Loading...
HomeMy WebLinkAboutFI11-103 - Original - Alliance One Receivables Management, Inc. (ARMI) - Debt Collection Services - 01/01/2011 ords M �._ d `eme 5 Rec g �� KENT Document WASHfNGTOH CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Alliance One Receivables Management, Inc (ARMI) Vendor Number: N/A JD Edwards Number Contract Number: / �Tl — 1193 This is assigned by City Clerk's Office Project Name: Debt Collection Services Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 1/1/2011 Termination Date: 12/31/2013 Contract Renewal Notice (Days): 30 Number of days required notice for termination or renewal or amendment Contract Manager: Tom Vetsch Department: Finance wl Detail: (i.e. address, location, parcel number, tax id, etc.): ARMI administers the State Debt Collection Services contract. The City retains full control in deciding which accounts are referred for collection. The City retains 1000/0 of the principal balance referred. Referred accounts are subject to a 24% collection agency fee and interest at 12% annually. The City receives 50% of the interest collected by ARMI. cLk,, S.Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 i KENO WA®MINOTON i GOODS & SERVICES AGREEMENT between the City of Kent and AllianceOne Receivables Management, Inc j THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and AllianceOne Receivables Management, Inc organized under the laws of the State of Washington, located and doing business at 6565 Kimball Drive, Suite 200, Gig Harbor, WA 98335 (hereinafter the "Contractor"). AGREEMENT I. DESCRIPTION OF WORK. Contractor shall provide the following goods and materials and/or perform the following services for the City; Contractor shall provide debt collection services for accounts the City refers to Contractor, exclusive of accounts maintained by the Kent Municipal Court. Accounts maintained by the Kent Municipal Court are governed by a separate contract between the City and the Contractor. The City of Kent is a participating CITY in the Washington State Purchasing Cooperative, and wishes to contract with Contractor under the terms and conditions provided for under the State of Washington's Debt Collection Services Contract #06806CA, attached and incorporated as Exhibit A. which was recently extended to August 12, 2011, by Amendment No. 1 #06909, attached and incorporated as Exhibit B. The City and Contractor agree that should a term of the state contract conflict with any term of this Agreement, this Agreement shall control. Further, should the state contract remain silent on a term provided for in this Agreement, then the term as provided for in this Agreement shall control. Contractor 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. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin Immediately and remain in effect, subject to all terms and conditions in this Agreement, through December 31, 2013. At its option, the City may extend this Agreement up to two (2) additional three (3) year terms. If, however, the Contractor renews, modifies, or extends its Agreement with the State, and the City determines that the renewal, modification or extension would provide the City more favorable terms, then the City, at its sole option, may, upon giving not less than fourteen (14) i calendar days prior written notice, replace the Exhibit A terms and conditions with the terms and conditions in the renewed, modified, or extended State contract. GOODS & SERVICES AGREEMENT - 1 (Over$10,000.00, including WSST) I III. COMPENSATION. The Contractor's primary compensation due under the terms of l this Agreement is a 24% collection fee. The collection fee is a fixed amount calculated at the time of an account's referral for collection and assessed against the principal balance then due. Should the Contractor receive a partial payment from any debtor, the proceeds will be proportionately divided between the City and Contractor based on each party's proportionate share represented by the principal balance due to the City and the collection fee due to the Contractor. Contractor's proportionate share is accurately calculated by multiplying the payment amount received by .1935. All accounts referred for collection shall accrue interest at a rate of 12% per annum to be applied on all amounts unpaid and remaining due after the date of referral. The City and the Contractor will share equally in any interest collected through the 1 collection process. However, any partial payments received will be credited first to the outstanding collection fee and principal balance due. Once the collection fee and principal balance is paid in full, subsequent payments will be applied to any interest that has accrued on the account since its referral to collections. This compensation structure results in the City receiving, upon an account's payment in full, 100% of the principal balance originally referred by the City for collection, and 500/b of the interest that accrues on the account while it is in collection, and the Contractor receiving its 240/c collection fee and 50% of the interest that accrues on the account while it is in collection. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor 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. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with j the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Contractor must immediately notify the City in writing if its contract with the State of Washington lapses or is terminated; or if there are any other changes to that contract as that contract is renewed, modified, or extended, or if amended. If the GOODS & SERVICES AGREEMENT- 2 ; (Over$10,000,00, Including WSST) I Contractor fails to provide this notice within 14 calendar days of the date of lapse or termination +I+ of the State contract, the City, at its sole option, and in addition to its Section II contract rights, I may terminate this Agreement. 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 i the signature block of this Agreement. Additionally, and in accord with the State of Washington contract, the City may withdraw accounts from collection at anytime. i VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Contractor determines, for any reason, that an amendment is necessary, Contractor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Contractor 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 Contractor'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 Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If if the Contractor fails to require an amendment within the time allowed, the Contractor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the amended work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Contractor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Contractor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor 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 Contractor 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 Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor'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. GOODS & SERVICES AGREEMENT - 3 (Over$10,000.00, including WSST) I A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; i 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 Contractor is asserting a schedule change or disruption. B. Records. The Contractor 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 Contractor'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. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor 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 Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. WARRANTY. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Contractor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Contractor's representations to City. The Contractor 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 Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. IX. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on GOODS &SERVICES AGREEMENT - 4 (Over$10,000,00, including WSST) j behalf of the Contractor 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. Contractor 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. X. INDEMNIFICATION. Contractor 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 Contractor's negligent performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. City shall defend, indemnify and hold the Contractor, its officers, officials, employees, and agents 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 City's negligent performance of this Agreement, except for that portion of the injuries and damages caused by the Contractor's +I negligence. The City's inspection or acceptance of any of Contractor'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 CONTRACTOR'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. In the event Contractor refuses tender of defense in any suit or any claim, If that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. I The provisions of this section shall survive the expiration or termination of this Agreement. XI. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit C attached and incorporated by this reference. XII. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor 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 Contractor's own risk, and Contractor 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. XIII. MISCELLANEOUS PROVISIONS. GOODS & SERVICES AGREEMENT - 5 (Over$10,000.00, including WSST) I A. Recyclable Materials. Pursuant to Chapter 3.80 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 Disputes 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, including all appeals, 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 XI 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 Contractor. 