HomeMy WebLinkAbout23-100 - Crisis Connections - Crisis Support Line
ContractNumber:
CityofTukwila
23-100
Council Approval N/A
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter
andCrisis Connections,hereinafter
rd
at2901 3Ave., Suite 100, Seattle, WA
98121.
WHEREAS,
the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS,
the City desires to have the Contractor perform such services pursuant to certain terms
and conditions; now, therefore,
IN CONSIDERATION OF
the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
1.Scope and Schedule of Services to be Performed by Contractor.
The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and local statutes, rules and ordinances applicable to the 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 anyway.
2.Compensation and Method of Payment.
The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit Aattached hereto and incorporated herein by this
reference. The total amount to be paid shallnotexceed$3,408.00for 2023and $3,408.00for 2024.
3.Contractor Budget.
The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in anyway.
4.Duration of Agreement.
This Agreement shall be in full force and effect for a period commencing
January 1, 2023December 31, 2024
,andending, unless sooner terminated underthe provisions
hereinafter specified.
5.Independent Contractor.
Contractor and City agree that Contractor is an independent contractor with
respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of theContractor.
6.Indemnification.
The Contractorshall defend, indemnify and hold the Public Entity, 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 PublicEntity.
CA Revised May 2020
Page 1of 6
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 Public Entity, its
ex
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
thisAgreement.
7.Insurance.
The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection with
the performance of the work hereunder by the Contractor, their agents, representatives, employees or
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
y.
Minimum Scope of Insurance.
A.Contractor shall obtain insurance of the types and with the limits
describedbelow:
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 liabilitycoverage.
2.Commercial General Liability insurance with limits no less than $2,000,000 eachoccurrence,
$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 broadcoverage.
3.coverage as required by the Industrial Insurance laws of the State of
Washington.
Public Entity Full Availability of Contractor Limits.
B.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 thosemaintained by the Contractor.
Other InsuranceProvision.
C.
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
it.
Acceptability of Insurers.
D.Insurance is to be placed with insurers with a current A.M. Best rating
of not less than A:VII.
CA Revised May 2020
Page 2of 6
Verification of Coverage.
E.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. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
coverage.
Subcontractors.
F.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
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.
Notice of Cancellation.
G.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.
Failure to Maintain Insurance.
H.Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business daysnotice 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 theCity.
8.Record Keeping andReporting.
A.The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of thisAgreement.
B.These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by theCity.
9.Audits and Inspections.
The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
thisAgreement.
10.Termination.
This Agreement may at any time be terminated by the City giving to the Contractor thirty
reason, the City shallhave the right to terminate this Agreementimmediately.
11.Discrimination Prohibited.
The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, 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 orsupplies.
12.Assignment and Subcontract.
The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of theCity.
13.Entire Agreement; Modification.
This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or modification of this
Agreement shall be ofany force or effect unless it is in writing and signed by the parties.
CA Revised May 2020
Page 3of 6
14.Severability and Survival.
If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affectany 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 thisAgreement.
15.Notices.
Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City ofTukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16..
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
ofsuit.
DATEDthisdayof,20.
30th May 23
CITYOFTUKWILACONTRACTOR
By:
Rachel Bianchi,
Deputy City administrator
Printed Name andTitle: Michelle McDaniel, CEO
rd
Address:29013Ave. Suite 100
Seattle, WA 98121
CA Revised May 2020
Page 4of 6
Exhibit A
Scope of Services City of Tukwila
2023-2024 Program Services Agreement
Agency: 2023 Funding:
Crisis Connections
$3408.00
Program: 2024 Funding:
Crisis Line
$3408.00
Effective Date: Total:
January 1, 2023 December 31, 2024 $6,816.00
Definition of Service Unit: Incoming phone calls to the 24-hour Crisis Line or to the professional line,
which is answered by a Crisis Clinician or Specialist.
Quarterly
Quarter Service Unit # of Units Billable
2023/24
1st City of Tukwila residents served 417 $852.00
Crisis Line Calls 417
2nd City of Tukwila residents served 416 $852.00
Crisis Line Calls 416
3rd City of Tukwila residents served 416 $852.00
Crisis Line Calls 416
4th City of Tukwila residents served 416 $852.00
Crisis Line Calls 416
ANNUAL TUKWILA RESIDENTS 1665 $3408.00
GOALS Crisis Line Calls 1665
The City Of Tukwila will use a variety of measures as indicators of satisfactory contract performance. The
Agency will be expected to meet at least 90% of the performance goals (outputs) as defined above. If the
Agency does not meet the 90% of performance goals, payment for services rendered under the agreement
will be reduced by the number of percentage points below the 90% level. At a 90% success rate, the
Agency will be reimbursed at 100%. Any exceptions must be negotiated with the City. Exceptions may be
unit goals and the Agency has shown reasonable effort to overcome those circumstances. Exceptions are
The Agency shall make all reasonable efforts to ascertain the eligibility of applicants for Agency services,
such eligibility to require residence within the City, and shall provide services under this Agreement only to
eligible applicants.
2023/2024
Personnel $ 3,408.00
Non-Personnel $
Budget/Annual award total $ 3,408.00
CA Revised May 2020
Page 5 of 6
Demographic and Outcome Data Report
The Agency shall collect and retain demographic data from the persons served through this contract. Data
should be tracked in an ongoing manner and submitted annually by January 31of the following year. Outcome
data shall be submitted annually in conjunction with the Demographic report. Data should be collected and
Outcome:
65% of Callers report a reduction in stress.
Measurement
: The Crisis Call Outcome Rating Scale, developed by Bonneson and Hartsough in 1987, is
a validated survey designed for telephone crisis centers to measure their effectiveness. The instrument
uses a 5-point Likert scale to measure the phone workers perception of th
problem solving, 2) reduce distress and 3) express appreciation. It has high inter-rater reliability and is
accepted as a way to measure outcomes.
QUARTERLY REPORTS DUE DATES
1 st = April 15 th
1 st thru 3 rd quarter reports
2 nd = July 15 th
3 rd = October 15 th
4 th and final annual reimbursement First week in January. Date to be announced.
Outcomes and demographics January 31, 2024 / January 31, 2025
CA Revised May 2020
Page 6 of 6