HomeMy WebLinkAboutCSS 2024-12-09 COMPLETE AGENDA PACKETCity of Tukwila
Community Services
and Safety Committee
Jovita McConnell, Chair
De'Sean Quinn
O Hannah Hedrick
AGENDA
MONDAY, DECEMBER 9, 2024 — 5:30 PM
Distribution:
J. McConnell
D. Quinn
H. Hedrick
Mayor McLeod
M. Wine
A. Youn
L. Humphrey
N-SITE PRESENCE:
TUKWILA CITY HALL
HAZELNUT CONFERENCE Room
6200 SOUTHCENTER BOULEVARD
EMOTE PARTICIPATION FOR THE PUBLIC:
1-253-292-9750, ACCESS CODE: 936039108#
Click here to: join Microsoft Teams Meeting
For Technical Support: 1-206-433-7155
Item
Recommended Action
Page
1.
BUSINESS AGENDA
a. Contract Renewals: Sound Mental Health Co -Responder
a.
Forward to 12/09 Special
Pg.1
Program.
Meeting Consent Agenda.
Eric Dreyer, Chief of Police
b. Contract Approval: Crystal Springs Park Lighting
b.
Forward to 12/09 Special
Pg.25
Replacement.
Meeting Consent Agenda.
Matthew Austin, Parks Maintenance Supervisor;
David Rosen, Parks & Recreation Fiscal Analyst
c. Contract Approval: Joseph Foster Memorial Park
c.
Forward to 12/16 Regular
Pg.41
Restroom Replacement.
Meeting Consent Agenda.
Matthew Austin, Parks Maintenance Supervisor;
Shawn Christie, Internal Operations Manager
d. Contract Amendment: King County Veterans, Seniors,
and Human Services Levy (VSHSL).
d.
Forward to 12/16 Regular
Meeting Consent Agenda.
Pg.57
David Rosen, Parks & Recreation Fiscal Analyst
e. 2025-2026 Human Services Update.
e.
Discussion Only
Pg.65
Stacy Hansen, Human Services Program Coordinator
2.
MISCELLANEOUS
Next Scheduled Meeting: January 2025
SThe City of Tukwila strives to accommodate individuals with disabilities.
Please contact the City Clerk's Office at 206-433-1800(TukwilaCityClerk(aTukwilaWA.gov) for assistance.
City of Tukwila
Thomas McLeod, Mayor
INFORMATIONAL MEMORANDUM
TO: Community Services and Safety Committee
FROM: Police Chief Eric Dreyer
BY: Phi Huynh, Executive Administrator
CC: Thomas McLeod
DATE: November 22, 2024
SUBJECT: Amendment to Sound Health Contracts (#23-097 & #23-098) For Mental
Health Professional Co -Responder Program
ISSUE
The Tukwila Police Department is seeking committee approval to authorize the Mayor to sign
the amendments to contract #23-097 and contract #23-098 for our Sound Health co -responders
from January 1, 2025 - December 31, 2025
BACKGROUND
In accordance with the City' s goals of a High -Performing & Effective Organization and a
Positive Community Identity & Image for all Tukwila community members, the Police
Department recognized that there was a need for collaboration of services when it comes to
mental health and chemical addiction issues within the City of Tukwila. Our objective was to
reduce the number of mentally ill and chemically dependent interventions that requires jail and
hospitalizations. We also recognized the need for diversion of mentally ill and chemically
dependent youth and adults from entering the criminal justice system. Co -responder programs
throughout the nation have been effective in reducing the number of people entering the
criminal justice system, while providing appropriate resources for their illness. The department
needs to provide services that provide the appropriate high -quality services for our community
members.
DISCUSSION
The Tukwila Police Department co -responder program is a collaborative approach designed to
address the City of Tukwila' s desire to ensure Tukwila' s mentally ill and chemically -
dependent community members have access to community treatment in lieu of incarceration for
non-violent misdemeanor offenses, where the individual is identified by officers and confirmed
by a co -responder to be demonstrating behaviors symptomatic of a mental disorder
and/ or co-occurring disorder (combining mental health behavioral disorders with substance use
disorders). The program accomplishes this goal by: 1) embedding mental health professionals
(aka co -responders) within the police department who respond to calls when officers ask for
professional (consultive) assistance by the MHP's; 2) working with and educating officers in
traditional methods employed by mental health professionals to de-escalate individuals
demonstrating behavioral health concerns as well as assist in providing support to identify
symptoms stemming from mental illness versus chemically altered behaviors; 3) ensuring
appropriate community services are accessed to facilitate diversion, including community after-
care services are available to individuals diverted from incarceration.
The program was first implemented as a pilot program in 2021 and has proven to be a great
asset for both the Police Department and the community. The Police Department and Sound
Health had since re-evaluated the program for funding and continuation of the program and had
1
INFORMATIONAL MEMO
Page 2
decided to move forward with contracts for two co -responders. Currently, both co -responders'
contracts (#23-097 and #23-098) are good through December 31, 2024.
To ensure coverage for every day of the week, the first co -responder works from Wednesday
thru Saturday 12pm to 10pm while the second co -responder works from Sunday thru
Wednesday from 12pm to 10pm.
FINANCIAL IMPACT
The total cost for both contracts is $204,000 per year. The Police Department will be utilizing
Opioid Relief Settlement funds to fund the Co -Responder Program through December 31, 2025.
The State Attorney General's office has forecasted that Tukwila's share of these funds will cover
the program but if the AG's forecast is short of reality, the Police Department will seek other
external funding and/or use Seizure Funds.
RECOMMENDATION
The Police Department would like to request the Committee to approve the Mayor to sign the
renewals of contract #23-097 and contract #23-098 and forward to the December 9, 2024
Consent Agenda. These renewals have been reviewed by Legal on 12/3/24.
ATTACHMENTS
Tukwila Police Department/Sound Health contract #23-097
Tukwila Police Department/Sound Health contract #23-098
Amendment #1 - Renewal for contract #23-097
Amendment #1- Renewal for contract #23-098
Amendment #2 — Renewal for contract #23-098
https://tukwilawa.sharepoint.com/sites/mayorsoffice/cc/CC Docs/Final agendas/12-09-24 CSS/Sound Health co -responder contracts Info memo 12-2024 renewal
of contracts 23-097 & 23-098.docx
2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number: 23-097
Council Approval 5/15/23
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Sound (f/k/a Sound Mental Health),
hereinafter referred to as "the Contractor," whose principal office is
located at 6400 Southcenter Blvd, Tukwila, WA 98188.
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 any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by
this reference. The total amount to be paid shall not exceed $102,000.
3. Contractor Budqet. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Aqreement. This Agreement is in full force and effect commencing on January 1,
2023 and ending December 31, 2024, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor
with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. Each party shall defend, indemnify and hold harmless the other party, its officers,
officials, employees and volunteers 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 either party.
CA Revised May 2020 Page 1 of 4
3
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 officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be
only to the extent of the Contractor's negligence. It is further specifically and expressly understood
that the indemnification provided herein constitutes the Contractor's waiver of immunity under
Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has
been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and
limits as required herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance
Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $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 excess of the Contractor's insurance and shall not contribute with
it.
CA Revised May 2020 Page 2 of 4
4
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. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
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.
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance
as required shall constitute a material breach of contract, upon which the City may, after giving
five business days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all premiums in
connection therewith, with any sums so expended to be repaid to the City on demand, or at the
sole discretion of the City, offset against funds due the Contractor from the City.
8. Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance
of this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor
thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products
on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for
any reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, 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 and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
CA Revised May 2020 Page 3 of 4
5
represents the entire and integrated Agreement between the City and the Contractor and supersedes
all prior negotiations, representations, or agreements written or oral. No amendment or modification
of this Agreement shall be of any force or effect unless it is in writing and signed by the parties.
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement,
which by their sense and context are reasonably intended to survive the completion, expiration or
cancellation of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the following address:
6400 Southcenter Blvd
Tukwila WA 98188
16. Applicable Law; Venue; Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
DATED this 31 st day of
May
, 2023.
CITY OF TUKWILA CONTRACTOR
DocuSigned by:
1 F89FE09132B402...
Allan Ekberg, Mayor 5/31/2023 I 3:46 PM PDT
ATTEST/AUTHENTICATED:
DocuSigned by:
CtUriSfG/
88678483CB594E7...
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
DocuSigned by:
. Ste.
5E499CA4165E452...
Office of the City Attorney
By. AB6A4{. RFii7A4 I1
iDocuSigned by:
Printed Name and Title:
Address:
Katrina Egner
Interim CEO
6400 Southcenter Blvd
Tukwila, WA 98188
CA Revised May 2020 Page 4 of 4
6
City of Tukwila / Sound
Exhibit A — Scope of Work
The Contractor will provide de-escalation, diversions and referrals to appropriate services as
further described herein by providing a mental health professional, hereafter referred to as
"CoResponder", to assist Tukwila Police Department ("TPD") officers.
The Contractor shall provide a CoResponder Wednesday through Saturday from 12pm-10pm to
ride along with TPD officers.
Sound CoResponder will accompany assigned TPD Officer to dispatched calls. The intent will
be to respond to the following types / nature of calls;
• Intoxication
• Substance Use / Abuse
• Welfare Check
• Suicide Prevention, Assessment, and Intervention
• Indecent Exposure
• Trespass / Unwanted Person
• Syringe Disposal / HRAC
• Disturbance
• Public Nuisance / Mental Health Crisis
• Domestic Violence
• Integrated Child Welfare
It is understood that a TPD Officer may have to respond to other types of calls when the
CoResponder is in the vehicle.
The CoResponder will assist to de-escalate and provide guidance to divert individuals from jails
and hospitalizations.
CoResponder will follow-up with previously engaged individuals to track progress and efficacy.
