HomeMy WebLinkAboutCDN 2019-03-26 Item 2C - MOU - Joint Memorandum of Understanding with Children's Therapy Center-44(
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL EMORANDUM
TO: Community Development and Neighborhoods Committee
FROM: Stacy Hansen, Human Service Program Coordinator
CC: Mayor Ekberg
DATE: March 15, 2019
SUBJECT: Children's Therapy Center Joint Memorandum of Understanding
ISSUE
Children's Therapy Center (CTC) is a joint memorandum of understanding (MOU) non-profit
contract, where Tukwila is the lead city. The total value of this 2019/20 joint contract is
$106,242, including Tukwila's portion of this award of $14,512. Below are the biennial award
amounts of the MOU partner cities that are remitted to Tukwila:
Auburn: $23,220
Burien: $13,760
Covington: $21,600
Des Moines: $2,150
Federal Way: $16,000
Renton: $15,000
Total Partner funding: $91,730
Tukwila: $14,512
Total 2019/20 funding: $106,242
BACKGROUND
In 2003, a MOU was established between several South King County cities to consolidate the
human services application and funding process. During each biennial funding cycle, high
performing, well established non -profits are identified as participants in the joint MOU program
in an effort to save valuable administrative time for both the non -profits and the funding cities.
Participating cities 'pool' their funds at the beginning of each year with the identified lead city
who holds the contract with the non-profit. Each quarter, upon contractual achievement, the
MOU partner cities authorize payment of their quarterly portion of the award. As a result of the
joint MOU, there is only one contract generated and one check per quarter that is created (via
the lead city).
FINANCIAL IMPACT
The City of Tukwila Human Services Advisory Board recommended, and Council approved,
funding Children's Therapy Center for $14,512 as part of the larger, 2019/20 Administrative
Services Department Budget. Due to the size of this joint MOU, it exceeds the $40,000 contract
threshold requiring Council consent.
RECOMMENDATION
Staff is asking Council to forward the contract authorization request to the April 1, 2019 Consent
Agenda.
ATTACHMENTS
Proposed — 2019/20 Children's Therapy Center joint MOU contract
37
38
��� ��x��
��n�� x"oxxwxxa
CONTRACT FOR SERVICES
Contract Number:
This Agreement is entered into by and between the {]t» of Tuhvv|a. VVoehin0ton, a non -charter
optional municipal coda city hereinafter referred to as "the City," and Children'e Therapy Center.
hereinafter referred toao "the Contnaotor,"whose principal office is located at 10011 SEKent-KGng|ey
Road, Kent, WA, 90O30.
WHEREAS, the City is m party to o Memorandum of Understanding Between the Cities of
Auburn, Buhen. [)ea Moines, Federal \8/av Kent, Renton. GeoToo. and Tukwila for Pianning, Funding,
and Implementation of a Joint Human Services Application and Funding Program (the "MOU"); and
WHEREAS, the City is the lead city for the purposes of contracting for the nonprofit services
provided by the Contractor and desires to contract with the Contractor for performance of 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 tmbePerformed 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 Fedana|.
State. and local statutes, rules and ordinances applicable to the performance of such services and
the handling ofany funds used in connection therewith. The Contractor oh@|| request and obtain
prior written approval from the City ifthe scope orschedule ietobemodified inany 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 /\attached hereto and incorporated herein by
this reference. The total amount to be paid shall not exceed $7,256 for 2019 and $7,256 for 2020.
3' ContractorBudqmt The Contractor shall apply the funds received under this Agreement within the
rnaxirnurn 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 ofAqreement This Agreement shall be in full force and effect for a period commencing
January 1. 2019' and ending December 31. 2020. unless sooner terminated under the — provisions
hereinafter specified.
5. Independent Contnactmr. Contractor and City agree that Contractor is an independent contractor
with vidis Agreement. Nothingin this Agreementeha
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.
C&Revised December 20l6
Page lof7
G' Indemnification. The Contractor shall defend, indemnify and hold the Public Entit«, its officers,
officials, employees and volunteers harmless from any and all dahms, injuries,ern@Bes. losses or
suits including attorney fees arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the Public Entity.
Should acourt ofcompetent juhadicUondeternlneUlskUl|s/\oreen1entiseUbecttoRCVV4.24.115i
then, in the event of liability for damages arising out of bodily `^injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the Public
EMtity, its officers, officioh;, employees, and volunteers, the Contractor's liability hereunder ah8|/ 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 RCVV, solely for the purposes ufthis indemnification. This waiver has
been mutually negotiated by the parties. The provisions of this a8cUOn shall survive the expiration or
termination ofthis Agreement.
7. Insurance. The Contractor ohmU 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 Contracbor. their egenta, repnaeentatiVeo,
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
A. Minimum Scope ofInsurance. Contractor shall obtain insurance ofthe types and with the limits
described below:
1.Automobile Liabi|itV insurance with a minimum combined single limit for bodily 'injury and
property damage of$1.QOOl0XJ per accident. Automobile liability insurance shall cover all
ovvned, non-ovvnad, hired and leased vehicles. Coverage eheU be written on Insurance
Services Office USrD form CA OO 01 or a substitute form providing equivalent liability
coverage. |fnecessary, the policy shall beendorsed toprovide contractual liability coverage.
