect such revision of any property insurance policy as may be necessary in order
to permit the release and waiver of subrogation agreed to herein. Contractor shall, upon the request of Dakota
County, promptly provide a Certificate of insurance, or other form of evidence as may be reasonably requested
by Dakota County, evidencing that the fun waiver of subrogation privilege contemplated by this provision Is
present; and/or, If so requested by Dakota County, Contractor shall provide a full and complete copy of the
pertinent property insurance policy(ies).
Insure CS (Rev. 9/4/07)
I1
City of Rosemount 12403.doc
0 .1,
Page 15 SHIP -G (Rev. 06- 10).dot
Exhibit 3
Services and Payment
The City of Rosemount has been awarded a total of $39,000 for three (3) Active living Grant proposals (which
are incorporated herein by reference) that are briefly described in this exhibit:
11
1. The first award of $9.00Q is for the purchase and Installation of signage. Specifically, school
crossing signs, school site way finding signs and mobile pick -up and drop -off signs at the Shannon
Park Elementary, Independent School District (ISD) #196, as recommended by the recently
completed Safe Routes to School (SRS) plan. Work will be coordinated with ISD #196 and
completed prior to the beginning of the 201012011 school year.
Evaluation Criteria: As noted above thls purchase is part of the larger SRS plan developed for
Shannon Park Elementary school. This paragraph is descriptive of how the effectiveness of the
plan will be evaluated. "WIth a baseline of walking/biking established by the tallies currently being
completed in each classroom at Shannon Park Elementary, the effectiveness of the proposed
project can be quantified by comparing future bike/walk tallies to the existing conditions data. The
parent survey that is currently being conducted can also be used to gauge changes in parent
attitudes and actions as a result of the project. Target reductions in vehicle traffic at the school and
target Increases in walking and biking will be set so that progress can periodically be measured
towards those goals. Follow -up tallies and surveys, after the Improvements have been completed,
will be able to show the effectiveness of the project In changing both attitudes and behaviors related
to walking and biking."
2, The second award of $5.000 is for the purchase of bike racks to hold up to 50 bikes to be located at
Rosemount High School, ISO #196. It is anticipated that bike racks will be available for use In the
fall of 2010.
Evaluation Criteria: This purchase is part of the larger SRS plan under development for
Rosemount High School. This paragraph from' the grant proposal is descriptive of how the
effectiveness of the plan will be evaluated. "With a baseline of walking/biking established by the
tallies currently being completed in each classroom at Rosemount High School, the effectiveness of
the proposed project can be quantified by comparing future bike/walk tallies to the existing
conditions data. The parent survey that is currently being conducted can also be used to gauge
changes In parent attitudes and actions as a result of the environmental changes. Target reductions
in vehicle traffic at the school and target increases In walking and biking will be set so that progress
can periodically be measured towards those goals. The number of vehicle crashes on 142 Street
and In the high school parking lot will also be a critical measure for evaluating the success of the
project."
3. The third award of $25.000 will fund way finding signs for the 145 Street Corridor, running east
and west through the community and the downtown area. This route also connects with seven (7)
north and south streets, leading to a majority of destinations of interest to both pedestrians and
cyclists In the community.
Evaluation Criteria: The City's Pedestrian and Bicycle Master Plan will contain evaluation criteria
to assess the effectiveness of these improvements. City staff will use these criteria to appraise the
impact of these improvements.
City of Rosemount- 12403.doc Page 16 SHIP -G (Rev. 06- 10).dot
Payment: Services will be paid for using the Invoice form attached as Exhibit 5. All claims will be based on the
budget for purchases approved for each of the three projects. Receipts for purchases should be affixed to the
'invoice form.
Release and Consent form: If applicable. the City agrees to provide photos of events and activities and to
cooperate with the Dakota County Public Health Department to request permission for use of photos and
images from parents and other adults by completing a form provided by Dakota County as:
Attachment A: Release and Consent for Use of Photographs of Adults and Children. Al
photos must accompany signed releases using this form.
