HomeMy WebLinkAbout2019-11-22 - Request for Proposals - Automated Traffic Enforcement CamerasCITY OF TUKWILA
REQUEST FOR PROPOSALS
AUTOMATED TRAFFIC ENFORCEMENT CAMERAS
DUE: NOVEMBER 22, 2019, 5:00 p.m. (PST)
The City of Tukwila is soliciting a Request for Proposal from Vendors/Firms with expertise in
implementing and managing Automated Traffic Enforcement Programs. The successful Vendor
or Firm is expected to evaluate and provide recommendations for improvement of the existing
automated enforcement locations and potentially provide technical analysis and justifications in
selecting other candidate intersections suitable for photo enforcement technology. The
cameras will be used in school zones for speed enforcement.
Please review the full RFP following this notice
A hard copy of the Request for Proposal may be mailed or hand delivered to City of
Tukwila, Police Department ATTN: Kraig Boyd, no later than 5:00 p.m. (PST) on Friday
November 22, 2019. It shall be limited to a maximum of ten (10) single sided pages (8 ½ x 11)
excluding cover letter, resumes and references. The submittal shall be clearly marked with the
project name and submittal deadline date and time. The City is not responsible for lost or
misdirected submittals. Faxed or emailed submittals will not be accepted. Please reference the
project name “Automated Traffic Enforcement Cameras” and vendor name on all
communications and mailing labels.
Commander Kraig Boyd
Tukwila Police Department
6200 Southcenter Blvd
Tukwila, WA 98188
Questions regarding the proposal will be accepted by email ONLY to Kraig Boyd, Commander, at
k.boyd@tukwilawa.gov
The City of Tukwila reserves the right to reject any and all submittals and to waive irregularities
and informalities in the submittal and evaluation process. This Request for Proposals does not
obligate the City to pay any costs incurred by respondents in the preparation and submission of
a proposal. Furthermore, the RFP does not obligate the City to accept or contract for any
expressed or implied services.
The successful Vendor(s) must comply with the City of Tukwila equal opportunity requirements.
The City is committed to a program of equal employment opportunity regardless of race, color,
creed, sex, age, nationality, or disability. The contracted vendor for this project will be expected
to comply with all Federal, State, County, and City codes and regulations applicable to such
work and perform the work in accordance with the requirements and edifications of the contract
documents.
Published Seattle Times: October 10, 2019 and October 24, 2019
Published Daily Journal of Commerce: October 10, 2019 and October 24, 2019
City of Tukwila
CITY OF TUKWILA – October 10, 2019
Request For Proposals
Automated Traffic Enforcement Cameras
Issue Date:
October 10, 2019
Submission Deadline:
November 22, 2019 no later than 5:00 pm (PST)
CITY OF TUKWILA REQUEST FOR PROPOSAL
Notice is hereby given that the City of Tukwila, Washington is seeking proposals for a Automated Traffic
Enforcement Camera system.
Proposals must be filed with Commander Kraig Boyd, of the Tukwila Police Department, in person or by
mail at 6200 Southcenter Blvd, Tukwila, Washington, 98188, no later than: November 22, 2019 – 5:00
p.m. (PST)
Proposals submitted after the due date and time will not be considered. Vendors accept all risks of late
delivery of mailed proposals regardless of fault.
Questions regarding this solicitation must be submitted to k.boyd@tukwilawa.gov no later than
Monday, October 28th, 2019.
City of Tukwila
NOTICE:
The City of Tukwila (“City”) is soliciting Requests for Proposals (“RFPs”) from vendors with expertise in
implementing and managing Automated Traffic Enforcement Programs. The successful Vendor or Firm
is expected to evaluate and provide recommendations for improvement of the City’s proposed
automated enforcement locations and potentially provide technical analysis and justifications in
selecting other candidate intersections suitable for photo enforcement technology. A hard copy of the
vendor’s RFP may be mailed or hand delivered to City of Tukwila, Police Department ATTN: Kraig
Boyd. The RFP shall be limited to a maximum of ten (10) single sided pages (8 ½ x 11) excluding cover
letter, resumes and references. The submittal shall be clearly marked with the project name and
submittal deadline date and time. The City is not responsible for lost or misdirected submittals.
