HomeMy WebLinkAboutFIN 2021-05-24 COMPLETE AGENDA PACKETCity of Tukwila
Finance and Governance
Committee
O Zak Idan, Chair
O Kathy Hougardy
O Cynthia Delostrinos Johnson
AGENDA
MONDAY, MAY 24,2021 — 5:30 PM
HAZELNUT CONFERENCE ROOM
(At cyst cntrancc of City Hall)
Distribution:
Z. Idan
K. Hougardy
C. Delostrinos Johnson
K. Kruller
V. Seal
D. Quinn
T. McLeod
Mayor Ekberg
D. Cline
R. Bianchi
C. O'Flaherty
A. Youn
L. Humphrey
THIS MEETING WILL NOT BE CONDUCTED AT CITY FACILITIES
BASED ON THE GOVERNOR'S PROCLAMATION 20-28.
THE PHONE NUMBER FOR THE PUBLIC TO LISTEN TO THIS
MEETING IS: 1-253-292-9750, Access Code 973303373#
Click here to: Join Microsoft Teams Meeting
For Technical Support during the meeting call: 1-206-431-2179.
Item
Recommended Action
Page
1. BUSINESS AGENDA
a. A contract to facilitate relocation of the City Records
a. Forward to 5/24 C.O.W.
Pg.1
Center.
and Special Meeting
Christy O'Flaherty, Records Governance Manager/City Clerk
Consent Agenda.
b. A contract with King County for levy grant funds for
b. Forward to 5/24 C.O.W.
Pg.13
seniors.
and Special Meeting.
John Dunn, Recreation Superintendent
c. Monthly General Fund update.
c. Discussion only.
Pg.45
Tony Cullerton, Deputy Finance Director
d. 2021 1st Quarter investment report.
d. Discussion only.
Pg.49
Aaron Williams, Fiscal Manager
2. MISCELLANEOUS
Next Scheduled Meeting: June 14, 2021
S. The City of Tukwila strives to accommodate individuals with disabilities.
Please contact the City Clerk's Office at 206-433-1800 (TukwilaCityClerk@TukwilaWA.gov) for assistance.
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: FINANCE AND GOVERNANCE COMMITTEE
FROM: Christy O'Flaherty, Records Governance Manager/City Clerk
BY: Christy O'Flaherty, Records Governance Manager/City Clerk
CC: Mayor Ekberg
DATE: May 17, 2021
SUBJECT: RELOCATION OF CITY-WIDE RECORDS CENTER
ISSUE
Authorize approval of a contract to facilitate relocation of the City -Wide Records Center from the
Sabey (International Gateway East, LLC) facility at 3411 South 120th Place to Tukwila City Hall
lower level. (formerly occupied by Tukwila Police Department).
BACKGROUND
The City's Records Governance Program has maintained an off-site Records Center for all City
Departments since the early 1990s. While there have been multiple locations, most currently
the records are housed at the Sabey facility at a cost of approximately $8,799.03 per month.
The Sabey records facility houses 1,637 boxes of City records.
Based on the consistent work accomplished via the Records Governance Program and the use
of the online Digital Records Center and microfilming, the City Clerk's Office was able to create
redundancy and eliminate paper records with a long-term retention requirement by 500 boxes.
This reduction in inventory makes it possible to downsize from the current records facility at the
Sabey location to the lower level of City Hall. The Police Department has had similar reductions
in their inventory and will be using the space in the sally port near the former Police Department
for records storage.
DISCUSSION
The project manager worked with vendors, and Engineered Products a PAPE Company (part of
the MRSC Small Works Roster) was selected as the vendor to disassemble/transport/
reassemble/install the industrial shelving, per the attached contract. The intent is to complete
this work prior to the lease end date of June 30, 2021.
FINANCIAL IMPACT
The contract shall not exceed $80,360.26 (plus Washington State Sales Tax); we are requesting
budget authority for an additional 10% contingency in the event of unforeseen issues. The long-
term savings to the City will be approximately $109,000 a year to include staff time saved by not
traveling back and forth to an off-site facility to perform essential records work (plus the monthly
lease cost from July -December of this year).
The Administration proposes to fund the records center move costs from the lease savings this
year (approximately $50,000) and using some of the remaining FY 2021 Streamlined Sales Tax
funds to covering the remaining costs, which include the balance of this contract, as well as
approximately $13,000 in costs for the movers and fencing contractors, the latter of which is
required by the State as a part of the regulations associated with public records. These costs
will have paid for themselves in savings from the off-site records center in less than one year.
1
2
INFORMATIONAL MEMO
Page 2
RECOMMENDATION
Staff is asking the Finance and Governance Committee to forward this item to the Committee of
the Whole and Special Meeting of May 24, 2021 for approval.
ATTACHMENTS
Contract Document
https://tukwilawa.sharepoint.com/sites/mayorsoffice/cc/CC Docs/Old W/RecordsCenter2021Docs/RecordsCenterRelocation.doc
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and Engineered Products a PAPE Company, hereinafter referred to as "the
Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform teardown, transport
and shelving installation services in connection with the project titled Records Center
Relocation.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending August 31, 2021, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant
shall perform all services and provide all work product required pursuant to this Agreement
no later than June 15, 2021, unless an extension of such time is granted in writing by the
City.
4. Payment. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"A" attached hereto, provided that the total amount of payment to the Consultant shall
not exceed $80,360.26 (plus Washington State Sales Tax) without express written
modification of the Agreement signed by the City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be
made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will
be made promptly upon its ascertainment and verification by the City after the
completion of the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary
to complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
3
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in 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 Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the
Consultant'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.
8. Insurance. The Consultant 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 Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant 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 Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily
injury and property damage of $1,000,000 per accident. Automobile Liability
insurance shall cover all owned, non -owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
4
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. Other Insurance Provision. The Consultant'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 Consultant's
insurance and shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and
a copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City 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 Consultant 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 Consultant 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 Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant 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 the Consultant nor any employee of the
Consultant 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 for contributing to the state
industrial insurance program, otherwise assuming the duties of an employer with respect to
the Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent
upon or resulting from the award or making of this contract. For breach or violation of this
warrant, the City shall have the right to annul this contract without liability, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
CA revised May 2020
Page 3
5
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. 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. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. 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.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Engineered Products a PAPE Company
ATTN: Jim Keenholts, Territory Manager
9800 40th Ave. S.
Seattle, WA 98118
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020
6
Page 4
DATED this day of , 20
CITY OF TUKWILA CONSULTANT
By:
Allan Ekberg, Mayor
Printed Name:
Title:
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
7
8
PAPE
ENSINEERED
PRODUCTS
A PAPE COMPANY
EXHIBIT A
Engineered Products a Pape Company
9800 40th Ave S. Tel: (206) 394-3300
Seattle, WA 98118 Fax: (206) 575-6688
Tuesday, May 18, 2021
Page 1 of 3
Washington Contractor License: ENGINPC931CO
Oregon Contractors License: #174426
California Contractors License: # 910313
Idaho Contractors License: ZRCE-25609
Federal ID: # 22-3949676
THE CITY OF OPPORTUNITY. THE COMMUNITY OF CHOICE
Attn: Rick Still
Budget Proposal #COFEUM51721
Subject: Shelving Move
Date: 5/18/2021
FOB: Destination
Dear Mr. Stills,
Thank you for the opportunity to provide pricing for the Tukwila shelving project. We propose to teardown, transport,
and install the shelving storage system described below based on acceptance of the attached General Terms and
Conditions.
Objectives:
Provide purchaser with a fully integrated turnkey storage system using existing materials within the requested time
frame including all necessary new teardown, transportation, installation, and structural calculations (stamped by
licensed WA State P.E.) to complete project.
General Parameters:
• Teardown customers' existing shelving system.
• Transport all materials from existing facility to new facility.
• Install shelving system per customers provided layout.
• Assuming 6" slab (to be verified by purchaser)
• All required permits responsibility of purchaser.
Installation Parameters:
• Installation based upon free and clear work environment during a single-phase continuous mobilization, 8 hour
shifts per day, 5 days a week (Monday -Friday) by a non-union crew on a non-union jobsite.
• Ambient staging area provided for receipt and building of materials.
• Labor crew to be back round checked prior to having site access. (background check by Tukwila police
department)
Scope of Work: Shelving Movement
Teardown: (Approximately 6 days)
Old Location Address: 3411 S. 120th Place, Tukwila WA 98188
• There is an overhead roll up door to get there materials out of the facility.
• The shelving is currently inside a chain link fence that has large man door access.
• Cut existing floor anchors. (any additional grinding of cut anchors responsibility of purchaser.)
Tukwila City Records Center:
• Qty. (100) bays of 96"H x 52"W Easy Up shelving with Qty. (7) particle board shelf levels.
• Mixture of 16"D and 32"D
Storage and Material Handling Specialists
PAPE
ENGINEERED
PRODUCTS
A PAPE COMPANY
Police depaitiuent shelving:
• Qty. (61) bays 96"H x 52"W Easy Up shelving with Qty. (7) particle board shelf levels.
• Mixture of 16"D and 32"D
Total: approximately: Qty. (161) bays of shelving.
Transport:
• Palletize, band, and stack materials on to flatbed trucks for transportation.
• Transport all of the shelving materials including particle board to the new location.
• Keep police shelving and city shelving materials separate.
Installation: (approximately 5 days)
Tuesday, May 18, 2021
Page 2 of 3
New location: 6200 Southcenter Blvd, Tukwila WA 98188.
Records Center:
• Installation of Approximately Qty. (64) bays in new office location.
• Install shelving to match purchasers provided layout drawing.
• Elevations to match existing shelving elevations.
• Materials will have to be loaded through on sit of double doors then through single man door.
• Shelving will have the be anchored through existing carpet to slab bellow.
Out building for Police:
• Install approximately Qty. (15) bays.
• Elevations to match existing shelving elevations.
• Shelving will be loaded through man door access.
• Shelving will be anchored through plywood flooring to slab bellow.
Total: approximately: Qty. (79) bays of shelving.
Extra materials:
• Extra materials to be palletized, banded, and stacked.
• To be moved to location with pallet jack access (outside of man doors)
• Moving these additional materials in to storage space inside of man doors will add additional labor cost (see
base bid option)
Included within this bid:
• Teardown of materials
• Installation of old materials.
• Structural engineering.
• Transportation
Grand Total Price Delivered and Installed Excluding Any Applicable Tax* $66,410.26
(Sixty -Six Thousand Four Hundred Ten and 26/100 Dollars)
This sale is subject to Engineered Products' Terms and Conditions of Sale effective on the date
hereof, which are incorporated in full by this reference. The Terms and Conditions of Sale are
available at www.eppape.com/terms, and will also be sent by mail or e-mail to the purchaser upon
request.
Storage and Material Handling Specialists
ENGINEERED
PAPE. PRODUCTS
h PAPE COMPANY
Base Bid Option:
Transportation of extra materials inside of man door space:
• have the crew hand unload and move extra materials through man door.
• Re stack extra materials in man door space for storage.
Tuesday, May 18, 2021
Page 3 of 3
Add $ 6,450.00
Permitting:
• Engineered Products to File for required building permit on behalf of . Add $ 7,500.00 +
The purchaser. City Permit
• Engineered products to provide shelving layout and elevations drawings. application fees
• Engineered products to provide seismic engineering calculations.
