HomeMy WebLinkAboutCAP 2015-01-26 COMPLETE AGENDA PACKETCity of Tukwila
Community Affairs &
Parks Committee
O Verna Seal, Chair
O Dennis Robertson
O Allan Ekberg
AGENDA
Distribution:
V. Seal
D. Robertson
A. Ekberg
K. Kruller
Mayor Haggerton
D. Cline
C. O'Flaherty
R. Turpin
L. Humphrey
S. Hansen
R. Bianchi
R. Larson
MONDAY, JANUARY 26, 2015 — 5:30 PM
HAZELNUT CONFERENCE Room
(formerly known as CR #3) at east entrance of City Hall
Item
Recommended Action
Page
1. PRESENTATION(S)
2. BUSINESS AGENDA
a. Contracts (6) for Human Services providers.
a. Forward to 2/2 Consent
Pg.1
Stacy Hansen, Human Services Coordinator
Agenda.
b. A resolution adopting the 2015 Legislative Agenda.
b. Forward to 1/26 C.O.W.
Pg.39
Rachel Bianchi, Communications and Government
and 2/2 Regular Mtg.
Relations Manager
c. A resolution relating to the Chinook Wind project
c. Forward to 2/9 C.O.W.
Pg.43
site acquisition.
and 2/17 Regular Mtg.
Ryan Larson, Senior Program Manager
d. Review of the 2015 Community Affairs and Parks
d. Information only.
Pg.49
Committee Work Plan.
Laurel Humphrey, Council Analyst
3. ANNOUNCEMENTS
4. MISCELLANEOUS
Next Scheduled Meeting: Monday, February 9, 2015
/• The City of Tukwila strives to accommodate those with disabilities.
Please contact the City Clerk's Office at 206 - 433 -1800 ( TukwilaCityClerk @TukwilaWA.gov) for assistance.
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
City Council
FROM: Stacy Hansen, Human Service Coordinator
DATE: January 6, 2015
SUBJECT: Human Services Contracts over $40,000
ISSUE
All contracts over $40,000 need Council authorization for Mayor's signature. The contracts that are
currently ready for approval include Renton Area Youth Services School Based Counseling,
Renton Area Youth and Family Services Substance Abuse, Refugee Women's Alliance, Multi-
Service Center Financial Assistance, Institute for Family Development (PACT) and Tukwila Pantry,
DISCUSSION
These contracts are executed in conjunction with our biennial budget for a two-year period, and the
funding has been approved as part of the larger Human Services budget for 2015-2016. The name
and the amount of the contracts are as follows: (Dollar amounts in parenthesis are for the two year
duration of the contract. Total amount for all six contracts, for both years = $397,184)
Renton Area Youth Services — Substance Abuse/Mental Health - $31,330 per year
($62,660) for 2015 and 2016.
Renton Area Youth Services — RAYS school Based Counseling - $55,092 per year
($110,184) for 2015 and 2016.
Refugee Women's Alliance - Family Support & Case management - $21,200 per year
($42,400) for 2015 and 2016.
Multi-Service Center — Emergency Assistance Program - $45,000 per year ($90,000)
for 2015 and 2016.
Institute for Family Development — PACT - $21,600 per year ($43,200) for 2015 and 2016.
Tukwila Pantry — Food Bank - $24,370 per year ($48,740) for 2015 and 2016.
RECOMMENDATION
We are asking that these contracts be forwarded to the February 2, 2015 Consent agenda.
ATTACHMENTS
Contracts for Renton Area Youth Services programs, Refugee Women's Alliance, Multi-Service
Center, Institute for Family Development and Tukwila Pantry.
1
2
■ 0; 1.:70':!,',.ti:
I 0 ,
\ 02.
\ ‘P
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
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 Renton Area Youth and Family
Services, hereinafter referred to as "the Contractor," whose principal office is located at P.O. Box 1510,
Renton, WA 98057.
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:
• Scope 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 perfoiining 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 $55,092.00 for 2015 and $55,092.00 for 2016.
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
January 1, 2015, and ending December 31, 2016, 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.
CA Revised 2012 Page 1 of 6
3
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
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 City. 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 City, 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 $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products- completed operations aggregate limit.
Commercial General Liability insurance shall be written on 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 the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an 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 equivalent
coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
CA Revised 1 -2013 Page 2 of 6
4
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. 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.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. 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.