2. Commercial General Liabilitv insurance with limits no less than $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 prod ucts-com pleted operations aggregate
//Mn|t.{:nMnrnercia|Genera|L|ab|||tvinouc3noeeha|/be asleast @tbroad aoISO occurrence
form CGOOU1 and shall cover liability arising from pnannisee, operotiono, independent
000trootona, prod UotS-ooRlCdetBd operaUOns, stop gap |i@biUty, personal injury and advertising
injury, and liability assumed under aninsured contract. The Connnlorci@| {3anona| Liability
insurance shall be endorsed to provide a per project general aggregate limit using ISO form
C(325O3O5OAVr@nequivalent endorsement. There shall benoexclusion for liability
arising from exp|osion, collapse orunderground property damage. The City shall be named
as an additional insured under the Contractor's Commercial General Liabilityinsurance policy
with respect to the work performed for the City using ISO Additional Insured e*ndoraonlentCG
201O1OO1and Additional |noured-Connp|etedOperations endorsement CG2O371QD1 or
substitute endorsements providing otleast asbroad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are bocontain, orbeendorsed bocontain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
CARevised December 20G
40
Page 2of7
maintained by the City shall beexcess of the Contractor's insurance and shall not contribute with
C. Acceptability of Insurers. Insurance iato be placed with insurers with @ current &M. Best
rating of not less than A: VI I.
D. Verification of Coverage. Contractor shallfurnish the City with original certificates
of the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits requined, if any, to be obtained by subcontractors, which determination shall
b8made iDaccordance 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 cance|/otiUn. 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 o material breach of contract, upon which the City may, after giving
five bUoiMeoe days notice to the Contractor to correct the bneoch, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all pnanliunle in
connection therewith, with any sums S0 expanded to berepaid to the City on denland, or at the
sole discretion Ufthe City, offset against funds due the Contractor from the City.
8. Record Kempinq and Reporting.
A. The Contractor shall maintain accounts and naoordo, including peroonne|, property, financial and
programmatic records which sufficiently nd properly reflect all direct and indirect costs of any
nature expended and services performed in the performance ofthis 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 un|aeo
permission to destroy them is granted by the office Of the archivist in accordance with F{[;VV
Chapter4O.14 and bythe City.
9' Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all tinn8e to inspect|on, review o[audit by law during the performance
of this Agreement.
10.Ternminmthxn. This Agreement may at any time be terminated by the City giving to the Contractor
thirty (30 days written notice of the Cih/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 itunder this
Agreement, will not discriminate onthe grounds Ofrace, religion, creed.co|Or,n@tiUna| origin,gQe,
veteran status, aex, sexual orientation, gender identity, marital status, political affiliation, the
presence ofany disability, orany other protected class status under state orfederal law, inthe
selection and retention Ofemployees grprocurement ofmaterials or supplies.
12'Assiqommemt 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.
CA Revised December 2016
Page 3nf7
13.Entima A_qreermen1; Modification. This Aoreennert, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Contractor and
supersedes all prior negotiaUono, napreoentadono, 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. SeverabiDtv and Survival. Ifany term, condition this Agreement isdeclared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and al/ Other provisions shall remain fully enforceable. The provisions of this Aumaement.
which by their sense and context are reasonably intended to survive the oonnp|etiOD, 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,c City of Tukwila
02OO8outhcenterBlvd.
Tukwila, Washington 981OO
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law; Venue; AttomoV'm Fees. This Agreement shall be governed byand construed in
accordance with the |avvo 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 toits 8ttorney'sfees and costs ofsuit.
DATED this day of .20
CITY OFTUKW|LA CONTRACTOR
Allan Ekberg, Mayor
ATTESTA\UTHENT|CATEO:
City Clerk, Chhotv[yF|ahehv
APPROVED AS TO FORM:
Office of the City Attorney
Printed Name and Title:
CA Revised December 2016 Page 4 of 7
42
Exhibit A 2019-2020 Service Report
Joint MOU for Auburn, Burien, Covington, Des Moines, Federal Way, Renton, Tukwila
To:
City of Tukwila
Stacy Hansen
Human Services
6200 Southcenter Blvd.
Tukwila, WA 98188
stacy.hansentukwilawa,gov, 206-433-7180
Agency:
Children's Therapy Center
Kelli Nakayama
10811 SE Kent-Kangley
Kent, WA 98030
kellinctckids.org, 253-216-0772
The Agency shall provide residents in the MOU cities of Tukwila, Auburn, Burien, Covington, Des Moines, Federal Way and Renton (the
"Cities") with a variety of necessary therapeutic services, including but not limited to: Physical therapy, occupational therapy, speech
therapy, oral motor and feeding, social skills, aquatic and hippotherapy, fitness center group, early intervention and parent education.