• Follow the direction of the officer at all times.
• Provide history checks for individuals identified in calls for service and advise officer of
any safety or mental health concerns prior to making contact. This will occur preferably
before contact but at a minimum before determining a resolution.
• Conduct In -field Assessments:
o The TPD officer will instruct the CoResponder, as required, to remain in the
patrol car or assist with initial contact. The CoResponder will not initiate contact
with an individual until the TPD officer identifies the scene is safe and it is
appropriate to do so.
o CoResponder will conduct an initial assessment including a safety evaluation.
{EFM2796034.DOCX;1/13175.000001 / }
7
o CoResponder will collaborate with the officer and coordinate a resolution and
defer any legal decisions to the officer.
o CoResponder will provide a follow up plan as needed.
o CoResponder will insure that all documentation is completed daily.
• Resolution:
o Should a referral/drop-off to a facility (voluntary or involuntary) be deemed
warranted, the following shall occur:
• CoResponder is to contact identified facility to conduct a warm hand-off,
speak to staff directly upon arrival.
• CoResponder will document name and details of conversation with staff
person receiving warm hand-off.
• CoResponder will assist and coach the officer (as needed) in filling out
any paperwork required by the facility.
o Safety Plan:
• If it is determined that the individual is appropriate for a safety plan the
CoResponder will collaborate with the officer (as appropriate), the
individual, and anyone the individual identifies (as appropriate).
o CoResponder's use of a Custody Authorization:
• CoResponders use of a Custody Authorization in the absence of
completing a detention is to be avoided unless there is sufficient and
imminent risk that if the individual is not taken in to custody that there is
likely and expected harm. When a Custody Authorization is completed the
CoResponder will coordinate with the officer to arrange transport. In most
cases this will include having an ambulance dispatched but is at the
discretion of the officer to provide transportation. CoResponder will arrive
at destination facility with or shortly after the arrival of the individual to
coordinate with an identified social worker. CoResponder is responsible
for coordinating follow up for continued investigation pending medical
clearance. Complete DCR investigation as required/indicated by including
documentation, paperwork, and coordination with medical personnel.
o In the event a CoResponder is expected to be off shift before the
investigation can be concluded they will coordinate with the drop off/referral
facility to establish appropriate coordination of care and document the identified
Social Worker and clinician.
• CoResponder will submit additional documentation of contact in a Word
document that will later be provided to an officer. The officer will enter the
document into the TPD's record keeping system (Spillman).
• CoResponder and TPD officer will determine if and when the
CoResponder should be returned to the TPD so that the TPD officer can
continue normal patrol duties.
• CoResonder Detaining in the Field:
o CoResponder is to follow all the policies and procedures of conducting and
completing a mental health detention as is expected, this includes:
• Arriving with or shortly after the detained individual at the identified facility
to coordinate with that facility's social worker.
{EFM2796034.DOCX;1/13175.000001 / }
8
• It is to be clearly stated that the individual is detained and follow up is to
occur by contacting the CoResponder directly.
• In the event a CoResponder is expected to be off shift before the
conclusion of a mental health detention the CoResponder will coordinate
with the facility and MOCT to establish appropriate coordination of care.
Document the identified Social Worker and Crisis Team clinician and the
CoResponder will submit additional documentation of contact in Spillman.
• TPD Officers may request follow ups for CoResponders.
o CoResponders will prioritize follow ups by assessed need and provide an update
to referring officer as appropriate.
o Follow ups are intended to identify the best resources for clients to be referred to
and to assist with coordinating those resources.
o CoResponders do not carry a case load and ongoing follow up is at clinician
discretion.
{EFM2796034.DOCX;1/13175.000001 / }
9
Exhibit B- Compensation and Method of Payment
1. For all co -responder services set forth in Exhibit A, the Contractor will
be paid a total of $102,000 per year ending on December 31, 2024.
2. The Contractor shall invoice the city by the 10th day of each month
following the month of service.
3. The Contractor and the City agree to conduct a mid -contract review to
occur approximately January 2024 to evaluate filings and
compensation.
10
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number: 23-098
Council Approval 5/15/23
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and Sound (f/k/a Sound Mental Health),
hereinafter referred to as "the Contractor," whose principal office is located
at 6400 Southcenter Blvd, Tukwila, WA 98188.
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 any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this
reference. The total amount to be paid shall not exceed $102,000.
3. Contractor Budqet. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Aqreement. This Agreement is in full force and effect commencing April 24, 2023 and
ending December 31, 2023, unless sooner terminated under the provisions hereinafter
specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with
respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. Each party shall defend, indemnify and hold harmless the other party, its officers,
officials, employees and volunteers 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 either party.
CA Revised May 2020 Page 1 of 4
11
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
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial
Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or termination of
this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection with
the performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided by such
insurance, or otherwise limit the City's recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1,000,000 per accident. Automobile liability insurance shall cover all
owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services
Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If
necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $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 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.
CA Revised May 2020 Page 2 of 4
12
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. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
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.
H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as
required shall constitute a material breach of contract, upon which the City may, after giving five
business days notice to the Contractor to correct the breach, immediately terminate the contract
or, at its discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion
of the City, offset against funds due the Contractor from the City.
8. Record Keeaina and Reaortina.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter
40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance of
this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, 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. Assianment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Aareement: 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.
CA Revised May 2020 Page 3 of 4
13
DS
14. Severabilitv and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which
by their sense and context are reasonably intended to survive the completion, expiration or cancellation
of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, WA 98188
Notices to the Contractor shall be sent to the following address:
Sound Health
6400 Southcenter Blvd
Tukwila WA 98188
16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit.
DATED this 31st day of
May
, 2023.
CITY OF TUKWILA CONTRACTOR
DocuSigned by:
1 F89FE09132B402...
Allan Ekberg, Mayor 5/31/2023 I 3:51 PM PDT
ATTEST/AUTHENTICATED:
Looc_uSigned by:
aust
88678483CB594E7...
City Clerk, Christy O'Flaherty
APPROVED AS TO FORM:
DocuSigned by:
L.
SE499CA4165E452...
Office of the City Attorney
By:
DocuSigned by:
ACCA 1 C 1{3E87A48 ...
Printed Name and Title:
Katrina Egner
Interim CEO
Address: 6400 Southcenter Blvd
Tukwila WA 98188
14
CA Revised May 2020 Page 4 of 4
City of Tukwila / Sound
Exhibit A — Scope of Work
The Contractor will provide de-escalation, diversions and referrals to appropriate services as
further described herein by providing a mental health professional, hereafter referred to as
"CoResponder", to assist Tukwila Police Department ("TPD") officers.
The Contractor shall provide a CoResponder Sunday through Wednesday from 12pm-10pm to
ride along with TPD officers.
Sound CoResponder will accompany assigned TPD Officer to dispatched calls. The intent will
be to respond to the following types / nature of calls;
• Intoxication
• Substance Use / Abuse
• Welfare Check
• Suicide Prevention, Assessment, and Intervention
• Indecent Exposure
• Trespass / Unwanted Person
• Syringe Disposal / HRAC
• Disturbance
• Public Nuisance / Mental Health Crisis
• Domestic Violence
• Integrated Child Welfare
It is understood that a TPD Officer may have to respond to other types of calls when the
CoResponder is in the vehicle.
The CoResponder will assist to de-escalate and provide guidance to divert individuals from jails
and hospitalizations.
CoResponder will follow-up with previously engaged individuals to track progress and efficacy.
• Follow the direction of the officer at all times.
• Provide history checks for individuals identified in calls for service and advise officer of
any safety or mental health concerns prior to making contact. This will occur preferably
before contact but at a minimum before determining a resolution.
• Conduct In -field Assessments:
o The TPD officer will instruct the CoResponder, as required, to remain in the
patrol car or assist with initial contact. The CoResponder will not initiate contact
with an individual until the TPD officer identifies the scene is safe and it is
appropriate to do so.
o CoResponder will conduct an initial assessment including a safety evaluation.
{EFM2796034.DOCX;1/13175.000001 / }
15
o CoResponder will collaborate with the officer and coordinate a resolution and
defer any legal decisions to the officer.
o CoResponder will provide a follow up plan as needed.
o CoResponder will insure that all documentation is completed daily.
• Resolution:
o Should a referral/drop-off to a facility (voluntary or involuntary) be deemed
warranted, the following shall occur:
• CoResponder is to contact identified facility to conduct a warm hand-off,
speak to staff directly upon arrival.
• CoResponder will document name and details of conversation with staff
person receiving warm hand-off.
• CoResponder will assist and coach the officer (as needed) in filling out
any paperwork required by the facility.
o Safety Plan:
• If it is determined that the individual is appropriate for a safety plan the
CoResponder will collaborate with the officer (as appropriate), the
individual, and anyone the individual identifies (as appropriate).
o CoResponder's use of a Custody Authorization:
• CoResponders use of a Custody Authorization in the absence of
completing a detention is to be avoided unless there is sufficient and
imminent risk that if the individual is not taken in to custody that there is
likely and expected harm. When a Custody Authorization is completed the
CoResponder will coordinate with the officer to arrange transport. In most
cases this will include having an ambulance dispatched but is at the
discretion of the officer to provide transportation. CoResponder will arrive
at destination facility with or shortly after the arrival of the individual to
coordinate with an identified social worker. CoResponder is responsible
for coordinating follow up for continued investigation pending medical
clearance. Complete DCR investigation as required/indicated by including
documentation, paperwork, and coordination with medical personnel.
o In the event a CoResponder is expected to be off shift before the
investigation can be concluded they will coordinate with the drop off/referral
facility to establish appropriate coordination of care and document the identified
Social Worker and clinician.