G. 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.
8. Record Keeping and Reporting.
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 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.
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 or the presence
of any disability in the selection and retention of employees or procurement of materials or supplies.
CA Revised 1-2013 Page 3 of 6
5
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 Agreement; 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.
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 day of , 20 .
CITY OF TUKWILA CONTRACTOR
Mayor, Jim Haggerton
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
By:
Printed Name and Title:
Address:
CA Revised 1-2013 Page 4 of 6
6
EXHIBIT A 2015-2016
Renton Area Youth and Family Services — Mental Health Counseling
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, school-based mental health services in all Tukwila
schools. Therapist will work with students and their family members to address a variety of emotional
and behavioral issues.
1st Quarter
• Serve 41 unduplicated Tukwila residents
• Provide 792 hours of counseling/case management/groups
• Report number of non-Medicaid clients/hours
• Include Tukwila specific narrative
2nd Quarter
• Serve 25 unduplicated Tukwila residents
• Provide 484 hours of counseling/case management/groups
• Report number of non-Medicaid clients/hours
• Include Tukwila specific narrative
3rd Quarter
• Serve 14 unduplicated Tukwila residents
• Provide 330 hours of counseling/case management/groups
• Report number of non-Medicaid residents/hours
• Include Tukwila specific narrative
4th Quarter
• Serve 30 unduplicated Tukwila residents
• Provide 594 hours of counseling/case management/groups
• Report number of non-Medicaid residents/hours
• Include Tukwila specific narrative
• Submit demographics
• Submit outcomes
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 above. 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.
Funds will be used to pay for operating costs.
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.
CA Revised 1-2013 Page 5 of 6
7
EXHIBIT B
OPERATING BUDGET FOR 2015 -2016
PLANNED MONTHLY EXPENDITURES
Quarterly
1,2,3,4,5,6,7,8,9,10,11,12 Total Expenditures: $55,092.00
To be billed at $4,591.00 per month not to exceed $55,092.00 annually.
CA Revised 1 -2013
8
Page 6 of 6
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Contract Number:
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 Renton Area Youth and Family
Services, hereinafter referred to as "the Contractor," whose principal office is located at PO Box 1510,
Renton, WA 98057.
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:
• Scope 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 $31,330.00 in 2015 and $31,330.00 in 2016.
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
January 1, 2015, and ending December 31, 2016, 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.
CA Revised 2012 Page 1 of 6
9
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
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 City. 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 City, 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 $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit.
Commercial General Liability insurance shall be written on 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 the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an 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 equivalent
coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
CA Revised 2012 Page 2 of 6
10
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. 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.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. 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.
G. 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 tenninate 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.
8. Record Keeping and Reporting.
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 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.
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 Contractor shall not discriminate against any employee, applicant
for employment, or any person seeking the services of the Contractor 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.
CA Revised 2012 Page 3 of 6
11
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 Agreement; 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.
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 day of , 20 .
CITY OF TUKWILA CONTRACTOR
Mayor
By:
Printed Name and Title:
Address:
Attest/Authenticated: Approved as to Form:
City Clerk Office of the City Attorney
CA Revised 2012
12
Page 4 of 6
EXHIBIT A 2015-2016
Renton Area Youth and Family Services - Substance Abuse/Mental Health
Scope of Service to be Provided by Agency. The Agency shall furnish to residents of the
City of Tukwila, under the s Human Services program, substance abuse and mental health services
to 28 high school students in the Tukwila school disfrict.
1st Quarter
• Serve 8 unduplicated Tnkwilarenideuts
• Provide 120 hours of youth treatment, case management, assessment, and groups
• Report number of non-Medicaid residents/hours
• Include Tukwila specific narrative
2nd Quarter
• Serve 7 unduplicated Tnkwilarendent
• Provide 110 hours of youth treatment, case management, assessment and groups
• Report number of non-Medicaid residents/hours
• Include Tukwila spectfic narrative
3rd Quarter
• Serve 6 unduplicated Tukwila residents
• Provide 52 hours of youth treatment case management, assessment and groups
• Report number of non-Medicaid residents/hours
• Include Tukwila specific narrative
4th Quarter
• Serve 7 unduplicated Iokwilanesidzote
• Provide 110 hours of youth treatment, case management assessment, and groups
• Report number of non-Medicaid residents/hours
• Include Tukwila specific narrative
• Submit demographics
• Submit outcome
Funds will be used to pay for personnel.