The City of Tukwila reserves the right to reject any and all RFPs submitted and to waive irregularities and
informalities in the submittal and evaluation process. The City shall not be obligated under any
circumstances to pay any costs incurred by respondents in the preparation and submission of an RFP.
Furthermore, submission of an RFP does not obligate the City to accept or contract for any expressed or
implied services.
The successful vendor(s) must comply with the City of Tukwila equal opportunity requirements. The City
is committed to a program of equal employment opportunity regardless of race, color, creed, sex, age,
nationality, or disability. The contracted vendor for this project will be expected to comply with all Federal,
State, County, and City codes and regulations applicable to such work and perform the work in accordance
with the requirements and edifications of the contract documents.
Invitation and Introduction
Background
The City of Tukwila is a 108‐year‐old community incorporated in 1908 encompassing 9.63 square miles.
Tukwila is located in the heart of the Puget Sound region, approximately 12 miles south of downtown
Seattle, 17 miles north of Tacoma, and just east of the Seattle‐Tacoma International Airport. The current
City population is just over 20,000.
The City includes single and multi‐family residences, heavy and light manufacturing, and service‐oriented
companies, as well as the Northwest’s largest concentration of retail businesses. The City prides itself
on a well‐established economic base, low debt burden, and strong financial management.
Tukwila is a full‐service city, providing water, sewer, surface water utilities, police, fire protection,
emergency medical services, construction and maintenance of streets, park and recreational activities,
and cultural events.
PROJECT DESCRIPTION
The City of Tukwila is in the process of establishing a Automated Traffic Enforcement Program (the
“Program”) and is seeking RFPs for qualified vendors capable of providing the equipment, management,
City of Tukwila
analysis, and other tasks necessary for the successful operation of the Program. The successful vendor
shall be capable of providing the following services and tasks:
Evaluate proposed photo enforced locations and make recommendations on necessary or
suggested modifications or changes thereto.
Provide recommendations for additional locations to be included in the Program based on study
and analysis consistent with state and local law.
Provide a technical memorandum and presentation on additional services and technologies that
the City may consider for overall efficiencies.
Generate clear, easily identifiable images for the citations/violations, allowing an unbiased
individual to determine fault, and include extenuating circumstance relevant to the violation.
Accurately capture images, establish a chain of custody for the image medium, and process and
issue citations for photo enforced violations in accordance with City policies and state law.
Provide an audit trail of all voided and discarded images.
Create a document that outlines/defines the costs for services necessary to meet the
requirements for photo enforcement locations. Include long term operation and maintenance
cost in this evaluation.
Be willing to execute a contract with the City for a period of up to three (3) years, with an option
to renew annually for an additional two (2) years if agreed to by the City and the vendor.
Provide a detailed list of the typical operation and maintenance services needed to operate the
Program.
Generate reports and export data captured/generated by the system, in addition to video and
image data .
Provide information and recommendations for construction and installation.
Provide system maintenance and guaranteed response times to repair damaged equipment.
Provide a list of additional services and support to be included as part of a public
education/marketing campaign.
Include as part of the contract, a service and upgrade element option for hardware and software
updates to keep the City(s) Automated Traffic Enforcement infrastructure commensurate with
those of the other law enforcement agencies in the region.
Provide a Traffic Impact Analysis (TIA), prepared by a licensed traffic engineer, as part of the
recommendation for additional intersections proposed for inclusion in the Program.
Respond to public inquiries about the Program, citations, and enforcement or any related citizen
concern.
Retain data in accordance with State of Washington records retentions laws and be able to
timely provide system data upon the City’s request or in response to public records requests.
Overview
The program involves the monitoring of multiple roadways specified by the City near school zones for
photo speed enforcement. The City will expect the chosen vendor to phase in a fully operational system
to operate the Program within 4 months after issuing a notice to proceed. The City will have the right, in
its sole discretion to add, delete, or revise any services to meet its changing needs.