• Any required fire suppression and or egress evaluation by purchaser.
• Engineered products not responsible for permit approval timeline.
Notes:
1. Any Required Permits and inspections responsibility of purchaser.
2. Fire Consultancy by purchaser.
3. Modifications for fire egress, if required, by purchaser.
4. Material pricing valid for 10 days from 5.10.21
5. All fire suppression systems including "in -rack" fire suppression, if required, by purchaser.
6. Modifications to warehouse lighting, if required, by purchaser.
7. Fire engineer to provide Engineered Products with high plie and egress packet for rack permitting.
8. EP to provide purchaser with floor load information upon award, purchaser is responsible to ensure the slab is
adequate to support the loads provided. EP is not responsible for the adequacy of the slab.
Thank you for the opportunity to work with you on this project. If you have any questions regarding the above
information, please don't hesitate to call me at (206) 394-3306.
Best Regards,
Jim Keenholts
Engineered Products a Pape Co.
JKeenholts@eppape.com
(206) 394-3306 - Direct
Storage and Material Handling Specialists
This proposal is accepted by
Purchase Order #
11
12
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
0: Finance and Governance Committee
FROM: Tracy Gallaway, Acting Parks & Recreation Director
BY: John Dunn, Recreation Superintendent
CC: Mayor Ekberg
DATE: May 17, 2021
SUBJECT: Veterans, Seniors, and Human Services Levy (VSHSL)
ISSUE
Seeking authorization for the Mayor to sign award contract with King County Department of
Community and Human Services Division in the amount of $115,384.
BACKGROUND
In 2018, Parks & Recreation was awarded a VSHSL grant to install automatic door openers on
the restroom doors at the Tukwila Community Center and to contract an Older Adult Recreation
Survey (OARS) by BERK Consulting. The survey results have been a guiding document to
planning for senior activities and outreach.
In 2019, Parks & Recreation was awarded an additional VSHSL grant to support the outreach
efforts from the OARS plan and provide facility upgrades for senior space. This grant was
extended and used in 2020 to fund Operation Senior Meal Drop.
DISCUSSION
Based on the past work with King County and the work Tukwila Parks & Recreation have done
for Tukwila Seniors, King County has awarded an additional grant for $115,384 over the 2021-
2022 calendar years. A portion of this grant will specifically be used to provide social
engagement for Veterans. The rest of the grant will be for senior social engagement activities
and creation of a mini -grant program. Planning for future events and activities are still ongoing.
FINANCIAL IMPACT
There is no matching requirement for the City.
RECOMMENDATION
The Council is being asked to authorize the Mayor to sign the award contract and consider this
item at the May 24, 2021 Committee of the Whole meeting and subsequent May 24, 2021
Special Meeting.
ATTACHMENTS
King County community and Human Services Contract — 2021/2022
13
14
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
King County
Department of Community and Human Services
Adult Services Division
401 Fifth Avenue, Suite 500
Seattle, WA 98104
206-263-9105
TTY Relay: 711
KING COUNTY COMMUNITY AND HUMAN SERVICES CONTRACT — 2021/2022
Contractor City of Tukwila
Project Title ASD Contracted Services
Contract Amount $ 115,384
Contract Period From: 04/01/2021
To 12/31/2022
DUNS No. (if applicable) 010207504 SAM No. (if applicable) 47Z60
THIS CONTRACT No. 6204626 is entered into by KING COUNTY (the "County"), and City of
Tukwila (the "Contractor") whose address is 6200 Southcenter Blvd, Tukwila, WA 98188.
FUNDING SOURCES
FUNDING LEVELS
EFFECTIVE DATES
COUNTY
$115,384
04/01/2021 - 12/31/2022
TOTAL
$115,384
04/01/2021 - 12/31/2022
WHEREAS, the County has been advised that the foregoing are the current funding sources,
funding levels and effective dates, and
WHEREAS, the County desires to have certain services performed by the Contractor as
described in this Contract,
NOW THEREFORE, in consideration of payments, covenants, and agreements hereinafter
mentioned, to be made and performed by the parties hereto, the parties mutually agree as
follows:
1. Contract Services and Requirements, and Incorporated Exhibits.
The Contractor shall provide services and meet the requirements included in this Contract and
in the following attached exhibits, each of which is incorporated herein by this reference:
EXHIBIT NAME
EXHIBIT NUMBER
City of Tukwila - Transform Senior Centers - Council -Added -
VSHSL - SE 3
Exhibit I
If you require accommodation to access this form, alternate
formats are available upon request.
15
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
2. Contract Term
A. This Contract shall begin on 04/01/2021, and shall terminate on 12/31/2022, unless
extended or terminated earlier, pursuant to the terms and conditions of the Contract.
3. Compensation and Method of Payment
A. Compensation:
The County shall compensate the Contractor for satisfactory completion of the services
and requirements as specified in this Contract and its attached exhibit(s).
B. Invoicing:
The Contractor shall submit invoices and all accompanying reports as specified in the
attached exhibit(s), including its final invoice and all outstanding reports. The County shall
endeavor to make payment not more than 30 days after a complete and accurate invoice
is received.
C. Final Invoice:
The Contractor shall submit its final invoice and all outstanding reports as specified in this
contract and its attached exhibit(s). If the Contractor's final invoice and reports are not
submitted as required, the County will be relieved of all liability for payment to the
Contractor of the amounts set forth in the final invoice or any later invoice.
D. Reimbursement for Travel:
The Contractor will not be reimbursed for travel unless otherwise specified within an
Exhibit.
4. Internal Control and Accounting System
The Contractor shall establish and maintain a system of accounting and internal controls that
complies with the generally accepted accounting principles issued by the Financial Accounting
Standards Board (FASB), the Governmental Accounting Standards Board (GASB), or both as is
applicable to the Contractor's form of doing business.
5. Debarment and Suspension Certification
Entities that are debarred, suspended, or proposed for debarment, by the U.S. Government are
excluded from receiving federal funds and contracting with the County. The Contractor, by
signature to this Contract, certifies that the Contractor is not currently debarred, suspended, or
proposed for debarment, by any Federal department or agency. The Contractor also agrees that
it will not enter into a subcontract with a person or entity that is debarred, suspended, or
proposed for debarment. The Contractor will notify King County if it, or a subcontractor, is
debarred, suspended, or proposed for debarment, by any Federal department or agency.
Debarment status may be verified at https://www.sam.gov/.
6. Maintenance of Records
A. Accounts and Records:
City of Tukwila
16
Page 2 of 16 2021/2022 Contract - 6204626
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
The Contractor shall maintain for a period of six years after termination of this Contract
accounts and records, including personnel, property, financial, and programmatic records
and other such records the County may deem necessary to ensure proper accounting
and compliance with this Contract.
B. Nondiscrimination and Equal Employment Records:
In accordance with the nondiscrimination and equal employment opportunity
requirements set forth in Section 17. below, the Contractor shall maintain the following for
a period of six years after termination of this Contract:
i. Records of employment, employment advertisements, application forms, and other
data, records and information related to employment, applications for employment
or the administration or delivery of services or any other benefits under this
Contract; and
ii. Records, including written quotes, bids, estimates or proposals, submitted to the
Contractor by all entities seeking to participate in this Contract, and any other
information necessary to document the actual use of and payments to
subcontractors and suppliers in this Contract, including employment records.
The County may visit the site of the work and the Contractor's office to review these
records. The Contractor shall provide all help requested by the County during such
visits and make the foregoing records available to the County for inspection and
copying. At all reasonable times, the Contractor shall provide to the County, the
state, and/or federal agencies or officials access to its facilities—including those of
any subcontractor assigned any portion of this Contract in order to monitor and
evaluate the services provided under this Contract. The County will give reasonable
advance notice to the Contractor in the case of audits to be conducted by the
County. The Contractor shall comply with all record keeping requirements of any
applicable federal rules, regulations or statutes included or referenced in the
contract documents. If different from the Contractor's address listed above, the
Contractor shall inform the County in writing of the location of its books, records,
documents, and other evidence for which review is sought, and shall notify the
County in writing of any changes in location within 10 working days of any such
relocation.
7. Evaluations and Inspections
A. Subject to Inspection, Review, or Audit:
The records and documents with respect to all matters covered by this Contract shall be
subject at all time to inspection, review, or audit by the County and/or federal/state
officials authorized by law during the performance of this Contract and for six years after
termination hereof, unless a longer retention period is required by law.
B. Medical Records:
If applicable, medical records shall be maintained and preserved by the Contractor in
accordance with state and federal medical records statutes, including but not limited to
Revised Code of Washington (RCW) 70.41.190, 70.02.160, and standard medical records
City of Tukwila Page 3 of 16 2021/2022 Contract - 6204626
17
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
practice. The Contractor shall also be responsible for the maintenance and disposal of
such medical records.
C. Contract Monitoring:
The Contractor and the County shall engage in monitoring visits to assess the
Contractor's compliance with contract requirements, quality, and practices. The County
will execute monitoring visits in accordance with the applicable frequency, as prescribed
by the controlling Exhibit under this Contract. The Contractor shall cooperate with the
County and its agents to assess the Contractor's performance under this Contract. At the
request of the County, the Contractor shall implement a plan to remedy any items of
noncompliance identified during the monitoring process.
The results and records of these processes shall be maintained and disclosed in
accordance with RCW Chapter 42.56.
D. Performance, Measurement and Evaluation
The Contractor shall submit performance metrics and program data as set forth in
Exhibits to this Contract. The Contractor shall participate in evaluation activities as
required by the county and shall make available all information required by any such
performance measurement and evaluation processes.
E. Unauthorized Disclosure:
The Contractor agrees that all information, records, and data collected in connection with
this Contract shall be protected from unauthorized disclosure in accordance with
applicable state and federal law.
8. Compliance with the Health Insurance Portability and Accountability Act of 1996 (HIPAA)
The Contractor shall not use protected health information created or shared under this Contract
in any manner that would constitute a violation of HIPAA and any regulations enacted pursuant
to its provisions. Contractor shall read and maintain compliance with all HIPAA requirements at
https://www.kingcounty.gov/depts/community-human-services/contracts/requirements.aspx.
9. Financial Report Submission
The Contractor is required to submit a financial reporting package as described in A through C
below. All required documentation must be submitted by email to
DCHSContracts@kingcounty.gov by the stated due date.
A. If the Contractor is a Non -Federal entity as defined in 2 CFR Part 200.69, and expends
$750,000 or more in Federal awards during its fiscal year, then the Contractor shall meet
the audit requirements in 2 CFR Part 200 Subpart F. Audit packages are due to the
County within nine months after the close of the Contractor's fiscal year.
B. If the Contractor is a local government in the State of Washington and is not subject to the
requirements in subsection A, the Contractor shall submit audited financial statements
that are in accordance with the Washington State Auditor's Office requirements. Financial
statement audits are due to the County within 150 days after the close of the Contractor's
fiscal year end as required by RCW 43.09.230.