The City Of Tukwila will use a variety of as indicators of satisfactory performance.
The Agency will be expected to meet at least 90% of the performance goals as defined above. If
the Agency does not meet the 9096 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 I00Y6. 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.
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 eli ible applicants.
CA Revised 2012 Page 5 of 6
EXHIBIT B
OPERATING BUDGET FOR 2013 -2014
PLANNED QUARTERLY EXPENDITURES
Month 3 6 9 12 Total
Expenditures
$31,330.00
Monthly request: January thru November $2,610.83 per month
December request: $2,610.87
CA Revised 2012 Page 6 of 6
14
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
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 Tukwila Pantry, hereinafter referred
to as "the Contractor," whose principal office is located at 3118 S. 140th St., Tukwila, WA 98168.
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. Scope 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 perfoiiiiance 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 $24,370.00 for 2015 or $24,370 for 2016.
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
January 1, 2015, and ending December 31, 2016, 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.
CA Revised 2012 Page 1 of 6
15
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
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 City. 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 City, 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 $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products- completed operations aggregate limit.
Commercial General Liability insurance shall be written on 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 the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an 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 equivalent
coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
CA Revised 1 -2013 Page 2 of 6
16
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. 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.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. 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.
G. 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 teiminate 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.
8. Record Keeping and Reporting.
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 perfoH,ied in the perfoimance 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 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 perfonnance 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 or the presence
of any disability in the selection and retention of employees or procurement of materials or supplies.
CA Revised 1 -2013 Page 3 of 6
17
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 Agreement; 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.
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 day of , 20 .
CITY OF TUKWILA CONTRACTOR
Mayor, Jim Haggerton
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised 1-2013
18
By:
Printed Name and Title:
Address:
Page 4 of 6
EXHIBIT A 2015 -2016
Tukwila Pantry — Food Bank
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, basic food items to prevent nutritional /food insecurity.
1st Quarter
• Report number of unduplicated residents served
• Report number of food bags distributed
• Report pounds of food distributed
• Submit quarterly budget sheet
• Submit Tukwila specific narrative
2nd Quarter
• Report number of unduplicated residents served
• Report number of food bags distributed
• Report pounds of food distributed
• Submit quarterly budget sheet
• Submit Tukwila specific narrative
3rd Quarter
• Report number of unduplicated residents served
• Report number of food bags distributed
• Report pounds of food distributed
• Submit quarterly budget sheet
• Submit Tukwila specific narrative
4th Quarter
• Report number of unduplicated residents served
• Report number of food bags distributed
• Report pounds of food distributed
• Submit quarterly budget sheet
• Submit Tukwila specific narrative
• Submit outcome, indicators and results
• Submit demographics
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 above. 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.
Funds will be used to pay for operating costs.
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.
CA Revised 1 -2013 Page 5 of 6
19
EXHIBIT B
OPERATING BUDGET FOR 2015 -2016
PLANNED QUARTERLY EXPENDITURES
Quarterly
Expenditures
3
6 9 12 Total
To be billed at $6,092.50 per quarter, not to exceed $24,370 annually.
CA Revised 1 -2013
20
Page 6 of 6
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
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 Refugee Women's Alliance,
hereinafter referred to as "the Contractor," whose principal office is located at 4008 Martin Luther King
Jr. Way S., Seattle, WA 98108.
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:
• Scope 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 $21,200.00 for 2015 or $21,200.00 for 2016.
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
January 1, 2015, and ending December 31, 2016, 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.
CA Revised 2012 Page 1 of 6
21
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
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 City. 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 City, 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 $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit.
Commercial General Liability insurance shall be written on 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 the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an 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 equivalent
coverage.
3. Workers' Compensation coverage as required by the Industrial [ndustrial Insurance laws of the State of
Washington.
CA Revised 1-2013 Page 2 of 6
22
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. 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.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. 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.
G. 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.
8. Record Keeping and Reporting.
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 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.
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 or the presence
of any disability in the selection and retention of employees or procurement of materials or supplies.
CA Revised 1 -2013 Page 3 of 6
23
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 Agreement; 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.
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 day of , 20 .
CITY OF TUKWILA CONTRACTOR
Mayor, Jim Haggerton
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised 1-2013
24
By:
Printed Name and Title:
Address:
Page 4 of 6
EXHIBIT A 2015-2016
ReWA - Case Management and Financial Assistance
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, case management support
services and emergency financial assistance to prevent utility shut-off and eviction.