2019-20 SERVICE UNITS
Auburn Performance Measures
ii$ 610
Annual Goat
Goal 1st
Quarter
Goal 2nd
Quarter
Goal 3rd
Quarter
Goal 4th
Quarter
Number of Unduplicated Clients
40
10
10
10
10
Number of Medical Care visits
80
20
20
20
20
Burien Performance Measures
Annual Goal
Goal 15t
Quarter
Goal 2hd
Quarter
Goal 3rd
Quarter
Goal 4th
Quarter
Number of Unduplicated Clients
24
6
6
6
6
Number of Medical Care Visits
47
12
12
12
11
Covington Performance Measures
$10,800
Annual Goal
Goal lst
Quarter
Goal 2nct
Quarter
Goal 3rd
Quarter
Goal 4th
Quarter
Number of Unduplicated Clients
37
10
9
9
9
Number of Medical Care Visits
74
20
18
18
18
°Ines Performance Measures
Number of Unduplicated Clients
Annual Goal
4
Goal 1st
Quarter
Goal 2nd
Quarter
Goal 3rd
Quarter
1
Goal 4th
Quarter
1
Number of Medical Care Visits
7
2
2
2
1
Federal Way Performance Measures
Annual Goal
Goal ist
Quarter
Goal 2nd
Quarter
Goal 3rd
Goal 4th
Quarter
Quarter
Number of Unduplicated Clients
28
7
7
7
7
Number of Medical Care Visits
55
14
14
14
13
CA Revised December 2016
Page 5 of 7
43
Annual Goal
Goa 1m
Quarter
Goal 2nj
Quarter
Goal3rd
Quarter
Goal 4th
Quarter
Number of Unduplicated Clients
26
7
7
�
�
Number of Medical Care Visits
52
13
13
13
13
Number 0fUnduplicated Clients
Annual Goal
25
Goal 1st
Quarter
7
Goal 2nd
Quarter
�
Goal 3rd
Quarter
�
Goal 41h
Quarter
6
Number 0fMedical Care Visits
50
14
17
12
12
The City of Tukwila will use a variety of measures as indicators of satisfactory contract performance.
The Agency will beexpected tomeet atleast SO96ofthe performance goals (outputm)gedefined above.
If the Agency does not meet the 8096 of performance goa|e, payment for services rendered under the
agreement will be reduced by the number of percentage points below the 90% level. AtoSO96success
rate, the Agency will bereimbursed at1OOY6. Any exceptions must benegotiated with the City.
Exceptions may bemade incases 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 ot the discretion ofthe City'oHuman Services Program
Coordinator.
The Agency shall make all reasonable efforts to ascertain the eligibility of applicants for Agency
aenAnea, such eligibility to require residence within the Citv, and shall provide services under this
Agreement only to eligible applicants.
Personnel/Operating
$53.121.00
Non -Personnel
BudgetlAnnual award total
$53,121.00
Demographic and Outcome Data Report
The Agency shall collect and retain demographic data from the persons served through this contract. Data
should be tracked in an ongoing manner and submitted annually by January 30 of the following year.
Outcome data shall be submitted annually in conjunction with the Demographic report. Data should be
collected and demonstrate the program's progress toward Outcomes as specified below.
Outcome: 7596ofchildren who exit the program who improved their acquisition ofknowledge and skills,
including early language, communication, and early literacy.
Measurement: For every child in our Early Intervention program, their therapy team completes a Child
Outcomes Summary KC(]S\, o standardized tool that rates m child's functioning relative to age -expected
behaviors mtintake and exit (when the child turns 3 or when they no longer need services, whichever
comes first). The #enrolled in the program is all children served byCTC during the year. The#
measured for outcome isthe #ofchildren who graduate from our E|program after mtleast 8months.
The # achieving the outcome isthe #0fchildren who exit the program who improved their acquisition of
knowledge and skills.
Quarterly Reports: The Agency shall prove to the City of Tukwila with quarterly reports outlining the
Agency's progress in meeting these performance nleaounso. These quarterly reports shall describe the
services provided specifically toeach mfthe Cities. These quarterly reports shall baprovided onthe due
dates specified below.
CARevised December 2016 Page Gnf7
44
QUARTERLY REPORTS
DUE DATES
1st thru 3rd quarter reports
1st = April 15th
2nd = July 15th
3rd = October 15th
4th and final annual reimbursement
First week in January. Date to be announced.
Outcomes and demographics
January 31st, 2020 / January 29th 2021
Annual Monitoring Visit: The Agency shall allow the City to conduct an annual monitoring visit to the
Agency, at a date and time agreeable to the parties.
Joint MOU Cities
OPERATING BUDGET FOR 2019-20
PLANNED QUARTERLY EXPENDITURES
CHILDREN'S THERAPY CENTER
ANNUAL BUDGET SUMMARY
ANNUAL AWARD QUARTERLY AWARD
AUBURN
$11,610.00
$2902.50
$ 6,800.00 $6880.00
$1700.00 $1720.00
:-.COVINGTON
$10,800.00
$2700.00
FEDERAL WAY
TUKWILA
$1,075.00
$8,000.00
$7,500.00
$7,256.00
$53,121.00
$268.75
$2000.00
$1875.00
$1814.00
$13,280.25
CA Revised December 2016
Page 7 of 7
45