HomeMy WebLinkAbout11-054 - Somali Community Services Coalition - 2011-2012 Human Services11- 105(a)
Council Approval N/A
�J�W1�gs Sheet 1 of 1
CITY OF TUKWILA
o
wi to
CONTRACT CHANGE ORDER NO. 001
1908
DATE: September 2, 2011 BUDGET _NO"
PROJECT'NO.: 9111040.1 CONTRACT NO 11 105 j
PROJECT NAME 2011 Overlay Program
TO: Watson Asphalt Paving, Inc. Rick; Schroeder, P.M
You are hereby directed to make the herein described changes to the plans and specifications or do
the following described work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is
issued.
Conditions: A. The following change, and work affected thereby, are subject to all
contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced; and
C. All claims against the "Owner" which are incidental to or as a consequence of this
change are waived.
D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates
for approval in advance of all Change Orders.
CHANGE Perform conduit installation by directional drilling in lieu of open trenching in
roadway planter areas that have mature vegetation and existing irrigation systems as shown in Field
Directive #1.
The total Change Order value will be charged against a new item under TRAFFIC SIGNALS Item 25a:
Conduit Installation by Directional Drilling and existing unit price items credited back to result in a
Not to Exceed cost increase of $1,000 to the contract. No additional contract time will result from this
change.
We the undersigned Contractor, have given careful consideration to the change proposed and
hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials,
except as may otherwise be noted above, and perform all services necessary for the work above
specified, and will accept as full payment therefore the prices shown v nd below.
ACCE ED: Dat `T7lll Contractor f ot..,.
By Title An'
Orig?! �ontract (K tax) 985,624.75 APPROVED BY THE CITY OF TUKWILA
Previous Change Order 0 Date 6 t '�L3
This Change Order (without tax) 22.000.00 BVW �v►� tf a q�,+'
Mayor U
REV. CONTRACT AMOUNT 1,007,624.75
ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2)
cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file:
CITY OF TUKWILA PUBLIC WORKS DEPARTMENT
6300 Southcenter Boulevard, Suite #200
Tukwila, Washington 98188
Phone: (206) 433 -0179
FIELD DIRECTIVE One (1)
To: Watson Asphalt Paving Co., Inc.
PO Box 845
Redmond WA 98073
Attn: Rick Schroeder
Date: August 31, 2011
Project Name: 2010/2011 Overlay
Project No.: 91110401
I Contract No.: 11 -105
Work to be performed: Use directional drilling in lieu of open trenching to accomplish conduit
installation at locations where there is established landscaping. Contractor assumes all risk of
damage to existing facilities from the directional drilling operation. See attached proposal dated 8-
24-11 and exhibits for Interurban (1 p.) and E. Marginal Way (2 p.)
Reason for modification: Directional drilling will allow conduit to be installed without the need to
remove and replace established landscaping. This change in methods will be almost cost neutral
and have the benefit of less disruption to streetscape by allowing existing plantings to remain.
Work under this Field Directive modification will be accomplished:
With no change to the contract price.
For a lump sum increase /decrease of to the contract price.
�C On a unit price basis with a maximum allowable increase /decrease of $600.00 to $1,000
depending upon actual quantities
With work to start immediately and determination of any change to the contract price and /or
completion date to be negotiated. Negotiations to be complete by
(within 7 working days).
z� With no change in contract completion date.
With no contract completion date extended /decreased calendar days.
Performance of this Id Directive is authorized by all signatures below:
Accepted by: ��i
Contractors Rep -Name
'4'Z' e a 8 /i/
Approved by:
Verified by:
App
ruc�Engineer Ce"C" (�A4
ruction Inspector 6o-e ,w i 4- 4
Dat
'�7
Date
1 7 -6 -4
Date
ASPHALT P.-)k I G GENERAL CONSTRUCTION
SCHROEDERBROTHERS Asphalt Paving Company, Inc.