1st Quarter
• Serve 10 Tukwila residents
• Provide 75 hours of case management
• Include Tukwila specific narrative
2nd Quarter
• Serve 10 Tukwila residents
• Provide 75 hours of case management
• Include Tukwila specific narrative
3rd Quarter
• Serve 10 Tukwila residents
• Provide 74 hours of case management
• Include Tukwila specific narrative
4th Quarter
• Serve 10 Tukwila residents
• Provide 74 hours of case management
• Include Tukwila specific narrative
• Submit demographics
• Submit outcomes, results
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 above. 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.
Funds will be used to pay for personnel/operating costs ($11,200) and direct financial assistance
($10,000) to clients.
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.
CA Revised 1-2013 Page 5 of 6
25
EXHIBIT B
OPERATING BUDGET FOR 2015 -2016
PLANNED QUARTERLY EXPENDITURES
Month
Expenditures
3
6 9 12 Total
Administrative $2800.00 $2800.00 $2800.00 $2800.00 $11,200.00
Direct Assistance billed as used for direct financial assistance to Tukwila residents $10,000.00
Total annual contract amount not to exceed $21,200.00
Administrative costs = $11, 200.00 to be billed at $2800.00 per quarter
Direct Assistance costs = $10,000.00 to be billed as used not to exceed $10,000.00 in a calendar year.
CA Revised 1 -2013 Page 6 of 6
26
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
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 Multi Service Center, hereinafter
referred to as "the Contractor," whose principal office is located at PO Box 23699, 1200 S. 336th St.,
Federal Way, WA 98093.
WHEREAS, the City has determined the need to have certain services perfolined 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. Scope 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 $45,000.00 for 2015 or $45,000.00 for 2016.
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
January 1, 2015, and ending December 31, 2016, 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.
CA Revised 2012 Page 1 of 6
27
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
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 City. 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 City, 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 $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit.
Commercial General Liability insurance shall be written on 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 the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an 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 equivalent
coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
CA Revised 1-2013 Page 2 of 6
28
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. 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.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. 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.
G. 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.
8. Record Keeping and Reporting.
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 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.
10. Termination. This Agreement may at any time be telininated 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 or the presence
of any disability in the selection and retention of employees or procurement of materials or supplies.
CA Revised 1-2013 Page 3 of 6
29
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 Agreement; 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.
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 day of , 20 .
CITY OF TUKWILA CONTRACTOR
Mayor, Jim Haggerton
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
By:
Printed Name and Title:
Address:
CA Revised 1-2013 Page 4 of 6
30
EXHIBIT A 2015-2016
Multi-Service Center-Emergency Financial Assistance
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, direct financial (paid to
provider) assistance for eviction prevention, utilities, water, sewer bills to help Tukwila
residents maintain their housing.
1st Quarter
• Serve 12 Tukwila households
• Provide 12 vouchers
• Include Tukwila specific narrative
2nd Quarter
• Serve 12 Tukwila households
• Provide 12 vouchers
• Include Tukwila specific narrative
3rd Quarter
• Serve 12 Tukwila households
• Provide 12 vouchers
• Include Tukwila specific narrative
4th Quarter
• Serve 12 Tukwila households
• Provide 12 vouchers
• Include Tukwila specific narrative
• Submit demographics
• Submit outcomes, indicators and results
Funds will be used to pay for direct financial assistance (66% = $29,700) and (34% = $15,300)
administrative costs.
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.
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 above. 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.
CA Revised 1-2013 Page 5 of 6
31
EXHIBIT B
OPERATING BUDGET FOR 2015-2016
PLANNED MONTHLY EXPENDITURES
Monthly 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12 Total Expenditures $45,000.00 annually
Funds will be used to pay for:
Direct financial assistance: (66% = $29,700) = approximately $2475.00 per month
Administrative costs: (34% = $15,300) = $1275.00 per month
CA Revised 1-2013
32
Page 6 of 6
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
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 Institute for Family Development2
hereinafter referred to as "the Contractor," whose principal office is located at 34004 16 Ave. S., Suite,
200, Federal Way, WA 98003.
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:
Scope 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 $21,600.00 for 2015 and $21,600.00 for 2016.
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
January 1, 2015, and ending December 31, 2016, 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.