City of Tukwila
SCOPE OF WORK
The general scope of this project is to provide the City with a complete turnkey digital‐only Automated
Traffic Enforcement program including speed enforcement components. A desirable system will
include, but will not be limited to, the following: capture of multiple digital still photographs to include
rear scene images; rear plate images; digital video internet review and approval; the ability to select
from several triggering options; video and/or laser systems; and the capability to issue citations
associated with speed violations.
The project shall consist of the installation of a complete camera system, providing complete citation
issuance and processing (including the ability to run registration checks on license plates), training of key
City employees, providing expert witness testimony in court as needed, providing local customer service
and collection processing, and the creating and implementing a public awareness/educational program.
VENDOR RESPONSIBILITIES
Coordination with City
The vendor shall coordinate its efforts with all City of Tukwila departments and other agencies affected
by the project.
The vendor will be expected to work closely with designated members of the Police Department, the
Public Works Department, and Technology Services to ensure design compatibility and uniformity. The
vendor will be expected to coordinate all installation and upgrade work with the City’s Traffic Engineer
and King County Dept. of Transportation staff in charge of signal design and operation.
Work performed within the public rights of way shall meet all applicable City and State standards for
construction, including but not limited to, those pertaining to traffic control. The vendor will be
responsible for submission of all applicable permits and fees and a licensed contractor shall perform said
work. The vendor will be responsible for the supply, implementation and continuing performance of
the hardware, software and support services described herein.
Purchase of Equipment
The City recognizes that the digital image capture processing field continues to evolve. The City
requires’ an automated photo citation system that uses digital imaging technology. The City prefers a
system which combines both digital still images and full motion video. However, the City will review and
evaluate all proposals on their individual merits and select the proposal that best meets the needs of the
City. All equipment will remain the property of the vendor and shall meet these requirements:
System must be modular in construction to facilitate easy installation and maintenance.
Vendor shall provide and install all equipment.
System shall provide traffic data including but not limited to number of vehicles passing through
the camera area.
Still images shall have a resolution that exceeds 24MP on each picture.
The video shall be of at least 1080p and up to 30 fps.
The system shall include DVR capabilities.
The infrastructure shall be minimal. Preference will be given to a one ‐pole instillation and small
enclosures that don’t pollute our streetscape.
City of Tukwila
Preference will be given to non‐intrusive detection technology that minimizes any damage to
City roads when detecting violators.
Preference will be given to the option of portable capabilities.
Preference will be given to environmentally friendly low power consumption, low wattage
systems.
Preference will be given to Vendors that can provide other safety and security solutions and
options that are of interest to the City.
Installation and Maintenance of Equipment
The vendor will be responsible for installing approved equipment and ensuring that the areas are
phased in as scheduled and operating properly. Automated traffic enforcement cameras at three
intersections will be operational within four months after receiving a notice to proceed from the City.
The City may reasonably expand the program to add intersections during the terms of the contract. The
City may also require either temporary or permanent relocation of any of the cameras to meet changing
needs.
The City will approve all site selections, with collision reduction being the decision‐making criteria.
Preference will be given to non‐intrusive signal monitoring as well as stand‐alone power wiring and
support equipment. Traffic signal operation will be exclusively operated by the City of Tukwila and will
be regulated by approved engineering standards.
The vendor will be required to warrant and maintain the cameras and all associated equipment in
proper working order. The operation of all cameras and equipment will be reviewed at an agreed upon
rate and a routine schedule of preventive maintenance and cleaning will be required.
Citation Processing
The Vendor will install and maintain software required to process, issue and track citations and
payments. The Vendor shall have the capability to generate clear, easily identifiable images for the
citations/violations, allowing an unbiased individual to determine fault, including extenuating
circumstance that may be relevant to the violation.
The vendor will be required to accurately capture images, establish a chain of custody for the image
medium and process and issue citations for photo enforcement violations in accordance with City
policies and state law. In order to issue citations to registered owners in good faith, the vendor must
establish a connection with the WA State Department of Licensing and other states to obtain motor
vehicle registration information.
