HomeMy WebLinkAbout26-042 - Contract - Language Line Service. Inc. - Phone Interpretation ServicesDocusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
City of Tukwila Contract Number: 26-042
41Council Approval N/A
• 6200 Southcenter Boulevard, Tukwila WA98188
L*9,
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Language Line Services. Inc. ,
hereinafter referred to as "the Contractor," whose principal office is located
at 1 Lower Ragsdale Drive, Building 2, Monterey, CA 93940
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1. Scone and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the performance of such services and the
handling of any funds used in connection therewith. The Contractor shall request and obtain prior
written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $30,000 at a rate of See Exhibit A
and B for over -the -phone interpretation fee for use rates and other available services.
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
February 1 , 2026, and ending December 31 2026,_unless sooner terminated under
the provisions hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with
respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the Public Entity.
CA Revised May 2020 Page 1 of 4
Docusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,
then, in the event of liability for damages arising out of bodily injury to persons or damages to property
caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial
Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or termination of
this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection with
the performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided by such
insurance, or otherwise limit the City's recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate
limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations, independent
contractors, products -completed operations, stop gap liability, personal injury and advertising
injury, and liability assumed under an insured contract. The Commercial General Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability
arising from explosion, collapse or underground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liability insurance policy
with respect to the work performed for the City using ISO Additional Insured endorsement CG
20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or
substitute endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance
limits than the minimums shown above, the Public Entity shall be insured for the full available limits
of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective
of whether such limits maintained by the Contractor are greater than those required by this Contract
or whether any certificate of insurance furnished to the Public Entity evidences limits of liability
lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with
it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
CA Revised May 2020 Page 2 of 4
Docusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
of not less than A: VII.
E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of
the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by the City.
9. Audits and Insnections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the
presence of any disability, or any other protected class status under state or federal law, in the
selection and retention of employees or procurement of materials or supplies.
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Aareement: Modification. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or modification of this
Agreement shall be of any force or effect unless it is in writing and signed by the parties.
CA Revised May 2020 Page 3 of 4
Docusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which
by their sense and context are reasonably intended to survive the completion, expiration or cancellation
of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
DATED this 28th day of January 2026
CITY OF TUKWILA
L
ed by:
wAaS hctu,
Thomas McLeod, Mayor
Initial
�
ATTEST/AUTH ENTICATED:
S�igjne'd�by��
Andy Youn-Barnett, City Clerk
APPROVED AS TO FORM:
Signed by: ((l�
I T111
fl l 9. JCI.nA
Office of the City Attorney
CONTRACTOR:
DocuSigned by:
By:
Printed Name: Bonaventura A. Cavaliere
Title: CFO
Address: 1 Lower Ragsdale Drive, Building
2, Monterey, CA 93940
CA Revised May 2020 Page 4 of 4
Docusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
Language Line
Services, Inc.
EXHIBITS A & B
LanguageLine@ Phonesm Interpreting and Direct
Responsesm
Client Name ("Customer"): City of Tukwila Client # (if applicable): 577713
This Statement of Work is subject to the Master Service Agreement between Customer and Language Line
Services, Inc. ("LanguageLine°"). This document is the sole document that reflects pricing for these
services and must be signed by an authorized representative from the Customer. Pricing is only approved
upon a signature by an authorized officer of LanguageLine. Pricing changes, if any, will be reflected on
next month's invoice.
1. LANGUAGELINE PHONE INTERPRETING
1.1. SCOPE OF WORK
(a) DESCRIPTION OF SERVICES. LanguageLine will provide qualified and trained interpreters
for Phone Interpreting to facilitate effective communication between Customer's service
providers and individuals with Limited English Proficient (LEP) by converting spoken
language statements between English and another language.
(b) SERVICE DELIVERY. Services are delivered on -demand via telephone, as initiated by
Customer's service providers and invoiced monthly following service delivery. Services are
available twenty-four (24) hours a day; seven (7) days a week; 365 days a year, including
holidays, in over 240 spoken languages.
1.2. PHONE INTERPRETING FEES
(a) INITIAL ENROLLMENT including Client Identification ("CID") service accounts....... Waived
(b) ADDITIONAL SERVICE ACCOUNTS after initial enrollment, per CID ....................... Waived
(c) MONTHLY MINIMUM per CID.................................................................................... Waived
(d) PLATFORM ACCESS FEE per call............................................................................ Waived
(e) THIRD PARTY DIAL OUT FEE per call...................................................................... Waived
(f) TELECOMMUNICATION SURCHARGE in accordance with the Telecommunications Act of
1996............................................................................................................................. Waived
(g) OPTIONAL INTERPRETER APPOINTMENT AT SPECIFIC TIME. See 1.2(h) for Per
Minute Usage Fees. No additional fees apply to schedule an interpreter appointment.