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. Each Party agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now in effect or in the future become applicable to the operations covered by this Agreement or accruing out of the performance of those operations. GOODS &SERVICES AGREEMENT - 6 (Over$10,000.00, including WSST) I I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. J. Intellectual Property. 1. All Intellectual Property Rights belonging to either THE CITY or THE CONTRACTOR, respectively, at the commencement date of the Agreement, shall remain at all times THE CITY'S or THE CONTRACTOR'S property as appropriate, and any Intellectual Property developed by either Party during this Agreement shall remain the developing Party's property. Neither Party will acquire any right, title and/or interest in the other Party's Intellectual Property as a result of this Agreement except the rights to use the other Party's Intellectual Property for the purpose of carrying out their respective obligations under this Agreement. i 2. During the term of this Agreement (including any ramp-down or termination- of-service period), each Party hereby grants the other Party a non-exclusive, non- transferable, royalty-free license to its Intellectual Property for the sole purpose of, and to the extent necessary for, performing their respective obligations under this Agreement. Neither Party shall make any other use of the other Party's Intellectual Property. 3. Neither party, in the performance of this Agreement, will infringe the Intellectual Property rights of any person. K. Confidentiality. 1. To the extent required by law, during the term of this agreement and for a period of two years thereafter, each Party shall keep confidential all information either party designates as "Confidential Information," which excludes: (i) Information in the public domain through no fault of receiving party; (ii) Information obtained from a third party not bound by confidentiality terms; (iii) Information in receiving party's lawful possession prior to disclosing party's disclosure; (iv) Information independently developed by receiving party; and (v) Information required to be disclosed by law (e.g., subpoena or governmental request). 2. To the extent required by law, either party shall destroy Confidential Information at the request by the other Party, except that the Party receiving the request may retain a copy of any Confidential Information to the extent required to comply with applicable laws, including reporting or auditing requirements, and to respond to or defend against inquiries, claims or demands of account debtors or others. GOODS &SERVICES AGREEMENT - 7 (Over$10,000.00, includin4 WSST) I L. Retention of Records. To the extent that THE CONTRACTOR desires or requires the return or destruction of account records, THE CITY may retain a copy of such records as reasonably necessary to comply with applicable laws, including reporting or auditing requirements, and to respond to or defend against inquiries, claims or demands of account debtors or others. I M. Access to records. To the extent records of THE CITY's activities are maintained in THE CONTRACTOR's records or under THE CONTRACTOR's control, THE CONTRACTOR will provide copies of such records to THE CITY as reasonably necessary to investigate or respond to complaints, audits, inquiries, legal actions and/or administrative actions involving THE CITY, whether during or within 2 years from the end of the term of this agreement, as may be extended by mutual agreement of the Parties. I N. Mutual Representations. The parties represent and warrant as follows: 1. Each party is duly organized and in good standing in its state of formation; !( I 2. Each party has the power and authority to execute and perform the obligations described in this Agreement; 3. Each party has obtained all requisite authorizations, approvals, consents or permits required to perform its obligations; 4. Each party is In material compliance with all applicable laws; and 5. Entering into this Agreement will not cause either party to be in material breach of any other of its contracts or obligations. O. Debts Just and Owina. THE CONTRACTOR represents that to the best of its knowledge, every account referred will be a just debt due and owing, and will not be subject to any valid defense, set-off or counterclaim, including that such account or the obligor of such account will not be subject to any bankruptcy proceeding, stay or discharge as of the time of referral. THE CONTRACTOR further represents that to the best of its knowledge, every account referred will contain accurate information, including information regarding the identity of the debtor and the balance of the account. P. Payment reversals. THE CONTRACTOR acknowledges that, from time to time, THE CITY may remit funds to THE CONTRACTOR that may be reversed, because of such things as non-sufficient fund checks or credit card payment reversals. THE CONTRACTOR will, upon notice from THE CITY, reimburse THE CITY for all funds remitted to THE CONTRACTOR that are subsequently reversed. THE CITY will deduct such reversals from subsequent remittances to THE CONTRACTOR. Q. Electronic Payments. THE CONTRACTOR authorizes THE CITY to charge a party j making an electronic payment a reasonable transaction fee for processing the electronic payment, unless prohibited by law. R. Beneficiaries to Contract. This Agreement is entered into for the benefit of THE CONTRACTOR and THE CITY, and no other parties are entitled to enforce its terms. No GOODS &SERVICES AGREEMENT- 8 (Over$10,000.00, including WSST) third-party beneficiaries are intended to be created or are created hereunder, and no other party can derive any benefit or right herefrom. S. Enforcement of Underlying Rights of THE CONTRACTOR. THE CITY is specifically granted the right in any dispute, claim, controversy or action asserted against THE CITY by an account debtor or third party, to enforce any right THE CONTRACTOR might have to compel arbitration, or to prohibit a jury trial or class action. THE CITY is authorized to exercise any right THE CONTRACTOR might have to call or contact any wireless telephone or other wireless device manually or by automated means; or to call or contact any person using a pre-recorded or artificial voice. T. Calling Wireless Numbers. THE CONTRACTOR recognizes that THE CITY cannot j contact wireless devices (such as cellular phones) using an automated dialer or a pre- recorded or artificial voice, unless the owner of such wireless device has given prior express consent. U. Taxes. THE CONTRACTOR agrees to pay all sales, use, value-added or similar taxes as may be applicable to the services rendered by the Collection CITY. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: I I n By: (signatur ) .1 (signature) Print Na e: 1� a��_ �ee��— 1A Pri N e: Suzette Cooke Its 1, " It Ma or `(title) DATE: rI ul �d ii DATE: .7 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Attn: Tera Cappa-Bachaud Tom Vetsch, Customer Services Manager CONTRACTORCONTRACTOR Service/Support City of Kent Supervisor 220 Fourth Avenue South AllianceOne Receivables Management, Inc. Kent, WA 98032 6565 Kimball Drive, Suite 200 Gig Harbor, WA 98335 (253) 856-5234 (telephone) (253) 856-6200 (facsimile) I (800) 456-8838 (telephone) 253 620-7310 facsimile APPROVED AS TO FORM: Kent Law Department GOODS &SERVICES AGREEMENT- 9 (Over$10,000,00, Including WSST) r ` DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY i 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 MV�: , 20 I By: i For: ij\ ^ I Title: �1ecf�}�� Date: ���� �l.ul } I i I EEO COMPLIANCE DOCUMENTS - 1 of 3 r CITY OF KENT ADMINISTRATIVE POLICY I 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. I I i 1 EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT it 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 I 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 , 20 By: For: Title: 1 Date: 1 I I I i I EEO COMPLIANCE DOCUMENTS - 3 of 3 Exhibit A - State of Washington Debt Collection Services Contract MTA) R • �k STATE OF WASMNGTON DEPARTMENT OF GENERAL ADMINISTRATION OFIRICE, OF STATE PROCUREMENT• 21011'*Ave SW,Room 201 GA Building,+ P.O.Box 41017. Olympia, Washington 98504-1017+ (360) 902-7400 hr�i•/hv�vw.�a.wa,gpv/nu,•chase i f July 18,2008 Ms.Tera Capper Bachaud Alliance One Receivables Management 6565 Kimball Dr.,Suite 200 Gig Harbor,Washington 98335 RE: Contract 06806CA(Debt Collection Set-hoes),Two Year Extension Award Dear Tera: The Office of State Procurement(OSP)has received the Alliance One Receivables Management offer to extend the 06806CA contract for two years(ending on 8/12/2010). Congratulations! My office has reviewed the request and has signed the contract amendment completing the extension. Enclosed please find a copy of the signed contract amendment for your records. Also,OSP's Ms.Jeri Brown is the new contract administrator for this contract. Please update your records and contact her if you have any questions. Ms.Brown can be reached at(360)902- 7404. Sincerely, MICHAEL MAVERICK Consultant State of Washington DEPARTMENT OF GENERAL CONTRACT AMENDMENT ADMINISTRATION Office of State Procurement Contract Number: Date Issued: 1 Rrn,201 General Adnrhutstration Building,P.O.Box 41017. 06806CA 7/8/2008 Ofpnrpla, Was 98504-1017.(360)902-7400 htip://wwrv.Pa,,va Roy Amendment Number: Date Effective: 03 8/12/2008 This Contract Amendment is issued under the provisions of the State Contract identified above. The changes authouized are within the scope of the original contract, All rights and obligations of the parties shall be subject to and governed by the terms of flit, original contract including any subse nt amendments which are hereby incorporated by reference. I Purpose of Amendment Purpose,- The Alliance One/OSP Debt Collection Services contract is scheduled to expire on 8/11/2008 unless extended by mutual agreement. I The parties agree to it contract extension on state master contract 06806CA(formerly#06204). Other than the new expiration date,all current contract terms and conditions,including pricing,remain unchanged and in full effect. The contract will now expire at the end of 8/12/2010 unless the parties mutually agree to extend past this date. Item and Price Adiustments NOT APPLICABLE Item Description Estimated Annual Unit Unit Cosl Totil usage ,�—.