Loading...
HomeMy WebLinkAboutCAG2003-0496 - Original - Nexxpost, LLC - Lease Postage Equipment - 08/01/2003 Records M e me KENT Document W/ASHIHOTOH ��; CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Cle ks Office. All portions are to be completed, If you have questions, please contact Mary Simn ions, City Clerks Office. Vendor Name: 41.fJ'/ U AJ Contract Number. This Is assigned by Mary Simmons Vendor Number: Project Name: Contract Effective Date: Contract Termination Date: ^ C;Z0 U Contract Renewal Notice (Days): CJ Number of days required notice for termination renewal or amendment Contract Manager: Z4 /D- VZ / ,.SCE Department: CzeS /yIejec Abstract: ADCL7832 07/02 KENT WMSNINOTON GOODS & SERVICES AGREEMENT between the City of Kent and Nexxpost / Hasler THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Nexxpost / Hasler, a Washington limited liability company, located and doing business at 6111 - 12th Avenue South, Seattle,WA 98108-2704 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK Vendor shall provide the following goods and materials and/or perform the following services for the City: See, Scope of Work, attached as Exhibit"A" and incorporated by reference. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Vendor shall supply the postage equipment within thirty (30) calendar days from the effective date of this Agreement, and shall provide all other goods, materials, and services for the term of this Agreement. III. COMPENSATION. The City shall pay the Vendor the following amounts according to the following schedule: The first year annual payment shall be $5,007.00, plus tax in the amount of $440.62, for a total first year payment of$5,447.62, or$453.97 per month,. The annual payment for years two through five shall be $5,907.00, plus tax in the amount of$519.82, for a total payment of$6,426.82 per year, or$535.57 per month. GOODS&SERVICES AGREEMENT—Page 1 (Between City of Kent and Nexxpost/Hasler) If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final Payment: Waiver of Claims. THE MAKING OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written change order for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that a change order is necessary, Vendor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Vendor fails to require a change order within the time allowed, the Vendor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the change order work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below The Vendor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for GOODS&SERVICES AGREEMENT—Page 2 (Between Cary of Kent and Nexxpost/Hasler) (June 13, 2003) direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). GOODS&SERVICES AGREEMENT—Page 3 (Between City of Kent and Nexxpost/Hasler) (June 13, 2003) E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order(including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend,indemnify and hold the City,its officers,officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. GOODS&SERVICES AGREEMENT—Page 4 (Between City of Kent and Neuxpost/Hasler) (June 13, 2003) The provisions of this section shall survive the expiration or termination of this Agreement. MI. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit "B" attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.90 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of DiiMutes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. GOODS&SERVICES AGREEMENT—Page 5 (Between City of Kent and Nexxpost/Hasler) (June 13, 2003) G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendofs business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS,the parties below execute this Agreement,which shall become effective on the last date entered below. i VENDOR: CITY: NEXXPOST/HASLER CITY OF KENT: Bar` By: (signature) (sign re) Pnnt Name: �(�� _ 0 vyw Print e: Jim White Its WMAJA16 W�C Its Mayor l Title) DATE: Za�o03 DATE: APPROVED AS TO FORM: 2!��= a, - z fi- Kent City Attorney NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Attu: ;,r pk f f „`.