HomeMy WebLinkAbout25-201 - Contract - Access to Our Communities (ATOC) - Damage Repair: Econo Lodge MotelCity of Tukwila
• 6200 Southcenter Boulevard, Tukwila WA98188
CONTRACT FOR SERVICES
Contract Number: 25-201
Council Approval: N/A
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 Access to our Communities, hereinafter referred
to as "the Contractor," whose principal office is located at 3748 S 141 st; Tukwila, WA 98168.
WHEREAS, Contractor is a Washington state nonprofit corporation who provides shelter to asylum
seekers in the City of Tukwila;
WHEREAS, Contractor has provided temporary housing for asylum seekers at the Econo Lodge Motel
located at 13910 Tukwila International Boulevard, Tukwila, WA 98168;
WHEREAS, in the course of providing said shelter at the Econo Lodge Motel in Tukwila, significant
damage has occurred to the motel incidental to its use as shelter;
WHEREAS, the City desires to provide funds to the Contractor to help off -set the cost of repairing
damage to the Econo Lodge Motel, pursuant to the terms and conditions outlined below; now therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto
agree as follows:
1. Compensation for Services. The City shall pay the Contractor thirty thousand fifty U.S. Dollars ($30,050)
no later than June 30, 2025. Said money shall be used by the Contractor for the sole purpose of payment
to Legacy Cedar Park, LLC the owner of the Econo Lodge Motel for damages described in Section 2 of this
Agreement.
2. Services to be Performed by Contractor. The Contractor shall pay the Contractor for alleged damage
caused by asylum seekers using rooms at the Econo Lodge Motel located at 13910 Tukwila International
Boulevard, Tukwila, WA 98168, thirty thousand fifty U.S. Dollars ($30,050) for the following repair .work on
the Motel:
• Deep cleaning and removal of unsanitary debris and materials left by occupants ($12,000);
• Replacement of broken windows and damaged interior mirrors ($10,250); and
• Repair and repainting of walls/trim damaged by occupants ($7,800).
Repair work does not need to be completed before expiration of this Agreement.
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.
3. No Admission of Wrongdoing and Release of Claims. Neither this Agreement nor the furnishing of the
consideration for this Agreement shall be deemed or construed as an admission of liability or wrongdoing
on the part of the City or the Contractor, nor shall they be admissible as evidence in any proceeding other
than for the enforcement of this Agreement. The parties agree that the City did not cause, nor is otherwise
responsible, for any damage to the Motel. Consequently, the City has no liabilities for any alleged damages
to the Motel, and the parties agree the City has no further responsibilities to provide payments for past
damage to the Motel.
4. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
ATOC Agreement Page 1 of 4
5. Duration of Aareement. This Agreement shall be in full force and effect for a period backdated to June 16,
2025 and ending June 30, 2025, unless sooner terminated under the provisions hereinafter specified.
6. 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.
7. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees
and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees,
arising out of or in connection with the performance of this Agreement, except for injuries and damages
caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then,
in the event of liability for damages arising out of bodily injury to persons or damages to property caused
by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials,
employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's
negligence. It is further specifically and expressly understood that the indemnification provided herein
constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions
of this section shall survive the expiration or termination of this Agreement.
8. 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.
• 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.
ATOC Agreement Page 2 of 4
City Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than
the minimums shown above, the City shall be insured forthe 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 City evidences limits of liability lower than those maintained by the
Contractor.
• 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.
• Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of
not less than A: VII.
• 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.
• 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 City 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.
• 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.
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.
C . .--. 1• ..1. I : 0. �.
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.
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.
10. 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.
11. 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.
12. 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
ATOC Agreement Page 3 of 4
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.
13. 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.
14. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents the
entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations,
representations, or agreements written or oral. No amendment or modification of this Agreement shall be of
any force or effect unless it is in writing and signed by the parties.
15. 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.
16. 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.
17. 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 27th day of June, 2025.
CITY OF TUKWILA
CONTRACTOR
igned by:
BM F�V-u's- AJIdt" d
�19
Thomas c eod, Mayor Printed N me: MOhannnned Janna
Title: Executive Director
Address: 3748 South 141st Street
Tukwila, WA 98168
ATTEST/AUTHENTICATED
Signed by:
Jenni er arih I, Deputy City Clerk
APPROVED AS TO FORM
° Signed by:
�a.�i,
Office o e i y Attorney
ATOC Agreement Page 4 of 4