Cancellation fee for any cancelled or missed appointment ......................................... Waived
(h) PER MINUTE USAGE FEES for LanguageLine Phone and LanguageLine® App(SM)Audio
Interpreting
Language
Tiers
Languages
Per Minute Charge
1
Spanish
$0.98
2
Chinese (Mandarin and Cantonese), French, Japanese, Korean,
$0.98
Russian, and Vietnamese
3
Armenian, German, Haitian Creole, Italian, Cambodian (Khmer),
$0'98
Polish, and Portuguese
4
Farsi, Tagalog, Thai, Urdu, and all other languages
$0.98
1.3. PHONE INTERPRETING EQUIPMENT
(a) OPTIONS AND DEFINITIONS. Equipment purchase and lease options are available for the
equipment identified below for use with the Phone Interpreting services. All Equipment
requests must be submitted in writing over the term of this Agreement and the appropriate
fees will apply.
(b) PHONE INTERPRETING EQUIPMENT LEASE FEES. A monthly lease fee per unit applies,
and the Equipment remains the property of LanguageLine. The monthly fee covers the cost
of equipment programming and providing any necessary replacements and maintenance.
9 2025 Language Line Services, Inc. - 1 Lower Ragsdale Drive, Bldg. 2 - Monterey, CA 93940 - www.LanauaaeLine.com - CONFIDENTIAL INFORMATION - REV 10.01.25 - 1
Docusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
Language Line
Services, Inc. •
LanguageLine@
PhonesmInterpreting and Direct
Responsesm
1 SolutionTM Analog Dual Handset Phone....................................................................... $4.50
1Solution Dual Handset IP Phone................................................................................. $12.50
Panasonic® Cordless Phone with Dual Handsets........................................................ $10.50
(c) PHONE INTERPRETING LEASED EQUIPMENT ADDITIONAL TERMS. Upon the
termination of the Agreement, Customer shall, at its cost, return the Equipment to Language
Line Services within thirty (30) days following the termination date. Customer acknowledges
that ownership of the Equipment remains with Language Line Services, and that the
Equipment must be returned upon the termination of the Agreement. If Customer fails to
return the Equipment to Language Line Services within the 30 -day period, Language Line
Services may invoice Customer $175.00 per each equipment item not returned and
Customer agrees to pay that invoice within thirty (30) days of the invoice date.
(d) PHONE INTERPRETING EQUIPMENT PURCHASES. The following Equipment is available
for purchase from LanguageLine during the life of the agreement. Upon depletion of current
Equipment models and release of new Equipment models, updated pricing will automatically
apply. Purchased equipment is covered by a one-year replacement warranty from the
manufacturer. Standard rates at the time of purchase will apply. If applicable, proof of sales
tax exemption must be provided to TaxDepartment@languageline.com and
Activations@languageline.com. Details will be available from your Account Executive.
1Solution Analog Dual Handset Phone......................................................................... $60.00
1Solution Dual Handset IP Phone............................................................................... $150.00
Cordless Phone with Dual Handsets................................................................................. $125.00
PanasonicHeadset....................................................................................................... $25.00
Handsets....................................................................................................................... $10.00
Handset Splitters (price per unit)..................................................................................... $6.00
Wall Splitters (price per unit)........................................................................................... $6.00
2. LANGUAGELINE DIRECT RESPONSE
2.1. SCOPE OF WORK
(a) DESCRIPTION OF SERVICES. LanguageLine will provide qualified and trained interpreters
for Phone Interpreting to facilitate effective communication between Customer's service
providers and individuals with Limited English Proficiency (LEP) by converting spoken
language statements between English and another language.
STANDARD
— Standard in -language prompts for greeting messages, language menu, and hold/dial-out
message
— Prompts recorded by a LanguageLine® Certified linguist
— Custom LanguageLine call flow and call routing
— Capability to integrate with Customer's IVR
— Capability to transmit call to Customer's Direct Inward Dial (DID) number
PREMIUM
— Customizable in -language prompts for greeting messages, language menu, and
hold/dial-out message
— Prompts recorded by a LanguageLine® Certified linguist
— Custom LanguageLine call flow and call routing
— Customizable options menu
— Capability to integrate with Customer's IVR
— Capability to transmit call to Customer's Direct Inward Dial (DID) number
(b) SERVICE DELIVERY. Services are delivered on -demand via telephone, as initiated by
individuals with Limited English Proficiency (LEP) and routed directly to Customer's service
providers, and invoiced monthly following service delivery. Services are available twenty-four
(24) hours a day; seven (7) days a week; 365 days a year, including holidays.
