HomeMy WebLinkAboutSpecial 2023-01-23 Item 2C - Contract - 2023-2024 Park Security with B-Force Protection Security for $150,000COUNCIL AGENDA SYNOPSIS
1
4� II 1ials
ITEM NO.
!�
I-
Meeting Dale
Prepared b}�
Mayor' review
Council review
1/23/23
DR
4.B. &
a
'0��
2
Spec 2.C.
290E
ITEM INFORMATION
STAFF SPONSOR: KRIS KELLY
ORIGINAL AGENDA DATE: 1/23/23
AGENDA ITEM TITLE Parks Security Contract with B -Force
CATEGORY
Mtg
Discussion
Date 1/23/23
II Motion
Mtg Date 1/23/23
❑ Resolution
Meg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
Other
Mtg Date
SPONSOR ❑ Council ❑ .1Ia}nor ❑ Admin Sacs ❑ DCD ❑ Finance ❑ Five
P&R ❑ Police ❑ PTV
SPONSOR'S The Parks & Recreation Department seeks to retain B -Force Protection Security for parks
SUMMARY security and restroom services for the FY23/24 biennium. B -Force has already served the
City of Tukwila in this capacity for several years in this necessary service for maintaining
park safety and activation. Department staff recommends council approve the contract for
signature.
REVIEWED BY ❑ Trans&Infrastructure Svcs ❑ Community Svcs/Safety ❑ Finance & Governance ❑ Planning & Community Dev.
❑ LTAC ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: COMIIIITTEE CHAIR:
RECOMMENDATIONS:
SPONSOR/ADMIN. Parks & Recreation Department
COMMITTEE
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$150000 $160000 $0
Fund Source: GENERAL FUND
Comments: FY23/24 Budget contrains $80,000 per fiscal year specifically to fund this contract
MTG. DATE
RECORD OF COUNCIL ACTION
1/23/23
MTG. DATE
ATTACHMENTS
1/23/23
Informational Memorandum dated 1/17/23
Proposed Contract w/ B -Force Protection Security
Proposed Contract Exhibits
Informational Memorandum dated 10/4/2022 Meeting Memo on Parks Restrooms
1
2
City of Tukwila
Allan Ekberg, Mayor
Parks & Recreation Department — Pete Mayer, Director
INFORMATIONAL MEMORANDUM
TO: Tukwila City Council
FROM: Pete Mayer, Parks & Recreation Director
BY: Kris Kelly, Parks & Recreation Manager
CC: Allen Ekberg, Mayor
DATE: January 17, 2023
SUBJECT: Park Security Services Contract for 2023
ISSUE
Parks & Recreation seeks approval to resign B -Force Protection Security LLC to a contract for
the provision of parks security services at select Tukwila parks locations.
BACKGROUND
Over the past several years, the Parks Department has utilized local vendors under contract to
provide park security services including the closing of parks, locking of park restrooms, and
opening of parks for holidays and observed holidays. This topic was brought to the Community
Services and
DISCUSSION
The previous security contract was an interim contract allowing for restoration of services that
have been reduced over the years.
The current contract covers these services:
• Patrol through park: Visit site and walk-through park. Report any criminal activity, such as
vandalism, trespassing, and park rules violations to Tukwila Police.
• Locking park gates: Lock any open bollards to secure parking area. Call for towing of any
vehicles left in violation of parking lot rules.
• Locking park restrooms: Ensure restrooms are clear of people and lock at night.
The park sites are noted below:
• Bicentennial
• Tukwila Park
• Crystal Springs
• Foster Memorial
• Crestview Park (patrol and gate only)
• Cascade View Park (patrol only)
https://tukwilawa.sharepoint.com/sites/mayorsoffice/cc/Council Agenda Items/Parks and Recreation/Park Security Services/Informational Memo - Park Security
Contract.docx
3
City of Tukwila
Allan Ekberg, Mayor
Parks & Recreation Department - Pete Mayer, Director
The updated contract covers service these services:
• Patrol through park: Visit site and walk-through park. Report any criminal activity, such as
vandalism, trespassing, and park rules violations to Tukwila Police.
• Locking park gates: Lock any open bollards to secure parking area. Call for towing any vehicles
left in violation of parking lot rules.