Comranors License
223014VA- TSQAPr,6PB 19220 N.E. Union Hill Road Redmond. Washington 98053 Phone (425) 868 -4377
Add P.O. Box 845 Redmond. WA 98073 -0845 FAX (425) 868 -4104
August 24, 2011
City of Tukwila
6300 Southcenter Boulevard, Suite #100
Tukwila, WA 98188
Re: 2011 Overlay Program
Project No. 91110401
Ref: Change Order Directional Boring
Dear Sir:
Plans Sheet 7, 8 and 9 show the installation of conduit within the landscaped islands
along Interurban (Approximate Station 43 +50 to 45 +75) and East Marginal, Way South
(Approximate Station 13 +90 to 16 +20). These islands have substantial vegetation growing in
them and various buried utilities. Therefore, Watson Asphalt recommends directional boring
with 2" HDPE conduit instead of open trench conduit installation. Many miscellaneous items
will be deleted or reduced. Please be advised that although many of the items listed below can
be decreased or deleted some work under existing items will still be required in order to facilitate
the conduit installation (Example: Pavement Repair at the Traffic Island on East Marginal Way,
Miscellaneous Property Restoration, Cement Concrete Repair, Etc). Please see below Watson
Asphalts estimated change order. Thank you for your consideration.
DELETED OR DECREASED ITEMS:
SCH A
DESCRIPTION
QTY
UNITS
PRICE
TOTAL
4
Removing Cement Concrete Pavement
-40.0
SY
40.00
(1,600.00)
6
Removing Cement Concrete Curb
-10.0
LF
45.00
(450.00)
10
Pavement Repair Excavation Incl Haul
-4.0
CY
35.25
(141.00)
12
HMA Class 1/2" PG 64 -22 for Pavement Repair
-10.0
TON
78.70
(787.00)
18
Cement Concrete Traffic Curb Gutter
-10.0
LF
30.00
(300.00)
25
Conduit Installation
-440.0
LF
5.80
(2,552.00)
27
Cement Concrete Sidewalk
-35.0
SY
32.00
(1,120.00)
44
Property Restoration
-0.7
EST
10,000.00
(7,000.00)
45
Topsoil Type A
-24.0
CY
46.00
(1,104.00)
46
Bark Mulch
-8.0
CY
55.00
(440.00)
47
PSIPE Acer Rubrum'Karpick' /Karpick Maple
-5.0
EA
510.00
(2,550.00)
48
PSIPE Prunus Laurocerasus'Otto Lukvens'
-75.0,
EA
44.00
(3,300.00)
(21,344.00)
ADDED ITEM:
SCH A
(DESCRIPTION I
QTYJ
UNITS
PRICE
I
TOTAL)
NEW
(Directional Borinq (1 -2" HDPE Conduit)
440.0
LF
J$
50.00
22,000.00
7 ,10/0LALT PAVING CO., INC.
Rick Schroeder
Project Manager
An Equal Opportunity Employer"
Member of the National Asphalt Pavement Association, and Washington Asphalt Pavement Association
JL.L=
=Av aNZ9
V gt
us
0:1 rl N
I
ui
C3
1
ui C�l
7-
W
>00
CA
I �J OO
t2
I 4' i i 1 i
0
0
z
C3
C',
W
0
0
C*4
0
Oj
C4
Go
I.Z S cc
3:
cqf.
U
it
o
La
O
'Ile
0
0
z
C3
C',
W
0
0
C*4
Oj
C4
Go
I.Z S cc
3:
cqf.
U
it
a o
CD
77
lu
lu
0
0
z
C3
C',
W
0
0
C*4
GENERAL NOTES
1. FOR GENERAL NOTES, SEE SHEET 10.
f7
f
17
....s�resstes
STA 13 +57 vt
us
i
BUS STOP
1�l
l7
CONSTRUCTION NOTES
0 ADJUST MANHOLE TO GRADE BY OTHERS. COORDINATE WITH INTEGRA
TELECOM, BOB KNIGHT, OSP ENGINEER, 425 970 -7764.
�4 PAVEMENT REPAIR AREA. SEE DETAIL, SHEET 2
ADJUST CATCH BASIN TO GRADE.