�Ft,. s t.,t�' lc7'3�-3"�':� .ant,N rr •?'�s,."',.vt��,'ir .s+F '_ a t Authorizing Signatures This contract amendment,consisting of one(1)page and zero(0)attachments is executed by the persons signing below who warrant that they have the authority to execute this contract amendment. For Contmetor: �p For State: F7Xc 7--8-t�r3 C ConlractorA Who)rzedRepresentatrveSignature) (Date) (Procurement CoordinatorSignatrae) (Date) Ms.Tura Ca a-Baebaud I Michael Maverick i Telephone No. 888 374-7270 Telephone No. 360 902-7430 Email Tera.ca a allianceoneinc.coni Enraul: mmaverigge.wa.gov GA Approval OSP Authorizing Manager- DoleCoher Date: L Signature: Email: drolber©ga wa.gov Phone: (360)902-7419 I i State of Washington Current Contract Information Revision date: 06/09/05 Contract number: 06204 (replaces 04198/04398) Commodity code: 9745 Contract title: Debt Collection Services Purpose: To provide Debt Collection Services to the state of Washington. i Original award date: 06/10/05 Current extension period: 06/13/05 through: 06/12/07 Contract term: 06/12/07 Contract type: This contract is designated as mandatory use for all state agencies. Convenience use for Higher Education and Washington State Purchasing Cooperative(WSPC). SCOPE OF CONTRACT This contract is awarded to one contractor. This contract shall provide debt collection services,as well as the NSF collection services to all slate agencies and members of WSPC. For use by: All State Agencies,Political Subdivisions of Washington,Qualified Non-profit Corporations,Materials Management Center,Participating Institutions of Higher Education(College and Universities,Community and Technical Colleges). Contractor: AlhanceOne Receivables Management, Contract Missy Snow, Jne. Administration Business Contact: Development Manager Address: 6565 Kimball Drive Suite 200 Gig Harbor,WA 98335. Phone: 800-456-8838 ext. 2209 Supplier No.: 8883 FAY: 253-620-7310 Fed.I.D. No.: 23-2994246 Email: Missy.snowAullianceoneine.coni Contractor Same as above Alternate Jon Bouqiest, Vise President Phone 800-456-8838 ext. 2257 FAY: 253-620-7324 _ Email: Jon.11oguistPallianceoneine.com This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Of15ce,or you may contact our office at the numbers listed below. State Procurement Officer: Aleksey Belov Assistant: Julie Hendricksen Phone Number: (360)902-7414 Phone Number: (360)902-7439 Fax Number: (360)586-2426 Fax Number: (360) 586-2426 Email: abelov@ga.wa.gov Email: iliendri a,aa.wa.gov Washington State ncpartment of General Adminlstratlon Met,of State Procuremeid,PO Box 41017,Olympia,WA 99504-1017 The State of Washington is an equal opportunity employer To request this information in alternative fomtats call(360)902-7400,or TDD(360)664-3799 06204C REV 2003-04-01 1 Wednesday,July 27,2005(2)max I Current Contract Information Contract No 06204C Page 2 I I Visit our7nternet site:b�:/hvsutj� a.nja.Fon/prrrchnse I I I i I I I I, A 06204C Rry 2003-04-01 j 2 i I Wednesday,July 27,2005(2).max i i Current Contract Infonnatlon Contract No. 06204C Page 3 I Products/Services available: Debt Collection Services(Debt Collections and NSF Check Collections). Ordering information: See page 2 Note III or page 3 Ordering procedures: See page 2 Note 11 or page 3 Contract exclusions: Specific reason(s)when not to use the contract. Payment address: 6565 Kimball Drive,Suite 200, Gig Harbor, WA 98335 Order placement address: 6565 Kimball Drive, Suite 200,Gig Harbor,WA 98335 Minimum orders: Please see page 6. Contract pricing: Please see page 4, Term worth: $936,626 75 annually $0.00 MBE $0.00 WBE $936,626.75 OTHER $0.00 EXEMPT Current participation: MBE 0% WBE 0% OTHER 100% EXEMPT 0% i 06204C REV 2003.04-01 3 Wednesday,July 27,2005(2)max Current Contract Information Contract No.06204C Page 4 USER SUMMARY: I i To purchase services through this contract,please note the following: Category I --Collection Services 1. Contact Alliance0ne, Inc(please seepage 6 for contact information). 2. Set up an account with the vendor(vendor shall provide the details on what information is needed and desired in order to provide services). j Note-Vendor shall be flexible as far as the submission of the account information necessary to start the services,as per Flexibility clause on page 10. Category 2--NSF Check Collection 1. Contact Alliance0ne,Inc(please seepage 6 for contract information). 2. Set up an account with the vendor(vendor shall provide the details on what information is needed and desired in order to provide services). Note:Vendor shall be flexible as far as the submission of the account information necessary to start the services,as per Flexibility clause on page 10. TABLE OF MOST FREQUENTLY LOOKED UP CLAUSES/TERMS/CONDITIONS Section name Page Pricin ates 6 Ordering Services 7 Letter of Understanding 7 Acknowledgement 7 Minimum Debt 7 Additional Charges 7 Returning Accounts 8 Withdrawing Accounts 8 Account Suspension 8 Settlements 9 Account Reduction 9 Negotiated Payments 9 Flexibility 10 Insurance 12 Reports 13 i 06204C REV 200 -O"I 4 l Wednesday,July 27,2005(2)max Current Contract Information Contract No 06204C i Page 5 f Fees 15 Remittance 15 Payments Direct to State 15 Authorized Fees 16 Interest 16 Statement of Work 17 I I I I 06204C MV 2ooa A-oi 5 Wednesday,July 27,2005(2)max I i Current Contract Inforniation Contract No, 06204C Page 6 CONTRACTOR'S CUSTOMER SERVICE INFORMATION Contractor: Alliance0ne Receivables Management,Inc. I Customer Service Contact: Tera Cappa-Bachaud Client Service Representative Phone: 888-374-7270 Fax: 253-620-7310 Email: Tera.capna cr allianceonemc.com Alternate: Patricia Purcell, Client Services Manager f Phone: 888-374-7270 Fax: 253-620-7310 Email: Patricia.purcel10,allianceoneine.con3 PRICINGIRATES: Category 1 -- Collection Service In-State Regular 11% In-State Legal 14% Out-of-State Regular 11% Out-of-Stale Legal 14% Category 2—NSF Check Collection Collection fee per check collected --regular $25.00 Collection fee per check collected-- legal $120.00 i I I I 06204C REV 2003.04-01 6 Wednesday,July 27,2005(2)max Current Contract hiformation Contract No 06204C Page 7 I� 1. SPECIAL TERMS AND CONDITIONS ORDERING SERVICES In order to acquire collection services and/or NSF collection services,client agency,or other entities authorized to procure services off of the contract established as a result of this RFP,will contact the vendor via telephone/eniail/fax/mail,and established an account with the chosen vendor by providing the necessary information to the vendor The following mminum information should be submitted. name, address, and dollar amount owed. However preferred amount of information would be as follows:name,address, phone, dollar amount owed,social security number, date of birth, clients account number and employer. LETTER OF UNDERSTANDING Only fol category I If a State Agency wants to transfer the costs of collection to the debtor(per RCW 19.16.500),Contractor and State Agency must complete Attachment D,draft of the Letter of Understanding, before accounts can be turned over to the Contractor. ACKNOWLEDGEMENT Contractor shall famish to each slate agency a written acknowledgement of every debt assigned including date assigned, debtors name, state agency account number and the amount assigned. Acknowledgement will be mailed or submitted electronically via email within 10 working days of receipt. MWIMUM DEBT Category 1 The contractor will accept assigned debts in any amount stated as due and unpaid,with the minimum debt being $50 00. The amount may be based on actual billings or on estimates. Multiple debts of one debtor shall be considered one debt to attain minimum. Category 2 There will be no minimum amount to be assigned under the check collection program. CONSULTING/TRAWING Consulting/training on internal collection procedures are not a part of the contract. USE This contract shall not be used by any state agency in the collection of fees owed against another. ADDITIONAL CHARGES Only for Category 1 The contractor shall not add a collection charge to the assigned account except for federally secured loans,or fines and other penalties awarded by the court. However,this prohibition shall not be construed to prevent the addition of court costs,disbursements and attorney fees, if otherwise allowable, in legal actions, as authorized by the state agency. 