The vendor will provide staff to screen the captured images daily, shall screen out those that are clearly
not violations, and then send the rest to the City for review. The Tukwila Police Department will have
sworn officers assigned to review each citation and make the determination if a violation occurred. The
determination will be sent back to the Vendor to issue the citations within an agreed upon time period.
Customer Service
The vendor will respond to public inquiries about the Program, citations, enforcement, and any other
related public/resident concerns. The vendor will also coordinate with the City and stay involved in the
City’s efforts to inform the public about the program. The vendor will be responsible for any cost
associated with the media relations program for the City.
City of Tukwila
Signage will be posted at each intersection where camera systems operate as well as at key roadways
entering the City limits, with installation, maintenance, and costs to be assumed by the vendor.
Fee Collections
The vendor will collect payments for civil citations from violators and shall deposit all monies in an
account specific to the City of Tukwila. Fine collection procedures will be developed in accordance with
the City’s financial accountability and customer service guidelines. An appeals process will also be
implemented.
Record Keeping
The vendor shall keep true and accurate records of revenue and expenses and shall provide copies of
this information to the City upon request in a form to be specified by the City. All financial records shall
be made available to a duly authorized representative of the City upon request.
Information and data collected shall be stored in a database to enable tracking of citations and the
capability to print statistical reports as needed. The vendor may be requested to maintain other non‐
financial information as it relates to the Program and as mutually agreed upon. Such information may
include but is not limited to traffic count of violations per intersection, number of events captured
involving emergency responders, citations issued, front or rear license plate vehicles, false alerts, etc.
Automated Traffic Enforcement System
Use of a camera/video equipment that is capable of taking high resolution images and video necessary
to meet the Program needs is required. The vendor must detail the image quality specifications and
provide real sets of violation image examples captured in daytime, nighttime and during inclement
weather and during times where sunlight is pointed in the direction of the camera. Systems should use
a combination of high resolution still images and full motion digital video technologies.
The equipment should be capable of gathering traffic data for statistical analysis, including traffic count
data. Remote accessibility of images and data is preferred
The equipment should be capable of deployment in a wide range of operating conditions (heavy traffic
volumes, adverse weather conditions, road surface configuration and across four moving lanes of traffic.
Nighttime vision must have a flash system or other lighting beyond relying on ambient light at the
intersection. The equipment must be tamper‐proof with the camera housed in an enclosure that is
climate controlled to provide optimum operation and functionality.
The camera unit must produce images which contain the following:
Scene of location where violation occurred.
Motor vehicle during violation
Display of rear license plate of vehicle
Plate must be readable from the main image
Day, month and year of the violation
Time of the violation in hours, minutes and seconds
Location of violation
City of Tukwila
Frame sequence number
Imprint all the information along the bottom edge of the frame but shall not obstruct the
violation image
Color images are preferred
Systems that can reduce the effects of licenses plate covers are preferred
The camera unit must produce a video clip option as supporting evidence provide by the still images.
Video clips must be available for police access during review for charges and must clearly show the
approach of a vehicle to the red light and the violation, completely through the intersection.
Process
City will evaluate proposals in accordance with, and subject to, the relevant statutes, ordinances, rules,
and regulations that govern its procurement practices. Award(s) will be made to the prospective vendor
whose response is determined to be the most advantageous to City. To qualify for evaluation, response
must have been submitted on time, and satisfy all mandatory requirements identified in this document.
The response shall be limited to a maximum of ten (10) single sided pages (8 ½ x 11) excluding cover
letter, resumes and references. The submittal shall be clearly marked with the project name
(Automated Traffic Enforcement Camera program) and submittal deadline date and time. The City is not
responsible for lost or misdirected submittals.
The vendor shall submit (3) bound copies and (1) electronic copy (CD/thumbdrive) original copy which
will include the following:
Identify the name, address, telephone and fax numbers and web address of the vendor.