A Model Sub contract form has been developed by the Dakota County Attorney's Office that can be used or
adapted for use by the City on an as needed basis to ensure any sub contracts also reflect the Master Contract
Requirements for SHIP funding through MDH:
r, r
Attachment B: Model Sub contract.
City of Rosemount- 12403.doc Page 17 SHIP -G (Rev. 06- 10).dot
Cateoorv:
Unit 4mount
obi
1 Materials Supplies;
Contractual Services:
Printing, Postage Publications:
Training:
Misc./Other: {name, dates, times, activities):
11-
Total:
Exhibit 4
invoice Form
Invoice for improving Environments for Active living In Dakota County
Date: Dates covered by Invoice: from: to
City: City Contact:
Telephone and Email:
Make check payable to:
.Send check to (address):
Exx enses
Amount
Please attach your receipts. Return this form to by mail or email to:
.Kris Jenson, Dakota County Public Health Dept., 1 Mendota Rd. W., #410, West St. Paul, MN 55118
kris.isnsonCclyca.dakota.mn.us Fax: (851) 554 -6130 Phone: (851) 554 -6140
City of Rosemount- 12403.doc
Page 18 SHIP -G (Rev. 06- 10).dot
EachIbIt 5
State Health Improvement Program (SHIP) Minnesota Department of Health (MDH)
Master Contract Requirements
Dakota County has entered into a Master Contract Agreement with the Minnesota Department of Health (Mot-)
as required to receive grant funds. All providers who contract with Dakota County to deliver services paid for
using grant funds are also required to adhere to the following requirements as outlined in the Master Contract
A. Publicity, Any publicity given to the program, publications, or services provided resulting from this grant
contract, including but not limited to, notices, informational pamphlets, press releases, research, signs
end similar public notices prepared by the Contractor or Its employees individually or jointly with others,
shall Identify the State as the sponsoring agency and shall not be released, unless such release Is
approved in advance by Dakota County In conversation with the State.
B. Endorsement, The Contractor must not claim that the State of Minnesota or the County of Dakota
endorses Its products or services.
C. Audits. Contractors that expend $500,000 or more in federal assistance annually shall comply with the
audit standards as set forth in the Single Audit Act of 1984, P.L. 98 -502 and the Single Audit Act
Amendments of 1996, A.L. 104-156 and Office of Management Budget Circular No. A -128, A -110, or A-
133, as applicable.
D. Drug Freetrkplace, Contractor agrees to comply with the Drug Free Workplace Act of 1988, as
impiemented at 34 CFR 85, Subpart F.
E. Lobbying. The Contractor agrees to comply with the provisions of United States Code, Title 31, Section
1352. The Contractor must not use any federal funds from the State to pay any person for Influencing
or attempting to influence an officer or employee of a federal agency, a member of Congress, an officer
E. 4 or employee of Congress, or any employee of a member of Congress in connection with the awarding of
any federal contract, the making of a federal grant, the making of any federal loan, the entering into of
any cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any
federal contract, grant, loan or cooperative agreement. If the Contractor uses any federal funds from
the State, to conduct any of the aforementioned activities, the Contractor must complete and submit to
the State the disclosure form specified by the State.
F. Rights to Inventions Experimental, Developmental or Research Work. The Contractor agrees to
comply with 37 CFR, Part 401, °Rights to Inventions Made by Nonprofit Organizations, Small Business
Firms Under Government Grants, Contracts and Cooperative Agreements" and any Implementing
regulations Issued by the awarding agency.
G. Clean Air Act, The Contractor agrees to comply with all applicable standards, orders or regulations
pursuant to the Clean Air Act as amended (42 U.S.C. 7401 et seq.) and the Federal Water Polution
control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding
agency and the Regional Office of the Environmental Protection Agency (EPA).
H. No Smokrnrr., With respect to facilities over which Contractor has control, the Contractor shall prohibit
smoking in any area of the hospital, health care clinic, doctor's office or other health care- related public
facility, accept as allowed by Minn. Stet. 144.414, subd. 3.