City of Tukwila Page 4 of 16 2021/2022 Contract - 6204626
18
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
C. If the Contractor is not subject to the requirements in subsection A or B, the following
apply:
Entity Type
Non -Profit
For Profit
Gross
Revenue
Gross Revenue
Under $3M on
Gross Revenue
Over $3M on
Gross Revenue
Under $3M on
Gross Revenue
Over $3M on
average in the
previous three
fiscal years.
average in the
previous three
fiscal years.
average in the
previous three
fiscal years.
average in the
previous three
fiscal years.
Required
Documentation
• Form 990
within 30 days
of its being
filed; and
• A full set of
annual internal
financial
statements
Audited financial
statements
prepared by an
independent
Certified Public
Accountant or
Accounting Firm
• Income tax
return; and
• A full set of
annual internal
financial
statements
Audited financial
statements
prepared by an
independent
Certified Public
Accountant or
Accounting Firm
Due Date
Within 30
calendar days
from the forms
being filed.
Within nine
months following
the close of the
Contractor's fiscal
year.
Within 30
calendar days
from the forms
being filed.
Within nine
months following
the close of the
Contractor's
fiscal year.
D. Waiver:
A Contractor that is not subject to the requirements in subsection A may, in extraordinary
circumstances, request, and in the County' sole discretion be granted, a waiver of the
audit requirements. Such requests are made to the County at:
DCHSContracts@kingcounty.gov for review. If approved by the County, the Contractor
may substitute for the above requirements other forms of financial reporting or fiscal
representation certified by the Contractor's Board of Directors, provided the Contractor
meets the following criteria:
i. Financial reporting and any associated management letter show no reportable
conditions or internal control issues; and
ii. There has been no turnover in key staff since the beginning of the period for which
the financial reporting was completed.
10. Corrective Action
If the County determines that the Contractor has failed to comply with any terms or conditions of
this Contract, or the Contractor has failed to provide in any manner the work or services (each a
"breach"), and if the County determines that the breach warrants corrective action, the following
procedure will apply:
A. Written Notification:
The County will notify the Contractor in writing of the nature of the breach.
City of Tukwila Page 5 of 16 2021/2022 Contract - 6204626
19
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
B. Contractor's Corrective Action Plan:
The Contractor shall respond with a written corrective action plan within ten working days
of its receipt of such notification unless the County, at its sole discretion, extends in
writing the response time. The plan shall indicate the steps being taken to correct the
specified breach and shall specify the proposed completion date for curing the breach.
This date shall not be more 30 days from the date of the Contractor's response, unless
the County, at its sole discretion, specifies in writing an extension to complete the
corrective actions.
C. County's Determination of Corrective Action Plan Sufficiency:
The County will determine the sufficiency of the Contractor's proposed corrective action
plan, then notify the Contractor in writing of that determination. The determination of
sufficiency of the Contractor's corrective action plan shall be at the sole discretion of the
County.
D. Termination or Suspension:
If the Contractor does not respond within the appropriate time with a corrective action
plan, or the Contractor's corrective action plan is determined by the County to be
insufficient, the County may terminate or suspend this Contract in whole or in part
pursuant to Section 12.
E. Withholding Payment:
In addition, the County may withhold any payment to the Contractor or prohibit the
Contractor from incurring additional obligations of funds until the County is satisfied that
corrective action has been taken or completed; and
F. Non -Waiver of Rights:
Nothing herein shall be deemed to affect or waive any rights the parties may have
pursuant to Section 12, Subsections B, C, D, and E.
11. Dispute Resolution
The parties shall use their best, good -faith efforts to cooperatively resolve disputes and problems
that arise in connection with this Contract. Both parties will make a good faith effort to continue
without delay to carry out their respective responsibilities under this Contract while attempting to
resolve the dispute under this section.
12. Termination
A. Termination for Convenience:
This Contract may be terminated by the County without cause, in whole or in part, at any
time during the term specified in Subsection 2. above, by providing the other party 30
calendar days advance written notice of the termination. The Contract may be suspended
by the County without cause, in whole or in part, at any time during the term specified in
Subsection 2. above, by providing the Contractor 30 calendar days advance written notice
of the suspension.
City of Tukwila Page 6 of 16 2021/2022 Contract - 6204626
20
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
B. Termination for Default:
The County may terminate or suspend this Contract, in whole or in part, upon seven
business days advance written notice if: (1) the Contractor breaches any duty, obligation,
or service required pursuant to this Contract and either (a) the corrective action process
described in Section 10 fails to cure the breach or (b) the County determines that
requiring a corrective action plan is impractical or that the duties, obligations, or services
required herein become impossible, illegal, or not feasible. If the Contract is terminated by
the County pursuant to this Subsection 12.B., the Contractor shall be liable for damages,
including any additional costs of procuring similar services from another source.
If the termination results from acts or omissions of the Contractor, including but not limited
to misappropriation, nonperformance of required services, or fiscal mismanagement, the
Contractor shall return to the County immediately any funds, misappropriated or
unexpended, that have been paid to the Contractor by the County.
C. Termination for Non -Appropriation:
If expected or actual funding is withdrawn, reduced, or limited in any way prior to the
termination date set forth above in Subsection 2., the County may, upon seven business
days advance written notice to the Contractor, terminate or suspend this Contract in
whole or in part.
If the Contract is terminated or suspended as provided in this Section: (1) the County will
be liable only for payment in accordance with the terms of this Contract for services
rendered prior to the effective date of termination or suspension; and (2) the Contractor
shall be released from any obligation to provide such further services pursuant to the
Contract as are affected by the termination or suspension.
Funding or obligation under this Contract beyond the current appropriation year is
conditional upon appropriation by the County Council and/or other identified funding
source(s) of sufficient funds to support the activities described in the Contract. If such
appropriation is not approved, this Contract will terminate at the close of the current
appropriation year. The current funding sources associated with this Contract are
specified on page one.
If the Contract is suspended as provided in this Section, the County may provide written
authorization to resume activities.
D. Non -Waiver of Rights:
Nothing herein shall limit, waive, or extinguish any right or remedy provided by this
Contract or by law or equity that either party may have if any of the obligations, terms, and
conditions set forth in this Contract are breached by the other party.
13. Hold Harmless and Indemnification
A. Duties as Independent Contractor:
In providing services under this Contract, the Contractor is an independent contractor,
and neither it nor its officers, agents, or employees are employees of the County for any
purpose. The Contractor shall be responsible for all federal and/or state tax, industrial
insurance, and Social Security liability that may result from the performance of and
City of Tukwila Page 7 of 16 2021/2022 Contract - 6204626
21
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
compensation for these services and shall make no claim of career service or civil service
rights which may accrue to a County employee under state or local law.
The County assumes no responsibility for the payment of any compensation, wages,
benefits, or taxes, by, or on behalf of the Contractor, its employees, and/or others by
reason of this Contract.
The Contractor shall protect, indemnify, defend and save harmless the County, its
officers, agents, and employees from and against any and all claims, costs, and/or losses
whatsoever occurring or resulting from (1) the Contractor's failure to pay any such
compensation, wages, benefits, or taxes, and/or (2) the supplying to the Contractor of
work, services, materials, or supplies by Contractor employees or other suppliers in
connection with or support of the performance of this Contract.
Contractor's Duty to Repay County:
The Contractor agrees that it is financially responsible for and will repay the County all
indicated amounts following an audit exception which occurs due to the negligence,
intentional act, and/or failure, for any reason, to comply with the terms of this Contract, by
the Contractor, its officers, employees, agents, and/or representatives. This duty to repay
the County shall not be diminished or extinguished by the termination of the Contract.
C. Contractor Indemnifies County:
To the maximum extent permitted by law, the Contractor shall protect, defend, indemnify,
and save harmless the County, its officers, employees, and agents from any and all costs,
claims, judgments, and/or awards of damages, arising out of, or in any way resulting from,
the negligent acts or omissions of the Contractor, its officers, employees, subcontractors
and/or agents, in its performance or non-performance of its obligations under this
Contract. The Contractor agrees that its obligations under this subparagraph extend to
any claim, demand, and/or cause of action brought by, or on behalf of, any of its
employees or agents. For this purpose, the Contractor, by mutual negotiation, hereby
waives, as respects the County only, any immunity that would otherwise be available
against such claims under any industrial insurance act, including Title 51 RCW, other
Worker's Compensation act, disability benefit act, or other employee benefit act of any
jurisdiction which would otherwise be applicable in the case of such claim. In addition, the
Contractor shall protect and assume the defense of the County and its officers, agents
and employees in all legal or claim proceedings arising out of, in connection with, or
incidental to its indemnity obligation; and shall pay all defense expenses, including
reasonable attorney's fees, expert fees and costs incurred by the County on account of
such litigation or claims. Title 51 RCW. If the County incurs any judgment, award, and/or
cost arising therefrom including reasonable attorneys' fees to enforce the provisions of
this article, all such fees, expenses, and costs shall be recoverable from the Contractor.
D. County Indemnifies Contractor:
To the maximum extent permitted by law, the County shall protect, defend, indemnify, and
save harmless the Contractor, its officers, employees, and agents from any and all costs,
claims, judgments, and/or awards of damages, arising out of, or in any way resulting from,
the negligent acts or omissions of the County, its officers, employees, and/or agents, in its
performance and/or non-performance of its obligations under this Contract. The County
agrees that its obligations under this subparagraph extend to any claim, demand, and/or
cause of action brought by, or on behalf of, any of its employees or agents. For this
City of Tukwila Page 8 of 16 2021/2022 Contract - 6204626
22
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
purpose, the County, by mutual negotiation, hereby waives, as respects the Contractor
only, any immunity that would otherwise be available against such claims under the
Industrial Insurance provisions of Title 51 RCW. In the event the Contractor incurs any
judgment, award, and/or cost arising therefrom including reasonable attorneys' fees to
enforce the provisions of this article, all such fees, expenses, and costs shall be
recoverable from the County.
E. Intellectual Property Infringement:
For purposes of this section, claims shall include, but not be limited to, assertions that use
or transfer of software, book, document, report, film, tape, or sound reproduction or
material of any kind, delivered hereunder, constitutes an infringement of any copyright,
patent, trademark, trade name, and/or otherwise results in unfair trade practice.
The indemnification, protection, defense and save harmless obligations contained herein
shall survive the expiration, abandonment or termination of this Contract.
14. Insurance Requirements
The Contractor shall procure and maintain for the term of this Contract, insurance covering King
County as an additional insured, as described in this section and at the link below, against
claims which may arise from, or in connection with, the performance of work hereunder by the
Contractor, its agents, representatives, employees, and/or subcontractors.
Contractor shall provide evidence of the insurance required under this Contract, including a
Certificate of Insurance and Endorsements covering King County as additional insured for full
coverage and policy limits within 10 business days of signing the contract. Evidence of
Insurance and Endorsements shall be submitted by email to DCHSContracts@kingcounty.gov.
The Contractor may request additional time to provide the required documents by emailing
DCHSContracts@kingcounty.gov. Extensions will be granted at the sole discretion of DCHS.
The costs of such insurance shall be paid by the Contractor or subcontractor. The Contractor
may furnish separate certificates of insurance and policy endorsements for each subcontractor
as evidence of compliance with the insurance requirements of this Contract. Any provision in
any Contractor or subcontractor insurance policy that restricts available limits of liability in a
written agreement or contract shall not apply. The Contractor is responsible for ensuring
compliance with all of the insurance requirements stated herein. Failure by the Contractor, its
agents, employees, officers, subcontractors, providers or provider subcontractors to comply with
the insurance requirements stated herein shall constitute a material breach of this Contract.