06204C REV 2003-04.01 7 Wednesday,July 27,2005(2)max Current Contract Information Contract No.06204C Page 8 I RETURNING ACCOUNTS Category 1 In the event an account is deemed uneollectible by the contractor within sixty days of the assignment,it shall be returned to the agency together with an explanation of why it is uncollectible.For accounts assigned out of state collection, where the debtor becomes domiciled in the state,the contractor shall immediately notify the agency and refer the account back,with such additional information as it may be acquired, including,but not limited to, the debtor's current address and employment In any case, where an account has become subject of a bankruptcy,insolvency,receivership, or probate,the contractor shall immediately on discovery, refer the account back to the agency with the name and address of the court and the identifying court docket number.In any of the foregoing situations,no additional fees or charges shall be billed to or paid by the agency to the contractor after reham of such accounts. As requested by each state agency, all accounts that have no activity shall be retuned to the State agency within six (6)months after being assigned to the contractor. With the consent of the State agency,an account may remain with the contractor after six(6)months. An account for which a repayment schedule has been established and payments are being received regularly shall remain with the contractor until the account is paid in full or until a default in the payment schedule occurs. The collection period may be extended if legal action has been commenced or for other reasons mutually agreed upon in writing by the contractor and State agency. Once accounts are closed and returned to the state agency,contractors are not entitled to any money, if they collect on the account,unless they have specific permission from state agency to collect on account. Category 2 Checks referred will not generally be returned to the state agency unless specifically requested. However,after a minimum of six (6)months, state agency may ask for accounts to be returned. If special circumstances exist, state agency may also ask for individual accounts to be returned earlier. WITHDRAWING OF ACCOUNTS Category I only Any or all of the accounts assigned to the contractor may be withdrawn by the State agency at any time,upon written or telephonic notification However, for accounts withdrawn that have been with the contractor less than six(6) months,any payment received by either the contractor or(lie State agency for such accounts,within thirty(30)days after the date of notification of withdrawal,shall be subject to the collection fee. ACCOUNT SUSPENSION Category 1 The contractor agrees to suspend action,either temporarily or permanently,on any account,upon notification of a request from the State agency to suspend action. Accounts suspended over one(1)month will be returned to the state agency, Category 2 The contractor agrees to suspend action,either temporarily or permanently,on any account upon receipt of a 1 request from the State agency to suspend action. Accounts suspended over three months will be returned to the stale agency. 06204C REV 20D3.04-01 8 � I Wednesday,July 27,2005(2)max i Current Contract hifonnation Contract No 06204C Page 9 SETTLEMENTS Category I The contractor shall not have authority to accept a compromise on any account. All such offers of settlements will be forwarded to the state agency to be negotiated and approved by the state agency. The contractor's fee will be based upon the settled amount. Category 2 The contractor shall not have authority to accept a compromise settlement on any account without the written i consent of the State agency, This consent will be accomplished by a prior written agreement in which parameters are established If payment schedule is negotiated,contractor will monitor and collect the payments. If account has been referred to the collection agency,any settlements must have prior approval from the collection agency, specifically regarding payment of the applicable fees. If state agency accepts settlement, collection agency will still be entitled to fees as described in contract. ACCOUNT REDUCTION Category l In cases where accounts assigned to contractor are based upon estimated amounts or subject to an offset and the state agency adjusts those accounts to a lesser amount,the fee will be based upon the lesser amount. Further, if an account is i educed to "0"or cancelled by the adjustment,no fee will be due to contractor. Category 2 The state reserves the right on behalf of its agencies to set off tax refunds or other credits due the debtor against any account assigned to the contractor,reducing the account balance. In the event an account is reduced or canceled by such credits,no collection fee will be due the contractor for the amount so reduced or canceled. NEGOTIATED PAYMENTS Category 1 Payment agreements may be negotiated by the contractor based on the parameters established by the state agency. Contractor will monitor and collect all payments. Category 2 Payment schedules may be negotiated by the contractor only with prior approval from the assigning state agency. This consent may be accomplished by a prior written agreement in which specific parameters are established. Contractor will monitor and collect all payments. CONTRACT TERMINATION If contract is terminated for any reason,contractor will be required to return all accounts,which do not have an existing payment plan in place. Upon return, information regarding account should include all relevant information, including last known address. 06204C REV 2003-04-01 9 Wednesday,July 27,2005(2)max Current Contract Infornmation Contract No 06204C Page 10 Additionally, terminated contractor shall not be entitled to any fees, if accounts are subsequently collected. Upon lennination, any accounts, which have negotiated payment schedules in place,will stay un possession of collection agency until paid in full,or until default. In Addition to Category 2 If legal action has conurrenced,contractor has the option of keeping the account for a period of six (6)months after contract termmation. POSTING category 2 only All debts collected will be posted no later than one(1)state business day after date of collection. FLEXIBILITY Contractor will be required to become familiar with each agency's specific requirements Because there are a I wide range ofprogranms and requirements, contractor shall be flexible in the execution of this contract in order to meet each state agency's needs. Contractor shall conduct business with the client agency based on terms and conditions of the contract awarded as a result of this RFP, and shall not require any signing of company's legal forms(r.c agreements) that shall or may omit the original lernrs and conditions of the contract REVISED CODE OF WASIiINGTON 19.16.500 AND 1982 C 65 S I At user agency's option,the following amended legislation shall apply: (a)Agencies, departments, taxing districts,political subdivisions of the state,counties and incorporated cities may retain,by written contract,collection agencies licensed under this chapter for the purpose of collecting public debts owed by any person,including any restitution that is being collected on behalf of a crime victim. (b)Any governmental entity as described in(s)of this subsection using a collection agency may add a reasonable fee, payable by the debtor, to the outstanding debt for the collection agency fee incurred or to be incurred The amount to be paid for collection services shall be left to the agreement of the governmental entity and its collection agency or agencies,but a contingent fee of up to fifty percent of the first one hundred thousand dollars of the unpaid debt per account and up to thirty-five percent of the unpaid debt over one hundred thousand dollars per account is reasonable, and a minimum fee of the full amount of the debt up to one hundred dollars per account is reasonable Any fee agreement entered into by a governmental entity is presumptively reasonable. (2)No debt may be assigned to a collection agency unless(a)there has been an attempt to advise the debtor(i) of the existence of time debt and(ii)that the debt may be assigned to a collection agency for collection if the debt is not paid, and(b) at least thirty days have elapsed from the time the notice was sent and attempted. (3)Collection agencies assigned debts under this section shall have only those remedies and powers which would be available to them as assignees of private creditors, I (4)For purposes of this section,the term debt shall include fines and other debts,including the fee required under subsection (1)(b)of this section. 06204C REV 2003-04-01 10 Wednesday,July 27,2005(2)max i ti Current Contract Information Contract No. 06204C Page l 1 Passed the Senate April 22, 1997 I Passed the House April 10, 1997 I Approved by the Governor May 15, 1997 1 i Filed in Office of the Secretary May 15, 1997 CONFIDENTIALITY Data files of the state agencies are of confidential nature.The contractor's employees assigned to these cases shall be allowed access to these files as needed for their duties related to the contract. These files shall not be co-mingled with other collection files. The contractor shall maintain positive policies and procedures for safeguarding the confidentiality of such data Contractor may be liable civilly or criminally under privacy legislation for release of such information FOREIGN JUDGEMENTS In the event a foreign judgment has been filed by the contractor's legal department but no further action has taken place in six months, the state agency may request the account be returned. If collections occur as a direct result of the filed foreign judgment,and can be proved to the state agency's satisfaction that the sale was a direct result of contractor's action,the fee will be due to the contractor. I PROFESSIONAL STANDARDS j The contractor shall not engage in any illegal,unfair,unprofessional or unethical collection practices Contractor shall not violate any provision of Federal or State laws relating to collection agency and debt collection practices Further, contractor and employees of the contractor will comply with any state agency confidentiality requirements regarding assigned account information PRICING AND ADJUSTMENTS During contract period, fees shall remain firm and fixed for at least 365 calendar days after effective start dale of the contract. Adjustments in pricing shall be at the discretion of the State Procurement Officer and shall: Be the result of increases incurred after contract commencement date, Not produce a higher profit margin than that on the original contract Clearly identify the items impacted by the increase. Be filed with State Procurement Officer a minimum