9 2025 Language Line Services, Inc. • 1 Lower Ragsdale Drive, Bldg. 2 • Monterey, CA 93940 • www.LanauaaeLine.com • CONFIDENTIAL INFORMATION • REV 10.01.25 • 2
Docusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
wage Line
Services, lni�r, Statement of•
rk
LanguageLine@
PhonesmInterpreting and 1
Responsesm
2.2. DIRECT RESPONSE FEES
(a) STANDARD.................................................................................................................$350.00
(b) PREMIUM per language.............................................................................................. $650.00
(c) DEDICATED TOLL-FREE LINE per line.................................................................... $150.00
(d) INCREMENTAL PRICE PER MINUTE applied to Customer's contracted per minute usage
fees for Languagel-ine Phone Interpreting...................................................................... $0.10
3. OTHER FEES
3.1. FINANCE FEE. Finance fee is applied to any past due balance. Interest will accrue from the date
on which payment is due at a rate equal to the lesser of 1.5% per month or the maximum permitted
by applicable law.
3.2. OPTIONAL PAPER INVOICE. Electronic invoices are provided at no charge. Paper invoice fee is
applied if a paper invoice is required by the Customer........................................................... $1.75
3.3. OPTIONAL CUSTOMIZATIONS
(a) Report configuration per hour $250.00
(b) Report maintenance per month $30.00
(c) Training assistance on site per day per training $500.00
(d) Training materials development per hour $179.00
9 2025 Language Line Services, Inc. - 1 Lower Ragsdale Drive, Bldg. 2 - Monterey, CA 93940 - www.LanauaaeLine.com - CONFIDENTIAL INFORMATION - REV 10.01.25 - 3
Docusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
wage Line
Services, lni�r, Statement of•
rk
LanguageLine@
Phonesm Interpreting and 1
Responsesm
The person signing this SOW on behalf of Customer certifies that such person has read, acknowledges,
and understands all of the terms and conditions, and is fully authorized to execute this SOW on behalf of
and bind the Customer to all its terms and conditions. Both Parties agree the delivery of the signed SOW
by facsimile or e-mail or use of a facsimile signature or electronic signature or other similar electronic
reproduction of a signature shall have the same force and effect of execution and delivery as the original
signature, and in the absence of an original signature, shall constitute the original signature.
9 2025 Language Line Services, Inc. • 1 Lower Ragsdale Drive, Bldg. 2 • Monterey, CA 93940 • www.LanauaaeLine.com • CONFIDENTIAL INFORMATION • REV 10.01.25 • 4
7Date.:1/,20/2026 18:24 PM PST
Date: January 22, 2026
Signature:
;1:�I&Nt-i(,c,S
Signature:
� 6"WAA u & t,y�,
79756F17A8AB459...
BDC191FC317A43C...
Name: Brandon Miles
Name: Bonaventura A. Cavaliere
Title: Director of Strategic Initiatives
Title: CFO
9 2025 Language Line Services, Inc. • 1 Lower Ragsdale Drive, Bldg. 2 • Monterey, CA 93940 • www.LanauaaeLine.com • CONFIDENTIAL INFORMATION • REV 10.01.25 • 4
Docusign Envelope ID: B9475COD-B312-49AB-9505-863FCFADAC8F
Language Line eBill Distribution
Language Line will distribute
monthly eBills as follows:
Dept
Department Code Recipient Contact
Department of Community
Wynetta
Development (DCD)
Bivens
Jennifer
2
Public Works (PW)
Collazo
-w
Cheryl
3
Mayor's Office
Thompson
ah=Ub=l�)a��:�ir f���:u. 11 lili�LFK"2
Economic Development
4
Derek Speck
� � ir�_d_II<_„ 1 � Mll<�� bluk iil1 w 9w
Community Services &
Engagement (CS&E) Formerly
5
Admin
Jenny Ayres
l� ii�iray._a ire � bMilk [[a w— .,goo
Michelle
6
Clerk's Office
Canaday
r�ii� __a_ ilii a a_f �a�Na:y_��u_<iiiaaagr
Finanace
7
Soli Sailiai
soU ��aiUa�i_(g
Parks & Recreation (Parks)
8
Paula Hale
h a � �a . �a �a„_ � �� CF [1a w -a- ,gov
Court
9
Mindy Breiner
miiiiad-Y I��ir��ii_iraeirg�!u�g�_�.�.II td.a a �gov