Specific coverage types and limit requirements can be found by visiting
https://www.kingcountv.gov/depts/community-human-
services/contracts/requirements/insurance.aspx.
15. Assignment
Contractor shall not assign any interest, obligation or benefit under or in this Contract or transfer
any interest in the same, whether by assignment or novation, without prior written consent of the
County. If assignment is approved, this Contract shall be binding upon and inure to the benefit
of the successors of the assigning party upon the written agreement by assignee to assume and
be responsible for the obligations and liabilities of the Contract, known and unknown, and
applicable law.
16. Subcontracting
City of Tukwila Page 9 of 16 2021/2022 Contract - 6204626
23
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
A. Written Consent of the County:
The Contractor shall not subcontract any portion of this Contract or transfer or assign any
claim arising pursuant to this Contract without the written consent of the County. The
County's consent must be sought in writing by the Contractor not less than 15 days prior
to the date of any proposed subcontract.
The rejection or approval by the County of any Subcontractor or the termination of a
Subcontractor will not relieve Contractor of any of its responsibilities under the Contract,
nor be the basis for additional charges to the County.
In no event will the existence of the subcontract operate to release or reduce the liability
of Contractor to the County for any breach in the performance of Contractor's duties.
The County has no contractual obligations to any Subcontractor or vendor under contract
to the Contractor. Contractor is fully responsible for all contractual obligations, financial or
otherwise, to its Subcontractors.
B. "Subcontract" Defined:
"Subcontract" shall mean any agreement between the Contractor and a subcontractor or
between subcontractors that is based on this Contract, provided that the term
"subcontract" does not include the purchase of (1) support services not related to the
subject matter of this Contract, or (2) supplies.
C. Required Clauses for Subcontracts:
The Contractor shall include Section 4, 5, 6, 7, 8, 10, 15, 16, 17, 18, 19, 20, 21, 22, 27, 28
and 29, in every subcontract or purchase agreement for services that relate to the subject
matter of this Contract.
D. Required Language for Subcontracts:
The Contractor shall include the following language verbatim in every subcontract for
services which relate to the subject matter of this Contract:
"Subcontractor shall protect, defend, indemnify, and hold harmless King County, its
officers, employees and agents from any and all costs, claims, judgments, and/or awards
of damages arising out of, or in any way resulting from the negligent act or omissions of
subcontractor, its officers, employees, and/or agents in connection with or in support of
this Contract. Subcontractor expressly agrees and understands that King County is a
third -party beneficiary to its Contract with Contractor and shall have the right to bring an
action against subcontractor to enforce the provisions of this paragraph."
17. Nondiscrimination and Payment of a Living Wage
A. The Contractor shall comply with all applicable federal, state and local laws regarding
discrimination, including those set forth in this Section.
B. Nondiscrimination:
During performance of the Contract, the Contractor shall not discriminate against any
employee or applicant for employment because of the employee's or applicant's sex,
City of Tukwila Page 10 of 16 2021/2022 Contract - 6204626
24
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
race, color, marital status, national origin, religious affiliation, disability, sexual orientation,
gender identity or expression or age except by minimum age and retirement provisions,
unless based upon a bona fide occupational qualification. The Contractor will make equal
employment opportunity efforts to ensure that applicants and employees are treated
equitably, without regard to their sex, race, color, marital status, national origin, religious
affiliation, disability, sexual orientation, gender identity or expression or age. Contractor
shall additionally read and comply with all additional requirements set forth at:
https://www.kingcounty.gov/depts/community-human-
services/contracts/requ irements.aspx.
C. Payment of a Living Wage:
In accordance with King County Living Wage Ordinance 17909, for contracts for services
with an initial or amended value of $100,000 or more, the Contractor shall pay, and
require all Subcontractors to pay, a living wage to employees for each hour the employee
performs a Measurable Amount of Work on this Contract. The requirements of the
ordinance, including payment schedules, are detailed at
https://www.kingcounty.gov/depts/finance-business-operations/procurement/about-
us/Living-Wage.aspx.
Violations of this requirement may result in disqualification of the Contractor from bidding
on or being awarded a County contract for up to two years; contractual remedies
including, but not limited to, liquidated damages and/or termination of the Contract;
remedial action as set forth in public rule; and other civil remedies and sanctions allowed
by law.
18. Conflict of Interest
Entering into this Contract with the County requires that the Contractor agree to abide by certain
provisions of the King County Employee Code of Ethics, including those relating to conflicts of
interest and the employment of current or former County employees.
A. Compliance with King County Code of Ethics:
The Contractor shall comply with applicable provisions of King County Code (KCC) 3.04.
Failure to comply with such requirements shall be a material breach of this contract, and
may result in termination of this Contract and subject the Contractor to the remedies
stated in this contract, or otherwise available to the County at law or in equity.
B. Penalties:
The Contractor agrees, pursuant to KCC 3.04.060, that it will not willfully attempt to
secure preferential treatment in its dealings with the County by offering any valuable
consideration, thing of value or gift, whether in the form of services, loan, thing or
promise, in any form to any county official or employee. The Contractor acknowledges
that if it is found to have violated the prohibition found in this paragraph, its current
contracts with the county will be cancelled and it shall not be able to bid on any County
contract for a period of two years.
C. Former King County Employees:
The Contractor acknowledges that, for one year after leaving County employment, a
former County employee may not have a financial or beneficial interest in a contract or
City of Tukwila Page 11 of 16 2021/2022 Contract - 6204626
25
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
grant that was planned, authorized, or funded by a County action in which the former
County employee participated during County employment. Contractor shall identify at the
time of offer current or former County employees involved in the preparation of proposals
or the anticipated performance of Work if awarded the Contract. Failure to identify current
or former County employees involved in this transaction may result in the County's
denying or terminating this Contract. After Contract award, the Contractor is responsible
for notifying the County's Project Manager of current or former County employees who
may become involved in the Contract any time during the term of the Contract.
19. Equipment Purchase, Maintenance, and Ownership
A. Equipment Maintenance:
The Contractor agrees that when Contract funds are used to pay for all or part of the
purchase costs of any equipment that costs $5,000 or more per item, and the purchase of
such equipment is identified in an exhibit to this Contract, such equipment is, upon the
purchase or receipt, the property of the County and/or federal/state government. The
Contractor shall be responsible for all proper care and maintenance of the equipment,
including securing and insuring such equipment.
B. Equipment Ownership:
The Contractor shall ensure that all such equipment is returned to the County or
federal/state government upon termination of this Contract unless otherwise agreed upon
by the parties.
20. Proprietary Rights
A. Ownership Rights of Materials Resulting from Contract:
Except as indicated below or as described in an Exhibit, the parties to this Contract
hereby agree that if any patentable or copyrightable material or article should result from
the work described herein, all rights accruing from such material or article shall be the
sole property of the County. To the extent that any rights in such materials vest initially
with the Contractor by operation of law or for any other reason, the Contractor hereby
perpetually and irrevocably assigns, transfers and quitclaims such rights to the County.
The County agrees to and does hereby grant to the Contractor a perpetual, irrevocable,
nonexclusive, and royalty -free license to use and create derivative works, according to
law, any material or article and use any method that may be developed as part of the
work under this Contract.
B. Ownership Rights of Previously Existing Materials:
The Contractor shall retain all ownership rights in any pre-existing patentable or
copyrightable materials or articles that are delivered under this Contract, but do not
originate from the work described herein. The Contractor agrees to and does hereby grant
to the County a perpetual, irrevocable, nonexclusive, and royalty -free license to use and
create derivative works, according to law, any pre-existing material or article and use any
method that may be delivered as part of the work under this Contract.
C. Continued Ownership Rights:
City of Tukwila Page 12 of 16 2021/2022 Contract - 6204626
26
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
The Contractor shall sign all documents and perform other acts as the County deems
necessary to secure, maintain, renew, or restore the rights granted to the County as set
forth in this section.
21. Political Activity Prohibited
None of the funds, materials, property, or services provided directly or indirectly under this
Contract shall be used for any partisan political activity or to further the election or defeat of any
candidate for public office.
22. King County Recycled Product Procurement Policy
If paper copies are required, in accordance with KCC 18.20, the Contractor shall use recycled
paper, and both sides of sheets of paper whenever practicable, when submitting proposals,
reports, and invoices.
23. Future Support
The County makes no commitment to support contracted services and assumes no obligation
for future support of the contracted activity(-ies), except as expressly set forth in this Contract.
24. Entire Contract
The parties agree that this Contract is the complete expression of the described subject matter,
and any oral or written representations or understandings not incorporated herein are excluded.
Both parties recognize that time is of the essence in the performance of this Contract.
25. Contract Amendments
Either party may request changes to this Contract. Proposed changes that are mutually agreed
upon shall be incorporated only by written amendments to this Contract.
26. Notices
Whenever this Contract provides for notice by one party to another, such notice shall be in
writing and directed to each party's contact representative indicated within the contract exhibits.
Any time within which a party must take some action shall be computed from the date that any
associated required notice is received by that party.
27. Services Provided in Accordance with Law and Rule and Regulation
The Contractor and any subcontractor agree to abide by the laws of the state of Washington,
rules and regulations promulgated thereunder, and regulations of the state and federal
governments, as applicable, which control disposition of funds granted under this Contract, all of
which are incorporated herein by reference.
If there is an irreconcilable conflict between any of the language contained in any exhibit or
attachment to this Contract, the language in the Contract shall control over the language
contained in the exhibit or the attachment, unless the exhibit provision expressly indicates that it
controls over inconsistent contract language. If there is conflict among requirements set forth in
exhibits, language contained in the lower numbered exhibit shall control unless the higher
numbered exhibit provision expressly indicates that it controls over inconsistent lower numbered
exhibit language.
City of Tukwila Page 13 of 16 2021/2022 Contract - 6204626
27
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
28. Applicable Law
This Contract shall be construed and interpreted in accordance with the laws of the State of
Washington. The venue for any action hereunder shall be in the Superior Court for King County,
Washington.
29. No Third -Party Beneficiaries
Except for the parties to whom this Contract is assigned in compliance with the terms of this
Contract, there are no third party beneficiaries to this Contract, and this Contract shall not
impart any rights enforceable by any person or entity that is not a party hereto.
30. Non -Waiver of Breach
Waiver of any default shall not be deemed to be a waiver of any subsequent default. No action
or failure to act by the County shall constitute a waiver of any right or duty afforded to the
County under the Contract; nor shall any such action or failure to act by the County modify the
terms of the Contract or constitute an approval of, or acquiescence in, any breach hereunder,
except as may be specifically stated by the County in writing.
31. Force Majeure
"Force Majeure" means an event or events beyond the parties' reasonable control, incurred not
as a product or result of the negligence of the afflicted party, and which have a materially
adverse effect on the ability of such party to perform its obligations as detailed in this Contract.
Force Majeure events may include, but are not limited to: Acts of God or Nature; war; civil,
military, public, or industrial disturbances; acts or threats of terrorism; epidemics, fire, flood or
other casualty; labor difficulties, shortages of labor or materials or equipment; government
regulations; delay by government or regulatory agencies; shutdowns for purpose of emergency
repairs, and/or unusually severe weather.