• CoResponder will submit additional documentation of contact in a Word
document that will later be provided to an officer. The officer will enter the
document into the TPD's record keeping system (Spillman).
• CoResponder and TPD officer will determine if and when the
CoResponder should be returned to the TPD so that the TPD officer can
continue normal patrol duties.
• CoResonder Detaining in the Field:
o CoResponder is to follow all the policies and procedures of conducting and
completing a mental health detention as is expected, this includes:
• Arriving with or shortly after the detained individual at the identified facility
to coordinate with that facility's social worker.
{EFM2796034.DOCX;1/13175.000001 / }
16
• It is to be clearly stated that the individual is detained and follow up is to
occur by contacting the CoResponder directly.
• In the event a CoResponder is expected to be off shift before the
conclusion of a mental health detention the CoResponder will coordinate
with the facility and MOCT to establish appropriate coordination of care.
Document the identified Social Worker and Crisis Team clinician and the
CoResponder will submit additional documentation of contact in Spillman.
• TPD Officers may request follow ups for CoResponders.
o CoResponders will prioritize follow ups by assessed need and provide an update
to referring officer as appropriate.
o Follow ups are intended to identify the best resources for clients to be referred to
and to assist with coordinating those resources.
o CoResponders do not carry a case load and ongoing follow up is at clinician
discretion.
{EFM2796034.DOCX;1/13175.000001 / }
17
Exhibit B- Compensation and Method of Payment
1. For all co -responder services set forth in Exhibit A, the Contractor will
be paid a prorated amount from April 24, 2023 to December 31, 2023,
based on the full year contract rate of $102,000 per year for 2023.
2. The Contractor shall invoice the city by the 10th day of each month
following the month of service.
18
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and Sound
That portion of Contract No. 23-097 between the City of Tukwila and Sound (f/k/a Sound Mental
Health) is hereby amended as follows:
Section 4: Duration of agreement:
This agreement is in full force and effect commencing January 1, 2025 and ending
December 31, 2025, unless sooner terminated under the p (sons herein after
specified.
Exhibit B: Compensation and Method of Paymeye
1. For all co -responder services set forth in s . it �., the Con ctor will be paid a total
of $102,000 per year ending on Decemb � �,;1,5
2. The Contractor shall invoice the City by t�•th day of each month following the
month of service.
3. The Contractor and City Agree • ct mid -contract review to occur
approximately May 2025 to evaluate a' ��°� ompensation.
All other provisions of the contra ,, all x �1 force and effect.
Dated this December da,,; , �r ��,4 , 2024.
CA Reviewed May 2020
Page 1 of 2
19
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
City signatures to be obtained by
City Clerk's Staff ONLY. **
CITY OF TUKWILA
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
Agreement Number:
** Contractor signature to be obtained by
sponsor staff
CONTRACTOR:
By:
Printed Name:
Title:
20 CA Reviewed May 2020
Page 2 of 2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 23-098a
Council Approval 8/19/24
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and Sound
That portion of Contract No. 23-098 between the City of Tukwila and Sound (f/k/a Sound Mental
Health) is hereby amended as follows:
Section 4: Duration of agreement:
This agreement is in full force and effect commencing January 1, 2024 and ending
December 31, 2024, unless sooner terminated under the provisions herein after
specified.
All other provisions of the contract shall remain in full force and effect.
Dated this 30th day of August, 2024
** City signatures to be obtained by
City Clerk's Staff ONLY. **
CITY OF TUKWILA
Signed by:
LittaiklaS ka t,0j,
8EE24380545B44C...
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Signed by:
3D04AB9746FA4E8...
Andy Youn, City Clerk
APPROVED AS TO FORM:
Signed by:
5E499CA4165E452...
Office of the City Attorney
** Contractor signature to be obtained by
sponsor staff. **
CONTRACTOR:
By:
Printed Name: Katrina Egner
Title: President & CEO
CA Reviewed May 2020
Page 1 of 1
21
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment #2
Between the City of Tukwila and Sound
That portion of Contract No. 23-098 between the City of Tukwila and Sound (f/k/a Sound Mental
Health) is hereby amended as follows:
Section 4: Duration of agreement:
This agreement is in full force and effect commencing January 1, 2025 and ending
December 31, 2025, unless sooner terminated under the p (sons herein after
specified.
Exhibit B: Compensation and Method of Payme...es
1. For all co -responder services set forth in s . it �., the Con ctor will be paid a total
of $102,000 per year ending on Decemb � �,;1,5
2. The Contractor shall invoice the City by t�•th day of each month following the
month of service.
3. The Contractor and City Agree • ct mid -contract review to occur
approximately May 2025 to evaluate ��=�� ompensation.
All other provisions of the contra , ally'"1 force and effect.
Dated this December da,,; ,, �r, , 2024.
22 CA Reviewed May 2020
Page 1 of 2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
City signatures to be obtained by
City Clerk's Staff ONLY. **
CITY OF TUKWILA
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
Agreement Number:
** Contractor signature to be obtained by
sponsor staff
CONTRACTOR:
By:
Printed Name:
Title:
CA Reviewed May 2020
Page 2 of 2
23
24
Thomas McLeod, Mayor
Parks & Recreation Department- Pete Mayer, Director
INFORMATIONAL MEMORANDUM
TO: Community Services & Safety Committee
FROM: Matthew Austin, Parks Maintenance & Operations Superintendent
BY: David Rosen, Parks & Recreation Analyst
DATE: November 20, 2024
SUBJECT: Contract Approval: Crystal Springs Park Lighting Replacement
ISSUE
City staff are seeking to execute a contract for rehabilitation of lighting located at Crystal Springs Park,
said contract is in an amount that requires Council approval before mayoral execution.
BACKGROUND
In mid-2023, the Tukwila Parks and Recreation Department applied for and was awarded $100,000
under the Washington State Recreation & Conservation Office's Local Parks Maintenance (LPM)
program. The award was given for the proposed Crystal Springs Park Lighting Replacement Project,
which would see lighting in upper Crystal Springs Park replaced and/or rehabilitated to working
condition, improving park safety, visibility, and satisfying Crime Prevention Through Environmental
Design (CPTED) concepts. To date, the city is nearing completion of required cultural resource
surveys, which utilized $24,000 of the grant award in State Fiscal Year 2024 (Ended June 30, 2024).
DISCUSSION
Completion of the proposed project will see the rehabilitation of sixteen (16) fixtures within the upper
section of Crystal Springs Park, including six (6) luminaires in the sport court area and ten (10) lighting
poles throughout the parking lot and trail area. Replacements include more efficient lighting circuitry
and fixtures. These new fixtures are estimated to save 25,973 kWh annually, equivalent to 11.3 metric
tons of Carbon Dioxide (CO2) emissions or the consumption of 1,276 gallons of gas. Additionally,
annual energy cost savings from this project are estimated to be $2,597.34.
FINANCIAL IMPACT
Approval of this contract encumbers expenses totaling $79,232.15 in the Parks Maintenance
Department's General Fund Budget. $76,000 of these expenses will be reimbursed by the LPM Grant
via Contract 24-122, and the remaining $3,232.15 will be reimbursed by the Land Acquisition,
Recreation, and Park Development Fund (301). Approval of this contract creates no net general fund
inflows or outflows.
RECOMMENDATION
Staff recommend the committee forward this proposed contract to the December 9th Special Meeting
Consent Agenda for final approval.
ATTACHMENTS
A --- Proposed Contract for Services & Exhibits
B --- Annotated Crystal Springs Park Electrical Site Plan
C --- Contract 24-122: SFY25 Local Parks Maintenance Grant (Summary, Scope, & Milestones)
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
25
26
Crystal Springs Park
$ 2,597.34
$ 4,285.61
Sales Tax $ 7,333.65
Total cost of products $53,673.50
O
O
tf)
N
N
CO
$79,232.15 1
$ 79,232.15
SAVINGS FROM LOWERING ENERGY USE
TOTAL ANNUAL SAVINGS
Installation, shipping, fees, tax, etc.
Subtotal
Utility Incentives*
Total Project Costs
4kll t Y
a5 �i
h
$> t y t }
Y Y
tsa
s t Q
t
3))
tS7
t•°�
tf)
�
�3'
i
$ 2,597.34
ua
r
cv
c
ara
r
25,973
a st
a t
yy
t
�
e.P
t M CI4S
3i tt t'
t
C")
CO
0
CO
CO
CD
tff z sa
t?
r
r
N
o
o
Proposal is for LED lights proposed only and is valid for 30 days from September 13, 2024.
Proposed LED lamps have zero UV emissions, are mercury free, and almost 100% recyclable. 1
PlitaittiggitialfaltOtengsgaggamonas
OttillegfignasellatinstassigniMe
BsosmfpepfRsfglirtrttlrnetM
Astoria 43150 w/ tenon 4K
Astoria 43100 w/ tenon 4K
LED Trail LTR-S-G12C-70WBT3DA1-abcdef
70 watt shoebox style 3K
Energy Light Inc 547112 20 ft square steel po
4 inches wide w/ Tenon
remove old wooden poles and dispose ,
remove old concrete foundation and re pour
new pole support foundations as r Min 3
ft depth
Macromatic 23NV42 SPDT time st
variable up to several hours
Momentary Mushroom tton we
location Dayton 30 etallic
Photocell 120V a ed SPD elay Da
40A 5Z542 / pr n SPS
Enter Rate Here >»
OfAVAMAINge
„ CISTINGi LI iHTING
400 Watt Metal Halide flood 13 465
250 Watt Metal halaide 31 295
150 W HPS 10 195
replace wooden poles 13 0
O
remove existing 2 0
remove existing Push botton 0 0
photocell and SPDT relay 0 0
The following kWh rate was used in calcuting the ROI.