ADJUST MONUMENT TO GRADE
�9 ADJUST PRIVATE UTILITY CASTING TO GRADE. COORDINATE WITH
UTILITY OWNER AT LEAST 2 WEEKS PRIOR TO ADJUSTMENT.
10 INSTALL PERPENDICULAR CURB RAMP PER WSOOT STANDARD PLAN
F- 40.15 -01. TRUNCATED DOMES SHALL BE PER CITY OF TUKWILA
STANDARD PLAN RS -12
t3 ADJUST GAS VALVE TO GRADE.
t5 RETROFIT RAMP WITH DETECTABLE WARNING SURFACE. TRUNCATED
DOMES SHALL BE PER CITY OF TUKWILA STANDARD PLAN RS -12
16 SAWCUT, REMOVE AND REPLACE CEMENT CONCRETE SIDEWALK.
17 REMOVE SLOTTED CATCH BASIN GRATE AND REPLACE WITH VANED
GRATE. CONTRACTOR TO VERIFY SIZE PRIOR TO ORDERING.
REMOVED GRATES SHALL BE DELIVERED TO CITY SHOPS.
CHANNELIZATION NOTES
m t2' PLASTIC STOP LINE.
l2 PLASTIC CROSSWALK LINE PER TUKWILA STANDARD PLAN RS -19.
M ❑3 4 W69TE PAINT LINE.
44 DOUBLE SOLID YELLOW LINE PER TUKWILA STANDARD PLAN RS -13.
E$ PAVEMENT ARROW PER TUKWILA STANDARD PLAN RS -18.
lfl SINGLE BROKEN WHITE LINE PER TUKWILA STANDARD PLAN RS -13.
n7 TWO -WAY LEFT TURN LINE (SSY' SBY) PER TUKWILA STANDARD
PLAN RS -13.
td ♦y
♦t' 606 ♦4 ♦1 ♦1r +A ♦1 ♦1��
o
0 Q
Ii
iV
17 GRIND ENTIRE ROADWAY 2'
AND PLACE 2 HMA CL Tf"
PG 64 -22 OVERLAY
l8 SINGLE SOLID WHITE LINE PER TUKWILA STANDARD PLAN RS -13.
SIGNAL CONSTRUCTION NOTES
O LOCATION OF EXISTING TRAFFIC CONTROLLER CABINET. ONLY JOURNEY LEVEL
WORK, IN THE PRESENCE OF THE ENGINEER. IS ALLOWED IN CABINETS.
O MAINTAIN IAN 3' CLEARANCE BETWEEN VEHICLE DETECTION LOOP AND METAL
UTILITY LID.
EXISTING VEHICLE DETECTION LOOP TO REMAIN. LOCATE AND PROTECT
EXISTING LOOP WIRING AND STUBOUT PRIOR TO GRINDING /SAWCUTTING.
i2 INSTALL 6' CIA VEHICLE INDUCTION LOOP PER WSDOT STD PLANS J-& AND
J--8d EXCEPT LOOP SPACING SHALL BE PER CITY OF TUKWILA STANDARD
DETAIL RS -28. LOOP LOCATIONS SHALL BE APPROVED BY THE ENGINEER
PRIOR TO SAWCUTITNG.
13 ADD NEW WIRING TO EXISTING CONDUIT, AS SHOWN.
t5 INSTALL JUNCTION BOX PER W'SOOT STD PLAN J- 40.10 -01. INSTALL STUBOUT
PER WSDOT STD PLAN J-8d. INSTALL NEW CONDUIT AND WRING AS SHOWN
ON THIS PLAN. FOR TP.ENCHING DETAIL SEE SIGNAL DETAILS SHEET 4.
SPLICE LOOP WIRING PER STANDARD SPECIFICATIONS.
t6 REMOVE EXISTING AND INSTALL NEW JUNCTION BOX PER WSDOT STD PLAN
J- 40.10 -01. INSTALL STUBOUT PER WSDOT STD PLAN J--8d. SPLICE LOOP
WIRING PER STANDARD SPECIFICATIONS.
fl TERMINATE 2CS LOOP WIRING IN THE EXISTING C(1411ROLLER IN THE PRESENCE
OF THE ENGINEER.