A. No Breach if Force Majeure Applies:
Neither party shall be considered in breach of this Contract to the extent that performance
of their respective obligations is prevented by a Force Majeure event upon giving notice
and reasonably full particulars to the other party.
B. Duty to Minimize Disruption and Give Notice:
Parties maintain an express duty to minimize the disruption caused by Force Majeure,
and shall, as soon as reasonably practicable, give notice to the other party of the nature
and impact of the Force Majeure. Irrespective of any extension of time, if the effect of an
event or series of events continues for a period of 180 days, either the County or the
Contractor may give to the other a notice of suspension or termination.
C. Extension of Time:
Should Force Majeure events delay the Contractor's completion of the deliverables and
performance commitments, the Contractor may be entitled to an extension for the time for
completion. Any extension must be approved in writing by the County.
D. Suspending Performance:
City of Tukwila
28
Page 14 of 16 2021/2022 Contract - 6204626
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
Should a Force Majeure event prevent the Contractor from completing deliverables or
performing commitments in this Contract, the completion or performance shall be
suspended only for the time and to the extent commercially practicable to restore normal
operations. Further, the Contractor and the County shall endeavor to continue to perform
their contractual obligations to the extent reasonably practicable and will work to adjust
deliverables or performance commitments as needed to continue the provision of services
during the Force Majeure event. Contractor may be reimbursed for any costs incurred
mitigating adverse impacts of the Force Majeure and may be compensated for any partial
work that has been completed.
32. Emergency Response Requirements
Within three months of the execution of this Contract, the Contractor shall prepare and make
available to the County upon request, the necessary plans, procedures and protocols to:
A. Respond to and recover from a natural disaster or major disruption to Contractor operations
such as a work stoppage.
B. Continue operations during a prolonged event such as a pandemic.
If the Contractor does not have any such plan as of the start of this Contract, the Contractor
may request (i) an extension of the time needed to create a plan, and (ii) for assistance
from the County in preparing such a plan.
At a minimum, any plans, procedures, or protocols described in this section must include
how the Contractor plans to continue to provide the services described in or funded by this
Contract.
33. Contractor Certification
By signing this Contract, the Contractor certifies that, in addition to agreeing to the terms and
conditions provided herein, it has read and understands the contracting requirements on the
DCHS website at https://www.kingcounty.gov/depts/community-human-
services/contracts/requirements.aspx and agrees to comply with all of the contract terms and
conditions detailed on that site, including applicable Emergency Response ,
EEO/Nondiscrimination, HIPAA, Insurance, and Credentialing requirements.
City of Tukwila Page 15 of 16 2021/2022 Contract - 6204626
29
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
IN WITNESS WHEREOF, the parties hereby agree to the terms and conditions of this Contract:
KING COUNTY CITY OF TUKWILA
FOR
King County Executive Signature
Date Name (Please type or print)
Date
City of Tukwila Page 16 of 16 2021/2022 Contract - 6204626
30
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
EXHIBIT I
CITY OF TUKWILA
VSHSL SOCIAL ENGAGEMENT STRATEGY 3:
BRINGING ELDER SERVICES TOGETHER (BEST) HUB
EXHIBIT PERIOD: APRIL 1, 2021 — DECEMBER 31, 2022
I. WORK STATEMENT
The Contractor shall provide oversight, coordination and implementation of the Bringing
Elder Services Together (BEST) HUB.The total amount of reimbursement pursuant to
this Exhibit shall not exceed $115,384 for the Exhibit Period noted above as shown in
the funding table below. Funding for investment in this program is provided by the King
County Veterans, Seniors and Human Services Levy (VSHSL) and is managed by the
Adult Services Division (ASD) of the King County Department of Community and Human
Services (DCHS), which has the responsibility for achieving and monitoring the overall
outcomes. Ongoing funding for the full period of the Exhibit and the award period as
outlined in the award letter shall be contingent on the Contractor's implementation of the
program as described, timely achievement of the contract milestones outlined below,
continued funding availability and other contractual requirements contained in the
Exhibit.
ASD Result Area
Alignment
Funding Period
Fund Source
Funding
Allocation
2021 VSHSL Fund -
$34,192
04/01/2021 —
Seniors
12/31/2021
$23,500
2021 VSHSL Fund -
Social Engagement
Veterans
2022 VSHSL Fund -
$34,192
01/01/2022 —
Seniors
12/31/2022
$23,500
2022 VSHSL Fund -
Veterans
Not to Exceed
$115,384
II. PROGRAM DESCRIPTION
King County's overarching goal is to ensure that all people, regardless of who they are
and where they live, have the opportunity to thrive, with full and equal access to
opportunities, power and resources. ASD, in its partnership with CITY OF TUKWILA
shares a commitment to contributing to community -level change and individual -level
impact in the division's five result areas:
Financial Stability
Healthy Living
Housing Stability
City of Tukwila Page 1 of 13 2021-2022 Contract 6204626 Exh I
31
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
• Service System Access and Improvement
• Social Engagement.
Accordingly, the parties will work together to perform and report the services funded
under this Exhibit in a manner that contributes to the equity goals of the County
described herein.
Based on the growing scientific understanding of the risks of isolation and racial
disparities in access to critical services, King County seeks to support senior centers in
becoming vibrant and inclusive Senior Hubs that expand outreach to isolated seniors
and support opportunities for engagement among King County's diverse community of
seniors. This strategy promotes belonging where systems, biases, miscommunications
and/or cultural differences too often isolate. Partner agencies funded through this
strategy will expand King County's racial equity goals by conducting inclusive outreach
to diverse older adults. Partner agencies will pay particular attention in outreaching to
Black, Indigenous, and People of Color (BIPOC) communities, communities whose
primary language is not English, and communities experiencing poverty with reduced
access to needed resources.
A. Program Activities
The Contractor shall serve as a partner in the Bringing Elder Services Together (BEST)
HUB ("Senior Hub"), providing opportunities for diverse seniors and/or their caregivers
who live in southeast King County to experience social engagement and connection,
engage in activities that promote healthy aging, and access resources that support
seniors to live in their communities of choice. The Contractor will pay particular attention
to outreach and inclusion for senior veterans and military service members and their
families, and seniors from diverse cultural groups ("Focus Population").
1. The Contractor shall operate as a Senior Center as follows:
a. Senior Centers shall provide at least three of the following services:
i. Food and nutrition programs, and/or congregate (shared) meals;
ii. Social activities;
iii. Information and assistance that connects individuals to aging
networks and services;
iv. Educational opportunities for enrichment and life -planning;
v. Celebratory events for holidays, birthdays, cultural experiences,
etc.; and/or
vi. Health promotion, wellness and fitness.
b. Senior Center services shall be ongoing and offered on a regular basis,
but do not need to be at the same location every day. The Contractor's
senior center may meet or provide services at different locations on
City of Tukwila Page 2 of 13 2021-2022 Contract 6204626 Exh I
32
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
different days, as long as there is a consistent schedule easily accessed
by intended, eligible participants and community organizations who can
depend upon the Contractor to host a senior center at a specified location
on any specific day.
c. The Contractor shall staff programs as needed to support delivery of
services.
d. The Contractor shall exercise all due care and diligence and take all
reasonable steps to ensure the values, conduct, and associations of any
subcontractors or third parties delivering services to participants do not
conflict with the VSHSL Levy's Guiding Principles, the work described in
this Exhibit, or King County's prioritization of racial equity and social
justice.
2. The Contractor shall operate as a Senior Hub by providing the following
services:
a. Offering cultural competency: In order to effectively operate and provide
services with cultural competency, a contractor maintains a defined set of
values and principles, and demonstrates behaviors, attitudes, policies, and
structures that enable said contractor to work in cross-cultural situations.
As such, the three following components must exist:
Accessibility: the Contractor evaluates and modifies the way
in which its services are accessible (language, location,
delivery style) to populations whose modes of engagement
are different than the majority population.
ii. Relevance: the Contractor identifies specific culturally -
based needs of populations and modifies the services
delivered in order to meet those needs, including acquiring
and institutionalizing cultural knowledge.
iii. Commitment: the Contractor periodically conducts a self-
assessment and reviews its cultural competency, including
obtaining input from participants and non -participant
culturally diverse populations and key stakeholders and
uses this feedback in policy making, contractor
administration, and service delivery.
b. Operating with cultural responsiveness and reflection: An approach and/or
programming that honors and engages the history, beliefs, traditions, and
values of those whom are served; implements the approach and
programming with staffing that share same cultural, racial, and/or ethnic
background of those whom are served.
City of Tukwila Page 3 of 13 2021-2022 Contract 6204626 Exh I
33
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
c. Conducting culturally competent focus population -specific outreach to
increase participation and provide opportunities for inclusive social
engagement for seniors who might otherwise remain isolated or
disengaged.
d. Conducting culturally competent outreach to increase participation and
provide opportunities for inclusive social engagement for senior veterans,
military servicemembers and their respective families.
e. Providing guided coordination, connections, and active navigation of
referrals between the Senior Hub and King County Veterans Program with
offices located in Seattle and Tukwila for senior veterans, military
servicemembers and their respective families.
f. Providing guided connections and active navigation of referrals between
the Senior Hub and other specified VSHSL-funded service providers, as
appropriate and as agreed upon on a case-by-case basis in partnership
with King County.
g. Actively collaborating and coordinating with members of the Senior Hub
Collaborative to share resources, including but not limited to web -access
resources and outreach tools.
h. Coordinating with other community organizations to expand the services
available through the Senior Hub.
i. Increasing knowledge of and/or participation in Community Living
Connections.
j. Representing the voice of the seniors served by the Senior Hub in other
human service collaboratives, on issues such as transportation, food
access and housing, as appropriate and as agreed upon on a case-by-case
basis in partnership with King County.
k. Prioritizing participation in racial equity trainings and other trainings in
partnership with and as directed by King County.
3. The Contractor shall collaborate with the other partners of the Bringing Elder
Services Together (BEST) HUB to expand activities for inclusive outreach to
focus populations, including but not limited to the following (same for all):
a. Partnering with Veterans of Foreign Wars (VFW), the American Legion,
and the Paralyzed Veterans of America to expand veteran's outreach and
social engagement opportunities in Burien and Tukwila.
b. Connecting King County's Veteran's Program (KCVP's) Tukwila office to
senior programs and resources.
City of Tukwila Page 4 of 13 2021-2022 Contract 6204626 Exh I
34
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
4. As a Senior Hub partner, the Contractor shall take the lead on the following
outreach activities to the focus populations:
a. Programming and outreach specific to the needs of senior veterans and
military servicemembers and their respective families to ensure low
barrier access to Senior Hub services, resources, and activities.
b. Enhancing connections and partnerships with various cultural
communities by entering into Memorandum of Understanding(s) (MOU)
that outlines shared resources, establishes programs that meet
community needs and promotes social engagement.
5. The Contractor shall participate in the Senior Hubs Learning Collaborative, with
representation by at least one staff member at each of the scheduled meetings.