CA Revised 2012 Page 1 of 6
33
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
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 City. 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 City, 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 $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products - completed operations aggregate limit.
Commercial General Liability insurance shall be written on 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 the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an 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 equivalent
coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
CA Revised 1 -2013 Page 2 of 6
34
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
D. 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.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. 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.
G. 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.
8. Record Keeping and Reporting.
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 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.
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 or the presence
of any disability in the selection and retention of employees or procurement of materials or supplies.
CA Revised 1 -2013 Page 3 of 6
35
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 Agreement; 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.
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 day of , 20 .
CITY OF TUKWILA CONTRACTOR
Mayor, Jim Haggerton
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised 1-2013
36
By:
Printed Name and Title:
Address:
Page 4 of 6
EXHIBIT A 2015-2016
Institute for Family Development - PACT (Parents & Children Together)
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, an in-home counseling (including
interpretation service hours), skill building and support to high-risk, low-income families not engaged
in Children's Protective Services.
1st Quarter
• Serve 3 unduplicated Tukwila households
• Provide 135 hours of counseling, interpreting, case management
• Report number of duplicated individuals served in narrative
• Include Tukwila specific narrative
2nd Quarter
• Serve 2 unduplicated Tukwila households
• Provide 90 hours of counseling, interpreting, case management
• Report number of duplicated individuals served in narrative
• Include Tukwila specific narrative
3rd Quarter
• Serve 1 unduplicated Tukwila household
• Provide 45 hours of counseling, interpreting, case management
• Report number of duplicated individuals served in narrative
• Include Tukwila specific narrative
4th Quarter
• Serve 2 unduplicated Tukwila households
• Provide 90 hours of counseling, interpreting, case management
• Report number of duplicated individuals served in narrative
• Include Tukwila specific narrative
• Submit demographics
• Submit outcome data
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 above. 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.
Funds will be used to pay for operating costs.
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.
CA Revised 1-2013 Page 5 of 6
37
EXHIBIT B
OPERATING BUDGET FOR 2015 -2016
PLANNED QUARTERLY EXPENDITURES
Quarterly
Expenditures
3
6 9 12 Total
To be billed $5,400.00 per quarter not to exceed $21,600.00 annually.
CA Revised 1 -2013
38
Page 6 of 6
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Finance and Safety Committee
Community Affairs and Parks Committee
FROM: Rachel Bianchi, Communications and Government Relations Manager
DATE: January 13, 2015
SUBJECT: 2015 Legislative Agenda
ISSUE
The City of Tukwila develops an annual legislative agenda for use in Olympia during the
legislative session.
BACKGROUND
The City's Legislative Agenda provides direction to staff and consensus among the elected
officials as to what policy positions are taken on behalf of the City of Tukwila during the
legislative session.
RECOMMENDATION
The Council is being asked to approve the resolution and consider this item at the January 26,
2015 Committee of the Whole meeting and subsequent February 2, 2015 Regular Meeting.
ATTACHMENTS
Resolution in draft form
Attachment A — Legislative Agenda
39
40
R F7
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, ADOPTING A LEGISLATIVE AGENDA FOR USE
DURING THE 2015 WASHINGTON STATE LEGISLATIVE SESSION.
WHEREAS, the City Council has agreed to pursue certain legislative issues for
2015; and
WHEREAS, the City Council recognizes this agenda is not all encompassing, in
that certain additional items may arise during the legislative session that require support
or opposition; and
WHEREAS, a legislative agenda outlines the priority issues that elected officials
may discuss when speaking to members of the Washington State Legislature; and
WHEREAS, the City Council agreed to these priorities at the Regular City Council
Meeting on February 2, 2015;
NOW, THEREFORE, THE .CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
The Tukwila City Council has identified priorities for the 2015 Washington State
Legislative Session that are integral to serving the Tukwila community in the manner in
which the residents and businesses have come to expect. The City of Tukwila 2015
Legislative Agenda is hereby incorporated by reference as Attachment A.
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at
a Regular Meeting thereof this day of , 2015.
ATTEST /AUTHENTICATED:
Christy O'Flaherty, MMC, City Clerk Kate Kruller, Council President
APPROVED AS TO FORM BY:
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
Rachel B. Turpin, City Attorney
Attachment A: City of Tukwila 2015 Legislative Agenda
W: \Word Processing \Resolutions \Legislative Agenda for 2015 1 -13 -15
RB:bjs
Page 1 of 1
41
Attachment A
City of Tukwila 2015 Legislative Agenda
Transportation and Infrastructure
• Funding from key programs such as the Transportation Improvement Board
and Public Works Assistance Account are critical for cities in addressing
infrastructure and transportation needs.