• Locking park restrooms: Ensure restrooms are clear of people and lock at night.
The park sites are noted below:
• Bicentennial
• Tukwila Park
• Crystal Springs (patrol through)
• Foster Memorial
• Crestview Park (patrol and gate only)
• Cascade View Park (patrol only)
• Duwamish Hill Preserve
• Tukwila Community Center (Outdoor
restroom locking and patrol through)
FINANCIAL IMPACT
As provided in the budget and to provide the optimum level of service to the community — allowing for
the permanent restrooms to be locked nightly, the annual cost of the contract is not to exceed $75,000.
Over the course of the FY23/24 biennium this contract will generate general fund expenditures not to
exceed $150,000.
RECOMMENDATION
Department staff ask that council approve the contract.
ATTACHMENTS
2023-2024 B -Force Protection Security — Proposed Short Form Contract
2023/2024 B -Force Protection Security — Park Restroom and Gate Contract Exhibits
October 10, 2022 CSS Memo Pertaining to Restrooms Closure Contract Considerations
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
4
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CITY OF TU KWI LA
Short Form Contract
Contractor/
Vendor Name: B -Force Protection Security Inc.
Address: 16432 Military Rd S
Seatac, WA 98188
Telephone: (206) 334-3459
Contract Number:
Project No.
Budget Item:
Project Name:
Park Security services
Please initial all attachments, then sign and return copies one and two to:
City of Tukwila, Citv Clerk Department, 6200 Southcenter Boulevard, Tukwila, Washington
98188. Retain copy three for your records until a fully executed copy is returned to you.
AGREEMENT
This Agreement, made and entered into this 17t" day of January 2023, by and between the City of Tukwila,
hereinafter referred to as "City", and _B -Force Protection Security Inc. , hereinafter referred to as
"Contractor."
The City and the Contractor hereby agree as follows:
1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The Contractor
shall perform those services described on Exhibit A attached hereto and incorporated herein by this
reference as if fully set forth. In performing such services, the Contractor shall at all times comply with
all Federal, State, and local statutes, rules and ordinances applicable to the performance of such
services and the handling of any funds used in connection therewith. The Contractor shall request
and obtain prior written approval from the City if the scope or schedule is to be modified in any way.
2. TIME OF COMPLETION. The work shall be commenced on February 1st, 2023 and be
completed no later than December 31st, 2024.
3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for services
rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated
herein by this reference. The total amount to be paid shall not exceed $150,000 at a rate of
$60841mo. , except by written agreement of the parties.
4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement within
the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the
City whenever the Contractor desires to amend its budget in any way.
5. PAYMENTS. The City shall make payments on account of the contract at completion of the project.
6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the
work, provided the contract is fully performed and accepted.
7. CONTRACT DOCUMENTS.
• The contract includes this Agreement, Scope of Work and Payment Exhibit.
CA revised May 2020
Page 1
5
The intent of these documents is to include all labor, materials, appliances and services of every
kind necessary for the proper execution of work, and the terms and conditions of payment
therefore.
The documents are to be considered as one, and whatever is called for by any one of the
documents shall be as binding as if called for by all.
The Contractor agrees to verify all measurements set forth in the above documents and to report
all differences in measurements before commencing to perform any work hereunder.
8. MATERIALS, APPLIANCES AND EMPLOYEES.
Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools,
water, power and other items necessary to complete the work.
Unless otherwise specified, all material shall be new, and both workmanship and materials shall
be of good quality.
Contractor warrants that all workmen and subcontractors shall be skilled in their trades.
9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise
specified. Permits and licenses necessary for the execution of the work shall be secured and paid for
by the Contractor. Easements for permanent structures or permanent changes in existing facilities
shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with
all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the
drawings and specifications are at variance therewith.
10. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect
the work, adjacent property and the public and shall be responsible for any damage or injury due to
any act or neglect.
11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City
and its agents and public authorities at all times.
12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted
accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra
cost must be made in writing before executing the work involved.