of 90 calendar days before the effective date of proposed increase. Be accompanied by documentation acceptable to the State Procurement Officer sufficient to warrant the increase. Any change in pricing shall remain firm and fixed for at least 365 calendar days after the effective date of a price change. During the contract period,any price declines at the contractor's level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date. During the contract period, should the Contractor enter into pricing agreements with other customers providing greater benefits or pricing,Contractor shall immediately amend the state contract to provide similar pricing to 06204C RLY 2001-04-01 11 Wednesday,July 27,2005(2),max I Current Contract Information Contract No. 06204C Page 12 the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. MATERIALS AND WORKMANSHIP Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes,regulations and requirements for such equipment,specifications contained herem,and the normal uses for which intended Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment. CONTRACTOR PERFORMANCE General Requirements:The state, in conjunction with Purchasers,monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers shall be provided with product/service perfornance report forms to forward reports of superior or poor performance 10 the State Procurement Officer. INSURANCE In addition to the insurance requirements outlined in the Competitive Procurement Standards,please note the following: Errors and Omissions Insurance The state will not be responsible for any mistakes or omissions by any contractor under this agreement in perfornance of services provided under Conti act. Limitation of liability includes,but is not limited to, unintentional, negligent, willful or intentional mistakes or omissions by any contractor,employee of contractor, or sub-contractor. Further,the state will not be responsible for any acts of the contractor that occur during the course of the performance of this contract,but are not related to translation services. These acts include all criminal and civil acts that may give rise to liability. I The contractor and subcontractor(s)shall at all times during the term of this contract, carry and maintain Errors and Omissions Liability insurance with minimum limits of$1,000,000 per incident,loss or person,as applicable. If defense costs are paid within limit of liability, Contractor shall maintain limits of$2,000,000 per incident,loss or person as applicable. Fidelity Bond The contractor shall at all times during the term of this contract,carry and maintain Fidelity Bond with minimum limits of 1,000,000 per incident,loss or person,as applicable RETENTION OF RECORDS Contractor shall maintain, for at least six(6)years after completion of this contract, all relevant records pertaining to this contract This shall include,but not be limited to,all records pertairung to actual contract performance from the date of contract award The State shall have the right to examine,audit,and transcribe all said records If this contract involves federal funds,Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations,or statutes included or referenced in the contract documents. 06204C REV 2003-04-01 12 Wednesday,July 27,2005(2)max Current Contract Lrfonnalion , Contract No,06204C Page 13 CONTRACT ACTIVITY REPORTS The contractor(s)must provide the following reports)to Office of State Procurement. A. Sales and Subcontractor Report(Categories 1 and 2). i A quarterly Sales and Subcontractor Report(attached)shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at littD://www.pa wa gov/PCA/fornrs/usage.doc. Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. j Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally,all purchases by the State of Oregon or other purchasers must be reported as an aggregate total. The report shall include sales information(Section A)and amounts paid to each subcontractor during the reporting period(Section B). Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions,and lists. Reports are due thirty(30)days after the end of the calendar quarter, i.e., April 30th, July 31 st,October 31 st and January 31 st. B. Agencies Category 1 reports --Collection Services The contractor shall,upon request,provide the state agency and OSP an analysis of accounts assigned to the contractor. The analysis shall show the recovery history in number of accounts,percentages of accounts collected,percentage of dollars collected, as well as any other information requested by the state. Active accounts report. Each state agency will receive a monthly report no later than the 1 Oth of each month. The report shall include the following mimmum hifonnation for all active accounts- Both state agency and collection agency account numbers. Debtor name. Date of assignment. Warrant/Reference,number. Amount of assignment. Last payment date Balance. Current status(i.e Dispute, Collecting, Unable to collect,etc.). Cancelled,determined uncollectible,or sent back to state agency reports. Each state agency will receive a monthly report showing all accounts that have been cancelled,determined uncollectible,or sent back to state agency. This report shall include the following minimum information: Account number. Account name. Date of assignment. Balance W arrant/Reference number. Reason for cancellation or return Monthly total collected amount report. 06204C RFV 2003.04-01 13 Wednesday,July 27,2005(2)max i Current Contract Information Contract No 06204C Page 14 Each slate agency will receive a monthly report showing all monies collected for the previous month. This report will include the following minimum information: Pa)nnent date Account numbers. Account name. Watrant/Reference number. Amount collected. Commission due. Account balance. Applicable remarks. C. Agencies Category 2 reports--NSF Checks. The contractor shall, upon request,provide the state agency an analysis of the accounts assigned to the Contractor. The analysis shall show the recovery history in numbers of accounts,percentage of accounts collected,percentage of dollars returned to state,as well as any other information requested by the state I Each state agency will receive a monthly report no later than the 101h of each month The report will include the following minimum information fot all active accounts: Both state agency and collection agency account W. Debtor Name Date of Assignment. Warrant/Reference Number. Amount of Assignment Last Payment Dale, Balance Current Status(i.e.Dispute,Collecting,Unable to collect). List of activities must be complete. Description of activities may be coded as long as a key is provided. 2. Each state agency will receive a monthly report showing all accounts that have been cancelled,determined uncollectible,or sent back to state agency This report will include the following minimum information: Account Numbers. Account Name. Date of Assignment. Balance Warrant/Reference Number. Description of Activities. Description of activities may be coded as long as key is provided. i 3. Each state agency will receive a monthly report showing all monies collected for the previous month. The report will include the following information: Payment Date Account Numbers Name Warrant/Reference Number Amount Collected 06204C REV 2003-04-01 14 Wednesday,July 27,2005(2)max Current Contiact Infornialion Contract No 06204C Page Is Account Balance Applicable Remarks Account number of collected check FEES Category 1 All accounts assigned for collection shall be on a contingency basis. That is,the Client shall not be charged anything,if the Contractor is unable to recover the monies on the accounts assigned. The sole consideration to 4 be paid to the Contractor for its services shall be the agreed upon collection fee percentage of any monies recovered. Category 2 ; All checks assigned for collection shall be on a contingency basis. That is,the Client shall not be charged anything,if the Contractor is unable to recover the monies on checks so assigned. REMITTANCE Category 1: The successful contractor will be required to remit all required funds no later than the closest working day to the I Oth of the month following the collection. State agencies have two options, entirely at each agency's discretion,for remittance. 1) All fluids collected will be remitted to the agency along with a statement of the collection fees due. After verifying the statement,the state agency will then remit collection fees back to the contractor. 