O
Panillitatilatlimatesneag
attnitallinatitittiONOMMINE
11111,111.1111111111101511
Spoprts court Lighting
Parking lot
Path lights
New Poles
Labor pole installation
Time delay relays
Control system for court lighting
Control system for court lighting
mated payments:
O69
C
O
E
m
O
E
0
O
E
M
CO
O
O
co
co
m
N
31
32
34
Project Sponsor:
Project Title:
ion ar
Tukwila Parks & Recreation Department
Crystal Springs Park Lighting Replacement
24-122
Council Approval 9/16/24
RCO Grant Agreement
Project Number: 24-2215M
Approval Date: 06/30/2024
PARTIES OF THE AGREEMENT
This Recreation and Conservation Office Grant Agreement (Agreement) for the project identified above (Project) is entered
into between the State of Washington by and through the Recreation and Conservation Office (RCO), P.O. Box 40917,
Olympia, Washington 98504-0917, and by and through the Tukwila Parks & Recreation Department (Sponsor, and primary
Sponsor), 12424 - 42nd Ave S, Tukwila, WA 98168, and shall be binding on the agents and all persons acting by or through
the parties.
All Sponsors are equally and independently subject to all the conditions of this Agreement except those conditions that
expressly apply only to the primary Sponsor.
Sponsor attests that prior to and during the Period of Performance, its Authorized Representative(s)/Agent(s) identified on the
original signed Applicant Resolution/Authorization has full authority to legally bind the Sponsor(s) regarding all matters related
to the Project, including but not limited to, full authority to: (1) sign the grant application for grant assistance, (2) enter into this
Agreement, including indemnification, (3) enter into amendments to this Agreement. Agreements and amendments must be
signed by the Authorized Representative/Agent(s) of all Sponsors, unless otherwise allowed in the AMENDMENTS TO
AGREEMENT Section.
A. During the Period of Performance, a Sponsor may change its Authorized Representative/Agent only by providing the
RCO written notice of the change and identifying the new designee authorized to sign as Authorized
Representative/Agent. Unless and until such written notice is provided to RCO, RCO shall recognize only the person
initially identified as the Authorized Representative/Agent.
B. RCO reserves the right at any time to request, and Sponsor has the obligation to provide authorizations and
documents that demonstrate any signatory to this Agreement or an amendment has the authority to legally bind the
Sponsor.
For the purposes of this Agreement, as well as for grant management purposes with RCO, only the primary Sponsor may act
as a fiscal agent to obtain reimbursements (See PROJECT REIMBURSEMENTS Section).
PURPOSE OF AGREEMENT
This Agreement sets out the terms and conditions by which a Local Parks Maintenance Program grant is made from the
General Fund State Account of the State of Washington. The grant is administered by the Recreation and Conservation Office
(RCO).
DESCRIPTION OF PROJECT
The City of Tukwila Parks and Recreation Department will use this grant to replace nonfunctional lights in Crystal Springs
Park. The City will replace underground wiring systems and purchase new light fixtures. The primary recreational activity
supported by this project is maintenance of outdoor recreation sites.
PERIOD OF PERFORMANCE
The period of performance begins on July 1, 2024 (project start date) and ends on June 30, 2025 (project end date). No
allowable cost incurred before or after this period is eligible for reimbursement unless specifically provided for by written
amendment or addendum to this Agreement, or specifically provided for by applicable RCWs, WACs, and any applicable RCO
manuals as of the effective date of this Agreement.
The RCO has the right to summarily dismiss any request to amend this Agreement if not made at least 60 days before the
project end date
STANDARD TERMS AND CONDITIONS INCORPORATED
The Standard Terms and Conditions of the Recreation and Conservation Office attached hereto are incorporated by reference
as part of this Agreement.
LONG-TERM OBLIGATIONS
For this maintenance project, the Sponsor's ongoing obligations for the project area shall be for the period of performance of
this Agreement. For equipment purchased as part of the project, the Sponsor's ongoing obligation shall comply with the
RCO: 24-2215
Revision Date: 10/26/2023 Page 1 of 19
35
Treatment of Equipment and Assets section and applicable RCO Manuals identified herein.
PROJECT FUNDING AND REIMBURSEMENT PERIOD(S)
The total grant award provided for this project shall not exceed $76,000.00. The RCO shall not pay any amount beyond that
approved for grant funding of the project.:
Office - Local Parks Mnt Single -Tier 2
Total Project Cost
Percentage Dollar Amount Source of Funding
100.00% $76, 000.00 State
100.00% $76, 000.00
If this Grant Agreement's period of performance spans more than one state fiscal year (July 1st through June 30th), Sponsor's
work performed in each fiscal year shall be reimbursed only with the funds available in that fiscal year. RCO shall not be
obligated to reimburse work performed in one single fiscal year with funds from another fiscal year.
Grant funds that are not expended through a reimbursement request in one fiscal year (unused funds) shall not be carried over
to the next fiscal year, and Sponsor has no right to these funds in the next fiscal year. Sponsor shall forfeit unspent grant
funds, which shall remain with RCO unless otherwise made available as part of an amended Agreement.
RIGHTS AND OBLIGATIONS INTERPRETED IN LIGHT OF RELATED DOCUMENTS
All rights and obligations of the parties under this Agreement are further specified in and shall be interpreted in light of the
Sponsor's application and the project summary and eligible scope activities under which the Agreement has been approved
and/or amended as well as documents produced in the course of administering the Agreement, including the eligible scope
activities, the milestones report, progress reports, and the final report. Provided, to the extent that information contained in
such documents is irreconcilably in conflict with the Agreement, such information shall not be used to vary the terms of the
Agreement, unless the terms in the Agreement are shown to be subject to an unintended error or omission. "Agreement" as
used here and elsewhere in this document, unless otherwise specifically stated, has the meaning set forth in the definitions of
the Standard Terms and Conditions.
AMENDMENTS TO AGREEMENT
Except as provided herein, no amendment (including without limitation, deletions) of this Agreement shall be effective unless
set forth in writing and signed by all parties. Exception: extensions of the Period of Performance and minor scope adjustments
need only be signed by RCO's director or designee and consented to in writing (including email) by the Sponsor's Authorized
Representative/Agent or Sponsor's designated point of contact for the implementation of the Agreement (who may be a
person other than the Authorized Agent/Representative), unless otherwise provided for in an amendment. It is the
responsibility of a Sponsor to ensure that any person who signs an amendment on its behalf is duly authorized to do so.
COMPLIANCE WITH APPLICABLE STATUTES, RULES, AND POLICIES
This Agreement, including any amendment thereto, is governed by, and the Sponsor shall comply with, all applicable state and
federal laws and regulations, applicable RCO manuals as identified below, Exhibits, and any applicable federal program and
accounting rules effective as of the date of this Agreement or as of the effective date of an amendment, unless otherwise
provided in the amendment. Provided, any update in law, rule, policy or a manual that is incorporated as a result of an
amendment shall apply only prospectively and shall not require that an act previously done in compliance with existing
requirements be redone unless otherwise expressly stated in the amendment.
For the purposes of this Agreement, the following RCO manuals are deemed applicable and are incorporated as terms of this
Agreement:
• Local Parks Maintenance Grant- Manual 27
• Reimbursements - Manual 8
SPECIAL CONDITIONS
None
SPECIAL CONDITIONS - CULTURAL RESOURCES
None
RCO: 24-2215
36
Revision Date: 10/26/2023 Page 2 of 19
AGREEMENT CONTACTS
The parties will provide all written communications and notices under this Agreement to either or both the mail address and/or
the email address listed below:
Sponsor Project Contact
David Rosen
Fiscal Analyst
12424 42nd Ave S
Tukwila, WA 98168
david.rosen@tukwilawa.gov
RCO Contact
Hayley Dalgetty
Outdoor Grants Manager
PO Box 40917
Olympia, WA 98504-0917
hayley.dalgetty@rco.wa.gov
These addresses and contacts shall be effective until receipt by one party from the other of a written notice of any change.
ENTIRE AGREEMENT
This Agreement, with all amendments and attachments, constitutes the entire Agreement of the parties. No other
understandings, oral or otherwise, regarding this Agreement shall exist or bind any of the parties.
EFFECTIVE DATE
Unless otherwise provided for in this Agreement, this Agreement, for Project 24-2215, shall become effective and binding on
the date signed by both the Sponsor's and the RCO's Authorized Representative/Agent, whichever is later (Effective Date).
Reimbursements for eligible and allowable costs incurred within the period of performance identified in the PERIOD OF
PERFORMANCE Section are allowed only when this Agreement is fully executed, and an original is received by RCO.
The Sponsor has read, fully understands, and agrees to be bound by all terms and conditions as set forth in this Agreement
and the STANDARD TERMS AND CONDITIONS OF THE RCO GRANT AGREEMENT. The signatories listed below
represent and warrant their authority to bind the parties to this Agreement.