21 EXISTING JUNCTION BOX TO REMAIN. SPLICE LOOP WIRING PEP, STANDARD
SPECIFICATIONS.
EXISTING JUNCTION BOX TO REMAIN. ADD NEW CONDUIT TO EXISTING
JUNCTION BOX. INSTALL STUBOUT PER WSDOT STD PLAN J -8d. SPLICE LOOP
WIRING PER STANDARD SPECIFICATIONS.
BID 2011 OVERLAY PROGRAM
DOCUMENT SITE 2 EAST MARGINAL WAY S
SOUTH OF S 81ST PL TO CITY LIMITS
Q
J
3
F
IL
ID
I
F
V
I� 9�
A 12
i i I fiLCnu t6079PLN0L0WG
I I I SCaie AS SHOWNN
co (datC I revisions date area" J
BEGIN PRUCT
STA 10+00
7
GRIND ENTIRE ROADWAY V
AND PLACE 2' HMA
CL V PG 64-22 OVERLAY PLAN
0 10 20 40 60
SCALE IN FEET
IL
U)
Q) I (n
in? Typ
2'. 2 -2CS= EAST MARGINAL WAYS
2 5-2CS-
/I
0 10 20 40 60
SCALE IN FEET
"ILA 5.
S..
Yi
-i
170
CL
Lr-
CO
12-2CS
-F>UJT3-L,-T4C7 VV"1ZT<,S -L�1H7T>w-
ENGINEERING *STREETS *WATER* SEWER *BUILDING
to
\-f 17+08
I by
date
deshmed
looen-261
]K]?c3
dim
21
0 V1011
B2011
7!397-kpt� 4
checked
Droi en-_
F
Ein
4
2'. 2 -2CS= EAST MARGINAL WAYS
2 5-2CS-
/I
0 10 20 40 60
SCALE IN FEET
"ILA 5.
S..
Yi
-i
170
CL
Lr-
CO
12-2CS
-F>UJT3-L,-T4C7 VV"1ZT<,S -L�1H7T>w-
ENGINEERING *STREETS *WATER* SEWER *BUILDING
to
\-f 17+08
17
17 17 EAST MARGINAL WAY S
I by
date
deshmed
looen-261
]K]?c3
dim
fJ?ID
INJD
0 V1011
B2011
7!397-kpt� 4
checked
Droi en-_
F
Ein
v;,&s.;fs V: V
pfofdir
I field bk no
17
17 17 EAST MARGINAL WAY S
Contract No.11-053
Council Approval N/A
CONTRACT FOR SOCIAL SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a
noncharter optional municipal code city hereinafter referred to as "the City Sound Mental
Health hereinafter referred to as "the Agency whose principal office is located at 1600
East Olive Street, Seattle, WA 98122.
WHEREAS, the City has determined the need to have certain social services
performed for its citizens but does not have the personnel or expertise to perform such
services, and
WHEREAS, the City desires to have the Agency 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. Scope of Services to be Performed by Agency. The Agency 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 Agency 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.
2. Compensation and Method of Payment. The City shall pay the Agency for
services rendered using billing voucher and method set forth on Exhibit B attached hereto
and incorporated herein by this reference. The total amount to be paid shall not exceed
$12,500 for 2011 and $12,500 for 2012 at a rate of (see Exhibit C) unless a Consumer Price
Index adjustment is made for 2012. City Council will consider CPI adjustments on an
annual basis.
2A. Criteria for Compensation. The City Of Tukwila will use a variety of
measures as indicators of satisfactory contract performance. The Agency will be expected to
meet at least 90% of the performance goals (outputs) as defined in Exhibit A. If the Agency
does not meet the 90% of performance goals, payment for services rendered under the
agreement will be reduced by the number of percentage points below the 90% level. At a
90% success rate, the Agency will be reimbursed at 100%. Any exceptions must be
negotiated with the City. Exceptions may be made in cases where circumstances beyond
the Agency's control impact their ability to meet their service unit goals and the Agency has
shown reasonable effort to overcome those circumstances. Exceptions are made at the
discretion of the City's Human Services Manager.