13. CORRECTION OF WORK. The Contractor shall re -execute any work that fails to conform to the
requirements of the contract and that appears during the progress of the work, and shall remedy any
defects due to faulty materials or workmanship which appear within a period of one year from date of
completion of the contract and final acceptance of the work by the City unless the manufacturer of the
equipment or materials has a warranty for a longer period of time, which warranties shall be assigned
by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to
work done by direct employees of the Contractor.
14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work
properly, or fail to perform any provision of the contract, the City, after seven days' written notice to
the contractor, and his surety, if any, may without prejudice to any other remedy the City may have,
make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due
the Contract or, at the City's option, may terminate the contract and take possession of all materials,
tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the
contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor,
but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City.
15. PAYMENTS. Payments shall be made as provided in the Agreements. Payments otherwise due may
be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others
not adjusted, or failure to make payments properly to the subcontractors.
16. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits
as required herein shall not be construed to limit the liability of the Contractor to the coverage provided
by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity.
CA revised May 2020
6
Page 2
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance
Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage.
If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit.
Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG
00 01 and shall cover liability, arising from premises, operations, independent contractors,
products -completed operations, stop gap liability, personal injury and advertising injury, and
liability assumed under an insured contract. The Commercial General Liability insurance shall
be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09
or an equivalent endorsement. There shall be no exclusion for liability arising from explosion,
collapse or underground property damage. The City shall be named as an additional insured
under the Contractor's Commercial General Liability insurance policy with respect to the work
performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and
Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute
endorsements providing at least as broad coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance
limits than the minimums shown above, the Public Entity shall be insured for the full available limits
of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective
of whether such limits maintained by the Contractor are greater than those required by this
Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of
liability lower than those maintained by the Contractor.
C. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and shall not contribute
with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A: VII.
E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of
the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work.
F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance
coverage that complies with all applicable requirements of the Contractor -provided insurance as
set forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public
Entity is an additional insured on each and every Subcontractor's Commercial General liability
insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of such
notice.
CA revised May 2020
Page 3
7
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business -days notice to the Contractor to correct the breach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
17. PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction a
performance bond at 100% of the amount of the contract and in a form acceptable to the City. In lieu
of bond for contracts less than $25,000, the City may, at the Contractor's option, hold 5% of the
contract amount as retainage for a period of 30 days after final acceptance or until receipt of all
necessary releases from the Department of Revenue and the Department of Labor and Industries
and settlement of any liens, whichever is later.
18. LIENS. The final payment shall not be due until the Contractor has delivered to the City a complete
release of all liens arising out of this contract or receipts in full covering all labor and materials for
which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien.
19. SEPARATE CONTRACTS. The City has the right to execute other contracts in connection with the
work and the Contractor shall properly cooperate with any such other contracts.
20. ATTORNEYS FEES AND COSTS. In the event of legal action hereunder, the prevailing party shall
be entitled to recover its reasonable attorney fees and costs.
21. CLEANING UP. The Contractor shall keep the premises free from accumulation of waste material
and rubbish and at the completion of the work, shall remove from the premises all rubbish, implements
and surplus materials and leave the premises clean.
22. INDEMNIFICATION. The Contractor 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 in connection with the performance of this Agreement, except
for injuries and damages caused by the sole negligence of the City. Should a court of competent
jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability
for damages arising out of bodily injury to persons or damages to property caused by or resulting
from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's
negligence. It is further specifically and expressly understood that the indemnification provided herein
constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for
the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Agreement.
23. PREVAILING WAGES. The Contractor shall pay all laborers, workmen and mechanics the prevailing
wage and shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with
RCW 39.12.040.
24. DISCRIMINATION PROHIBITED. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the
presence of any disability in the selection and retention of employees or procurement of materials or
supplies.
25. ENTIRE AGREEMENT; MODIFICATION. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Contractor and supersedes
all prior negotiations, representations, or agreements written or oral. No amendment or modification
of this Agreement shall be of any force or effect unless it is in writing and signed by the parties.
26. 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.
CA revised May 2020
8
Page 4
27. NOTICES. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature
line below.
28. APPLICABLE LAW; VENUE; ATTORNEY'S FEES. This Agreement shall be governed by and
construed in accordance with the laws of the State of Washington. In the event any suit, arbitration,
or other proceeding is instituted to enforce any term of this Agreement, the parties specifically
understand and agree that venue shall be properly laid in King County, Washington. The prevailing
party in any such action shall be entitled to its attorney's fees and costs of suit.