• Previous raids on the Public Works Assistance Account resulted in a Toss of
$9.6 million in loans to Tukwila alone, which would have funded critical infra-
structure in the City.
• The State Legislature should fully fund these and other programs, such as the
Centennial Clean Water Fund and Model Toxics Control Account, to allow
cities to meet growing transportation and infrastructure needs.
Shared Revenue
• The State must continue its role as a partner with cities.
• Part of this partnership is maintaining existing programs such as Streamlined
Sales Tax Mitigation Payments, which provide Tukwila over $1.1 million
annually.
• In addition, the state must restore the local share of liquor taxes to allow
jurisdictions to address impacts, such as public safety, of privatized liquor in our
cities.
Revenue Reform
• Allow cities the authority and flexibility to address the fact that growth in the cost
of services continues to outstrip revenues.
• The state should amend the law that limits annual property tax growth to 1 percent
and work with cities to authorize additional funding flexibility and opportunities at
the local level.
Marijuana
• The state must coordinate medical marijuana and Initiative 502.
• The legal quagmire between the two allows for significant threats to public safety
and direct and damaging impacts in our cities' neighborhoods.
• It is time to reconcile the two systems and provide local jurisdictions with a
portion of the taxes to address marijuana impacts within cities.
Human Services Funding
• The City of Tukwila is committed to local funding for human services, and we
know that as the city with the lowest median income in King County, many of our
residents rely on local, county, state and federal services for basic survival.
• While we continue to do our part, we cannot do it alone and will continue to rely
heavily on county, state and federal partners to meet the needs of the most
vulnerable.
• We strongly encourage the state to adequately fund human services programs
for the health of the safety net.
42
TO:
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
Mayor Haggerton
Community Affairs and Parks Committee
FROM: Bob Giberson, Public Works Director
BY: Ryan Larson, Senior Program Manager
DATE: January 23, 2015
SUBJECT: Chinook Wind
Project No. 91441202
Resolution for Site Acceptance
ISSUE
Approve a Resolution to accept the Chinook Wind site from King County at no cost following successful acquisition by
King County.
BACKGROUND
King County has entered into a purchase and sale agreement with the owner of the Sleeping Tiger properties to
acquire the Chinook Wind site located between Tukwila International Blvd and the expanded Duwamish Gardens
project. The Chinook Wind site includes two parcels totaling 5.83 acres with approximately 700' of river frontage. One
parcel is vacant and the other contains a 118-room motel built in 1963.
The purchase and sale agreement has several significant contingencies that must be resolved by February 22, 2015.
One of the contingencies is obtaining the City of Tukwila's commitment to accept the site following acquisition and site
clearing. King County is currently performing an environmental site assessment to evaluate the site for contaminants
and a cultural resources review to determine the likelihood of impacting cultural resources.
ANALYSIS
King County's interest in the Chinook Wind property stems from their desire to see additional salmon habitat
constructed in the Duwamish Transition Zone as well as the need to provide mitigation sites for their Mitigation
Reserves Program. The Mitigation Reserves Program allows developers to forgo required onsite mitigation by paying a
fee to King County for offsite mitigation provided by the County. Sound Transit has mitigation needs relating to the
planned filling of wetlands for a project titled "Sounder South Expansion (Seattle to Tacoma Sounder Commuter Rail)
Easement 4 Improvements Project."The Sound Transit mitigation has been tentatively approved by the Interagency
Review Team that includes a representative from the Muckleshoot Indian Tribe Fisheries Division and the Corps of
Engineers.
FISCAL IMPACT
Originally Tukwila was to be the purchaser of the Chinook Wind site using grant funds, but King County is now
purchasing the two parcels. Funding for the Chinook Wind acquisition would be through a combination of funds
provided by the Mitigation Reserve Program, Conservation Futures, and King County Park funds. Future design and
construction funds have not been secured to date, but additional Mitigation Reserve Program funds are anticipated as
well as potential funding from the King County Flood Control District and other grant programs.