I. ,No Conflict of Interest, The Contractor hereby assures that no interest exists, directly or Indirectly,
which would conflict in any manner or degree with Contractor's performance of services required to be
performed under this Contract.
J. J`lo Obligation to Renew, The County Is under no obligation to renew this Contract
City of Rosemount- 12403.doc Page 19 SHIP -G (Rev. 06- 10).dot
Attachment A
Release and Consent for Use of Photographs of Adults and Children
City of Rosemount- 12403.doc
Signature
Print Name
y T. v
W.wr 4iliota
Medina A
emit! ktalakiiattoi,
RELEASE AND CONSENT FOR USE OF PHOTOGRAPHS OF aatcolat Co.a,wrsadoni
ADULTS AND CHILDREN 1WO tpokwarss
►aadng%M$ $S033'
authpdze Uakota County to taka and use ptiotogrephs oh
t7 me
0 my chld(rep)
O me andmy child(ren),
end to use the photographs to promote.Dakota County and Its functions, activities; and programs.
I authorize Dakota County to take and use Videotapes, or similar recordings of the'imega.oe
17 mo
C] my ch ld(ren)
0 me and my chlld(ren),
and to use the videotapes to promote Dakota County and its functions, activities, and programs,
'l.understand.that allowing Dakota County to take photographs and/or video recordings Of me endlormy children) and to
publish them In county publications, cable programs, the county webstie w•county ma(attals Js complgtdy
votuntaryi end that lam under no obligation to provide Ks consent. 1 understand twit not tre.paid.torthe couatys.use of
these photographs andior video, recordings.
4 1 spree
CI i efaagree
authorize Dakota County to give these photographs andior video recordings to media outbls for publication.
0 I agree
O I disagree
1 authorize Dakota County to disdoae ____pry name, the name of my child(ren), name and the name of my
chtd(ren) with the phtdograph..
O I agree
O 1 disagree
By signing this Release and Consent; I release Dakota County and is of c es and.omployees from any lability from the
taldrg'or use of the photographs for the purposes I have authorized.
t understand that I may revoke this txnsontt by sending a written notice of revocation to'Dakota County at the address
listed above; however, I understand that the revocation wit not apply to the county's prior use of tie photographs taken In
reliance on•thie photographic consent
By signing fits Release and Consent, I certify that I havo read and understand the contents of this document and have the
right and °uthodty to execute fide Release and Consent
Data
Parent/Guardian of minor chld(ren)
Signature
Print Name
Names of Chifd(ren)
CIAVAIKIWAtoomeye Fold Ph000dnpw se amt Canhenh Peb 2007
Date
Page 20 SHIP -G (Rev. 06- 10).dot
Attachment B
Model Sub- contract
CONTRACT FOR PROFESSIONAL SERVICES
IN CONNECTION WITH SHIP PROGRAM
This Contract is made and entered Into between the City of by and through Its hereinafter "City,"
and hereinafter "Contractor."
WHEREAS, the City is in need of professional services and the Contractor desires to provide such services.
Now, THEREFORE, in consideration of the mutual promises and agreements contained herein the parties enter
into this Contract and agree as follows:
TERM.
The term of this Contract is from the date of execution by all parties through
law or according to the provisions of this Contract.
unless earlier terminated by
.SCOPE OF SERVICES.
The City requests and the Contractor agrees to provide the services attached and incorporated as Exhibit 1.
PAYMENT.
The City agrees to pay for the services, induding expenses, In accordance with Exhibit 1 and in an amount not
to exceed
CITY LIAISON.
Contractor shall work closely with the City's liaison.
'GENERAL CONOITLONS.
The General Conditions set forth on page two of this Contract are attached and incorporated in this Contract. In
addition to the General Conditions, the Contractor is required to meet the contract requirements that exist in the
Master Grant Contract between Dakota County and the Minnesota Department of Heafth. These requirements
are outlined in Exhibit 2, "State Heat Improvement. Program (SHIM Minnesota Department of Health fMDH)
Master Contract Reauirements."
ENTIRE AGREEMENT.
Thls Contract Is the final expression of the agreement of the parties and the complete and exclusive statement
.of the terms agreed upon.