IN WITNESS WHEREOF, the parties hereto executed this Agreement the day and year first above written.
CITY OF TUKWILA
By: By:
eSignetl via SeamlessDoc,com
Key. 5a553a8e-4722-4.,(9c-ebtl475, 28ac
Signature Signature
Edin Hasanovic
Printed Name: Printed Name:
Owner
Date: Title:
ATTEST/AUTHENTICATED:
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
BY:
Office of the City Attorney
CA revised May 2020
01-17-2023
Date:
Page 5
9
EXHIBIT A
General Terms and Scope of Services
Scope of Services — Contractor will provide the following services at identified park locations.
• Locking park gates: Locking park gates. Lock any open bollards to secure parking area. Call for
towing any vehicles left in violation of parking lot rules.
• Locking park restrooms: Ensure restrooms are clear of people.
Park Name & Address
Service Description
Frequency
Annual Cost
Tukwila Community
Center
12424 42nd Ave S
• Lock the Restroom, Unlock on
weekends & holidays
7 days/week
$9,125
Crestview Park
16200 42nd Ave S
• Lock the gate, Unlock weekends
and holidays
7 days/week
$9,125
Crystal Springs Park
15832 51st Ave S
• Lock the restroom plus patrol
through
7 days/week
$9,125
Tukwila Park
15460 65th Ave S
• Lock the restroom plus patrol
through
7 days/week
$9,125
Bicentennial Park
7200 Strander BLVD
• Lock the restroom
7 days/week
$9,125
Foster Park/Lee
Phillips
13919 53rd Ave S
• Lock the restroom
7 days/week
$9,125
Cascade View
Community Park
14211 37th Ave S
• Patrol Through
7 days/week
$9,125
Duwamish Hill
Preserve
3800 S 115th St
• Lock the gate, Unlock on
weekends and holidays
7 days/week
$9,125
Allowance for Additional Services if Needed
$2,000
TOTAL ANNUAL CONTRACT COST
$75,000
TOTAL FY23/FY24 BIENNIUM CONTRACT COST
$150,000
Exhibit B
Consulting Terms, Deliverables & Payment
Contractor shall be paid monthly based on the scope identified in Exhibit A.
The contractor will provide an invoice for payment each month for services rendered. Total compensation
is not to exceed $150,000 ($75,000 per fiscal year for both FY23 and FY24) without the express
modification of the agreement signed by the City by written amendment.
10
�.tIILq 1,1,
o J, 4sz City of Tukwila
Allan Ekberg, Mayor
Parks & Recreation Department - Pete Mayer, Interim Director
INFORMATIONAL MEMORANDUM
TO: Community Services & Safety Committee
FROM: Pete Mayer — Parks & Recreation Interim Director
BY: Kris Kelly — Parks & Recreation Parks Maintenance Manager
CC: Mayor Ekberg
DATE: October 4, 2022
SUBJECT: Tukwila Parks Security Services
ISSUE
Cost of security services to close restrooms and park gates for several city parks is set to double from
FY22 to FY23/24 to support improved service levels and eliminate the need for portable restrooms.
Department staff would like to inform councilmembers of this increase, provide the justification and
rationale for it, and discuss future capital investments that may eventually lower these costs.
BACKGROUND
There are 6 restroom facilities across the Tukwila Parks and Recreation system. Due to budgetary
constraints in 2020, services were reduced to support only 3 restroom facilities (Tukwila Park,
Crestview Park, and Foster Park/Lee Phillips) being opened and closed daily and cleaned along with
one park gate closure (Crestview Park). Lower cost portable restrooms were acquired and placed at
the remaining 2 locations (Bicentennial and Crystal Springs; Tukwila Pond restroom removed from
service permanently) and serviced by a private company.
For approximately 10 years, the City has engaged a private security firm to close and lock restrooms
and park gates. For restroom facilities that remain operational, Parks staff routinely open the park entry
gates and Public Works Department facilities staff open the restrooms and perform daily restroom
cleaning.
