HomeMy WebLinkAbout2026-02-26 - Request for Proposals - Professional Engineering Services - Future Sewer Lift Station #13Addendum i
Future Sewer Lift Station 13
Project No. 99740205
[XtyVfTukwila, Washington
2- Please confirm the desired limits for LS13work (lift station site, access, discharge
connection point, and any appurtenances) and whether any upstream gravity sewer
modifications are anticipated.
The potential site iSGnunopened ROW, and there may U9existing obstructions Ur
unanticipated expansion of public fencing or property. The sewer coming in will need to be
modified to fit the connection point. The discharge will have more freedom as we do not
currently have a force main and have a few options we can consider moving forward.
2. Will the City obtain required easements/rights of entry, if necessary, or is the consultant
expected to support acquisition (exhibits, legal descriptions, negotiation support)?
The consultant iSexpected tUsupport ineasement acquisition GSneeded.
3. Is an access road required as part of this scope? If yes, what functional requirements
(maintenance vehicle type, winter access, gates/bollards, trail -user separation)?
Yes, our crew will need to access the new station with their vehicles. The vac -truck is likely
the biggest piece of equipment and we can provide specs of the vehicle during the design
phase so it can turn around and have access to the pumps as needed by O&M. Other items
like bollards and trail separation will highly depend on the design, and if a fence/gate is
needed and what could those look like.
4. How many alternatives does the City expect Gtminimum (8.g..2-3) and should alternatives
include site location variants, Oronly station typ8/COnf igun3tiOn?
| feasibility Ufthe site will U9needed tUU9completed first tUensure the site can
accommodate a lift station and its needed access. Although we are open to alternative sites,
the intended alternatives vv9would like tUsee iSabout 2'3and all Gtthe same site.
5. Please provide (or confirm where inCity standards) the design average/peak flows, L/|
assumptions, service area, and required firm capacity criteria.
These numbers will change depending on what is impacted downstream and what we choose
to pick up. Currently, everything we plan to pick up flows south to station 12 (Key Bank) and
station 2 (Hayek Furniture). That is G question that we will n99U to explore further during the
design phase.
6. Confirm target discharge HGL, force main tie-in pressure requirements, if available.
Currently, that information is not readily available for the RFQ phase.
1
T. The RFP notes 8 preference for Rugid SCADACUmp8tiUi|ity. Can the City provide the current
Rugi0SCADAintegration standards, preferred PLC/RTU hGr0vvGv8. COmmS requirements
(rG0io/C8||u|Gr/fiU8r).and CyU8nS8Curityrequirements?
Our standards for Rugid are currently based on O&M preference and the City does not have
set standards, but most of our other stations run that same technology. It seems it simple,
but h8nU|SS all of our needs. We've tried newer technologies for SCADA and it was not
received well inthe past.
8. Has power availability Gtthe proposed site been confirmed?
Power availability, especially specific voltage needed, has not been confirmed, but all
properties and signals abutting the potential future site have electrical access.
S. Is the renewable analysis meant to be a desktop feasibility memo or does the City expect
preliminary electrical/siting design and cost estimate suitable for implementation?
We vvUuN like to S99 r9G| vvUdU 9xGmp|9S that CUuN set the station apart from traditional
designs. It can look at a unique design that doesn't make it seem like a lift station from the
outside. It can look Gtalternative fuel/energy SOurC9S, different interior equipment, 9tC— It
can address one or more items, and it is not meant as simply a desktop exercise.
1O.What iSthe expected level Ofoutreach (number Ofmeetings, materials, languages,
business/resident focus, after-hours r8quir8m8ntS)?
Minimum outreach is 9xp9Ct9U to include Uivv99k|y meetings with King County/Street
department, as well as two in person meetings during the design phase with the public
during the evening, and other meetings with the City (can be virtual) to CUm9 up with
outreach product(s) for distribution at the end of the design phase but prior to construction.
11. Will the City lead public outreach with consultant support, or is the consultant expected to
plan and facilitate outreach end -to -end?
The outreach process is expected to be a partnership between the City and the consultant,
but the consultant will U9contributing Gsignificant amount tUthe effort.
12.Confirm required submittals (8.g.. |FB)and expected review durations/turnaround
times.