Tukwila Parks & Recreation Department
BY. Thomas McLexxi (Sep U , 2o24 za21 iron)
Name (printed): Thomas McLeod
Title: Mayor
State of Washington Recreation and Conservation Office
BY• KzIJa4s( �,2®2411:17.7.rlri)
FOR Megan Duffy
Director
Recreation and Conservation Office
By:
Pre -approved as to form:
Assistant Attorney General
Date: Sep 18, 2024
Date: Sep 18, 2024
Date: 10/26/2023
RCO: 24-2215 Revision Date: 10/26/2023
Page 3 of 19
37
ion ar
RCO Grant Agreement
Project Sponsor:
Project Title:
Tukwila Parks & Recreation Department
Crystal Springs Park Lighting Replacement
Project Number: 24-2215M
Approval Date: 06/30/2024
Eligible Scope Activities
ELIGIBLE SCOPE ACTIVITIES
Maintenance Metrics
Worksite #1, Crystal Springs Park
Recreational Facility Maintenance
Perform Recreational Facility Maintenance
Cultural Resources
Cultural resources
Project Management
Project Management
Perm its
Obtain permits
RCO: 24-2215
38
Revision Date: 10/26/2023 Page 4 of 19
ion ar
RCO Grant Agreement
Project Sponsor:
Project Title:
Tukwila Parks & Recreation Department
Crystal Springs Park Lighting Replacement
Project Number: 24-2215M
Approval Date: 06/30/2024
PROJECT MILESTONE REPORT
Complete Milestone
Project Milestones
Target Date Comments/Description
Project Start
Permits Complete
Cultural Resources Documents
Cultural Resources Complete
RCO Notice to Proceed
Progress Report Due
Annual Project Billing Due
Agreement End Date
Final Billing Due
Final Report Due
07/01/2024
07/15/2024
07/15/2024
09/01/2024
09/10/2024
01 /15/2025
01 /31 /2025
06/30/2025
07/31/2025
08/15/2025
Survey Submitted
Consultation Complete & Inadvertent Discovery
Plan Submitted
No ground disturbance allowed prior to Notice to
Proceed
RCO: 24-2215 Revision Date: 10/26/2023
Page 5 of 19
39
40
TO:
Parks & Recreation Department- Pete Mayer, Director
INFORMATIONAL MEMORANDUM
Community Services & Safety Committee
Thomas McLeod, Mayor
FROM: Matthew Austin, Parks Maintenance & Operations Superintendent
Shawn Christie, Public Works Internal Operations Manager
BY: David Rosen, Parks & Recreation Analyst
DATE: November 20, 2024
SUBJECT: Contract Approval: Joseph Foster Memorial Park Restroom Replacement
ISSUE
City staff have prepared a contract for construction of a replacement restroom facility at Joseph Foster
Memorial Park. The project's total cost is in an amount requiring council approval before the Mayor may
sign the contract for execution.
BACKGROUND
On the evening of July 4th, 2023, the restroom facility located at Joseph Foster Memorial Park (13919
53rd Ave S) burned down it what is believed to be an accident due to the nearby lighting/usage of
fireworks. The structure was deemed a complete loss and subsequently fully demolished. Since then,
Parks and Recreation and Public Works have been coordinating for replacement of the facility.
DISCUSSION
Parks and Recreation and Public Works utilized a state -level master contract to select a its services
contractor, CXT Inc., who will provide the restroom in the form of its pre -fabricated "Dakota" model in its
"D4" configuration which has features including but not limited to: Three individual user flush restrooms
(Two of which are ADA accessible), four -gallon water heater, interior and exterior lighting, and an ADA -
accessible drinking fountain. The projected timeline for project completion is 110 — 150 days from order
execution, providing for a June 2025 completion for the proposed project/contract.
FINANCIAL IMPACT
Per the contract terms provided, the total cost of this project is estimated to be $255,075.53. The
funding sources for this project are as follows:
• $65,000 - Net insurance payout from the Washington Cities Insurance Authority (WCIA)
• $190,075.53 — Payment from Fund 301 fund balance utilizing Park Impact Fees, King County
Parks Levy Funds, and other non -restricted monies
Therefore, approval of this contract does not create any net general fund inflows or outflows.
RECOMMENDATION
Staff recommend the committee forward this contract for approval on the December 16th Regular
Meeting Consent Agenda.
ATTACHMENTS
A --- Proposed Contract for Services & Exhibits
B --- Picture Example of "Dakota" Bathroom Installation
C --- "Dakota" Installation Building Elevations & Floor Plan
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
41
42
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number:
This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter
optional municipal code city hereinafter referred to as "the City," and CXT, Inc., hereinafter referred to
as "the Contractor," whose principal office is located at
606 N. Pines Road Suite 202, Spokane Valley, WA 99206.
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 condtiz hereinafter contained, the parties
hereto agree as follows:
1. Scope and Schedule of Services to be Perform
those services described on Exhibit A attached he
fully set forth. In performing such services, the Con
State, and local statutes, rules and ordinance applicab
handling of any funds used in connection
written approval from the City if the scope or
2. Compensation and Method of
according to the rate and metho
reference. The total amount to
A & B ($33,776.30 for inst
building itself).
3. Contractor Budget.
maximum limits set forth
whenever the Contractor d
ontracto e Contractor shall perform
orporated herein by this reference as if
hall at all times comply with all Federal,
the performance of such services and the
ntractor shall request and obtain prior
b"'° modified in any way.
ity shall pay the Contractor for services rendered
Exh B attached hereto and incorporated herein by this
ceed $255,075.53 at a rate described in Exhibits
tility/building foundation + $221,299.23 for installation of
shall apply the funds received under this Agreement within the
ement. The Contractor shall request prior approval from the City
amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
December 9th, 2024, and ending July 31, 2025, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with
respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
6. Indemnification. The Contractor shall 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,
CA Revised May 2020 Page 1 of 4
43
except for injuries and damages caused by the sole negligence of the Public Entity.
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
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial
Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or termination of
this Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection with
the performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided by such
insurance, or otherwise limit the City's recourse to any remedy available at law or in equity.
A. Minimum Scope of Insurance. Contractor shall obtain ins `'ce of the types and with the limits
described below:
1. Automobile Liability insurance with a minimu
property damage of $1,000,000 per accide
owned, non -owned, hired and leased vehicl
Office (ISO) form CA 00 01 or a substitute
necessary, the policy shall be endors • to prov
2.
Commercial General Liability insuranc
$2,000,000 general aggregate
limit. Commercial General
form CG 00 01 and shall
contractors, products -co
injury, and liability a t •
insurance shall b .. d
CG250305�g'raneq
arising from e ion, Coll`
as an additional i ed u
with respect to the j
20 10 10 01 and Addit
me
a
mbined •le limit for bodily injury and
utomobile Iia ' ° y insurance shall cover all
ovee shall be written on Insurance Services
roviding equivalent liability coverage. If
ontractual liability coverage.
ess than $2,000,000 each occurrence,
$2 sib '0 proucts-completed operations aggregate
shall be as least at broad as ISO occurrence
from premises, operations, independent
stop gap liability, personal injury and advertising
er an insured contract. The Commercial General Liability
ovide a per project general aggregate limit using ISO form
dorsement. There shall be no exclusion for liability
e or underground property damage. The City shall be named
the Contractor's Commercial General Liability insurance policy
ormed for the City using ISO Additional Insured endorsement CG
Insured -Completed Operations endorsement CG 20 37 10 01 or
sur.
ity ari
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 excess of the Contractor's insurance and shall not contribute with
it.
CA Revised May 2020 Page 2 of 4
44
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. Upon request by the City, the Contractor shall furnish certified copies of all required
insurance policies, including endorsements, required in this Agreement and evidence of all
subcontractors' coverage.
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 . iness days of their receipt of such
notice.
H. Failure to Maintain Insurance. Failure on the part o
required shall constitute a material breach of contr
business days notice to the Contractor to correc
or, at its discretion, procure or renew such insu
therewith, with any sums so expended to be repa
of the City, offset against funds due the Contractor
8. Record Keeping and Reporting.
A. The Contractor shall maintain a
programmatic records which
nature expended and sery
records as may be deemed
B. These records shall be
permission to destro
40.14 and by the
9. Audits and Inspection'"''
Agreement shall be subjec
this Agreement.
or to maintain the insurance as
upon w the City may, after giving five
breach, im Gately terminate the contract
ay any and all premiums in connection
City on demand, or at the sole discretion
he City.
ords, including personnel, property, financial and
roperly reflect all direct and indirect costs of any
performance of this Agreement and other such
ty to ensure the performance of this Agreement.
for a period of seven (7) years after termination hereof unless
by the office of the archivist in accordance with RCW Chapter
ds and documents with respect to all matters covered by this
es to inspection, review or audit by law during the performance of
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty
(30) days written notice of the City's intention to terminate the same. Failure to provide products on
schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any
reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, 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 and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
13. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents
the entire and integrated Agreement between the City and the Contractor and supersedes all prior
negotiations, representations, or agreements written or oral. No amendment or modification of this
CA Revised May 2020 Page 3 of 4
45
Agreement shall be of any force or effect unless it is in writing and signed by the parties.
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which
by their sense and context are reasonably intended to survive the completion, expiration or cancellation
of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below.
16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the e;,;ent any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement t' .arties specifically understand and
agree that venue shall be properly laid in King County, Was tyn. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of s
DATED this 3rd day of December, 2024.
City signatures to be obtained by
City Clerk's Staff ONLY. **
Contractor signature to be obtained by
sponsor staff. **
CITY OF TUKWILA��„ �� CONTRACTOR:
Thomas McLeod,
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
By:
Printed Name:
Title:
Address:
CA Revised May 2020 Page 4 of 4
46
ORDERING INFORMATION
CXT® Precast Concrete Products manufactures restroom, shower and
concession buildings in multiple designs, textures and colors. The roof and
walls are fabricated with high strength precast concrete to meet all local
building codes and textured to match local architectural details. All CXT
buildings are designed to meet A.D.A. and to withstand heavy snow, high
wind and category E seismic loads. All concrete construction also makes
the buildings easy to maintain and withstand the rigors of vandalism. The
buildings are prefabricated and delivered complete and ready -to- use,
including plumbing and electrical where applicable. With thousands of
satisfied customers nationwide, CXT is the leader in prefabricated concrete
restrooms.
1. ORDERING ADDRESS(ES): CXT Precast Concrete Products, 606 N. Pines
Road, Suite 202, Spokane Valley, WA 99206
2. ORDERING PROCEDURES: Fax 509-928-8270
3. PAYMENT ADDRESS(ES):
Remitting by check:
CXT, Inc., PO Box 676208, Dallas, TX 75267-6208
Remitting by ACH or wire transfer:
Beneficiary: CXT, Inc.