— Brenda Jacober, City Clerk Nexxpost/Hasler City of Kent 6111 - 12'h Avenue South 220 Fourth Avenue South Seattle, WA 98108 Kent, WA 98032 �� Vy �'a °0(telephone) (253) 856-5728 (telephone) 2,0 - 76 9006 (facsimile) 1 (253) 856-6700 (facsimile) P\Cml\FILES\OpenFile\0024-2D03\NexxpostP=ageAgme t-REVISED doc GOODS&SERVICES AGREEMENT-Page 6 (Between City of Kent and Nexxpost/Hasler) (June 13, 2003) CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws,policies and guidelines. EEO COMPLIANCE DOCUMENTS- 1 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory,mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this day of , 200_. By. For: AI�5«Y/ -Tt Title: Date: ��ZO��?3 EEO COMPLIANCE DOCUMENTS- I CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of 200 . BY /4(b4W For: �� Title: Gf%_a C) Date: U &J�Q 3 EEO COMPLIANCE DOCUMENTS-2 COMMIT-.A NEXXPOSTIHASLER GOODS & SERVICES AGREEMENT SCOPE OF WORK EQUIPMENT TO BE PROVIDED: ❖ Power Post Digital Mail Machine—Model DM800 ❖ Power Post IBIP meter ❖ Dynamic Scale with Static 10 lb capacity ❖ MP100 100 lb Platform Scale ❖ Power Post Conveyor ❖ Global Light Software SERVICES TO BE PROVIDED: ❖ Equipment Maintenance(Parts, Labor, Technical Support) ❖ Software Maintenance(Updates and Upgrades) ❖ Rate Upgrades from Post Office. ITEMS NOT INCLUDED IN AGREEMENT AND TO BE PURCHASED BY THE CITY ON AN AS NEEDED BASIS ARE AS FOLLOWS: ❖ Postage Meter Roll Tape Unit Price $32.00 per 2000 tapes—Each roll 4 inch(4") tape ❖ Ink Cartridge Unit Price $120.00 per unit—40,000 impressions per unit EXHIBIT B INSURANCE REQUIREMENTS Insurance The Vendor 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 products and materials supplied to the City. A. Minimum Scope of Insurance Contractor shall obtain insurance of the type described below: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover products liability. The City shall be named as an insured under the Vendor's Commercial General Liability insurance policy using ISO Additional Insured-Vendors Endorsement CG 20 15 or a substitute endorsement providing equivalent coverage. B. Minimum Amounts of Insurance Vendor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a$2,000,000 products liability aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Commercial General Liability insurance: 1. The Vendor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Vendor's insurance and shall not contribute with it. 2. The Vendor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice by certified mail,return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AN II. EXHIBIT B (Continued) E. Verification of Coverage Vendor 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 Vendor before goods, materials or supplies will be accepted by the City. ACORD. CERTIFICATE OF LIABILITY INSURANCE °A """"' 0712V037/21103 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Cahill-Lee Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 8046 161st Ave NE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Redmond,WA 98052 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Allstate Insurance Company NexxpostLLC INSURERB 6111 12th Ave S Seattle,WA 98108 INSURER C INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR D POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS TYPE OF INSURANCEGENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 7T COMMERCIAL GENERAL LIABILITY 050787202 10/19/2002 10/19/2003 DAMAGETORENTED PREMISES Ea o reir $ 50,000 A CLAIMS MADE 1XI OCCUR WED EXP(Any one poison) $ 5,000 PERSONAL-6 AOV INJURY $ 100,000 GENERAL AGGREGATE $ 100,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO $ 1000000 POLICY PRO- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMB ANY AUTO (Ea a dent) $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per awdent) PROPERTY DAMAGE $ (Per aaadent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND WCSTATU-LIMITSI OTH- EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT $ OFFICEPoMEMBER EXCLUDED? E L DISEASE-EA EMPLOYE $ If yas,de be under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION City Of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION 220 4th Ave S DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 5 0 DAYS WRITTEN Kent, WA 98032 NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES AUTHORISED REPRESENTATIVE ACORD 25(2001108) 0 ACORD CORPORATION 1988 ALLSTATE INSURANCE COMPANY DECLARATIONS AMtr.UEJ OECLAKATWN ULT u4t eojuj SVtLIAL IwURt CUSTUMILER Pf3LILY wu• Ll SU ?o7L'i e LU/IA , 1 The insured Mailing Address »12UW j1vyE5T�tt'�+TS LLL L;t1A rwk%Xi'iST bill 12TH AVE S stATTLt w.4 4616Un LOCATION OF INSURED PREMISES j bill 1, TH Hit i StATTLC inA '1611 8 MmjJ;'iRY nHJL%SALt- BuILUIN6 1 , 2.Poky Period From � TO i JLr b L 5. Uct3 UCT 11, c17U4 , c tv IPvt�I r1v ,.i4U tIWUI,s a Id JI AoNe v ST A,vUARU T IMt_ AT T HI; AUL. KL " Ut- T"t- 1NSURtu STATEU "'uUVt 3.The Insured is A C 0kP iJK A 111JN t i 4.Additional Interests This policy also covers the interests of any of the following when indicated by an"X"and named below t r t The Mortgagee,under The Loss Payee,under Other i s -Ware"A—Part One. Iiil Cover ,A—Part Two i -r The Additional Insured for