Anticipated milestones including 3O%,8O%,SO%,1OO96,and depending Unhow the 1OO96iS
received, there may be a separate milestone for a bid ready submittal. Anticipated City
turnaround for a lift station project should be assume to be 3 weeks as reviews include a
larger number Ufstakeholders than G typical earthworks pipeline capital project.
13. Please confirm expected bid -phase support (RFIs, addenda drafting, pre -bid meeting
attendance, bid tabulation, recommendation m8mO).
RFIs, addenda drafting, submittal review, and other related activities. Attending a pre -bid
meeting if the City decides to have one, although we typically do not have a pre bid meeting.
Bid Tabs will be handled internally by the city, and so well the recommendation to award. The
consultant will also not be expected to attend the council meeting when the project is
GvvGrU9U.
14. What is the City's target advertisement month (IFB issuance) to support 2027 construction?
2
The UGt9 CUuN change due to CUUnjinGtiUn with KC and the Street Department, but our goal
is to conclude construction by the end of 2028. That construction schedule can be used to
determine the feasibility Ufthe design schedule GSneeded.
15.Any known contamination at/near the proposed site (Phase L/||n880S)?
VV9are not aware Ufany contaminants GtUrnear the proposed site.
16. Do you anticipate needing odor control for the lift station?
Yea we do anticipate needing odor control, as businesses and residents work and recreate
in the area. Some measures can be incorporated into the sustainability category as well if
they are groundbreaking orunique.
17. Is the preference for a building structure at grade or entirely below ground (similar to LS 12)?
Lift station 12 is an older design, but one that the O&M crew prefer. Although we are open to
any design, our preference is a station fully below grade that could bring the whole area
together and make it welcoming.
18. Are the Lift Station 13 and South Center Blvd utilities projects intended to be constructed
under one contract and bid process?
Although we are open to constructing them under one contract, our preference is to bid and
build them separately, asides from the coordination of the consultants and contractors. We
doplan tohire asingle CMteam during the construction phase however.
19. Some sewer modeling may be required to assess the impact of shifting basin 4 flows to
basin 2/18. What sewer modeling software does the City prefer to use? What program(s)
have been used inthe past?
VVedonot have sewer modeling inhouae but CaroUohave helped uawith modeling for our
Comp Plan, which will beadopted inthe coming months. They will need tobeconsulted
regarding specific software and methods. The City can coordinate meetings as needed.
20. Please confirm that all permitting will be issued or managed by the City, and that the City
will be the agent for any state -level permitting (i.e. SEPA)
ROW permitting will not beneeded as it's aPublic Works permit for aPublic Works project. All
other permits deemed necessary will need the consultant to take the lead and the City will assist.
Approval is done by a different department that we don't have much of a say over. Even though it
is not anticipated, if a WSDOT permit is needed, the consultant is expected to take the lead.
22-Could you please provide more context about the reference inthe RFPtOGconstruction
moratorium during June 2O28and the first two weeks OfJuly 2O28.Also, does this include
any field activities such GSpotholing and land surveying? Our schedule indicates that
construction Ofthe lift station will occur in2O2T. Please advise.
During to the FIFA World Cup, several jurisdictions surrounding Seattle have issued some
form of construction restriction. The memorandum is intended to keep any construction and
3
construction -related activity our of the roadway and travel path. The potential site is
unopened ROW out of the way, so surveying and feasibility done during that time period will
likely U9Uk,but during that time period, each field activity will U9UnGcase-by-case scenario
and will need approval from the project manager prior tUproceeding.
22.Will the feasibility only depend Onthe location within the same site/type Ofstation, OriSthe
City open tOother locations?
The City is open to other sites, especially if it reduces cost and complexity. The goal of
eliminating the sewer line under 405 would still need to be accomplished, and coordination
with the other design team regarding the SOuthC9nt9rBlvd project will still need tUoccur.
4
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
REQUEST FOR PROPOSALS
Professional Engineering and Related Services
Future Sewer Lift Station 13
Project No. 99740205
City of Tukwila, Washington
1
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
RFP Summary
1. Proposal due date and time: Thursday, February 26, 2026 at 5:00 PM Pacific
2. Submission method: Electronic copy only. One searchable PDF sent by email to
Adib.Altallal@TukwilaWA.gov
3. Point of contact: Adib Altallal, Utilities Engineer
4. Optional pre -proposal Teams meeting: Wednesday, February 11, 2026 from 9:00 AM
to 10:30 AM Pacific
5. Maximum proposal length: 25 pages maximum, not including resumes
6. Interviews: The City may conduct interviews if needed
7. Schedule objective: Advance to bid ready design and support procurement so
construction can occur in 2027 or earlier
8. Scope note: This solicitation is for professional services through design and bid
support only. Construction management and construction inspection services are
not included.