Beneficiary Bank: PNC Bank, Pittsburgh, PA
Account: 1077766885 ABA/Routing: 043000096
Email remittance details to AR@Ibfoster.com
4. WARRANTY PROVISIONS: CXT provides a one (1) year warranty.
warranty is valid only when concrete is used within the specified loadin
Furthermore, said warranty includes only the related material necessa
for the construction and fabrication of said concrete c.,, Ats. Al
other non -concrete components will carry a one (1) y r aria s; . CXT
warrants that all goods sold pursuant hereto will, wh -livered nform
to specifications set forth above. Goods shall be dee
meeting specifications unless notice identifyin. e nat. .' any non-
conformity is provided to CXT in writing +eci warranty.
CXT, at its option, will repair or replace or the
customer provided CXT is first given the . �.• rtunity to ms ' t suc goods.
It is specifically understood that CXT's ob •on hereun is for credit,
repair or replacement only, F.O.B. CXT's manuf ng pl , and does not
include shipping, handling, installation or other in or consequential
costs unless otherwise agreed to in writing by CXT.
This warranty shall not apply to:
1. Any goods which have been repaired or altered without CXT's express written
consent, in such a way as in the reasonable judgment of CXT, to adversely affect the
stability or reliability thereof;
2. To any goods which have been subject to misuse, negligence, acts of
God or accidents; or
3. To any goods which have not been installed to manufacturer's
specifications and guidelines, improperly maintained, or used outside of
the specifications for which such goods were designed.
5. TERMS AND CONDITIONS OF INSTALLATION (IF APPLICABLE): All prices
subject to the "Conditions of Sale" listed on the CXT quotation form.
Customers are responsible for marking exact location building is to be
set; providing clear and level site, free of overhead and/or underground
obstructions; and providing site accessible to normal highway trucks and
sufficient area for the crane to install and other equipment to perform
the contract requirements. Customer shall provide notice in writing of
low bridges, roadway width or grade, unimproved roads or any other
possible obstacles to access. CXT reserves the right to charge the customer
for additional costs incurred for special equipment required to perform
delivery and installation. Customers will negotiate installation on a project -
by -project basis, which shall be priced as separate line items. For more
information regarding installation and truck turning radius guidelines
please see our website at http//www.cxtinc.com.
In the event delivery of the building/s ordered is/are not completed
within 30 days of the agreed to schedule through no fault of CXT, an invoice
for the full contract value (excluding shipping and installation costs) will be
submitted for payment. Delivery and installation charges will be invoiced at
the time of delivery and installation.
Should the delivery and installation costs increase due to changes in the
delivery period, this increase will be added to the price originally quoted,
and will be subject to the contract payment terms.
In the event that the delivery is delayed more than 90 days after the
agreed to schedule and through no fault of CXT, then in addition to the
remedies above a ge fee of 1-1% of contract price per month or any
part of any mon ill be charged.
esponsible for all local permits and fees.
6 DELI CHARGES' .rices F.O.B. origin prepaid and added to invoice.
CXT . ates three (3) m acturing plants in the United States and will
d ' from _ closest loca on on our carriers.
7. TERMS: All orders are cash in advance. At CXT's discretion,
credit y ` ' be given after approval of credit application. Payment to CXT by
the purc of any approved credit amount is net 30 days after submission
haser. Interest at a rate equal to the lower of (i) the highest
d by law; or (ii) 1.5% per month will be charged monthly on
unpai• invoices beginning with the 35th day (includes five (5) day grace
eriod) from the date of the invoice. Under no circumstance can retention
aken. If CXT initiates legal proceeding to collect any unpaid amount,
chaser shall be liable for all of CXT's costs, expenses and attorneys' fees
and costs of any appeal.
8. LIMITATION OF REMEDIES: In the event of any breach of any obligations
hereunder; breach of any warranty regarding the goods, or any negligent
act or omission of any party, the parties agree to submit all claims to binding
arbitration. Any settlement reached shall include all reasonable costs
including attorney fees. In no event shall CXT be subject to or liable for any
incidental or consequential damages. Without limitation on the foregoing,
in no event shall CXT be liable for damages in excess of the purchase price
of the goods herein offered.
9. DELIVERY INFORMATION: All prices F.O.B. origin prepaid and added to
invoice. CXT operates three (3) manufacturing plants in the United States
and will deliver from the closest location on our carriers. Use the information
below to determine the origin:
• F.O.B. 6701 E. Flamingo Avenue, Building 300, Nampa, ID 83687
applies to: AK, CA, HI, ID, MT, ND, NV, OR, SD, UT, WA, WY.
• F.O.B. 901 North Highway 77, Hillsboro, TX 76645 applies to AR, AZ,
CO, IA, KS, LA, MN, MO, MS, NE, NM, OK, TX.
• F.O.B. 362 Waverly Road, Williamstown, WV 26183 applies to AL, CT,
DE, FL, GA, IL, IN, KY, MA, MD, ME, MI, NC, NH, NJ, NY, OH, PA, PR, RI, SC, TN,
VA, VT, WI, WV.
• Prices exclude all federal/state/local taxes. Tax will be charged where
applicable if customer is unable to provide proof of exemption.
Rev. 0547022
DAKOTA - 11' x 26'
Dakota with chase has two multiuser fully accessible
flush restrooms. Standard features include simulated
barnwood textured walls, simulated cedar shake
textured roof, vitreous china fixtures, 4-gallon water
heater, interior and exterior lights, off loaded, and
set up at site.
itt
Base Price
Rap
VvVi
401
$ 109,566.00
Final Connection to Utilities $ 5,000.00
Optional Wall Texture- choose one 0 Split Face Block ($5,500) 0 Custom Texture ($7,000)
Reset Wal€ Texture
800.696.5766
cxtinc.com
01/4
$ 109,566.00
5,000.00
5,500.00
Optional Roof Texture Ribbed Metal
$ 5,500.00
5,500.00
Individual User Option
$ 24,500.00
24,500.00
Stainless Steel Water Closet (each)
Qty: 3
$ 1,750.00
5,250.00
Stainless Steel Lavatory (each)
Qty: 3
1,500.00
4,500.00
Stainless Steel Urinal (each)
Electric Hand Dryer (each)
Electronic Flush Valve (each)
Electronic Lavatory Faucet (each)
Electronic Urinal Valve (each)
Qt
1,500.00
700.00
1,500.00
1,500.00
1,500.00
0.00
2,100.00
0.00
0.00
0.00
Paper Towel Dispenser (each)
y: 2
$ 350.00
0.00
Toilet Seat Cover Dispenser (each)
Sanitary Napkin Disposal Receptacle (each)
Baby Changing Table (each)
Skylight in Restroom (each)
Marine Grade Skylight in Restroom (each)
Marine Package (excluding fiberglass doors and fro
Exterior Mounted ADA Drinking Fountain , .ne -ach)
2K Anti -Graffiti Coating
Optional Door Closure (each)
Fiberglass Entry and Chase Doors an
Timed Electric Lock System (2 doors- doe
Exterior Frostproof Hose Bib with Box (each)
de chase door) (each)
Qty: 3
: 2
y: 2
Qty: 2
QtY: 2
Qty:
Qty: 2
Qty: 4
Qty: 3
Qty: 1
$ 350.00
$ 100.00
$ 750.00
1,600.00
2,450.00
$ 2,350.00
$ 5,600.00
$ 4,000.00
$ 700.00
$ 3,300.00
$ 1,350.00
$ 1,200.00
0.00
0.00
0.00
0.00
0.00
0.00
5,600.00
0.00
0.00
0.00
4,050.00
0.00
Total for Added Cost Options:
62,000.00
Custom Options: Extra Crane 8 HR Min $5,000, Drinking fountain w/ bottle filler
$ 5,000.00
Engineering and State Fees:
Estimated One -Way Transportation Costs to Site (quote):
Estimated monthly payment on 5 year lease $4,448.11
This price quote is good for 60 days from date below,
and is accurate and complete.
Todd
Weger
Digitally signed by
Todd Weger
Date: 2024.08.23
12:23:38-07'00'
Estimated Tax:
Total Cost per Unit Placed at Job Site:
8,200.00
I accept this quote. Please process this order.
Company Name
CXT Sales Representative
48
Date
Company Representative
Date
OPTIONS
Exterior Color(s) (For single color mark an X. For two-tone combinations use W = Walls and R = Roof.)
Amber Rose
Charcoal Grey
Golden Beige
Liberty Tan
Nuss Brown
Rich Earth
Sand Beige
Special roof color #
Special wall color #
Special trim color #
Rock Color
Basalt
Roof Texture
Berry Mauve
Coca Milk
Granite Rock
Malibu Taupe
Oatmeal Buff
Rosewood
Sun Bronze
Mountain Blend
Cedar Shake Ribbed Metal
Wall Texture(s) (For single color mark an
Barnwood
Split Face Block
Stucco/Skip Trowel
a
Buckskin
Evergreen
Hunter Green
Mocha Caramel
Pueblo Gold
Sage Green
Toasted Almond
Cappuccino Cream
Georgia Brick
Java Brown
Natural Honey
Raven Black
Salsa Red
Western Wheat
atural Grey Romano
tom textures use T = Top and B = Bottom.)
....“ .
tinfl&uSed tekt-,„
Napa Valley Rock
Flagstone
(Te c uded in CXT's quote are additional cost.)