3. Agency Budget. The Agency shall apply the funds received under this
Agreement within the maximum limits set forth in this Agreement and according to the
budget attached hereto as Exhibit C and incorporated herein by this reference as if fully set
forth. The Agency shall request prior approval from the City whenever the Agency desires
to amend its budget by transferring funds among the budget categories.
4. Duration of Agreement. This Agreement shall be in full force and effect for
a period commencing January 1, 2011 and ending December 31, 2012 unless sooner
terminated under the provisions hereinafter specified. Funding for the second year of the
contract is dependent on the agency's performance of the services identified in Exhibit A
and any termination of this contract will be with thirty (30) days written notice pursuant to
paragraph 13 below.
5. Independent Contractor. Agency and City agree that Agency 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 Agency nor any employee of Agency 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 Agency, or
any employee of the Agency.
6. Indemnification. The Agency shall indemnify, defend and hold harmless
the City, its officers, agents and employees, from and against any and all claims, losses or
liability, including attorney's fees, arising from injury or death to persons or damage to
property occasioned by any act, omission or failure of the Agency, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the
performance of this Agreement and as to claims against the City, its officers, agents and
employees, the Agency expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends
to any claim brought by or on behalf of any employee of the Agency. This waiver is
mutually negotiated by the parties. This paragraph shall not apply to any damage resulting
from the sole negligence of the City, its agents and employees. To the extent any of the
damages referenced by this paragraph were caused by or resulted from the concurrent
negligence of the City, its agents or employees, this obligation to indemnify, defend and
hold harmless is valid and enforceable only to the extent of the negligence of the Agency, its
officers, agents, and employees.
7. Insurance.
A. The Agency shall procure and maintain in full force throughout the
duration of the Agreement comprehensive general liability insurance with a minimum
coverage of $500,000.00 per occurrence /aggregate for personal injury and property damage.
Said policy shall name the city of Tukwila as an additional named insured and shall include
a provision prohibiting cancellation or reduction in the amount of said policy except upon
thirty (30) days prior written notice to the City. Cancellation of the required insurance shall
automatically result in termination of this Agreement.
B. In addition to the insurance provided for in Paragraph A above, the
Agency shall maintain or insure, that its professional employees or contractors maintain
professional liability insurance in the event that services delivered pursuant to this
Agreement, either directly or indirectly, involve providing professional services. Such
professional liability insurance shall be maintained in an amount not less than $500,000.00
combined single limit per claim /aggregate. For the purposes of this Paragraph
"professional services" shall mean any services provided by a physician, licensed
psychologist, or other licensed professional.
C. Certificates of coverage as required by Paragraphs A and B above shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
8. Record Keeping and Reporting.
A. The Agency 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
properly accounting for all funds contributed by the City to the performance of this
Agreement and compliance with 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.
C. The Agency shall provide monthly or quarterly reports to the City
containing statistical data concerning client intakes and services performed by the Agency
during the reporting period. The Agency will report to the City the types and number of
services which the Agency provided, together with information concerning the number of
people who participated or received the services, and other information as agreed upon.
The Agency shall submit its report according to Exhibit A and incorporated herein by this
reference as if fully set forth.
9. Monitoring The City shall review reports to monitor compliance with the
Level of service set forth in Exhibit A. Should the Agency fail to meet the minimum level of
service set forth in Exhibit A, the City reserves the right to adjust payments as specified in
the section on Criteria for Compensation (2A).
10. Compensation and Method of Payment. The Agency shall submit an invoice
and all accompanying reports as specified in the attached exhibit not more than 15 working
days after the close of each indicated reporting period. The City will initiate authorization
for payment after approval of corrected invoices and reports.