2
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
1. Introduction
The City of Tukwila (City) is requesting proposals from qualified consulting firms to provide
professional engineering and related services for the Future Sewer Lift Station 13 project
(Project No. 99740205). The selected consultant will support the City through feasibility
and alternatives development, design, permitting support, and bid support for a new sewer
lift station and associated force main and appurtenances.
This solicitation is for professional services through design and bid support only.
Construction management and construction inspection services are not included.
The City intends to select the most qualified firm and then negotiate a fair and reasonable
price, consistent with Chapter 39.80 RCW.
2. Project Background and Planning Concept
The City is planning a new sewer lift station and force main improvements in the
Southcenter Blvd corridor area.
The City's current planning concept includes locating a new sewer lift station on the north
side of Southcenter Blvd between 66th Ave S and 65th Ave S, within or adjacent to
unopened right of way.
The associated force main will likely attempt to use the corridor of an existing water main
intended to be replaced. The current planning concept alignment generally follows the
Green River Trail corridor from Southcenter Blvd to Interurban Ave S.
Utility improvements along Southcenter Blvd from Macadam Rd S to Interurban Ave S will
be delivered at the same time but by a different consultant. Coordination during design and
construction phase planning will be essential to the success of both projects.
Additional coordination may be required with the City Street Department and King County
Parks and their consultant due to planned work along this corridor, including Green River
Trail extension and roadway changes. While this work is not the primary focus of this
project, coordination is still essential.
Maps and markups provided by the City are conceptual and were not prepared using survey
or engineering grade methods. Potholing and additional engineering evaluation will be
required to confirm feasibility and final design. Complex permitting challenges are not
anticipated.
3
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
3. City Preferences and Design Basis Items
The City has the following preferences. They are provided to inform the consultant's
approach after selection. Proposers are not expected to complete feasibility or alternatives
analysis in the proposal. The selected consultant will evaluate these preferences during
the feasibility and alternatives phase and incorporate them into the recommended
alternative unless the analysis supports another approach.
1. SCADA and controls: Preference is compatibility with Rugid SCADA, consistent with
other City lift stations.
2. Station configuration: Preference is a dry pit lift station similar to Lift Station 12,
unless the alternatives analysis demonstrates another configuration provides
greater value.
3. Backup power: Ageneratorwill be required.
4. Renewable feasibility: The project shall evaluate feasibility of solar or other
renewable options and develop a net benefit cost matrix comparing options. The
matrix should consider capital cost, lifecycle cost, operations and maintenance
impacts, resiliency, and overall net benefit to the City.
4. Project Schedule Objectives and Constraints
The City's objective is to advance the project to bid ready design and support procurement
so construction can occur in 2027 or earlier. Proposers shall propose a realistic schedule
that supports this objective and identifies key decision points required from the City.
A construction moratorium is anticipated during June 2026 and the first two weeks of July
2026 due to major regional events. Proposers should describe how schedule risks will be
managed to account for this constraint, as applicable.
4
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
5. Optional Pre -Proposal Teams Meeting
A Teams meeting is scheduled for Wednesday, February 11, 2026 from 9:00 AM to 10:30 AM
Pacific. Attendance is optional.
Meeting ID: 265 755 489 796 57
Passcode: GV2e7fr7
Dial in by phone: +1 253 292 9750„586566221# United States, Tacoma
Phone conference ID: 586 566 221#
Consultants may also email questions at any time to Adib.Altallal@TukwilaWA.gov and the
City will respond as soon as practicable.
6. Procurement Schedule
The City anticipates the following schedule and reserves the right to modify it by
addendum.
1. RFP issued: Monday January 5, 2026
2. The City anticipates advertising this solicitation through MRSC Rosters and other
standard City channels. Firms registered in MRSC Rosters under relevant categories
may receive notification through that system.