6. The Contractor shall plan and adjust for long-term program structures and
delivery with DCHS review and approval that adhere to current public health
guidance and government orders meant to stop the spread of the COVID-19
virus, understanding many program participants are in the high-risk category of
susceptibility to the virus. Best efforts shall be made to engage isolated seniors
and respond to their diverse needs.
7. The Contractor shall work with King County staff to create a referral protocol
(the "Referral Protocol") with an appropriate entity when identified for the
purpose of providing referrals for affordable housing for seniors. The Referral
Protocol may be changed upon mutual written agreement of the parties.
8. The Contractor shall work with King County staff to develop a method to collect
client satisfaction data ("Client Satisfaction Collection Method").
B. Participant Eligibility
Eligible participants for services are seniors and/or their caregivers and senior
veterans, military servicemembers, and their respective families throughout King
County meeting the VSHSL's definitions.
C. Focus Population
Among eligible participants, the focus population shall include diverse older adults,
and emphasis shall be placed on serving seniors from BIPOC communities,
communities whose primary language is not English, and communities experiencing
poverty with reduced access to needed resources.
City of Tukwila Page 5 of 13 2021-2022 Contract 6204626 Exh I
35
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
D. Definitions
1. DCHS web -referenced definitions for the following terms used within this
Exhibit can be found at https://kingcounty.gov/VSHSL-definitions.
a. Caregiver
b. Implementation Plan
c. Military Servicemember
d. Resilient Communities
e. Senior
f. Veteran
g. Veteran Family
2. Definitions for the following terms used within this Exhibit can be found in
the VSHSL Implementation Plan at https://kingcounty.gov/VSHSL-
Implementation-Plan.
a. Financial Stability
b. Healthy Living
c. Housing Stability
d. Service System Access and Improvement
e. Social Engagement
3. Definitions for other terms used within this Exhibit:
a. Senior Center
For the purposes of this Exhibit, a "senior center" is an entity that
hosts a dedicated space (physical or web -based) for seniors
(persons 55 and older) to gather in order to access services that
promote healthy aging and to experience life enrichment,
empowerment, belonging, and enjoyment. The space defined as
the senior center may be a stand-alone, dedicated building or be
part of a larger or shared center that has multiple purposes. That
space may also include a series of spaces or locations.
b. Senior Hub
For the purposes of this Exhibit, a "Senior Hub" is a senior center,
or set of partnering senior centers, with the staffing, programmatic,
and systems capacity to serve as the recognized resource center
on aging services and supports for a focused geographic area
and/or specific cultural group(s), including but not limited to the
Focus Population. If the Senior Hub consists of partnering senior
centers, the times and locations of services may be spread between
City of Tukwila Page 6 of 13 2021-2022 Contract 6204626 Exh I
36
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
the partnering centers in order to achieve the level of access
required to be considered a Senior Hub. Services need not be equal
between each partner and may be structured so as to capitalize on
the strengths that each partner brings to the partnership as well as
on the needs of the portion of the Focus Population each partner
seeks to serve.
c. Senior Hubs Learning Collaborative
For the purposes of this Exhibit, the "Senior Hubs Learning
Collaborative" means a structured forum for supporting best
practices and shared learning among the awarded Senior Hubs.
All Senior Hub partners will participate. Frequency and format of
meetings will be determined in collaboration with all Senior Hubs
and King County staff.
E. Contract Milestones
The Contractor shall meet the following milestones during program years 2021-2022:
1. 2021 Milestones
In collaboration with the other partners in the Senior Hub, complete the
following milestones (same for all partners):
a. By June 30, 2021: The Referral Protocol should be agreed upon and
be in place through mutual email agreement between King County staff
and GREATER MAPLE VALLEY COMMUNITY CENTER staff.
b. By a timeline to be determined by King County within the PME Plan,
the Contractor shall administer the Client Satisfaction Collection
Method.
c. By July 31, 2021:
i. Establish connection with VFW, the American Legion, and the
Paralyzed Veterans of America.
ii. Design social engagement activities.
d. By October 30, 2021
Launch implementation of veterans focused social engagement
activities.
e. By December 31, 2021:
i. Complete four (4) outreach activities to diverse older adults.
ii. Create a newsletter for veterans containing a list of older adult
resources in Burien and Tukwila.
City of Tukwila Page 7 of 13 2021-2022 Contract 6204626 Exh I
37
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
As a Senior Hub partner, complete the following milestones specific to the
Contractor:
f. By July 31, 2021:
Begin to meet with cultural community groups.
g. By December 31, 2021 the Contractor will:
Complete at least one (1) MOU with a cultural community group to
share resources and social engagement opportunities.
2. 2022 Milestones
In collaboration with the other partners in the Senior Hub, complete the
following milestones (same for all partners):
a. By March 31, 2022:
i. Complete review of social engagement offerings and adjust as
needed.
ii. Distribute veteran's newsletter of older adult resources in
Burien and Tukwila.
b. By a timeline to be determined by King County within the PME
Plan, the Contractor shall administer the Client Satisfaction
Collection Method.
c. By September 30, 2022:
Complete schedule of social engagement program offerings.
d. By December 31, 2022:
i. Complete schedule of social engagement program offerings.
ii. Complete four (4) outreach activities to diverse older adults.
As a Senior Hub partner, complete the following milestones specific to the
Contractor:
e. By March 31, 2022 the Contractor will:
Begin to meet with cultural community groups with the aim of
expanding network to groups not yet engaged.
f. By December 31, 2022 the Contractor will:
Complete at least one (1) MOU with a cultural community group to
share resources and social engagement opportunities.
City of Tukwila Page 8 of 13 2021-2022 Contract 6204626 Exh I
38
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
III. PERFORMANCE MEASUREMENT AND EVALUATION
A. Performance Measurement and Evaluation Planning Process
The Contractor shall name a person who will lead performance measurement,
evaluation, and continuous quality improvement activities for this Exhibit. A
Performance Measurement and Evaluation (PME) Plan is intended to provide the
Contractor and King County with useful information for decision-making, planning
and program management.
Any Senior Center receiving King County funding through ASD will align to the
current senior center PME Plan for performance measurement and data
reporting. In collaboration, all senior centers will engage in data review and work
toward continuous improvement of ensuring the Senior Center PME Plan is
relevant to the services offered through and populations served by senior centers
in King County.
B. Performance Measures
Performance measures shall be measured using individual -level and/or
aggregate -level data submitted pursuant to this Exhibit. Specific data elements
and reporting mechanisms shall be defined in the PME Plan. If deemed
necessary, additional evaluation activities, such as focus groups, surveys or
more rigorous evaluation projects, may also be included in the PME Plan.
At least one of each type of performance measure (below) shall be included in
the final PME Plan. Where there are multiple contractors working on a related
program or strategy, the PME Plan may also include at least one strategy -level
performance measure.
1. Quantity of service provided: How much did we do?
For example, number of seniors and/or their caregivers served by the
Senior Hub each quarter.
2. Quality of service provided: How well did we do it?
For example, percent of Senior Hub participants who identify with the
target population for the senior center.
3. How seniors have been impacted: Is anyone better off?
For example, percent of Senior Hub participants who indicate that they
feel more connected to their community (from survey or focus group).
Once developed and reviewed by each party, the Contractor shall be required to
adhere to and perform the reporting and other services described in the PME
Plan; provided, however, that the Contractor's failure to meet any specific
performance targets or other metrics outlined in the PME Plan shall not constitute
a breach of this Contract or this Exhibit.
City of Tukwila Page 9 of 13 2021-2022 Contract 6204626 Exh I
39
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
C. Modification of the PME Plan
Either party may suggest revisions to the PME Plan. The party requesting
revisions to the PME Plan (the "Requesting Party") shall submit the suggested
changes in writing to the other party (the "Receiving Party").
Within five business days of receipt, the Receiving Party shall review the revised
PME Plan. Prior to the expiration of such period, the Receiving Party shall
provide a written response to the Requesting Party that the Receiving Party
either (i) accepts the revised PME Plan as provided by the Requesting Party, or
(ii) makes additional changes to the PME Plan.
If modifications have been requested by the Receiving Party, then the parties
shall discuss in good faith the original and subsequent modifications until an
acceptable PME Plan has been developed and each party has provided the other
with written acceptance of such plan.
IV. PARTNERSHIP AND REPORTING REQUIREMENTS
A. Partnership Activities
1. The Contractor shall work with King County staff to coordinate and align
services with other VSHSL-funded organizations and system partners in
order to effectively and efficiently administer a set of services that clients
may be seeking to access.
2. The Contractor shall participate in regular meetings of levy -funded
organizations, if and when these are convened, to improve system
connection and coordination of existing services and support best
practices and shared learning.
3. The Contractor shall engage in any levy competency trainings offered by
King County. These training opportunities shall be offered at no cost to
VSHSL-funded providers to help providers attain and maintain key skills
and concepts that will support the VSHSL's goals of effectiveness,
efficiency and equity.
4. The Contractor shall include an attribution to the VSHSL with the use of
the VSHSL logo and/or a statement such as "This program receives
funding from the King County Veterans, Seniors and Human Services
Levy" in all program marketing materials, digital or hardcopy, developed
during this contract period.
B. Reporting Activities
1. The Contractor shall participate in monthly check -ins with King County
staff either in person or by phone. Check -ins may be reduced or
increased in frequency based on program needs and King County needs
to ensure program accountability and the provision of adequate support
for the program.
City of Tukwila Page 10 of 13 2021-2022 Contract 6204626 Exh I
40
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
2. The Contractor shall submit a monthly summary of services and progress
towards milestones as applicable. This summary shall be submitted with
the submission of each invoice provided to King County.
3. Starting on April 1, 2021, the Contractor shall collect individual -level
and/or aggregate -level data about services and client outcomes and
submit to King County on a quarterly basis. Reports are due within ten
business days following the end of each quarter of the calendar year. The
format and reporting mechanisms for this report shall be provided by King
County and be outlined in the PME Plan.
4. The Contractor shall submit an annual narrative progress report to King
County on January 15 following each program year. The report shall
cover the activities of the previous year. The format and questions for the
annual narrative progress report shall be provided by King County.
5. By the date outlined in the PME Plan, the Contractor shall submit client
satisfaction data gathered through the Client Satisfaction Collection
Method to King County.
6. King County reserves the right to request additional supporting
documentation or information, as needed, and between reporting periods.
A minimum of three business days' notice shall be provided to the
Contractor. If the Contractor believes such notice is inadequate to
prepare the report, it shall work with King County to adjust the due date
for additional requested information.
V. COMPENSATION AND METHOD OF PAYMENT
Regular payment for activities covered by this Exhibit shall be based on (1) meeting the
deliverables outlined in the table below, and (2) the Contractor incurring periodic costs
and expenses in performing such services as described in Section II.A., PROGRAM
DESCRIPTION: Program Activities of this Exhibit greater than or equal to the periodic
payment listed in the table below. Also, by entering into the contract, the Contractor is
agreeing to make concerted efforts to meet the program activities and contract
milestones as outlined in Section II., PROGRAM DESCRIPTION and program and
reporting requirements as outlined in Section IV., PARTNERSHIP AND REPORTING
REQUIREMENTS. The Contractor is further required to engage in continuous quality
improvement as outlined in the PME Plan in partnership with King County staff. If,
through analysis of the required reports and data or through conversations with the
Contractor, it is determined that the program model, as described in this Exhibit, is not
successfully or sufficiently serving the King County older adults community, the
Contractor agrees to work with King County to re -envision the program model, make
changes to the PME Plan and pivot, using (earnings to improve service delivery. Such
adjustments will be documented in an amendment to this Exhibit signed by both parties.