Door Opener
Non -locking ADA Handle
Deadbolt
Accessible Signage
Men Women Unisex
Privacy ADA Latch
Toilet Paper Holder
2-Roll Stainless Steel 3-Roll Stainless Steel
Notes:
River Rock
Pull Handle/Push Plate
cxtinc.com
800.696.5766
CICIIr9°
nc. an L.B. Foster Company
Quote: BH/9/6/2024/Firstchoice
Job Name: Tukwila WA Denali 2 Section
Scope:
• Construct 6" gravel -based foundation to CXT spec for CXT Flush building.
• Includes plumbing and electrical utilities in gravel pad to CXT spec.
• Elevation benchmark must be marked on site prior to construction.
• Gravel based foundation constructed on current natural grade.
• Does not include any subgrade preparation.
• Includes utilities run out to 5' from pad.
• Utilities schedule 40 PVC for sewer and copper for water to CXT spec.
• Full install must be ordered.
• Does not include connecting main utilities to pad utilities.
• Includes 1 mobilization and demobilization.
• Change orders must be approved with 24 hours if necessa
• Owner must have site ready prior to construction.
• CXT not responsible for incidental damage to surroun• and
Notes:
• Price does not include the following cust
• Owner responsible for survey.
• Owner responsible for geotech rvice
• Owner responsible for all lo for; ildin
• Owner responsible for al
• Does not include any reta
• Does not include an archeological occurrence.
• Main utilities to b s g be ed and clearly identified.
• Main utilities meet CX+eci tions for CXT Flush building.
• Change orders t be appr• `:`-d within 24 business hours.
Total $30,650.00
$3,126.30
$33,776.30
3808 N. Sullivan Road, Building #7
Spokane, WA 99216
Phone: 509.921.8766 • Fax: 509.928.8270
Toll Free: 800.663.5789
Email: info@cxtinc.com • www.cxtinc.com
50
51
52
0
FLOOR PLAN
w0
Ld
LLJ
l
--_
I
ro
1` i
Z
V)QV
o -
0 1
-
r--..Fa... "14--1
I �11- y. I
6 a_
O >- a
NS
�, �_--
I
7
I
RD-
J
A
o
PO
1
1
LrJv�
LA
ao
0,
I I
4L
111(00,
v'
o
1
i--J
1
aNS.
-
f
J
• NS
'}
111111 I
0
c�
'“n
a
L_ -
ABY CHANGING TABLE
(TYP 4 PLCS)-
5"
FLEI
0-
z
0
L_
10
53
a)
0
a
FLOOR PLAN
O
NM
z0
J
P=a
r-
N>a
oar
00v
U
oz
o0
00
0u
O z
00
0
0
0
0 r_
0 O
0 O
0 r�
00
0 0
C 0
0n
0 0
co 0
00
00
0
0 it
00
o O
00
0
0
0
w0
0 J
= Q
X
w
co
O
0 Q w
0] m
0 w
0 J
0
o
m �
0
-/+„0-,Z
no
0
0 0
O 0
o▪ 0
_0
0 H GC
Z 0 U
Z V)
Z
® Z 0
= 0 <
S �
Q Q
U Z
Z
O
0
4
z/1
0
m
on
rrx
t
00
a
0
r-
0)
0
0
0
Z
O
0
0
0
REAR ELEVATION
54
EXTERIOR HOSE BIB
ow'
FLOOR PLAN
C
tO
RH SIDE ELEVATION
— / + „ o z
NG
X
ELEVATION
0,
— / + „ o —
55
I /
56
SIDE WALL
z
0
uJ
cc
0
1—
z
0,
—1
0
0
z
0
u
0
uJ
0
RIBBED METAL ROOF TEXTURE
ij
b
ON - SIDE WA
uJ
0
0
FLOOR PLAN
fl
Parks & Recreation Department- Pete Mayer, Director
Thomas McLeod, Mayor
INFORMATIONAL MEMORANDUM
TO: Community Services & Safety Committee
FROM: David Rosen, Parks & Recreation Fiscal Analyst
DATE: November 25, 2024
SUBJECT: Contract Amendment:
King County Veterans, Seniors, & Human Services Levy (VSHSL)
ISSUE
The King County Department of Community and Human Services (DCHS) has approached the Tukwila
Parks & Recreation Department offering an amendment to its existing VSHSL contract (King County
Agreement No. 6437158 / City of Tukwila Contract 24-134). This amendment has been offered in an
amount that requires the City Council to authorize Mayor McLeod to sign and execute said agreement.
BACKGROUND
The VSHSL is a voter approved six -year property tax levy that envisions senior centers in King County
as inclusive central hubs where diverse groups of older adults can form community bonds and access a
variety of senior programming and services.
Earlier this year, when the Parks & Recreation Department applied for VSHSL foundational funding for
programmatic support, it also applied for $250,000 in supplemental funding to support the Tukwila
Community Center's HVAC Replacement Project. At the time, the city was awarded $229,500 in
foundational funding and $0 in supplemental funding. Since then, the County has made city staff aware
it has unspent supplemental funds that could be made available to the HVAC Replacement Project.
DISCUSSION
The Tukwila Community Center HVAC Replacement Project is currently in Phase 1, which includes a
replacement of its boiler and controls system. This project phase totals $1,735,419 with $485,609 of
this cost coming from city funds such as the Land Acquisition, Recreation, and Park Development Fund
(301). King County has confirmed the amount they will provide via this amendment to be $80,139; this
will reduce the city contribution to the project to about 23% with the remaining funding coming from
state and county grants and appropriations.
FINANCIAL IMPACT
This funding would be offered as a reimbursement grant; therefore, acceptance of this amendment
does not create any net inflows and/or outflows of any City of Tukwila fund.
RECOMMENDATION
City staff recommend the committee forward this item to the December 16th City Council Regular
Meeting Agenda for approval.
ATTACHMENTS
A --- Proposed King County Contract 6437158 Amendment No. 1
B --- King County Contract No. 6437158 (City of Tukwila Contract 24-134) Cover Page & Overview
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov
57
58
Docusign Envelope ID: A820FBCB-B773-4341-AA39-ED460EC25511
King County
DCHS /
Department of Community and Human Services
Adult Services Division
CONTRACT AMENDMENT
Adult Services Division
Contract No. 6437158
Project/Program SE 1 Support Senior Centers - Amendment Start
Name
Amendment 1 Date
Amendment No. to 1 Amendment No. to
Contract SOW
Contractor City of Tukwila
Address 12424 42nd Ave S, Tukwila, WA
98168, United States
PURPOSE OF AMENDMENT
The purpose of this amendment is to:
1) Add $80,139 Veterans Seniors, and Human Services Levy Fund — Seniors for SE 1 Support
Senior Centers, for the period of July 1, 2024 — December 31, 2024. Changes in funding are
detailed in Section A below. As a result of this amendment, the new total contract amount is
$309,639.
2) Amend the Statement of Work by adding a new Program Activity.
3) Amend the Statement of Work by adding a new Milestone.
4) Amend the Statement of Work by changing the 2024 monthly payment due on December 13,
2024.
A. ADDITIONAL OR CHANGED FUNDING ITEMS
Funding Period
Fund Source
Fund Type
Funding Allocation
07/01/2024 - 12/31/2024
Veterans, Seniors
and Human Services
Levy
County
$80,139.00
TOTAL CHANGE
$80,139.00
City of Tukwila
Page 1 of 3
Contract — 6437158
Amendment # 1 59
Docusign Envelope ID: A820FBCB-B773-4341-AA39-ED460EC25511
B. CHANGES TO STANDARD TERMS AND CONDITIONS
None.
C. CHANGES TO STATEMENT OF WORK
1. Section IV SCOPE OF WORK Subsection B. Program Activities is amended as follows:
Add a new Activity, 10.:
10. The Contractor shall spend no more than $80,139 in funds awarded in 2024 to
improve energy efficiency at the City of Tukwila Senior Center. Improvements shall
include purchase and installation of a new HVAC system in the Senior Center building.
If funds remain after the above is completed, additional purchases or repair work to
increase energy efficiency, safety or accessibility of the Senior Center may be made
with the written permission of King County.
2. Section IV SCOPE OF WORK Subsection C. Milestones is amended as follows:
Add new 2025 Milestones, 3., 4.:
3. By March 31, 2025, the Contractor must provide King County with documentation,
which includes invoices and receipts, detailing expenses incurred for both purchases
and labor charges associated with "Program Activity 10."
4. If the funds allocated for Activity 10 are not fully expended by the initial deadline, the
Contractor must submit a plan by March 31, 2025, outlining how it will fully use the
remaining funds. Once the funds are fully expended, the Contractor must submit
documentation to King County showing the completion of the spending.
3. Section VII COMPENSATION AND METHOD OF PAYMENT Subsection A. Payment to the
Contractor is amended as follows:
Increase the VSHSL Seniors monthly payment due on December 13, 2024 by $80,139 for
a new monthly payment total of $87,639.
All other terms and conditions of this Contract and the attached Statement of Work remain unchanged
and in full force and effect. All capitalized terms not otherwise defined in this amendment have the
meaning ascribed to them in the Contract or Statement of Work.
City of Tukwila
60
Page 2 of 3 Contract — 6437158
Amendment # 1
Docusign Envelope ID: A820FBCB-B773-4341-AA39-ED460EC25511
IN WITNESS HEREOF, the parties hereto have caused this amendment to be executed and take
effect on the date of the last signature.
KING COUNTY CITY OF TUKWILA
,-Signed by:
6$.FE007D9C5F4B2...
FOR King County Executive
12/2/2024
Date
Signature
Thomas McLeod
NAME (Please type or print)
Date
City of Tukwila Page 3 of 3
Contract — 6437158
Amendment # 1 61
62
Docusign Envelope ID: 518060C9-7196-403F-AE21-7073C1A149FE
24-134
Council Approval 7/15/24
KING COUNTY DEPARTMENT OF COMMUNITY AND HUMAN SERVICES CONTRACT
Contractor
Contract Title
Contract Amount
Contract Effective Date
Service Period From
UEI No. (if applicable)
CITY OF TUKWILA
SE 1 Support Senior Centers
$229,500
Date of last signature
07/01/2024 To 12/31/2026
UEQNMC26C8T3 Tax ID 916001519
THIS CONTRACT No. 6437158 is entered into by KING COUNTY (the "County"), and City of Tukwila
(the "Contractor") whose address is 6200 Southcenter Blvd, Tukwila, WA, 98188
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.