RECOMMENDATION
Approve this resolution that accepts the Chinook Wind Site from King County and consider this item on the Consent
Agenda at the February 2, 2015 Regular Meeting.
attachments: Draft Resolution with Site Map
Page 85, 2015 CIP
C:11.1sers1ciuristy1AppDatalLocal \Microsatl1VVindows \Temporary Interne( Files1Content.Oollook1H94XRZJMIlnlo Memo Chinook.VVind - Resolution Accept Site from KO gl.docx
43
44
AFT
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
TUKWILA, WASHINGTON, COMMITTING TO THE ACCEPTANCE
OF THE CHINOOK WIND HABITAT SITE FROM KING COUNTY.
WHEREAS, the City of Tukwila has an approved Capital Improvement Project titled
"Chinook Wind" that calls for the acquisition and restoration of the project site shown on
the attached map; and
WHEREAS, the City of Tukwila was awarded $1,903,616 in combined King
Conservation Futures and King County Parks funds for the acquisition of the Chinook
Wind site; and
WHEREAS, the City of Tukwila is in need of additional funding to acquire and
develop the Chinook Wind site; and
WHEREAS, King County created a Mitigation Reserves Program that allows
applicants an option to purchase mitigation credits from King County to fulfill mitigation
needs; and
WHEREAS, King County is in need of acquiring additional mitigation sites for their
Mitigation Reserves Program; and
WHEREAS, Sound Transit is required to provide mitigation for a project titled
"Sounder South Expansion (Seattle to Tacoma Sounder Commuter Rail) Easement 4
Improvements Project" and are seeking approval to use the Mitigation Reserves
Program to fulfill their mitigation requirements; and
WHEREAS, King County entered into a Purchase and Sale Agreement with
Sleeping Tiger, LLC, the owner of the Chinook Wind site, to purchase the site for
$6,200,000, which is contingent upon King County receiving a commitment from the
City of Tukwila to accept transfer of fee ownership of the Chinook Wind site from King
County following purchase and required site work; and
W: \Word Processing \Resolutions \Chinook Wind site acceptance 1 -16 -15
RL:bjs
Page 1 of 2
45
WHEREAS, King County is performing an environmental evaluation of the site and,
prior to transferring the property to the City of Tukwila, any necessary environmental
remediation will be completed or will be satisfactorily addressed in the transfer
agreement; and
WHEREAS, King County intends to purchase the site, remove all site
improvements, provide erosion control, install a security fence, and transfer the site to
the City of Tukwila to develop into a habitat restoration and mitigation site in accordance
with funding requirements;
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF TUKWILA,
WASHINGTON, HEREBY RESOLVES AS FOLLOWS:
Section 1. Upon successful acquisition of the project site by King County, the City
of Tukwila shall accept the future transfer from King County of fee ownership of the
acquired Chinook Wind property at no additional cost to the City, and develop it into a
salmon habitat restoration and mitigation site that may include minor park elements on
the periphery as restoration funds become available.
Section 2. To grant King County use and access rights to implement mitigation
project at the acquired Chinook Wind property.
PASSED BY THE CITY COUNCIL OF THE CITY OF TUKWILA, WASHINGTON, at
a Regular Meeting thereof this day of , 2015.
ATTEST /AUTHENTICATED:
Christy O'Flaherty, MMC, City Clerk Kate Kruller, Council President
APPROVED AS TO FORM BY:
Filed with the City Clerk:
Passed by the City Council:
Resolution Number:
Rachel B. Turpin, City Attorney
Attachment: Map of Chinook Wind Project Site
W: \Word Processing \Resolutions \Chinook Wind site acceptance 1 -16 -15
RL:bjs
46
Page 2 of 2
0923049153-
Date. January 21, 2015
—.4
W:\PW Eng \GIS\Projects\RyanL\ChinookVVindkProjectSite.mxd
Chinook Wind Project Site
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: Chinook Wind Project Nn. 91441202
DESCRIPTION: Purchase and restore site as a saimon estuary and passive park.
The WRIA 9 Salmon Recovery Plan recommends creating 20-acres of off-channel habitat within the
JUSTIFICATION: Duwamish Transition Zone and Iists this section of the river as critical habitat for salmon recovery
within the Green/Duwamish Watershed.
Property currently listed for sale. Acquisition funding options being explored and may include King
STATUS:
County Conservation Futures and King County Mitigation Bank.
MAINT. IMPACT: Passive park and habitat site will require additional maintenance resources.