2) Only the percentage of the collections to which the state is entitled will be remitted to the state agency along with any required reports. Any payments not postmarked by the closest stale business date to the I Oth may be subject to a late payment fee of 3%of the collection fees due. Any payments not postmarked by the 20th may be subject to a We payment fee of 10%of the collection fees due. Repeated failure of contractor to remit payments as required will be grounds for contract termination. Category 2 �I On all checks collected,the State is to receive 100%of the face value of the check within thirty days of ` collection. In addition,contractor will pay the referring state agency a collection fee in the amount indicated in Attachiient C,for each check collected. Contractor will retain all collected fees, interest, and charges,less the agreed upon collection fee. i PAYMENTS DIRECT TO STATE Category l Any payment received directly by the State agency within ten(10)days after referral to contractor will not be subject to the collection fee.Those accounts assigned to out of state collection shall not receive a fee from the sale of real or personal property in the state unless the contractor can clearly prove to the agency that the sale of 06204C RVV 2003-04-01 15 Wednesday,July 27,2005(2)max Current Contract Information Contract No 06204C Page 16 such was a direct result of the contractors actions. The contractor will not receive a fee where tax refunds or the credits due the debtor are applied to a referred account. All other payments received directly by the State agency for accounts assigned to the contractor shall be subject to the collection fee and the agency shall notify the contractor within thirty(30)days of receipt of such payment to be credited to the assigned account. i Category 2 Any payment received directly by the State agency within two(2)days after agency receipt of acknowledgment will not be subject to the collection fee. All other payments received directly by the State agency for accounts assigned to the contractor shall be included in the total payments collected and shall be subject to the collection fee. f The State shall,within a reasonable period of time,notify the contractor of any payment received by the state for I an account assigned to the contractor. i On-line Access to Accounts The user agencies may require inquiry access to the contractor's case tracking and/or collection system to review status of all their accounts. User agencies also require updated capability to respond to questions or disputes on accounts. While the contractor is welcome to provide such capabilities,it will not be required. The contractor should be ready and willing to work with the user agencies to insure that an effective method of communication is established and perfected. AUTHORIZED FEES Only Category 2 Contractor is authorized to assess the legal handling fee authorized by RCW 62A.3-515-520. If debt is collected after fifteen(1 S) days from notice of dishonor,in addition to the agreed upon reasonable handling fee,the collection agency is authorized to add the cost of the collection,which will not exceed forty dollars or the face amount of the check,whichever is less. The reasonable handling fee will be determined by the contract administrator and will only be changed at time of contract extension at the contract administrator's option. Handling fee will be a conservative reflection of the typical handling fee inm the marketplace. The handling fee will not exceed$30.00. For all legal actions,damages will be awarded as authorized by RCW 62A,3.515 (currently$300.00 or three times the face anmount of the check,whichever is less),by award of the court only. This is in addition 10 any handling and collection fees. I INTEREST ! Category 1 Contractor shall monitor all accounts and at least monthly,calculate interest owed to the date of recalculation. Contractor shall charge interest on accounts in compliance with state agency governing laws and regulations 1 00204C REV 20OM4-01 16 Wednesday,July 27,2005(2)max Current Contract Information j Contract No. 06204C Page 17 { specific to an agency or account class. It will be the responsibility of the state agency to communicate any requirements Upon request by a state agency, contractor will not charge interest on any account or class of accounts specified. All interest will be added to original amount assigned, and the fee will be calculated per terms of the contract on the total amount. Category 2 Contractor shall charge interest on NSF checks as defined by RCW 62A.3-515,or by other goveming laws and regulations specific to an agency or account class It will be the responsibility of the state agency to communicate any requirements which usurp RCW 62A.3-515. Upon request by state agency,contractor will not charge interest on any account or class of accounts specified. 2. STATEMENT Or WORK f Debt Collection Bidders will submit bids for the provision of collection services for categories,Category 1 or 2. Specifications I Category I —Collection Services In State Regular Collection Service The successful contractor will be responsible for handling all correspondence and telephone calls dealing with the account. Contractor will make every effort to contact debtor using phone calls, letters,skip tracing techniques, etc.,in order to collect the debt. If current phone and address of debtor is not accurate,contractor will make every effort to find current address. in State Legal Collection Services Instate legal action will primarily consist of acting on filed warrants and judgments. This will include the levying of any money sources,as well as the gamishing of wages. Any further actions must be approved by the assigning stale agency. Fees for additional services will be negotiated,with the maximum fee being 60%of amount collected of the actual costs which are incurred plus the stated percentage for legal collection services,whichever is less, I It is expected that the majority of filings will be done by the slate agency. Some filing may be required under !i the scope of this contract. t No legal action shall be commenced by the contractor on any State agency's accounts without written permission ! from the State agency. All legal action will be taken in the name of the contractor, in accordance with RCW 19,16.270, 06204C REV 2003-04 Ot 17 Wednesday,July 27,2005(2),max r II ClnTent Contract Information Contract No 06204C Page 18 All legal work will be done by attorneys who have been designated a Special Assistant Attorney General by the Washington Slate Office of the Attorney General. fI Out of Stale Regular Collection Service I The successful contractor must have the ability to run a collection operation in all 50 states. I The successful contractor will be responsible for handling all correspondence and telephone calls dealing with the account. I The Successfill contractor will make every effort to contact debtor using phone calls, letters,skip tracing techniques, etc.,in order to collect the debt. If current phone and address of debtor is not accurate,contractor will make every effort to find current address. Fee charged will be detemiined to be in state if collected in the state of Washington. Out of State Legal Collection Services Ow of State: Legal actions will consist of acting on filed warrants and judgments. This will include the levying of any money sources, as well as the garnishing of wages. Any further actions must be approved by the assigning state agency. Fees for additional services will be negotiated,with the maximum fee being 60%of amount collected or the actual costs which are incurred plus the stated percentage for legal collection services,whichever is less. Out of State:Legal Preliminary actions will include the filing of warrants, foreign judgments and bens in the appropriate county. No legal action shall be commenced by the contractor on any State agency's accounts without written permission from the State agency. All legal action will be taken in the name of the contractor, in accordance with RCW 19 16.270. All legal work will be done by attorneys who have been designated a Special Assistant Attorney General by the Washington State Office of the Attorney General It shall be the responsibility of the contractor to become familiar with Chapters 19 regarding collections,and Chapter 6,36,Uniform Enforcement of Foreign Judgment I Act,of the Revised Code of Washington. In addition,because each agency is governed by additional RCW's and WAC's, it will be the responsibility of both the agency and the contractor to assure that the legal representation is aware of the additional codes. NOTE: The Department of Revenue(DOR),per RCW 82.32.265,does all of their own in-state collections. The department will turn over out of stale accounts to a collection agency after exhausting all steps in collecting. 06204C REV 2003-04-01 18 Wednesday,July 27,2005(2)max i Current Contract Inforniation Contract No. 06204C Page 19 Category 2—NSF Check Collection Regular NSF Collections Contractor will mail a validation of debt notice,on collection agency letterhead as provided by FDCPA(PL-95- 109)upon receiving the account to the consumer debtor at the last known address. Agency may choose that debt notice be on their own letterhead. Contractor will send Statutory Notice of Dishonor to consumer's last known address unless such notice has been sent by state agency. The majority of the state agencies will have sent the notice before refemng the account to contractors. The successful contractor will be responsible for handling all correspondence and telephone calls dealing with f the account. i Contractor will make every effort to contact debtor fusing phone calls,letters,skip tracing techniques, etc.,in order to collect the debt. If current phone and address of debtor is not accurate,contractor will make every effort to find current address. Legal NSF Collections No legal action shall be commenced by the contractor on any State agency's accounts without written permission from the State agency. All legal action will be taken in the name of the contractor,in accordance with RCW 19.16.270. All legal work will be done by attorneys who have been designated a Special Assistant Attorney General by the Washington State office of the Attorney General. Ordering Services hi order to acquire collection services and/or NSF collection services, client agency,or other entities authorized to procure services off of the contract established as a result of this RFP,will contact the vendor via telephone/email/fax/mail,and established an account with the chosen vendor by providing the necessary information to the vendor. The following minimum information should be submitted:name,address, and dollar amount owed. However preferred amount of information would be as follows: name, address,phone,dollar amount owed,social security number,date of birth, clients account number and employer. 