IN WITNEss WHEREOF, the parties hereto have executed this Contract on the date(s) indicated below.
CITY OF CONTRACTOR
(1 represent and warrant that 1 am authorized by raw to
execute this Contract and legally bind the Contractor).
By By
(Please print name) (Please print name)
Title Title
Date of Signature Date of Signature
Address: Address:
j ou
phone Number. Phone Number:
City of Rosemount- 12403.doo Page 21
ha
SHIP -G (Rev. 06- 10).dot
GENERAL CONDITIONS
INDEPENDENT CONTRACTOR. Contractor is an independent contractor and nothing in this Contract shall be
construed to create the relationship of agents, partners, joint venturers, associates, or employer and employee
.between the City and Contractor.
OWNERSHIP OF WORK PRODUCT COPYRIGHTS. All work product, data compilations, and materials of
any kind prepared pursuant to this Contract, regardless of the format In which they exist will become the sole
and exclusive property of the City upon the completion of this Contract. However, upon the prior express written
consent of the City, which may be granted in its sole discretion, Contractor may use portions or excerpts from
the materials prepared pursuant to this Contract. To the extent Contractor uses copyrighted material of the City,
Contractor shall maintain the copyrighted material to protect all right, title and Interest of the City. Where
applicable, works created by Contractor for the City in performance of this Contract shall be considered `works
made for hire" as defined In the U.S. Copyright Act and an right, title and Interest, Including copyright, of the
same prepared pursuant to this Contract is owned by the City. It is further agreed that the City has unlimited
'rights to use, duplicate and make derivative works of the same, with no obligation for an accounting to
Contractor.
CONFIINTiALITY CLAUSE. Contractor acknowledges that the City in connection with Contractor's
performance of this Contract may transmit certain private or Confidential information, as defined in the
Minnesota Data Practices Act, to Contractor. Contractor agrees to implement such procedures as are
necessary to assure protection of the private and Confidential Information.
COMPLIANCE WITH LAWS /STANDARDS. Contractor shall abide by all Federal, State or local laws; statutes,
ordinances, rules and regulations pertaining to this Contract and this Contract shall be construed in accordance
with the substantive and procedural laws of the State of Minnesota. All proceedings related to this Contract shall
be venued in the County of Dakota, State of Minnesota.
LICENSES. At its own expense, Contractor shall procure all licenses, permits or other rights required for the
provision of services contemplated by this Contract Contractor shall inform the City of any changes In the
above within five (5) days of occurrence.
INDEMNIFICATION. To the fullest extent permitted by law, Contractor agrees to indemnify the City, its officers,
employees, agents, and others acting on its behalf and to hold them harmless and defend and protect them
from and against any and as loss, damage, liability, cost and expense, specifically including attorneys' fees and
other costs and expenses of defense, which result from, or otherwise arise in connection with, any anions,
claims or proceedings of any sort and which is caused by any act or omission of Contractor, its officers,
employees or agents, or any other person(s) or entity(ies) for whose acts or omissions Contractor may be
'legally responsible, whether or not also caused in part by a party indemnified hereunder.
ASSIGNM ENT /SUBCONTRACTING. The Contractor shall not assign or subcontract this Contract without prior
written consent of the City, in which case Contractor is responsible for the performance of its subcontractors or
assignees and must follow the requirements of Minn. Stat. 471.425 (payments to subcontractors).
JNSURANCE TERMS. (Check Applicable Provisions)
Contractor shall provide to the City, prior to or concurrent with the execution of this Contract, certificate(s) of
insurance naming the City as certificate holder or certified copies of such existing policies of insurance,
demonstrating:
General liability coverage of at least $1,500,000 per occurrence and aggregate
and naming the City as an additional insured;
Automobile liability coverage of at least $1,500,000 per occurrence and aggregate
and naming the City as an additional Insured,
Professional liability (errors and omissions) insurance coverage of at least $1,500,000, and
Workers' compensation coverage or certification of excluded employment from workers'
compensation requirements.