Identify the name, address, telephone, fax number and email address of the principal contact
person for the vendor.
Identify the type of firm or organization (corporation, partnership, joint venture, etc.) and
describe the entity that will serve as the contracting party.
A project organizational chart that outlines responsible individuals for various aspects of the
project.
Describe the history of the relationships among the team members including a description of
past working relationships.
Identify and provide current status of any lawsuits or litigation, permit violations, or contract
disputes for projects developed and/or operated by the vendor or other projects owned and
operated by the vendor’s personnel.
Provide references.
Provide proposed services and deliverables.
Provide pricing and adjustments projections.
Include examples of images of violations captured during the day, at night and in inclement
weather.
City of Tukwila
SUBMIT RESPONSES TO:
City of Tukwila (Police Department)
Attn: Kraig Boyd, Commander
6200 Southcenter Blvd
Tukwila, WA 98188
Vendors must submit 3 paper copies of the proposal, plus one electronic copy (CD/thumb drive), to be
received no later than:
Time and date: November 22, 2019, 5:00 pm Pacific Standard Time
ADDITIONAL INFORMATION AND CONTACT INFORMATION
Requests for additional information must be directed in writing to the City by 4:00 PST on Friday
November 30, 2019. Requests for information and clarification should be sent to:
Kraig Boyd, Commander
City of Tukwila
k.boyd@tukwilawa.gov
SELECTION CRITERIA
The City will review the submitted proposals and select approximately (3) three vendors for an
interview. Proposal scoring is based on the following criteria, in no order of precedence:
Presentation and content of the RFP submittal
Vendor experience with similar projects
Program approach and estimated costs for services
Project references and resumes of staff working on the project
PROJECT PROPOSAL PRESENTATION
Selected vendors will be contacted by the City and invited to interview on Thursday, December 5, 2019.
The interview will include a presentation by the vendor highlighting services, staff, programs, equipment
and intangibles. The presentation will last no longer than 20 minutes and will be followed immediately
by a 60 minute question and answer period. These components will be weighted as follows:
Presentation 30 Percent
Question and Answer 70 Percent
Final selection is contingent on the successful negotiation of program costs and execution of the City’s
standard contract agreement for service, which will allow for the termination by the City without cause.
City of Tukwila
Terms & Conditions
Questions Regarding the RFP
Oral interpretations of the RFP specifications are not binding on the City. Request for interpretation or
clarification of the RFP specifications must be made in writing and submitted to the RFP Coordinator as
indicated in “RFP Instructions and Schedule”. The interpretation/clarification questions and
corresponding answers to these questions will be provided to all vendors.
RFP Clarifications and Addendums
The City reserves the right to clarify or change the RFP or issue addendums to the RFP at any time. The
City also reserves the right to cancel or re‐issue the RFP. All such addenda will become part of the RFP.
In the event that it becomes necessary to revise any part of this RFP, the City will issue addenda relating
to these specifications on the City’s website at http://www.Tukwilawa.gov in the City’s Digital Records
Center under Legal/Public Notices. It is the vendor’s responsibility to confirm whether any addenda
have been issued.
Withdrawal of Proposal
Proposals may be withdrawn at any time prior to the submission time specified in this document,
provided notification is received in writing. Any proposal not so timely withdrawn shall constitute an
irrevocable offer, for a period of ninety (90) days, for the se rvices described herein, or until one or more
of the proposals have been approved by the City, whichever comes first. Proposals cannot be changed
or withdrawn after the time designated for receipt.
Rejection of Proposals
The City reserves the right to reject any or all proposals, to waive any minor informalities or irregularities
contained in any proposal, and to accept any proposal deemed to be in the best interest of the City.
Cost for Developing RFP and Materials
All costs for developing responses to this RFP are the obligation of the responding vendor and are not
chargeable to the City. All responses will become property of the City and will not be returned.
All materials and images developed during this project will belong to the City and will be presented to
the City in their original format.