Leased Premises,under The Vendor under Coverage B—Part One Coverage B—Part One Name k PLLAZ)L aEFtH TU Irnt ATIACHta NUI1Lt Address ¢,Palley Coverage provided -This pohcy applies to each of the Coverages and Parts shown below Under Coverage A,Coverage is provided only for property at the Insured Premises ffor which a specific limit of liability is shown Part Buildings Limits of Liability One RtPLHCEMtNT LUST The Property Insurance $ 2 S e I JLJ.J Adjustment Condition I S applicable to this policy y Business $ Two Contents RLYLALtMr_NT LOsT SUtudd I DEDUCTIBLE $ 41 i J Applicable to each adjusted loss. r r r 1 --Part =mqt� Limits of Ualillityt f One Comprehensive Liability $ 1 v ii UU v U UU Each Accidental Event Fire and Specified Peril Legal Liability $ S Each Accidental Li v LIU U Event Advertising Injury Liability $ 100,000 Two Medical Payments $ $5,000 Each Person 25,000 Each Accident 6.Optional Coverages The following optional coverages,if any,are provided underthis policy Loc.No. Coverage Part Title il316 IJL1 1, 0 ADCITIUNAL IfiSURED k 2 Annual Premium for the Policy and Optional Coverages $ Cs ?41•L!t! 8. Endorsements The following endorsements amend this policy. I � �i1s'�SuAserttSS ?Sri-1• L,uS7�4etsU5?SIB- 1e4�1.iS7br,edUSdUt,rljlry6Ub-`iez.'ieSb`I6sti1f56`i`te &u57CIO Countersigned By L AH I L L—L t L INS Authorized Agent nt, ,—uti a 64 Supplemental Declarations—This schedule supplements Items 6 and 8 of the Declarations. 6.Optional Coverages The following optional coverages,it any,are provided under this policy I Loc.Me. Coverage Part Title 8.The following forms and endorsements amend this policy. For Office Use Only Policy JaiL., 1cc Yy_,L . I`Yu J.J )0ec L 10 Number I h1 ir . _ i av - Li r t:UUJ 1�, uLT L 19 LUL4 Policy Puled 1 Legal Description I L ] (if applicable) Ll LLY b. I " iYL J_ lii 1LW f1.i iiYL Policy ,{,y Mulled is LN ,a 6.r ar Ll..I r� ,-M_ I.� f,T:.,r, V t .u'ik3l " LT f'il n Les., /i w�,: 1, atfl,lrL r L�� 1'illL. �: �u 4'e 1.' 1_L t. k-10 1 « Tr1L r„ 7Li Lu LJ oL L✓ , Uu Lr i, Transaction Description I I I Payment Record Dan Paid D LI �,J rTt r ^ LJ L,4 a TrL .L h.a i„oL I-wh TI I:. Amount { �i 01)ti L•i '. 14 ) VIJ 4L nAL Paid ( 8,I r' n Lc_ j • r_,1 a I ML L r'J MDumw r Please tear along this line Payment Notice Return bottom portion with your payment. Policy number Date due I I L J J r J ?L, I L L I. I L L I L 'I• C L U .: See Pay Plan Explanation on Back d'44 to T Pt E14 TS a,iri ti•,,. ,, , v Aaru3i LLC 3 M, Uat I trL i mY,401-kiy YUU, t'Kc;Pi:A A. -r' r,Y t'L• I't JLL baLY. 4u rL Fi L,1,,,4T LL) M —i .—t L LL e0 Ouc 1 L "iL�JtJ � ii w✓hrt ! t 41.. rNY P}crtiS f'tsi�` t3k ' 'i 3 ��' ��''��,AiC�fw��rtrLl . , kArl l'^ r b' � Till f`j 443�4,k „ }N r }3 i U7U j ac7 y, C,f3`F, ? • i'.t-5:jN C) a � � ,3 ii _, , .'°C i➢-}C°`a'"p n,n} limit,:e•, � I Coverage B—Business Liability 050 787202 Additional insureds Lessor of Leased Equipment The'Persons Insured' provisions of Coverage B—Business Liability, Part One, Comprehensive Liability, is amended to include the person(s) or organization(s) shown below, but only with respect to their liability arising out of the maintenance, operation or use by you of equipment leased to you by such person(s) or organization(s) subject to the following additional exclusions: We do not cover. 1. Any accidental event which takes place after the equipment lease expires; 2. Accidental events arising out of the sole negCgence of the person or organization shown below. Name of Person or Organization CITY OF KENT ' 220 4TH AVE S KENT, WA 98032 BUS728 (Ed. 1-90) t SePPLEM04,T .MCLAOn This Supplemental Declarations suppleients Items 4,s and$of the D41iiations U SO 7467�L d a - P'Ai�E UU I 4. AddhionalInterests This policy also covers the interests of any of the following when named below.The Mortgagee,under Coverage A—Part One, the Loss Payee under Coverage A—Part TWo,the Additional Insured under Coverage B—Part One and the Vendor,under Coverage B—Part One. LOC. Additional Interest Name and Address No. 001 -001 )4UkT(AtA-t LARRY Ja Let ANd ELIZAdLTH Me LEi: 3667 44TH AVENUL NE SEA TT LE WA 981Ub LU AN Nei.. NA 001—OU1 LPL CITY OF Kt NT I c2d0 4114 AVE S KENT wA 9bLid f S. Under Coverage A,insurance is provided only for property at the Insured Premises for which a specific limit of hability is shown. Part 10in—Buildings LOC. Insured Premises RC or ACV* Limits of Liability No. Put TWO—Busiuess Contents LOCNO. Insured Premises RC or ACV* Limits of Liability No. $ $.' bp*ye9Cassnse The foliowingo inia this po i;= L OC. Coverage Put Title lie f E 4 1 d —M aevkmmemcon:Acv.Actusl Ca& " t t w WkULESS UATE SEP . n_