Contractor shall pay all retentions and deductibles under such policies of Insurance. if Contractor does not have
existing coverage(s) or has coverage(s) in limits less than that set out above, Contractor must obtain from the
City, prior to or concurrent with the execution of this Contract, a waiver of the coverage(s) or agreement to lower
coverage limits from the City.
'MODIFICATIONS. My alterations, variations, modiflcations, or waivers of the provisions of this Contract shall
only be valid when they have been reduced to writing and signed by the authorized representatives of the
parties.
'City. of Rosemount- 12403.doc Page 22 SHIP -G (Rev. 06- 10).dot
TERMINATION. Either party upon thirty (30) days written notice to the other party may terminate this Contract,
with or without cause. Notice of termination shaU be made by certified mail or personal delivery to the person
signing this Contract on behalf of the other party. Termination of this Contract shall not discharge any liability,
responsibility or right of any party, which arises from the performance of or failure to adequately perform the
terms of the Contract prior to the effective date of termination.
TERMINATION BY CITY LACK OF FUNDING, Notwithstanding any provision of this Contract to the contrary,
the City may Immediately terminate this Contract if it does not obtain funding from the Minnesota Legislature,
Minnesota Agencies or other funding source, or if Its funding cannot be continued at'a level sufficient to allow
payment of the amounts due under this Contract, Written notice of termination sent by the City to Contractor by
facsimile is sufficient notice under the terms of this Contract. The City Is not obligated to pay for any services
that are provided after written notice of termination for lack of funding. The Clty will not be assessed any penalty
or damages If the Contract is terminated due to lack of funding.
RECORDS /AUDITS. Contractor's bonds, records, documents, papers, accounting procedures and practices,
and other evidences relevant to this Contract are subject to the examination, duplication, transcription and audit
.by the City and either the Legislative or State Auditor, pursuant to Minn, Stat. 16C.05, subd. 5. Such
evidences are also subject to review by the Comptroller General of the United States, or a duly authorized
representative, if federal funds are used for any work under this Contract. The Contractor agrees to maintain
such evidences for a period of six (6) years from the date services or payment were last provided or made or
longer if any audit In progress requires a longer retention period.
DATA PRIVACY. For purposes of this Contract all data on individuals collected, created, received, maintained
or disseminated shall be administered consistent with the Minnesota Government Data Practices Act, Minnesota
Statutes Chapter 13, and the Minnesota Rules implementing the Act now In force or hereafter adopted as well
as Federal laws on data privacy, and Contractor must comply with those requirements as if it were a
governmental entity. The Contractor will strictly comply with these statutes and rules. All subcontracts shall
contain the same or similar data practices compliance requirements,
HEALTH INSURANCE PORTABILITY ACCOUNTABILITY ACT OF 1996. The Contractor agrees to comply
with the requirements of the Health Insurance Portability and Accountability Act HIPAA) which are applicable to
the Contractor's duties under this Contract. In performing its obligations under thls Contract, Contractor agrees
to comply with the HIPAA Privacy requirements, the HIPAA Standards for Electronic Transactions, the HIPAA
security requirements, and any other applicable HIPAA laws, standards and requirements now in effect or
hereinafter adopted as they become law.
NON DISCRIMINATION Contractor agrees that, in the hiring of all labor for the performance of any work under
this Contract, it will not, by reason of race, creed, color, sex, national origin, disability, sexual orientation, age,
marital status or public assistance status, discriminate against any person who is a citizen of the United States
.and who qualifies and is available to perform the work to which such employment relates. Contractor agrees to
comply with all Federal, State, and local non discrimination laws and ordinances, In particular the applicable
provisions of the Civil Rights Act of 1964, as amended by the Equal Employment Opportunity Act of 1972.
When required by law or requested by the City, Contractor shall fumish a written affirmative action plan.