Code of Conduct for Competitive Solicitations
After the issuance of any solicitation, all vendors, contractors, consultants, or individuals acting on their
behalf are hereby prohibited from lobbying any City employee, official or representative for selection of
their proposal (the “blackout period”).
The City may reject the submittal of any vendor who violates the policy set forth herein.
City of Tukwila
DEFINITIONS:
Solicitations ‐ Method of acquiring goods, services, and construction for public use in which offers are
made to the City between two or more sources. Typical documents used by the City are
titled: Invitation to Bid, Invitation to Quote, Request for Proposals, Request for Qualifications, Request
for Information, or any other method of obtaining competitive offers.
Lobbying ‐ The attempt to persuade or influence any City employees, officials, or representatives
responsible for reviewing, evaluating, ranking, or awarding the work or contract for goods or services for
or against any solicitation; provided, however, that lobbying shall not include the submission of required
materials in direct response to the solicitation according to the instructions to respondents in such
solicitation.
Blackout Period ‐ The period of time between when the solicitation is issued by the City and the time
the City awards the contract.
Proposal Modification and Clarifications
The City reserves the right to request that any vendor clarify its proposal or supply any additional
material deemed necessary to assist in the evaluation of the proposal.
Modification of a proposal already received will be considered only if the request is received prior to
the submittal deadline. All modifications must be made in writing, executed, and submitted in the same
form and manner as the original proposal.
Proposal Validity Period
Submission of a proposal will signify the vendor’s agreement that its proposal and the content thereof
are valid for 365 days following the submission deadline unless otherwise agreed to in writing by both
parties. The proposal will become part of the contract that is negotiated between the City and the
successful vendor.
Proposal Signatures
An authorized representative must sign proposals, with the vendor's address, telephone and email
information provided. Unsigned proposals will not be considered.
If the proposal is made by an individual, the name, mailing address and signature of the individual must
be shown. If the proposal is made by a firm or partnership, the name and mailing address of the firm or
partnership and the signature of at least one of the general partners must be shown. If the proposal is
made by a corporation or limited liability company, the name and mailing address of the
corporation/company and the signature and title of the person(s) authorized to sign on behalf of the
corporation/company must be shown.
The City reserves the right to request documentation showing the authority of the individual signing
the proposal to execute contracts on behalf of anyone, or any corporation, other than
himself/herself. Refusal to provide such information upon request may cause the proposal to be
rejected as non‐responsive.
City of Tukwila
Public Records
The materials submitted in response to this RFP (including, but not limited to, written, printed, graphic,
electronic, photographic or voice mail materials and/or transcriptions, recordings, or reproductions
thereof), may be subject to disclosure under the Washington State Public Records Act, Chapter 42.56
RCW, or other applicable law. Copyrighted materials should be clearly marked with the copyright
number. Nothing contained in this paragraph shall affect or modify the City’s obligation to disclose
public records under Chapter 42.56 RCW or other applicable law.
Non‐Endorsement
As a result of the selection of a vendor to supply products and/or services to the City, Vendor agrees to
make no reference to the City in any literature, promotional material, brochures, sales presentation or
the like without the express written consent of the City.
Non‐Collusion Certificate
The proposal submitted for this RFP shall include the Non‐Collusion Certificate (Attachment “A”).
Insurance Requirements
The selected Vendor must comply with the Insurance Requirements (Attachment “B”).
Other Compliance Requirements
The vendor awarded the contract shall comply with federal, state and local laws, statutes and
ordinances relative to the execution of the work. This requirement includes, but is not limited to,
protection of public and employee safety and health; environmental protection; waste reduction and
recycling; the protection of natural resources; permits; fees; taxes; and similar subjects.
Ownership of Documents
Any reports, studies, conclusions, and summaries prepared by the Vendor shall become the property of
the City.
Confidentiality of Information
All information and data furnished to the vendor by the City, and all other documents to which the
vendor’s employees have access during the term of the Contract, shall be treated as confidential to the
City. Any oral or written disclosure to unauthorized individuals without the City’s express written
consent is prohibited.