City of Tukwila Page 11 of 13 2021-2022 Contract 6204626 Exh I
41
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
If (a) the Contractor does not meet the agreed upon program activities, deliverables,
and/or contract milestones during two quarters of the Contract; and/or if (b) the
Contractor fails to engage with the King County staff to re -envision the program model or
make necessary adjustments in order to better serve King County seniors, then (c) King
County reserves the right to (i) request specified corrective action in writing, or (ii) either
before such a request is issued or if such a request is unheeded or does not produce
improved engagement toward quality improvement, to reduce the contract amount,
withhold payment, or terminate the contract in line with notice requirements in this
contract's boilerplate.
A. Billing Invoice Package
The Contractor shall submit a Billing Invoice Package (BIP) monthly that consists of a
signed invoice statement and other reporting requirements as stated in Section IV.,
PARTNERSHIP AND REPORTING REQUIREMENTS of this Exhibit in a format
approved by King County. The BIP is due within ten business days following the end of
each payment period. The total amount of payments to the Contractor for each year of
this Exhibit shall not exceed the yearly funding allocation as noted in the funding table in
Section I., WORK STATEMENT, unless otherwise approved by King County in writing.
The Contractor shall advise King County quarterly of any material changes in revenues
from sources other than the County that are used to provide the services funded under
this Exhibit. The Contractor agrees to re -negotiate, as needed, if the County determines
that such changes are substantial.
Date
Due
Payment
Period
Payment / Fund Source
Deliverable
July 15,
2021
April - June
2021
$7,833 VSHSL Fund
- Veterans
$11,397 VSHSL Fund
- Seniors
On-time completion / submission
of:
1. Accurate invoice
2. Individual -level and/or
aggregate level data
3. Summary of services and
progress towards milestones
as applicable
$19,230 Total
October
14, 2021
July -
September
2021
$7,833 VSHSL Fund
- Veterans
$11,397 VSHSL Fund
- Seniors
On-time completion / submission
of:
1. Accurate invoice
2. Individual -level and/or
aggregate level data
3. Summary of services and
progress towards milestones
as applicable
$19,230 Total
January
14, 2022
October -
December
2021
$7,834 VSHSL Fund
- Veterans
$11,398 VSHSL Fund
- Seniors
On-time completion / submission
of:
1. Accurate invoice
2. Individual -level and/or
aggregate level data
City of Tukwila
42
Page 12 of 13
2021-2022 Contract 6204626 Exh I
DocuSign Envelope ID: F5C91CA8-C83C-4B6A-BCDD-AE9FAE040DB9
Date
Due
Payment
Period
Payment / Fund Source
Deliverable
$19,232 Total
3. Annual narrative progress
report
4. Summary of services and
progress towards milestones
as applicable
April 14,
2022
January -
March 2022
$5,875 VSHSL Fund
- Veterans
$8,548 VSHSL Fund
- Seniors
On-time completion / submission
of:
1. Accurate invoice
2. Individual -level and/or
aggregate level data
3. Summary of services and
progress towards milestones
as applicable
$14,423 Total
July 15,
2022
April - June
2022
$5,875 VSHSL Fund
- Veterans
$8,548 VSHSL Fund
- Seniors
On-time completion / submission
of:
1. Accurate invoice
2. Individual -level and/or
aggregate level data
3. Summary of services and
progress towards milestones
as applicable
$14,423 Total
October
14, 2022
July -
September
2022
$5,875 VSHSL Fund
- Veterans
$8,548 VSHSL Fundaggregate
- Seniors
1. Accurate invoice
2. Individual -level and/or
a re ate level data
g
3. Summary of services and
progress towards milestones
as applicable
$14,423 Total
January
16, 2023
October -
December
2022
$5,875 VSHSL Fund
- Veterans
$8,548 VSHSL Fund
- Seniors
1. Accurate invoice
2. Individual -level and/or
aggregate level data
3. Annual narrative progress
report
4. Summary of services and
progress towards milestones
as applicable
$14,423 Total
City of Tukwila Page 13 of 13 2021-2022 Contract 6204626 Exh I
43
44
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Finance & Governance Committee
FROM: Vicky Carlsen, Finance Director
BY: Aaron Williams, Fiscal Manager
CC: Mayor Ekberg
DATE: May 24, 2021
SUBJECT: March 2021 Departmental Budget -to -Actuals Report
Summary
The purpose of the March 2021 General Fund Financial Report is to summarize for the City Council the general
state of departmental expenditures and to highlight significant items. The following provides a high-level
summary of the departmental financial performance.
The March 2021 Report is based on financial data available as of May 14, 2021, for the period ending March 31,
2021. Additional details can be found within the attached financial report.
At the May 11, 2021 Committee of the Whole, Council gave consensus to move forward with using Streamlined
Sales Tax (SST) mitigation revenue to fund a number of high-priority programs including: Fire overtime, permit
activity, street/bus stop maintenance, park maintenance, recreation program assistance, Dark Trace — cyber
security, wage & compensation agreement, and code enforcement & rental housing. These items will be
included in the year-end budget amendment and are revenue backed by SST funds
Expenditures
General Fund expenditures totaled $15.6 million through March, which is $1.7 million less than the allocated
budget of $17.2 million. The allocated budget is calculated to reflect year-to-date spending patterns of the
previous year.
Departmental Variances
All but one General Fund department was under their allocated budget through March 2021. Noteworthy
variances are:
• The Fire Department is $195.6 thousand over the allocated budget of $3.2 million. The
variance is related to higher salaries, overtime & benefits compared to the allocated budget.
Council recently gave consensus for a year-end budget amendment to increase fire overtime
by $200k.
45
INFORMATIONAL MEMO
Page 2
Year to Date Department Expenditures Compared to Allocated Budget
Through March 2021
City Council it
Mayor's Office
Administrative Services
Finance
Recreation
Community Development
Municipal Court
Police
Fire
Public Works
Dept 20
46
$0 $500 $1,000 $1,500 $2,000 $2,500 $3,000 $3,500 $4,000 $4,500 $5,000
Thousands
■YTD Actual ■YTD Budget
GENERAL FUND
CITY OF TUKWILA
GENERAL FUND EXPENDITURES
Year -to -Date as of March 31, 2021
Percent of year completed
25%
EXPENDITURES BY
DEPARTMENT
BUDGET
ACTUAL
COMPARISON OF RESULTS
2021
ANNUAL
2021
ALLOCATED
2019
2020
2021
Allocated Budget
vs Actuals
OVER/(UNDER)
%
% CHANGE
DCPEND®
2019/
2020
2020/
2021
01
City Council
$ 363,618
$ 96,456
$ 89,854
$ 89,070
$ 78,406
$ (18,050)
22%
-1%
-12%
03
Mayor's Office
2,104,126
520,954
532,746
571,677
432,775
(88,179)
21%
7%
-24%
04
Administrative Services
4,984,464
1,168,407
936,451
1,014,020
974,540
(193,867)
20%
8%
-4%
05
Finance
3,049,858
1,118,703
770,812
934,734
860,131
(258,571)
28%
21%
-8%
07
Recreation
4,260,543
1,418,500
1,168,393
1,222,941
1,041,407
(377,094)
24%
5%
-15%
08
Community Development
4,069,943
1,001,046
843,509
813,176
892,111
(108,935)
22%
-4%
10%
09
Municipal Court
1,272,888
345,170
292,598
339,361
284,856
(60,314)
22%
16%
-16%
10
Police
18,286,665
4,524,241
4,563,165
4,358,660
4,453,562
(70,680)
24%
-4%
2%
11
Fire
12,706,860
3,207,120
3,266,836
3,262,627
3,402,756
195,636
27%
0%
4%
13
Public Works
6,584,325
2,535,711
2,476,093
2,392,416
2268,672
(267,039)
34%
-3%
-5%
Subtotal
57,683,290
15,936,308
14,940,456
14,998,681
14,689,214
(1,247,094)
25%
0%
-2%
20
Dept20
5,462,760
1,279,870
2,340,497
886,326
865,690
(414,180)
16%
-62%
-2%
Total Expenditures
$ 63,146,050
$17,216,178
$17,280,953
$15,885,007
$15,554,904
$ (1,661,274)
25%
-8%
-2%
Percent of year completed
25%
INFORMATIONAL MEMO
Page 3
GENERAL FUND
CITY OF TUKW ILA
GENERAL FUND EXPENDITURES
Year -to -Date as of March 31, 2021
SALARIES AND BENEFITS
BUDGET
ACTUAL
COMPARISON OF RESULTS
2021
ANNUAL
2021
ALLOCATED
2019
2020
2021
Allocated Budget
vs Actuals
OVER/(UNDER)
./0
% CHANGE
EXPENDED
2019/
2020
2020/
2021
11 Salaries
$ 28,723,860
$ 7,393,216
$ 6,916,414
$ 7,235,293
$ 6,956,941
$ (436,275)
24%
5%
-4%
12 Extra Labor
347,528
245,321
162,485
115,373
4,119
(241,203)
1%
-29%
-96%
13 Overtime
1,218,115
321,718
438,748
328,396
473,154
151,436
39%
-25%
44%
15 Holiday Pay
515,500
5,105
5,996
3,900
4,766
(339)
1%
-35%
22%
21 FICA
1,872,655
495,145
448,222
458,077
432,603
(62,542)
23%
2%
-6%
22 Pension-LEOFF
899,828
206,913
213,775
222,557
212,918
6,005
24%
4%
-4%
23 Pension-PERS/PSERS
1,631,377
436,245
428,769
444,436
408,726
(27,519)
25%
4%
-8%
24 Industrial Insurance
875,820
257,551
225,284
260,522
250,400
(7,151)
29%
16%
-4%
25 Medical & Dental
6,904,119
1,680,855
1,418,149
1,576,986
1,558,562
(122,293)
23%
11%
-1%
26 Unemployment
-
-
-
6,681
-
-
-
-
-100%
28 Uniform/Clothing
8,525
631
725
432
667
36
8%
-40%
54%
Total Salaries & Benefits
$ 42,997,327
$ 11,042,700
$ 10,258,567
$ 10,652,653
$ 10,302,855
$ (739,844)
24%
4%
-3%
SUPPLIES, SERVICES ANDAllocated
CAPITAL
BUDGET
ACTUAL
COMPARISON OF RESULTS
2021
ANNUAL
2021
ALLOCATED
2019
2020
2021
Budget
vs Actuals
OVEF✓(UNDER)
%
% CHANGE
EXPEND®
2019/
2020
2020/
2021
0
Transfers
$ 5,462,760
$ 1,279,870
$ 2,340,497
$ 886,326
$ 865,690
$ (414,180)
16%
-62%
-2%
31
Supplies
1,055,711
283,555
310,851
216,715
148,112
(135,443)
14%
-30%
-32%
34
Items Purchased for resale
13,000
10,000
-
235
239
(9,761)
2%
-
2%
35
Small Tools
66,450
16,580
9,416
38,060
13,750
(2,830)
21%
304%
-64%
41
Professional Services
5,439,071
972,205
1,065,196
875,206
940,628
(31,577)
17%
-18%
7%
42
Communication
481,810
114,880
78,437
93,517
60,123
(54,758)
12%
19%
-36%
43
Travel
83,196
55,899
53,653
30,257
2,906
(52,994)
3%
-44%
-90%
44
Advertising
34,750
5,117
2,209
4,538
895
(4,221)
3%
105%
-80%
45
Rentals and Leases
2,166,137
445,067
697,822
323,355
520,577
75,510
24%
-54%
61%
46
Insurance
1,030,329
1,030,164
883,280
987519
1,107,054
76,890
107%
12%
12%
47
Public Utilities
1,991,445
1,276,250
1,136,447
1,209,338
1,264,491
(11,759)
63%
6%
5%
48
Repairs and Maintenance
651,669
171,370
233,836
201,394
125,258
(46,112)
19%
-14%
-38%
49
Miscellaneous
1,153,730
382,855
210,743
365,895
202,325
(180,530)
18%
74%
-45%
64
Machinery&Equipment
518,665
129,666
-
-
-
(129,666)
0%
-
-
Total Operating Expenses
20,148,723
6,173,479
7,022,386
5,232,354
5,252,049
(921,430)
26%
-25%
0%
Total Expenses
$63,146,050
$17,216,178
$17,280,953
$15,885,007
$15,554,904
$ (1,661,274)
25%
-8%
-2%
Percent of year completed
25%
47
48
City of Tukwila
INFORMATIONAL MEMORANDUM
TO: Finance & Governance Committee
FROM: Vicky Carlsen, Finance Director
BY: Aaron Williams, Fiscal Coordinator
CC: Mayor Ekberg
DATE: May 24, 2021
SUBJECT: 2021 1st Quarter Cash & Investment Report
ISSUE
Allan Ekberg, Mayor
The Quarterly Cash & Investment Report is provided to the Finance Committee in accordance with the City's
Investment Policy.