06204C RrV 2003 OA-0i � 19 1 Wednesday,July 27,2005(2)max I Current Contract Information Contract No.06204C Page 20 3. NOTES: I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non- contract suppheis Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer(SPO) that the pricing is less costly for such goods or services than the price from the state contractor. If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the slate agency to at least meet the non-contractor's price. If the state contractor cannot meet the price,then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate f6mi developed by OSP and forwarded to the SPO administering the state contract (Reference General Authorities document) If a lower price can be identified on a repeated basis,the state reserves the right to renegotiate the pricing stricture of this agreement, in the event such negotiations fail, the state reserves the right to delete such ttem(s) from the contract. 11. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you we unsure of your status in the State Purchasing Cooperative call(360) 902-7415. M. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS may purchase from this contract. It is the contractor's responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet h(q)://www.ga wa.gov/servie(/PCACoopLtstSv and a list of the Oregon members is available at http://tpps das.state or.us/ptircliasijip/`­"C-oor)erative/coop- menu.1itnil contractors shall not process state contract orders from unauthorized users IV. Contract Terms: This Document includes by reference all terns and conditions published in the original IFB/RFP/RTQ, including Standard Terms and Conditions, and Definitions,included in the Competitive Procurement Standards published by OSP (as Amended). IfISTORY: 1. Please refer to the following link for history on the CCI: hitps/lfortress.wa.sov/Qa/inet/servicUPCAContractHistorvSv?coninbt=06204&,title=DEBT�/"2000LLECTION I� %20SERVICES I 06204C MN 2003A4-01 20 Wednesday,July 27,2005(2)max , PERFORMANCE REPORT FOR PURCHASING & C'ONTRACT ADMINISTRATION To OSP Customers: Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Purchasing Manager. For any comments marked unacceptable,please explain in remarks block. Procurement services provided: Excellent Good Acceptable Unacceptable Y Timeliness of contract actions ❑ ❑ ❑ ❑ Y Professionalism and courtesy of staff ❑ ❑ ❑ ❑ Y Services provided met customer needs ❑ ❑ ❑ ❑ 1 Knowledge of procurement rules and regulations ❑ ❑ ❑ ❑ Y Responsiveness/problem resolution ❑ ❑ ❑ ❑ v Timely and effective communications ❑ ❑ ❑ ❑ Comments: I Agency: Prepared by: Contract No. Documentl0 Title: Contract Title- Date: Phone: Send to: Purchasing Manager Office of State Procurement PO Box 41017 Olympia, Washington 98504-1017 i 06204C REV 2003-04-01 21 Wednesday,July 27,2005(2)Max , 1 PERFORMANCE REPORT FOR CONTRACTOR PRODUCUSERVICE Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this teport. Contract number and title:06204 Debt Collection Services i Supplier's name: Supplier's representative: PRODUCT/SERVICE ❑ Contract item quality higher than required ❑ Damaged goods delivered El specifications item quality lower than required ❑ Item delivered does not meet P.O./contract specifications ❑ Other: SUPPL[ERlCONTRACTOR PERFORMANCE ❑ Late delivery ❑ Slow response to problems and problem resolution ❑ Incorrect invoice pricing. ❑ Superior performance ❑ Other. CONTRACT PROVISIONS ❑ Terns and conditions inadequate ❑ Additional items or services are required. ❑ Specifications need to be revised ❑ Minimum older too high. ❑ Other. Briefly describe situation A enc Name: Deli cry Location: prepared By: Phone Number: Date. Supervisor. Address- Email- Send To: NAME j STATE PROCUREMENT OFFICER OFFICE OF STATE PROCUREMENT PO BOX 41017 OLYMPIA WA 98504-1017 06204C REV 2003�04-01 22 Wednesday,July 27,2006(2)max Exhibit B - State of Washington Debt Collection Services Contract - Amendment No. 1 a State of Washington DEPARTMENT OF GENERAL CONTRACT AMENDMENT ADMINISTRATION Office of State Procurement Contract Number: Date Issued: Riu 201 General Adminislruhon Building, P 0.Box 41017. 06909 7/29/2010 Ofynipra, VVashinglon 98504-1017.(360)902-7400 llwww ga wa Qov Amendment Number: Date Effective: 1 8/13/2010 Tins Contract Amendment is issued under the provisions of the State Contract identified above. The changes authorized are within the scope of the original contract. All rights and obligations of the parties shall be subject to and governed by the terms of the original contract including any subsequent amendments,which are hereby incorporated by reference. Purpose of Amendment Purpose: To extend the period of performance on Contract 06909—Debt Collection Contract. The penod of performance for this term shall be from the end of the current contract term of August 13,2010 through August 12,2011. All other terms, conditions, and pricing(not-to-exceed fee)remain unchanged. The not-to-exceed fee is a maximum amount(ceiling)but not a minimum amount(floor)and the State invites the Contractor to make voluntary puce reductions from the maximum amount. The Contractor understands and agrees that they are familiar with the contract and all of the contract terms, conditions, and pricing structures. Authorizing Signatures This contract amendment, consisting of one (1)pages and zero attachment is executed by the persons signing below who warrant that they have the authonty to execute this contract amendment lior Contractor:: l For State: ` 1 Yr'� , � 1f��r'ly (Contract r Authorized Repre a tative Signature) (Date) (Procurement Coordinator Signature) (Date) PRINT: Jeri Brown Contractor: 11' b i ner a, hn fK Agency: Office of State Procurement Address: 'W\V N i'V CL 210 1 10 Ave.SW,Rm 201,Ga Bldg. "1(LdU 0. -Olympia,WA 98504-1017 Telephone No. U 1) Telephone No. 360 902-7404 Email: 1\v44 , r r"tt"A^4U"UAtw+, Email: ibrown0ga.wa.gov GA Approval OSP Authorizing Manager: Dale Colbert Date: Signature: Email: dcolbert@ga.wa.gov Phone: (360)902-7419 Page 1 of 1 Tera Cappa-Bachaud From: Downs,Tarah N. (GA)[tdowns(8 GA WA.GOV] Sent: Friday, September 18,2009 1.25 PM To: Tera Cappa-Bachaud Cc: Brown,Jed(GA) Subject: Proposed Contract Changes Attachments: 06806CA 06909ContractAmnd.doc Dear Vendor. As proposed in an original email sent September 10, 2009;the Office of State Procurement will amend the current Contract No 06806CA to include new contract number. For that purpose, I've attached the amendment to execute the revision. Please review the document and if interested please sign and scan.You may the reply to via email with the scanned attachment or fax the contract amendment to me at(360)586-2426. This amendment is due no later than the close of business, Friday, September 25, 2009. Please note that all other terms, conditions and pricing will remain the same. A word of caution, as of 10/1/2009, this contract will be known as Contract No.06909; Debt Collection Services. All reporting for the 4th quarter of 2009 will be done under the new contract number. If you need additional assistance, please don't hesitate to contact me. Best regards, Tarah Downs, Contracts Specialist Office of State Procurement Department of General Administradon Office:360.9D2.7439 Tdownsfga.wa.gov 9/21/2009 m i r,r if a .�wniwMab rveyr 1` �'yyyy',Jim n,1ki �,rJ'�!.n,+, ,h � •'7'yr^ '�, nu i u�nnn,mu�� ' „�QIr!'Art' ! Lr i�i+ , r'i hrla`i..:q yi,i,{i� ;�r`• ku r i4ie'��rhti,nnnrg9.�, �, *� llrl,' j` f tt•,''„'1 ; a'j';irkE11.F{"C'G,�� a er"1 aV,1va,iilifY,ti�ldx i7 e,:I'T;io;n,ni 7 1 1 tgA'7 ne9}�,!jrr 4 Id,R y : i ,r' i.+lo $ pteEto�curem In::+2d14CerE{gl dnrtlsQtionRiR� 71 ¢k4107 JsDir ir,.ra P.,Et!II„,e'i•"4l`�,sSil.e,d,,. ,i+zr W,u�qi 06806CA 9/18/09 tJi� it,+;Woxtr`�i84n. !1454,Ve��7'fyf360� ()P-7dO11 •,SI r, ';i ill , 7 rrw I a�; + i , ! +�+ ,, ';Date-Lffk ve', iu, �r� �t{'114�.,,um l,olll•r„�� Erlrii� � �� qq i•' h,dld;•' e rim 4n���i;{ar) _f F ''1,'lel p+'41"�F.�,i '�+1� 11�i�1`1; F''+y'P�9':� '1 i00- 10/1/09 i! r i 1,e L Contract Amendment is issued under the provisions of the State Contract identified above. The changes authorized are within the e of the original contract. All rights and obligations of the parties shall be subject to and governed by the terms of the original ract mctudin any subsequent amendments,which are hereby incorDorated by reference. Purpose of Amendment ;1,1,*+"E'lL hG•+t:IwL'll3d Itl I •i t7e ' r n ! �Pilif�iCllOWn'�15`�1171tr� b�t r , ,. 6 p � ar.�ft It; f•�itliq,�l}'" �" oiiiiitiic I cl�aaga�, Authorizing Signatures This contract amendment, consisting of one (t) pages and zero attachment is executed by the persons signing below who warrant that they have the authority to execute this contract amendment. 1$ AtP�Ft T1Ai(f _ IFJ (Contractor Auth ed Representative Signature) (Date) (Procurement Coordinator Signature) (Date) b; f r a. r . , l'91'e,,.I�, ,• „ Jeri Brawn rui�+�77"�aipv v r /Ak,4C;M`� Office of State Procurement r+tl iiu",ri _:� '�' u17 i a ,7^iYrl; n �,jTN 3t, ' ,;f,ll;r nr I'LdMssi+ �M1 �, ,i. �` n' k14: �..t+t�,4 r' E�,��' , 210 11 m Ave. SW ire, „�+carer •, ,Rm 201,Ga BI r t,9 �,',rdk� • 4s�{+ '1 t+ +L r�f,'Itl{ yE''" a�ai ��yy�� .,,1, Olympia,WA 98504-1017 +A�6.' ? t, II'dii,�,E�i,a!� �g�,/+. ; 360 902-7404 It`.`�L7'�^��,y 'W 4 ' •Fj��� eil,e� F�id'137?hnc , 1_ i"'3 "�)m1r11 brown a.wa. ov ntf�,+nii i4rt� '7 "���:i�,y, , ,E�$„ri i• i S bt'@ 4ii� 1S:da � (+a'uP ha'�` tiSf S i � v,a ) �1 •I ��1� „r,, ,� , I,, - ��'d4'1�9�!i��rOva�`' '� ''�` '�'!