City of Tukwila
Page 1 of 22 Contract — 6437158 Standard Ts & Cs
63
Docusign Envelope ID: 518060C9-7196-403F-AE21-7073C1A149FE
STATEMENT OF WORK (SOW)
CITY OF TUKWILA
SE 1 SUPPORT SENIOR CENTERS
SERVICE PERIOD: 07/01/2024 —12/31/2026
I. OVERVIEW
The Contractor shall provide oversight, coordination, and implementation of the City of Tukwila
Community Center described further below. The total amount of reimbursement pursuant to this
Contract shall not exceed $229,500.00 for the SERVICE PERIOD noted above as shown in the
funding table below.
Funding for investment in this program is provided by the Veterans, Seniors, and Human Services
Levy managed by the Adult Services Division (ASD) of King County's Department of Community
and Human Services (DCHS), which has the responsibility for monitoring and achieving the overall
outcomes. Ongoing funding for the full services period 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 this
SOW.
VSHSL Strategy # and Name
Funding Period
Fund Source
Funding
Allocation
Social Engagement
SE 1: Support Senior Centers
7/1/2024 — 12/31/2024
VSHSL Fund - Seniors
$45,000
1/1/2025 — 12/31/2025
VSHSL Fund - Seniors
$90,000
1/1/2026 — 12/31/2026
VSHSL Fund - Seniors
$94,500
TOTAL BUDGET
$229,500
II. DEFINITIONS
Below are common terms used throughout this SOW and their definitions.
A. Deliverable means the work product and other output of the services and PROGRAM
ACTIVITIES required to be delivered by the Contractor as part of the performance of this
Contract, as specified in the relevant section below.
B. Milestone means a scheduled event signifying the provision of a DELIVERABLE or a set
of related DELIVERABLES, occurrence of an event, or completion of a task, activity, or
service by the identified date as specified in the relevant section below.
City of Tukwila
64
Page 1 of 19 Contract — 6437158 SOW
City of Tukwila
Thomas McLeod, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor McLeod
CC: Brandon Miles, Strategic Initiatives and Government Relations Director
FROM: Stacy Hansen, Human Services Program Coordinator
DATE: November 27, 2024
SUBJECT: Human Services update 2025/26
The Tukwila Human Service Advisory Board (HSAB) has completed their RFP review process for the 2025/26 budget
cycle. Advisory Board members represent a range of expertise in social services, knowledge of community needs and
the desire to fund programs that contribute to our mission to provide exceptional services that support a safe,
inclusive, and healthy community.
Our application funding process and quarterly invoicing is an ILA partnership with the Human Services Funding
Collaborative (HSFC) between 17 south, north, and east King County cities with an online platform called Sharel. All
non -profits who wish to compete for HS funding from any cities in the HSFC must utilize this one -stop application and
invoicing program (attachment A).
The Human Services Advisory Board and staff reviewed 65 complete applications requesting over $1.2M in funding.
Board members spent 92 hours collectively reading, rating, and reviewing applications. In addition, we met six times
(17 hours for each board member) from May through July to discuss each application. The team reviewed content,
service accessibility, inclusion, fiscal soundness, duplication, cost efficiencies and each program's history/ability to
engage with the Tukwila community. The team thoroughly discussed the merits of each application and how
programs met the needs of our most vulnerable residents. These robust discussions led to the recommended funding
of 37 programs (attachment B &C). 34 of these are over -achieving, high -performing, previously funded programs;
three programs are new to Tukwila funding.
Funding recommendations were made based on the same budget we've been using since 2019, $433,000, which
includes $420,562 in non-profit contracts, $6,438 for Tukwila water/sewer residents and $6,000 held in the HS
contingency fund.
Asylum Seeker Humanitarian Crisis and non -profits: Several funded agencies have reported significant impacts since
early-2023 by the on -going humanitarian crisis. Shelters are staying fuller longer since asylum seekers are unable to
secure employment without their work permit, which takes approximately 6 months to obtain; their ability to move
out of shelter and into transitional/permanent housing takes longer than the typical 30-60-day shelter stay. Our
refugee serving agencies have seen significant increase in need for ESL classes, asylee specific legal services, medical
services, case management and training programs. Food insecurity has also had a significant impact on the local food
pantry and the backpack snack program, which provides weekend meals for school -aged children enrolled in the TSD
McKinney Vento homeless program. All these agencies would benefit from additional funding as their caseloads
have increased significantly.
Lack of shelter space throughout KC remains high. It is taking at least a month to gain access to shelter. Those
unsheltered are remaining so for longer time periods due to the lack of available bed space.
65
66
ttachmnertA
Final decisions are made aa
are notified. Contracts are
a)
6
4E) 1) +E'
I>2 a) c, co o
o ▪ '-
,
._ o • o 45
.5 cs) _c .(7)
-0 -0 .TD---
W 0 (f) Tti - co • (..) • E
z •
. 6 L 0° CO 2 La
0_
cp cui -0 CO
CZ CI C
ma) *5 o co if)
>
c 2 01 0
co -.L.) .fc
, w
ELco o_ (13 coo
D o saw
i co co L
(i)
a)
0
-C3 2
co
0 a) 2 .0
03 ▪ • — 0_
7:1
= o • <
• (1) • 2 cp
-
cc)
- c
=
<Tr o
0
a)
0▪ )
E
0
0
a)
(▪ 1- )
E
a)
considered fo
c c
. — CD s_
(r) (_,1 0
C (!) —
CD 4.... 0) cr,
C a_ c 0 0
O CO *E 0 cri
0
= ,—( ) 0 • -a c) °
(a 'C a)
a. ,... '41,-
co < c o al
c..) a) , 0
• — c). . ._
CT
a 0
0. 0)• ('D CU
< $._ 4..u)m
=
S.- .47,-
0-
_C CO V) a)
co 7/5
c
O (1) 0
67
Attachment B
Funding Priorities
Wellness $125,785
Housing $146,450
Support for independence $92,090
Food Security $56,237
Contingency $6,000
City Water/Sewer $6,438
$433,000
Support for
independence
$92,tt90
21%
HS 2025-2026 FUNDING PRIORITIES
Food Security
$56,237
3%
Housing
$146,450
34%
68
Attachment
` ` ,TUKWILA HUMAN SERVICES
�
, .
�2025-26 Funded Agencies/Programs
WELLNESS
1 After -School All -Stars Academies ~ Tutoring &MVntodng &10,000
2 Chi|dren'sHPme Society (formerly Chi|dh8v8n\'Outpatient Mental Health $35000
u Chldren'sThgrapyCenter- Neurodevelopmental Support Services Birth tDAge 3 $7,5¢0
4 Consejo ' Counseling &Referra $5,000
a Crisis Connections Crisis Line ' Mental Health Crisis Calls $3,408
8 Crisis Clinic Teen Link ' Peer Support for Mental Health, Suicide Prevention $3,000
7 DAWN -Community Advocacy for DVSurvivors $4,000
u Health Point ' Dental Care $7,500
9 Health Point ~ Medical Care $7.500
xV Institute for Family Devd-PACT In -Home Counseling $20,900
xi King County Sexual Assault Resource Center - Medical, Legal, Advocacy $8'977
zu YVVCA-Chi|dnun'oGender Based Vio|onoo-PmgnomforKidawhnVYitnoaoDV &7.000
13 YWCA -Gender Based Violence Services -OVSupport Services for Adults $7,000
2026'2V
' AMOUNTS
Total $125,785
HOUSING
14 African Community Housing & Development 'Holistic Housing & Advocacy $17,50
15 Catholic Comm Service ' Rent and & Utility Assistance $25,000
16 Hospitality House -Shelter ' Shelter for Single Women $10000
17 KCBar Foundation ' Pro Bono Legal Assistance & Housing Justice Project $5,000
18 K8an/mPlace ' Eviction Prevention Funds a10,000
19 Multi Service Center ' EARNS Rent & Utility Assistance $42.080
20 Multi Service Center ' Family Shelter $5,450
21 Renton Ecumenical ' Center ofHOPE Shelter (women & women w/ohi|dran) $18.000
uu VVmyBmoh|nn-Tnanaibona|Mouaing $12,500
23 YWCA Anita Vista (Confidential DVShelter) $9.000
Total $146480
FOOD SECURITY
24 Sound Generations ' Meals onWheels ' meals for home bound seniors $12337
25 Still Waters $4,000
26 Tukwila Pantry - Food Bank $40,000
SUPPORT FOR INDEPENDENCE
27 Aerospace JointAppomnhosh/p-Advanced Manufacturing T4n�ng
uu Bridge Ministries -Medical Equipment
us Crisis Connections 2'1'1
uo LCSNVV'Angle Lake Family Resource Center
31 NVVEdUcationAooess-Co@oge Readiness
32 QneAmmrioo'ESL
33 Partner inEmployment ' Employment &Training
34 PSTC ' Employment &Training
35 ReVVA'Basic Needs
36 SVDP'Centro Rendu
37 Sound Generations ' Volunteer Transportation
Total $56,237
$3'D@0
$3,000 $9,000 $2,000
_._-
D2U.OU0
$10,000
$31,500
$3,000
$3.030
Non-profit allocation 2025-26 $420,562
Contingency fund2025-26 $6,000
Total Human Services allocation $433,000
green = newty funded
69
70