COMMENT: Grant funding applied for through the King County Conservation Futures in 2014.
FINANCIAL Through Estimated
in $000's
2013 2014 2015
2016
2017
2018
2019
2020
BEYOND TOTAL
EXPENSES
Design
50
650
700
Land (R/W)
18
5.000
0.018
Const. Mgmt.
400
400
Construction
3.000
3.000
TOTAL EXPENSES
0
18
6'050
650
0
3,400
0
0
0
10.118
FUND SOURCES
Awarded Grant
0
Proposed Grant
6,000
600
3.400
10.000
Mitigation Actual
0
Mitigation Expected
0
City Oper, Revenue
0
18
50
50
0
0
0
0
0
118
TOTAL SOURCES
0
18
6,050
650
0
3,400
0
0
0
10.118
0000000M 0.00010000000000000000,000000
2015 cnzo Capital Improvement Program
48
85
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Community Affairs and Parks Committee
FROM: Laurel Humphrey, Council Analyst
DATE: January 21, 2015
SUBJECT: Draft 2015 Community Affairs and Parks Committee Work Plan
ISSUE
Review a preliminary Community Affairs and Parks Committee work plan for 2015.
BACKGROUND
The draft work plan is a schedule of proposed topics to be considered by the Committee in
2015. Items may be added or deleted as necessary throughout the year, and the list is meant to
capture both staff and Council-originated discussions. The Council Analyst will monitor and
modify as appropriate, including status updates. At the February 9 Committee of the Whole, the
full Council will have opportunity to review initial work plans for all four standing committees.
DISCUSSION
Updates will be presented to the Committee periodically.
RECOMMENDATION
Information only.
ATTACHMENTS
Preliminary 2015 Community Affairs and Parks Committee Work Plan
49
50
Community Affairs _ --� ''_' and Parks Committee _- _- Work — - '
City of Tukwila
Updated 1/21/15
Description
'
Qtr
Demt
Action or
Br�Nng
�t�tu�
1
Trakit Citizen Comment Module Update
DCD, Mayor
B
2
City Support for Veterans
P&R, Other
A/8
�
Commercial Vehicles in Residential Zones
CNCL, ATTY
A
4
Teens for Tukwila — Updates (1/4ly or annually to COW)
B
5
City/MPD ILA—Addendum (from MPD request)
ATTY
A
6
Accessible Programs — Update
7
Tree City USA
8
Park sign inventory, provision of waste bags (per 1/12
COW)
9
Development Agreement with 90 Andover Park East
DCD
A
10
Duwamish Gardens — Advertise and award construction
contract
PVV
A
11
Chinook Winds — Resolution to accept site from King
County
PVV
A
En
�
DCD/LEAN Progress Report
DCD
B
Briefing on implementation of�hore|ine Master
Program
DCD
B
14
Human Services contracts over $40K
HS
A
�5
1% for the Arts — Procedures and Guidelines
P&R
B
�6
Duwamish Hill Construction — Contract Award
P&R
A
17
FGL Golf Carts — Purchase Approval
P&R
A
18
Collective Gardens Moratorium Next Steps
DCD
A
19
Update Wireless Facility Regulations per new FCC rules
DCD
A
�U
Park Rules
P&R
A
CDBG — 2016 Minor Home Repair
HS
A
-CANN,521O Implementation 8' Food Policy —Update
P&R
B
Riverbank Waterfowl Agreement
P&R
A
24
Minor Home Repair Program
HS
A
25
Park Stewardship Plan — Briefing
3
P&R
B
26
EarthcVrpProjects— Updaie
3
P&R
B
27
Developer selection for urban renewal project (motels)
3
ED
A
28
Duwamish Hill Construction — [ontractC|oseout
4
P&R
A
29
FGL Pond Liner — Purchase Approval
4
P&R
A
30
''Siccardi'' Parcel Official Naming (2O158TR4or2O16)
4
P&R
A
Registration Software — Update (purchase 2016 or
budget for 2017)
4
P&R
B
Tukwila Village plaza/commons nori-profit formation
4
ED
A
Standard Reports/Briefings
Frequency
Dept.
Summer Events Calendar
Annual
Parks
Parks Department Report (or to COW/Council?)
Annual
Parks
Proclamation —July as P&R month
Proclamation — Arbor Day
Proc|annation — Vo|unteerVVeek
City of Tukwila
Updated 1/21/15
52