Cooperative Purchasing
RCW 39.34 allows cooperative purchasing between public agencies (political subdivision) in the State of
Washington. Public agencies which have filed an Intergovernmental Cooperative Purchasing
Agreement with the City of Tukwila and which are actively participating may purchase from City of
Tukwila contracts. By submitting an offer, the vendor agrees to make the same bid terms and price,
exclusive of freight, available to other Washington governmental agencies that may enter into an
Intergovernmental Cooperative Purchasing Agreement. Only those public agencies that have complied
City of Tukwila
with the requirements outlined in RCW 39.34 would be eligible to use this contract. Further, the public
agency would need to accept responsibility for compliance with any additional or varying laws and
regulations governing purchase by or on behalf of the public agency in question.
The City of Tukwila does not accept any responsibility for purchase orders or contracts issued by other
public agencies. The City of Tukwila accepts no responsibility for the performance of any purchasing
contract by the vendor, and the City of Tukwila accepts no responsibility for payment of the purchase
price for any public agency.
Cooperative purchasing shall be extended by the vendor to cover the City’s contract duration (for any
subsequent purchase agreements/contracts resulting from this RFP) for 60 days’ post award (for one
time purchases).
City of Tukwila
Attachment “A” - NON-COLLUSION CERTIFICATE
STATE OF) s s.
COUNTY OF)
The undersigned, being duly sworn, deposes, and says that the person, firm, association, co‐
partnership or corporation herein named, has not, either directly or indirectly, entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of free competition
in the preparation and submission of a proposal to the City of Tukwila for consideration in the award
of a contract on the improvement described as follows:
RFP – Automated Traffic Enforcement Cameras
(Name of Firm)
CORPORATE SEAL:
By:
(Authorized Signature)
Printed Name:
Title:
Date:
Subscribed and sworn (or affirmed) to before me this ________ day of __________________ 2019.
NOTARY SEAL:
Notary Public
Name as commissioned
Commission Expires
City of Tukwila
Attachment “B” – INSURANCE REQUIREMENTS
The Contractor shall procure and maintain for the duration of this Agreement insurance against
claims for injuries to persons or damages to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, his agents, representatives, employees or
subcontractors. The cost of such insurance shall be paid by the Contractor. Insurance shall meet or
exceed the following unless otherwise approved by the City.
A. Minimum Insurance
1. Commercial General Liability coverage with limits not less than $1,000,000 per occurrence /
$2,000,000 annual aggregate.
2. Commercial Automobile Liability coverage with limits not less than $1,000,000 per accident for
any auto.
3. Stop Gap/Employer’s Liability coverage with limits not less than $1,000,000 per
accident/disease.
4. Workers’ Compensation coverage as required by the Industrial Insurance Laws of the
State of Washington.
5. Consultant’s Errors and Omissions or Professional Liability with limits not less than
$1,000,000 per claim and as annual aggregate.
6. Network Security & Privacy Liability coverage with limits not less than $1,000,000 per
occurrence and as an annual aggregate.
B. Self‐Insured Retentions
Self‐insured retentions must be declared to and approved by the City.
C. Other Provisions
1. Commercial General Liability policies shall be endorsed to:
a. Include the City, its officials, employees, and volunteers as additional insureds,
b. Provide that such insurance shall be primary as respects any insurance or self‐insurance
maintained by the City,
2. Contractor or its Insurance Agent/Broker shall notify the City of any cancellation or reduction in
coverage or limits of any insurance within seven (7) days of receipt of insurers’ notification to
that effect.
3. Contractor’s maintenance of insurance as required by the Agreement 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.
4. 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.
D. Acceptability of Insurers
Insurance shall be placed with insurers with a rating acceptable to the City.
E. Verification of Coverage
Contractor shall furnish the City with certificates of insurance required by this clause. The
certificates are to be received and approved by the City before work commences. The City
reserves the right to require complete, certified copies of all required insurance policies at
any time.
City of Tukwila
F. Subcontractors Contractor shall require subcontractors to provide
coverage which complies with the requirements stated herein.