11. Audits and Inspections. 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. The City shall have the right to an
annual audit of the Agency's financial statement and condition.
12. Termination. This Agreement may at any time be terminated by the City
giving to the Agency thirty (30) days written notice of the City's intention to terminate the
same. If the Agency's insurance coverage is canceled for any reason, the City shall have the
right to terminate this Agreement immediately. Agencies desiring to terminate contract
due to completion of performance objectives prior to contract end date shall give the City
30 days written notice of the agencies intention to terminate.
13. Discrimination Prohibited. The Agency shall not discriminate against any
employee, applicant for employment, or any person seeking the services of the Agency to
be provided under this Agreement on the basis of race, color, religion, creed, sex, age,
national origin, marital status or presence of any sensory, mental or physical handicap. For
religious organizations providing services they will provide no religious instruction or
counseling, conduct no religious worship or services, engage in no religious proselytizing
and exert no other religious influence in the provision of such public services.
14. Assignment and Subcontract. The Agency shall not assign or subcontract
any portion of the services contemplated by this Agreement without the written consent of
the City.
15. Entire Agreement. This Agreement contains the entire Agreement between
the parties hereto and no other Agreements, oral or otherwise, regarding the subject matter
of this Agreement, shall be deemed to exist or bind any of the parties hereto. Either party
may request changes in the agreement. Proposed changes, which are mutually agreed
upon, shall be incorporated by written amendments to this Agreement.
16. Notices. Notices to the City of Tukwila shall be sent to the following
address:
Human Services Manager
City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Agency shall be sent to the address provided by the Agency upon
the signature line below.
17. 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 1 `7 day of 01 l Atr ti
CITY OF TUKWILA AGENCY: Sound Mental Health
lip BY: �/e
Ji ;Berton SIGNATURE
David R. Stone
PRINTED NAME
ATTEST /A THENTICATED: ADDRESS: 1600 East Olive Street
i r- c —_44 /1 b,
0
Seattle. WA 98122
CITY CLERK, isty O'Ffaherty
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY
ck BY
J
0 00
EXHIBIT A 2011 -2012
Scope of Services to be Provided by Agency. The Agency shall furnish to
residents of the City of Tukwila, under the City's Human Services program, outreach and
service coordination (including: medical, mental physical, food, housing resources) to the
homeless in Tukwila who are mentally ill and/ or chemically dependent.
1st Quarter
Serve 4 Tukwila residents
Provide 29 hours of case management
Submit outcomes and indicators
Include Tukwila specific narrative
2nd Quarter
Serve 4 Tukwila residents
Provide 29 hours of case management
Include Tukwila specific narrative
3rd Quarter
Serve 4 Tukwila residents
Provide 29 hours of case management
Include Tukwila specific narrative
4th Quarter
Serve 4 Tukwila residents
Provide 29 hours of case management
Include Tukwila specific narrative
Submit demographics
Submit outcomes results
Funds will be used to pay for personnel.
The Agency shall make all reasonable efforts to ascertain the eligibility of applicants for
Agency services, such eligibility to require residence within the City, and shall provide
services under this Agreement only to eligible applicants.
Ins
1 1;
40 EXHIBIT B
40, i-f
0 CITY OF TUKWILA
0
BILLING VOUCHER HUMAN SERVICES CONTRACTOR
2011-2012
Office f 1 Services
Agency: Telephone
Mailing Address:
Specific Program:
Reporting Period: Invoice
Amount Requested This Invoice Date of Invoice
Authorized Signature
BUDGET SUMMARY
Total Contract for Year
Previous Payments This Year
Current Request
Previous Payment Current -YTD
Balance Remaining
Note: Submit a separate voucher for each program which is funded by your City of Tukwila contract.
For Department Use Only P.O.
Approved for Payment:
Date
EXHIBIT C
OPERATING BUDGET
PLANNED QUARTERLY EXPENDITURES
Month 3 6 9 12 Total Expenditures
$3125.00 $3125.00 $3125.00 $3125.00 $12,500.00