3. Optional pre -proposal Teams meeting: Wednesday February 11, 2026, 9:00 AM to
10:30 AM Pacific
4. Deadline for written questions: Wednesday February 18, 2026, 5:00 PM Pacific
5. Responses to questions and any addenda issued: Monday February 23, 2026
6. Proposals due: February 26, 2026, 5:00 PM Pacific
7. Shortlist and interviews if used: Week of March 9th
8. Selection announcement: Week of March 9th or 16th
9. Contract negotiation and execution: March 2026
10. Notice to proceed: April 2026
5
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
7. Submission Requirements
Proposals must be received no later than Thursday, February 26, 2026 at 5:00 PM Pacific.
Proposals shall be submitted as an electronic copy only. No hard copies will be accepted.
Proposals shall be submitted as a single searchable PDF by email to
Adib.Altallal@TukwilaWA.gov.
The City is not responsible for delays due to email transmission issues, file size limitations,
or other delivery problems. Proposers are encouraged to submit early.
Email subject line: RFP Future Sewer Lift Station 13, Project No. 99740205, [Consultant
Name] Proposal
8. Proposal Format and Maximum Length
Proposals shall not exceed 25 pages in length, not including resumes. Pages up to 11 inch
by 17 inch will be interpreted as one page.
Resumes may be included as an appendix and are not included in the 25 page limit.
9. Scope of Services
The City intends to negotiate final scope and level of effort with the highest ranked firm.
Proposers should assume the services below are required and include them in the
proposed approach.
This solicitation is for professional services through design and bid support only.
Construction management and construction inspection services are not included.
6
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
Task 1. Project management and coordination
1. Kickoff meeting and regular project status meetings
2. Schedule and action tracking
3. Coordination with City staff including Utilities, Streets, and other departments as
needed
4. Coordination with stakeholders as needed including King County Parks
5. Coordination with the separate Southcenter Blvd utility improvements consultant,
including conflict identification and sequencing coordination
6. Develop and implement a project outreach approach appropriate for this corridor,
including coordination with the City, engagement with nearby residents, businesses,
and park/trail users as appropriate, and availability for small group or on -site business
presentations (during or after business hours) when requested. Outreach may be
performed by the prime consultant or a qualified subconsultant
Task 2. Records review and existing conditions evaluation
1. Review record drawings, GIS, and available background information
2. Identify data gaps, constraints, and needed investigations
Task 3. Field investigation, locating, and potholing
1. Identify survey and investigation limits needed for feasibility and design
2. Consultant or subconsultant to perform potholing as needed
3. The City is unlikely to have capacity to assist in potholing
Task 4. Feasibility and alternatives analysis
1. Develop and evaluate feasible alternatives for lift station location and force main
alignment
2. Evaluate constructability, access, right of way needs, operations preferences, and
coordination constraints
3. Prepare planning level cost estimates and schedule impacts for alternatives
4. Prepare a net benefit cost matrix for renewable energy options
5. Prepare an alternatives technical memorandum and present findings to the City
7
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
Task 5. Design
1. Advance the recommended alternative through preliminary and final design
2. Prepare plans, specifications, and estimate suitable for bidding
3. Coordinate electrical, controls, and SCADA integration consistent with City
standards and Rugid SCADA preference
4. Integrate generator requirements into the design
5. Requests for accommodation related to the optional Teams meeting or for alternate
formats of this RFP may be submitted to Adib.Altallal@TukwilaWA.gov.
Task 6. Permitting support
1. Support identification and acquisition of typical permits and approvals
2. Coordinate with agencies as required
Task 7. Bid support
1. Respond to bidder questions and assist with addenda as needed
2. Support bid evaluation and recommendation
10. Proposal Content Requirements
Proposals should be clear, concise, and focused on qualifications and approach.
Proposals should include the following:
1. Cover letter signed by an authorized representative
2. Firm overview and key subconsultants
3. Project understanding and key risks
4. Proposed approach and work plan
5. Alternatives analysis approach and how results will be presented to the City
6. Project team, roles, and relevant experience of key staff
7. Relevant project experience, including lift stations, force mains, dry pit
configurations, and SCADA integration
8
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
8. Proposed schedule including milestones and City decision points supporting
construction in 2027 or earlier
9. Coordination approach with the Southcenter Blvd project team and corridor
stakeholders
10. Assumptions and requested City support
11. References, minimum of three
12. Appendix: resumes of key staff and subconsultants, not included in the 25 page
limit
11. Evaluation and Selection
The City may award the contract based solely on written proposals. The City also reserves
the right to conduct interviews with the highest ranked firms if needed.