SUMMARY OF INVESTMENT POLICY
It is the policy of the City of Tukwila to invest public funds in a manner that will provide maximum security with
the highest investment return while meeting the daily cash flow demands of the City while conforming to all state
and local statutes governing the investment of public funds.
INVESTMENT HOLDINGS
As of March 31, 2021, the portfolio totaled $63.4 million comprised of $59.3 million in cash and cash equivalents
and $4.1 million in longer term investments. The attached "Cash and Investment Report" provides additional
details on the cash and investment holdings of the City.
Below is a comparison of the current portfolio allocation compared to the prior year-end.
Portfolio Allocation 3/31/2021
Operating Cash 4,465,518 7%
LGIP 39,703,227 63%
Money Market 15,131,571 24%
Certificates of Deposit 2,122,550 3%
Government Agencies 1,000,000 2%
Municipal Bonds 1,000,825 2%
63,423,691
Portfolio Allocation 12/31/2020
Operating Cash 10,358,248 15%
LGIP 41,690,157 59%
Money Market 15,123,022 22%
Certificates of Deposit 2,106,948 3%
Government Agencies - 0%
Municipal Bonds 1,000,195 1%
70, 278, 570
Government
Agencies, 2%
Ce rti fi cates of
Deposit, 3% A
Money
Market, 24%
Municipal
Bonds, 2%
1h
Operating
Cash, 7%
LGIP, 63%
49
INFORMATIONAL MEMO
Page 2
INVESTMENT ACTIVITY
Interest earnings on cash and money market investments during the first quarter were $21,620. The
City held a $2M 2 -year CD with Sound Community Bank which earned $15,602 during the year, but
matured mid-March. The City chose to liquidate this account and the funds were returned to the City
in early April.
Longer term investments held by the City are projected to pay $31,875 during the year with a $500k
bond scheduled to mature in June. One new bond investment was purchased during the first quarter,
investing $1 million in a FHLB Bond paying 0.625%. Additional Bond investments will be pursued
during the year as opportunities are identified.
The chart below provides the investment income Budget to Actual for the Government Funds and
Enterprise funds.
Investment Income Annual Budget YTD Actuals Pct of Budget
Government Funds
Enterprise Funds
$ 290,500 $ 13,561 4.7%
118,000 23,660 20.1%
$ 408,500 $ 37,221 9.1%
RETURN ON INVESTMENTS
The current portfolio yield on March 31st was 0.21 % with the Washington State LGIP and the Columbia
Bank money market accounts were earning 0.113% and 0.22%, respectively.
Longer term investment holdings have an average return of 1.15%.
POLICY COMPLIANCE AND LIQUIDITY ANALYSIS
The portfolio profile is within the range of all investment policy parameters.
See "Policy Compliance & Liquidity Analysis" attachment for additional detail.
The portfolio benchmark is the 2 -year treasury rate, which is closely tied to the changes in the Federal
Reserve Fed Funds Rate. In response to the COVID-19 pandemic, there were significant cuts to the
Fed Funds Rate reducing the rate to 0.16% currently. The chart below illustrates the 2 -year treasury
rate over the past 5 years.
The investment portfolio will continue to be
managed to take advantage of investment
opportunities as they arise while maintaining
adequate liquidity to meet obligations.
RECOMMENDATION
Presentation is for information only.
ATTACHMENTS
2021-Q1 Cash and Investment Report
Policy Compliance & Liquidity Analysis
50
2.50%
2.00%
1.50%
1.00%
0.50%
0.00%
2 -Year Treasury Note Rate
UD tD 1.0 1.0 IN N N N CO 00 00 CO CO 01 01 Ot 0 0 0 0 1-1
▪ N N N N N N N N
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
N N N N N N N N N N N N N N N N N N N N N
M• \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \
1.0 CO N M tO Cl N M LD Cl N CO tD Cl N CO tD 01 N CO
, ey . 1-1 1-1
Agency / Issuer
CASH & CASH EQUIVALENTS
CITY OF TUKWILA
Cash and Investment Details
CASH & INVESTMENT REPORT
March 31, 2021
(a) (c) (d)
Rating Investment Purchase Maturity Term Par Book Yield to Annualized
Moody's Type Date Date Yrs. Value Balance Maturity Return
US Bank Operating Cash Depository (b) - 4,465,518 4,465,518 0.20% 8,931 (e)
Washington State Treasurer LGIP Investment Pool (b) - 39,703,227 39,703,227 0.11% 45,222 (f)
Columbia Bank Money Market (b) - 15,131,571 15,131,571 0.22% 33,289 (f)
Total Cash & Cash Equivalents
59,300,316 59,300,316 0.15% 87,442
INVESTMENTS
Certificates of Deposits
Sound Community Bank
Certificate of Deposit 3/4/2019 3/4/2021 -0.1 2,122,550 2,122,550 2.97% 15,602 (g)
TOTAL CERTIFICATES OF DEPOSIT
2,122,550 2,122,550
Agencies
Federal Home Loan Bank
0.74% 15,602
US agency 02/2021 2/24/2026 0.1 1,000,000 1,000,000 0.63% 6,250
TOTAL AGENCIES
1,000,000 1,000,000
0.63% 6,250
Taxable Municipal Bonds
Multnomah County OR GO LTD Aaa Revenue Bonds 08/2017 6/1/2021 0.2 500,000 499,715 2.28% - (h)
Burien WA GO LTD Bld Am Bnds
Aa2 LTGO 12/2017 12/1/2025 4.7 500,000 501,110 5.13% 25,625
TOTAL MUNICIPAL BONDS
1,000,000 1,000,825
2.56% 25,625
Total Investments
4,122,550 4,123,375 1.15% 47,477
Interest earned from matured/called investments
TOTAL CASH, CASH EQUIVALENTS & INVESTMENTS $ 63,422,866 $ 63,423,691 0.21% $ 134,919
(a) On Callable bonds, term is calculated to final maturity even though call date may occur
first; term of liquid investments is one day; on sinking fund bonds, average maturity is used
to calculate term.
(b) No fixed maturity, funds are available within one day.
(c) Yield to Maturity represents average rate for the year for various investment vehicles.
(d) Annualized Return represents actual earnings for the fiscal year for bonds.
(e) Represents earning credit from US Bank. City earned interest up to the amount of fees.
(f) Represents rate in effect for period ending this report.
(g) Sound Comm Bank CD matured as of Mar -21, deposit returned to City in April.
(h) Zero coupon bonds, pays no interest until matured.
Current Portfolio Yield
Current Portfolio Allocation
Municipal
Agencies, 2% Bonds, 2%
CDs, 3%
Money Market,
24%
Cash, 7%
�LGIP, 63%
51
CITY OF TUKWILA
Policy Compliance & Liquidity Analysis
CASH & INVESTMENT REPORT
March 31, 2021
Portfolio
Liquidity Analysis & Maturity Diversification Amount
As of Report Date
Available
Within 1 Year
Funds immediately available - US Bank,
State LGIP, Money market $ 59,300,316 $ 59,300,316
Fixed Maturity Investments, maturing in:
0-90 days after Report Date
91-180 days after Report Date
181-270 days after Report Date
271-360 days after Report Date
Investments maturing in 1 year or less 2,622,550 2,622,550
Investments maturing in 1-2 years
Investments maturing in 2-3 years
Investments maturing in 3-4 years
Investments maturing in 5-10 years
Investments maturing in more than 1 year
and less than 10 years.
TOTALS $ 63,422,866 $ 61,922,866
98%
2,622,550
1,500,000
1,500,000
Available
Within 5
Years
$ 59,300,316
2,622,550
Available in
5 - 10 Years
1,500,000
$ 61,922,866 $ 1,500,000
98% 2%
Financial Institution Diversification
US Bank
Columbia Bank
Sound Community Bank
Investments in Financial Institutions
Investments in US Government and other
non-financial institutions
Total
Investment Mix
Depository
State Investment Pool
Money market
Certificate of Deposit
US Agency
Municipal Bonds
Total
Portfolio
Amount
$ 4,465,518
15,131, 571
2,122, 550
% of Total
7.0%
23.9%
3.3%
21,719,639 34.2%
41,703,227 65.8%
$ 63,422,866 100.0%
Portfolio
Amount
4,465,518
39,703,227
15,131,571
2,122, 550
1,000,000
1,000,000
% of Total
7.0%
62.6%
23.9%
3.3%
1.6%
1.6%
63,422,866 100.0%
POLICY
MAXIMUM
50.0%
50.0%
50.0%
POLICY
MAXIMUM
insured by PDPC
75.0%
insured by PDPC
insured by PDPC
75.0%
no limit specified in policy
Policy
Met?
Yes
Yes
Yes
Policy
Met?
Yes
Yes
Yes
Yes
Yes
Yes
Weighted Average Maturities:
Certificates of deposit
Agencies
Municipal bonds
Total Investments
POLICY MAXIMUM
Policy Met?
Years
0.0
4.9
2.2
1.7
Performance Analysis
Current portfolio yield 0.21%
Benchmarks:
2 year treasury
3.5 Local Govt Invst Pool
Yes
Note: Cash and cash equivalents are available within one day and are
not factored into the Total Investments weighted average maturity.
52
0.16%
0.13%