CONTRACTOR DEBARMENT, SUSPENSION AND RESPONSIBILITY CERTIFICATION. By signing this
Contract the Contractor is certifying that the federal government or the Minnesota Commissioner of
Administration has not suspended or debarred the Contractor or its Principals and Employees, based upon
Federal Regulation 45 CFR 92.35 and Minn. Stat. §16C.03, subd. 2, respectively. Contractors may be
suspended or debarred when it Is determined, through a duly authorized hearing process, that they have
abused the public trust in a serious manner.
ar�a
City of Rosemount- 12403.doc Page 23 SHIP -G (Rev. 06- 10).dot
1
City of Rosemount- 12403.doc Page 24 SHIP -G (Rev. 06- 10).dot
Exhibit 1
Services and Payment
Exhibit 2
State Health Improvement Program (SHI Minnesota Department of Health IMDH)
Master Contract Requirements
Dakota County has entered Into a Master Contract Agreement with the Minnesota Department of Health (MDH)
as required to receive grant funds. All providers who contract with the City to deliver services paid for using
such grant funds are also required to adhere to the following requirements as outlined in the Master Contract
A. Publicity. Any publicity given to the program, publications, or services provided resulting from this grant
contract, including but not limited to, notices, Informational pamphlets, press releases, research, signs
and similar public notices prepared by the Contractor or Its employees Individually or Jointly with others,
shall Identify the State as the sponsoring agency and shall not be released, unless such release is
approved in advance by the City In conversation with Dakota County.
B. Endorsement. The Contractor must not daim that the State of Minnesota or the County or the City
endorses its products or services.
C. Audits. Contractors that expend $500,000 or more In federal assistance annually shall comply with the
audit standards as set forth in the Single Audit Act of 1984, P.L. 98 -502 and the Single Audit Act
Amendmehts of 1998, P.L. 104 -158 and Office of Management Budget Circular No. A -128, A-110, or A-
133, as applicable.
D. Drun Free Workplace. Contractor agrees to comply with the Drug Free Workplace Act of 1988, as
implemented at 34 CFR 85, Subpart F.
E. Lobbying. The Contractor agrees to comply with the provisions of United States Code, Title 31, Section
1352. The Contractor must not use any federal funds from the State to pay any person for influencing
or attempting to influence an officer or employee of a federal agency, a member of Congress, an officer
or employee of Congress, or any employee of a member of Congress in connection with the awarding of
any federal contract, the making of a federal grant, the making of any federal loan, the entering into of
any cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any
federal contract, grant, loan or cooperative agreement. If the Contractor uses any federal funds from
the State, to conduct any of the aforementioned activities, the Contractor must complete and submit to
the State the disclosure form specified by the State.
F. Rights to Inventions Experiment Deve lopmental or Research Work The Contractor agrees to
comply with 37 CFR, Part 401, "Rights to Inventions Made by Nonprofit Organizations, Small Business
Firms Under Government Grants, Contracts and Cooperative Agreements" and any implementing
regulations issued by the awarding agency.
G. Clean Air Act. The Contractor agrees to comply with all applicable standards, orders or regulations
pursuant to the Clean Air Act as amended (42 U.S.C. 7401 et seq.) and the Federal Water Pollution
Control Act as amended (33 U.S.C, 1251 et seq.). Violations shall be reported to the Federal awarding
agency and the Regional Office of the Environmental Protection Agency (EPA).
H. No Smoking,. With respect to facilities over which Contractor has control, the Contractor shall prohibit
smoking In any area of the hospital, health care clinic, doctors office or other health care related public
facility, accept as allowed by Minn, Stat. 144.414, subd. 3.
I No Conflict of Interest. The Contractor hereby assures that no interest exists, directly or indirectly,
which would conflict in any manner or degree with Contractor's performance of services required to be
performed under this Contract.
J. i4o Obligation to Renew. The City is under no obligation to renew this Contract.
City of Rosemount- 12403.doc Page 26 SHIP -G (Rev. 06- 10).dot
Exhibit 3
'$ervlces and Payment
The City of Rosemount has been awarded a total of $38,000 for three (3) Active Living Grant proposals (which
are incorporated herein by reference) that ere briefly described in this exhibit:
1. The first award of &QM Is for the purchase and installation of signage. Specifically, stool
crossing signs, school site way finding signs and mobile pick -up and drop -off signs at the Shannon
Park Elementary, Independent School District (ISD) 4196, as recommended by the recently
completed Safe Routes to School (5125) plan. Work will be coordinated with ISD #186 end
completed prior to the beginning of the 2010/2011 sohool year.