If the City conducts interviews, the City will notify shortlisted firms of the format, date, and
time.
If the City is unable to negotiate a contract with the highest ranked firm, the City may
terminate negotiations and initiate negotiations with the next highest ranked firm.
Evaluation criteria
The City anticipates using the scoring matrix included as an attachment. The City reserves
the right to refine criteria by addendum.
12. Budget Information
For planning purposes, the City anticipates the professional services budget will be in the
range of $300,000 to $700,000, depending on final scope, field investigation needs, and
level of bid support negotiated with the selected firm.
9
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
13. City Contract
The City anticipates using its standard Professional Services Agreement for this project,
included as an attachment.
The City is evaluating potential updates to its contract language. For purposes of this
solicitation, proposers shall assume no changes will be made and shall base their proposal
accordingly. If a proposer believes an exception is necessary, it must be clearly identified
and provided as a separate attachment.
14. Public Records
Submittals to the City are subject to the Washington Public Records Act. Firms should
clearly mark information they believe to be exempt from disclosure. Marking information
does not guarantee confidentiality.
15. City Reservations
The City reserves the right to:
1. Reject any or all proposals
2. Waive informalities and minor irregularities
3. Request clarifications and additional information
4. Conduct interviews or select without interviews
5. Negotiate scope and fee with the highest ranked firm and, if unsuccessful, end
negotiations and move to the next ranked firm
6. Cancel or reissue this RFP
16. Accessibility and Non -Discrimination
The City of Tukwila, in accordance with Section 504 of the Rehabilitation Act and the
Americans with Disabilities Act, commits to nondiscrimination on the basis of disability in
all of its programs and activities. This material can be made available in an alternate format
by emailing AdjII� I� u _[_IL iJ @Tu_.kw JLLa A. .
10
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
The City of Tukwila, in accordance with the provisions of Title VI of the Civil Rights Act of
1964 and its implementing regulations, hereby notifies all proposers that it will ensure that
no person shall, on the grounds of race, color, or national origin, be excluded from
participation in, be denied the benefits of, or otherwise be subjected to discrimination
under any contract entered into pursuant to this solicitation.
17. Attachments
1. Attachment A: Evaluation criteria and scoring matrix
2. Attachment B: City Professional Services Agreement
3. Attachment C: Vicinity map and concept exhibits
11
Tlhomlas McLeod, Mayor
Public Works Department -ten Tetatzin, PE, PMP - Director
Attachment A
Evaluation Criteria and Scoring Matrix
1. Project understanding and technical approach, including alternatives methodology and
how findings will be presented to the City: 25 points
2. Relevant experience with lift stations, force mains, dry pit configurations, and SCADA
integration: 25 points
3. Project team qualifications, availability, and capacity to deliver a schedule supporting
construction in 2027 or earlier: 20 points
4. Project management and coordination plan, including coordination with the
Southcenter Blvd project team and corridor stakeholders: 15 points
5. Community outreach & stakeholder engagement approach and experience: 10 points
6. Past performance and references: 5 points
Total: 100 points
Evaluation Criteria
Points
Understanding and approach
25
Relevant project experience 25
Team qualifications and capacity 20
Project management & coordination 15
Community outreach
10
References and past performance
5
Total 100
Optional interview scoring approach:
1. Written proposal score: 80% of total score
2. Interview score: 20% of total score
Total: 100 points (weighted)
12
Attachment
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
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 , hereinafter
referred to as "the Contractor," whose principal office is located at
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 at a rate of
3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City
whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
, 20_, and ending , 20_, 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,
except for injuries and damages caused by the sole negligence of the Public Entity.
CA Revised May 2020 Page 1 of 4
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 forthe 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
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 accordancewith 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 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
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: Attornev'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 day of , 20
** City signatures to be obtained by ** Contractor signature to be obtained by
City Clerk's Staff ONLY. ** sponsor staff. **
CITY OF TUKWILA CONTRACTOR:
Thomas McLeod, Mayor
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
a)
E
0
@
0011
1
}\4
44,4,144444441)))4
+<
SL9
)
\
)
N7
�
}
1