Currently, the Parks & Recreation Department contracts with B -Force Protection Security Inc. to
provide security services. This current relationship was borne out of an RFP completed in 2020. At the
time the Department received three bids with B -Force submitting the lowest bid and subsequently
awarded the work. YTD spending on this contract is currently $32,118, expected additional spending
before year end is $5,280 for total spending of approximately $37,398 in FY22.
The 2023-24 proposed budget includes a general fund expenditure of $160,000 to re-establish service
levels that would support the opening, closure and securing of all restrooms, and expanded security
gate services across additional parks, including Foster Park/Lee Phillips, Codiga Park and Duwamish
Gardens.
Additionally, in the proposed budget of the Land Acquisition, Recreation, and Park Development (301)
Fund for the 2023-2024 biennium, department staff are proposing approximately $243,000 in a variety
of safety and security capital investments. With these proposed funds staff intends to explore deploying
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
technological security solutions such as
automated entry gates, and restroom doors that
could help diminish operating costs. This funding
is proposed and subject to council approval and
a final project list nor bid proposal has been
completed at this time.
DISCUSSION
Parks security and noise issues continue to be
an issue for our community and neighbors, being
identified as the number one barrier or problem
experienced at parks in the 2020 Parks
Recreation and Open Space (PROS) Plan in a
survey conducted by the consulting firm (See
Figure 1).
Current alternatives to the contract include:
• Potential installation of automated doors,
gates, and/or other barriers
• Complete closure of parks restrooms with
no replacement
• Complete closure of parks restrooms with
replacement via portable toilets
11. Barriers or Issues
5. What kind of barrier or problem do you/your family see here? Choose the
general topic that best describes the barrier or problem. Choose up to 3.
Feels unsafe or unwelcoming
Maintenance/ repair/ restoration
needed
Unsafe or lacking sidewalks/ bike routes
No convenient public transit
Not enough activities for kids
Not enough variety of things to do
Not enough seating, shade, or shelter
Cant find parking
Iiigh traffic or street/ crossing is
dangerous or unpleasant
There isn't a nearby park or green space
Not enough activities for adults or
seniors
20
40
00
4t
Figure 1
Parks & Recreation staff continue to search for efficient, cost-effective, and equitable solutions. The
Department will be exploring alternative strategies throughout 2023-24 that may include alternative
designed restrooms, potential partnerships with Tukwila Public Schools and/or Tukwila Police as well
as exploring the development of a park ranger program.
FINANCIAL IMPACT
This meeting is discussion only. However, the following is proposed in the 2023-2024 budget:
1. $160,000 in general fund expenditures across the 2023-2024 biennium for renewal of the B -
Force contract. This contract must be approved by council before execution per City purchasing
policies.
2. Up to $243,000 in Fund 301 capital fund expenditures across the 2023-2024 biennium to
address a wide variety of safety and security improvements including potential installation of
automated technology-based security solutions in parks and park restrooms.
RECOMMENDATION
No recommendation provided at this time, item is for information and discussion only.
ATTACHMENTS
A --- Contract 22-004b: B -Force Protection Security Inc.
Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov
50
33
27
21
62
7
116
1
1
13
. 7
5
20
40
00
4t
Figure 1
Parks & Recreation staff continue to search for efficient, cost-effective, and equitable solutions. The
Department will be exploring alternative strategies throughout 2023-24 that may include alternative
designed restrooms, potential partnerships with Tukwila Public Schools and/or Tukwila Police as well
as exploring the development of a park ranger program.
FINANCIAL IMPACT
This meeting is discussion only. However, the following is proposed in the 2023-2024 budget:
1. $160,000 in general fund expenditures across the 2023-2024 biennium for renewal of the B -
Force contract. This contract must be approved by council before execution per City purchasing
policies.
2. Up to $243,000 in Fund 301 capital fund expenditures across the 2023-2024 biennium to
address a wide variety of safety and security improvements including potential installation of
automated technology-based security solutions in parks and park restrooms.
RECOMMENDATION
No recommendation provided at this time, item is for information and discussion only.
ATTACHMENTS
A --- Contract 22-004b: B -Force Protection Security Inc.
Phone: 206-433-1800 • Email: Mayor@TukwilaWA.gov • Website: TukwilaWA.gov
50