Evaluation Criteria: As noted above thls purchase Is pad of the larger SRS plan developed for
Shannon Park Elementary school. 'title paragraph is descriptive of how the effectiveness of the
plan will be evaluated. 'With a baseline of walking/biking established by the tallies currently being
completed in each classroom at Shannon Park Elementary, the effectiveness of the proposed
project oan be quantified by comparing future bike/Walk tallies to the existing conditions data. The
parent survey that is currently being conducted can also be used to gauge changes in parent
attitudes end actions as a result of the project. Target reductions In vehicle traffic at the school and
target Increases in walking and biking will be set so that progress can periodically be measured
towards those goals. Follow -up tallies and survive, after the Improvements have been completed,
will be able to show the effectiveness of the project in changing both attitudes and behaviors related
to walking and biking."
2, The second award of 35.000 Is for the purchase of be racks to hold up to 50 bikes to be located at
Rosemount High School, ISO #186, It is anticipated that bike radts will be available for use in the
fat of 2010,
Evaluation Criteria: This purchase Is part of the larger SRS plan under development for
Rosemount High School. This paragraph front' the grant proposal Is descriptive of how the
effectiveness of the plan will be evaluated. 'With a beeefne of walking/biking established by the
tallies currently being completed In each classroom at Rosemount High School, the effectiveness of
the proposed project can be quantified by comparing future blkolwalk tallies to the existing
conditions data. The parent survey that is currently being conducted oan also be used to gauge
changes In parent attitudes and actions es a result of the environmental changes. Target reductions
in vehiole traffic at the school and target increases in walking and biking will be set so ttwt progress
can periodically be measured towards those goats. The number of vehtole crashes on 142 Street
and In the high school parking lot will ales be a critical measure for evaluating the success of the
project."
3. The third award of 326.000 will fund way4inding signs for the 146 Street Corridor, running east
and west through the community and the downtown area, This route also oonnects with seven (7)
north and south streets, leading to a majority of destinations of interest to both pedestrians and
cyclists In the community.
Evaluation Criteria: The CIty's Pedestrian and Bicycle Master Plan will contain evaluation criteria
to assess the effectiveness of these knprovements. City staff will use these criteria to appraise the
impaot of these knpravements.
City of Rosemcunt•12403.doc Page 16 SHIP-G (Rev. 06.10).dot
Payment: Services will be paid for using the Invoice form attached as Exhibit S. Ail claims will be based on the
budget for purchases approved for each of the three projects. Receipts for purchases should be affixed to the
'Invoice form.
Release and Consent form: If applicable, the City agrees to provide photos or events and activities end to
cooperate with the Dakota County Public Health Department to request pemiisslon for use of photos end
images from parents and other adults by completing a form provided by Dakota County as:
Attachment A: Release and Consent for Use of Photographs of Adult: and Children. All
photos must accompany signed releases using thls form.
A Model Sub contract form has been developed by the Dakota County Attorney's Office that can be used or
adapted for use by the City on an as needed basis to ensure any sub contracts also reflect the Master Contract
Requirements for SHIP funding through MOH:
I: t
AttachmyntS: Model Sub contract.
City of Rosemount- 12403.dao Page 17 SHIP -0 (Rev. 06.10).dot
kxhIbit
State Health improvement Program SS HIP) Minnesota Department of Health (MDH)
Mastgs Contract Requirements
Dakota County has entered into a Master Contract Agreement with the Minnesota Department of Health (MOH),
as required to receive grant funds. All providers who contract with Dakota County to deliver services paid for
using grant funds are also required to adhere to the following requirements as outlined In the Master Contract:
A. j?tlblictty, Any publicity giyen to the program, publications, or services provided resulting from this grant
contract, including but not limited to, notices, informational pamphlets, press releases, research, signs
end similar public notices prepared by the Contractor or Its employees individually or Jointly with othere,
shall identify the State as the sponsoring agency and shall not be released, unless such release Is
approved in advance by Dakota County In conversation with the State.
B. Endorsement. The Contractor must not claim that the Slate of Minnesota or the County of Dakota
endorses Its products or services.
C. Audits. Contractors that expend 3500,000 or more in federal assistance annually shall comply with the
audit standards as set forth In the Single Audit At of 1084, P.L. 98 -502 and the Single Audit Act
Amendments of 1998, FA— 104-158 and Office of Management Budget Circular No. A -128, A -110, or A-
133, as applicable.
0, Drug .Pyle WNplage, Contractor agrees to comply with the Drug Free Workplace Act of 1988, as
implemented at 34 CFR 85, Subpart F.
E. Lobbying, The Contractor agrees to comply with the provisions of United States Code, Title 31, Section
1352. The Contractor must not use any federal funds from the State to pay any person for Influencing
or attempting to Influence an officer or employee of a federal agency, a member of Congress, an officer
c, or employee of Congress, or any employee of a member of Congress in connection with the awarding of
any federal contract, the making of a federal grant, the making of nny federal loan, the entering into 'of
any cooperative agreement, or the extension, continuation, renewal, amendment, or modification of any
federal contract, grant, loan or cooperatve agreement If the Contractor uses any federal funds from
the State, to conduct any of the aforementioned activities, the Contractor must complete and submit to
the state the disclosure form specified by the State.
F. Rights to Inventions Experimental, Deployments or Research Work. The Contractor agrees to
comply with 37 CFR, Part 401, 'Rights to inventions Made by Nonprofit Organizations, Small Business
Firms Under Government Grants, Contracts and Cooperative Agreements' and any Implementing
regulations Issued by the awarding agency.
G. Clean Afr Act. The Contractor agrees to comply with all applicable standards, orders or regulations
pursuant to the Clean Alr Act as amended (42 U.S.C. 7401 et seq.) and the Federal Water Pollution
control At as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding
agency and the Regional Otttce of the Environmental Protection Agency (EPA).
H. No Smoking, With respect to facilities over which Contractor has control, the Contractor shall prohibit
smoking in any area of the hospital, health care clinic, doctor's office or other health care related publlo
facflty, accept as allowed by Minn. Stat. 144.414. subd, 3.
I. No Conflict of Interest, The Contractor hereby assures that no interest exists, directly or indirectly,
which would conflict In any manner or degree with Contractor's performance of servlcea required to be
performed under this Contract.
.f. jbligation to Renew, The County Is under no obligation to renew this Contract
City of Rosemount- 12103.doo Page 19 SHIP -G (Rev. 09- 10).dot
1
196
Meeting Date: 04/25/11 Place on Agenda: Consent Action Requested: Approval Exhibit: B13
Topic: City of Rosemount Statewide Health Improvement Program (SHIP) Active Living Agreement
Presenter(s): Mark Parr 14 i• Title(s): Director of Secondary Education
Julie Olson Director of Elementary Education
Background
The City of Rosemount received Statewide Health Improvement Program funding to support recommendations
from the Safe Routes to School Comprehensive Plans for Shannon Park Elementary School and Rosemount High
School. The agreement between the City and Dakota County provides funding for Shannon Park Elementary
School to improve pedestrian and bicycle crossings on the school site as well as signage improvements for pick-
up /drop -off zones. Project improvements for Rosemount High School include rerouting traffic in the main school
parking lot to eliminate pedestrian/vehicle conflicts and installing new bike racks. The City of Rosemount seeks
to enter into a subcontract with District 196 to accomplish the projects at Shannon Park Elementary School and
Rosemount High School. The agreement was drafted by the City Attorney with revisions made by the School
District Attorney. The agreement is attached.
Recommendation
Approve the agreement in the amount of $14,000.
Alternatives
Agreement or request changes to it.
INDEPENDENT SCHOOL DISTRICT 196
Rosemount -Apple Valley -Eagan Public Schools
Educating our students to reach their full potential
School Board Agenda Item