�hl;f�+,� �E;�e l.la I' M i 111�1'��;�y�li ( Date Colbert y� dcolbert@gawa.gov + +,, (360)902-7419 i h � Category C- Financial Services This category contains purchased services that aid users with financial issues. Debt Collection Services(06806CA) : now Contract No.06909:Debt collection and NSF collection services. hM://fortress.wa.eov/ea/apes/ContractSe=WContractSummar .aasl)x?c-06909 For detailed information about each category please click on the link provided. Category D- Deiivery Services This category contains purchased services that aid users with their delivery needs. For a brief description of each category please see below. For detailed information about each category please click on the links provided. Small Package Delivery Services(06806DA):now Contract No.07009: Small Package Delivery Services. https://fortress.wa.gov/ua/apps/ContractSearch/ContmctS}} y Wx?c=07009 Armored Car Services (06806 DB) General Use: All State Agencies,Political Subdivisions of Washington, Qualified Non-profit Corporations,Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges) To provide feedback on vendor performance,please submit a Vendor and Contract Report Card at: https•/!fortress wa gov/ea/apes/ContractEval/ContractFeedback asnx?s=C&c=06806 06806-Purchased Services Master Contract Program 10 4t*i7.1f NCIIII+ ,yI L:,L;Il] �{ pN)-'i11Nj.Jfw !1' 1 4 �� � .j��I!� � 1 rlrI'V �f�Elb if � � 3� � Z+. q�. . �-+ 4 ���; t, .gil -,l,j i4: Li Tj L4 C�H-J;fl �l L�7-1 14 ,F�, , , -;,� - 1'... -T M M7, Ile, EXHIBIT C INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The Consultant 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 Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering 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 shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. a EXHIBIT C (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Consultant'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 Consultant's insurance and shall not contribute with it. 2. The Consultant'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. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Consultant 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 Consultant before commencement of the work F. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. Chent# 131,, icLEPERGRO ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNM) 211512011 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(tes)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER CONTACT NAME Moreton &Company-Utah PHONE g01 531-1234 A/c,Ne 801-531-6117 709 East South Temple RAIL''E t ADDRESS Salt Lake City,UT 84102 PROOUCER 801 531-1234 CUSTOMER ID if INSURER(S)AFFORDING COVERAGE NAICp INSURED INSURER Federal Insurance Company AllianceOne Incorporated and all INSURER S American Guarantee& Liability Subsidiaries More than 50%Owned Great Northern Insurance Co. 4850 E Street Road, #300 INSURER C INSURER D The Travelers Insurance Co. Trevose, PA 19053 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER THIS IS TO CERTIFY THAT 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE DDL UBR 'POLICY EFF POLICY EXP LIMITS LTR NSR D POLICY NUMBER MMIDD/YYYY MWDD/YYYY A GENERAL LIABILITY 135911047 '12131/2010 12131/2011 EACHOCCURRENCE $1 000000 X COMMERCIAL GENERAL LIABILITY A ( N PREMMISESS Ea occurrence) $1 000,000 CLAIMS-MADE C OCCUR MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT A-PLIES PER PRODUCTS COMP/OPAGG $2,000,000 POLICY PRO LOC 1 1$ C AUTOMOBILE LIABILITY 73559843 12/31/2010 12/31/2011 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) I$1,000,000 BODILY INJURY(Per person) $ ALL OWNED AUTOS BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE X HIRED AUTOS (Per accident) $ X NON-OWNED AUTOS $ X Drive Other Car $ A UMBRELLA LIAR )( OCCUR 179B77170 12/3112010 1213112011 EACH OCCURRENCE s49,000,000 D EXCESS LAB CLAIMS-MADE Q108300427 12/31/2010 12131/2011 AGGREGATE s49,000,000 DEDUCTIBLE $ X RETENTION 10000 $ B WORKERS COMPENSATION WC488678200 4101/2010 04/01/2011 X wcsTarD- 'ER AND EMPLOYERS LIABILANY ITY Y/N Ili OFFICERIMSER EXCLUDED?ECUTIVE� N/A E L EACH ACCIDENT $SOO,000 /E (Mandatory in NH) EL DISEASE-EA EMPLOYEE $500,000 If yes describe uncer DESCRIPTION OF OPERATIONS below 'DEL DISEASE-POLICY LIMIT 5500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Certificate Holder is an Additional Insured for General Liability per written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS 220 4th Avenue South Kent,WA 98032 AUTHORIZED REPRESENTATIVE 01988-2009 ACORD CORPORATION All rights reserved ACORD 25(2009109) 1 of 1 The ACORD name and logo are registered marks of ACORD #S311488/M306671 J U LU M CLiability ►nsurance 0MU00 Endorsement Policy Period DECEMBER 31,2010 TO DECEMBF.R 31,2011 Effective Date DECEMBER 31,2010 Policy Number 3591-10-47DEN insured TELEPERFORMANCE GROUP,INC. Name of Company FEDERAL INSURANCE COMPANY Date Issued JANUARY 26,2011 This Endorsement applies to the following forms GENERAL LIABILITY Under Who Is An Insured,the following provision is added Who Is An insured Scheduled Person Or Subject to all of the terms and conditions of this insurance,any person or organization shown in the Organization Schedule,acting pursuant to a written contract or agreement between you and such person or organization,is an insured,but they are insureds only with respect to liability arising out of your operations,or your premises,if you are obligated,pursuant to such contract or agreement,to provide then:with such insurance as is afforded by this policy. However,no such person or organization is an insured with respect to any- assumption of liability by them in a contract or agreement This limitation does not apply to the liability for damages for injury or damage,to which this insurance applies,that the person or organization would have in the absence of such contractor agreement • damages arising out of their sole negligence Schedule PERSONS OR ORGANIZATIONS THAT YOU ARE OBLIGATED,PURSUANT TO WRITTEN CONTRACT OR AGREEMENT BETWEEN YOU AND SUCH PERSON OR ORGANIZATION,TO PROVIDE WITH SUCH INSURANCE AS IS AFFORDED BY THIS POLICY,BUT THEY ARE INSUREDS ONLY IF AND TO THE MINIMUM EXTENT THAT SUCH CONTRACT OR AGREEMENT REQUIRES THE PERSON OR ORGANIZATION TO BE AFFORDED STATUS AS AN IN SURED. HOWFVFR,NO PFRSON OR ORGANIZATION IS AN INSURED UNDER THIS PROVISION WHO IS MORE SPECIFICALLY DESCRIBED UNDER ANY OTHER PROVISION OF THE WHO IS AN INSURED SECTION OF THIS POLICY L Nlity Insurance Additional Insured-scheduled Person Or Organization continued Form 80.02.2367(Pev &04) Endorsement Page r Liability Endorsement (continued) (REGARDLESS OF ANY IMITATION APPLICABLE THERETO) All other terms and conditions remain unchanged. Authored Representable Liabillry insurance Addihonat Insured-Scheduted Parson or Organization fast page Form 80-02-2967(Rev 8-04) Endorsement Page 2 3 (1) with respect to the operation, 6. RENTAL AGENCY EXPENSE maintenance or use of a covered Paragraph A 4 —COVERAGE EXTENSIONS—of "auto", and SECTION III —PHYSICAL DAMAGE COVERAGE (2) for'bodily injury"or"property damage" is amended to add the following caused by an "accident"which takes d Rental Expense place after. We will pay the following expenses that you or (a) You executed the"Insured any of your"employees"are legally obligated contract"or written agreement; or to pay because of a written contract or (b) The permit has been issued to agreement entered into for use of a rental you vehicle in the conduct of your business 3. FELLOW EMPLOYEE COVERAGE MAXIMUM WE WILL PAY FOR ANY ONE EXCLUSION 5 -FELLOW EMPLOYEE-of SECTION CONTRACT OR AGREEMENT, II —LIABILITY COVERAGE does not apply 1. $2,500 for loss of income incurred by the 4. PHYSICAL DAMAGE—ADDITIONAL TEMPORARY rental agency during the period of time that TRANSPORTATION EXPENSE COVERAGE vehicle is out of use because of actual damage Paragraph A 4 a —TRANSPORTATION EXPENSES— to, or'loss"of, that vehicle, including income of SECTION Ill —PHYSICAL DAMAGE COVERAGE is lost due to absence of that vehicle for use as a amended to provide a limit of$50 per day for replacement; temporary transportation expense, subject to a 2 $2,500 for decrease in trade-in value of the maximum limit of$1,000, rental vehicle because of actual damage to 5. AUTO LOAN ILEASE GAP COVERAGE that vehicle arising out of a covered loss", and Paragraph A. 4. —COVERAGE EXTENSIONS-of 3. $2,500 for administrative expenses incurred by SECTION III —PHYSICAL DAMAGE COVERAGE is the rental agency, as stated in the contract or amended to add the following agreement c Unpaid Loan or Lease Amounts 4. $7,500 maximum total amount for paragraphs In the event of a total'loss"to a covered "auto",we will 1 , 2. and 3 combined pay any unpaid amount due on the loan or lease for a 7. EXTRA EXPENSE—BROADENED COVERAGE covered "auto"minus Paragraph A 4 —COVERAGE EXTENSIONS—of 1 The amount paid under the Physical Damage SECTION III —PHYSICAL DAMAGE COVERAGE Coverage Section of the policy, and is amended to add the following 2. Any e. Recovery Expense a. Overdue loan/lease payments at the time of We will pay for the expense of returning a the'loss", stolen covered "auto"to you b Financial penalties imposed under a lease for 8. AIRBAG COVERAGE excessive use, abnormal wear and tear or high Paragraph B 3 a -EXCLUSIONS—of SECTION III mileage, —PHYSICAL DAMAGE COVERAGE does not c Security deposits not returned by the lessor. apply to the accidental or unintended discharge of d. Costs for extended warranties, Credit Life an airbag Coverage is excess over any other Insurance, Health,Accident or Disability collectible insurance or warranty specifically Insurance purchased with the loan or lease, designed to provide this coverage and 9. AUDIO, VISUAL AND DATA ELECTRONIC e. Carry-over balances from previous loans or EQUIPMENT-BROADENED COVERAGE leases Paragraph B 4 -EXCLUSIONS -of SECTION III- We will pay for any unpaid amount due on the loan or PHYSICAL DAMAGE is deleted and replaced with lease if caused by the following 1. Other than Collision Coverage only rf the 4 We will not pay for loss"to any of the Declarations indicate that Comprehensive following• Coverage is provided for any covered "auto"; a Tapes, records, discs or other similar 2. Specified Causes of Loss Coverage only if the audio, visual or data electronic devices Declarations indicate that Specified Causes of designed for use with audio, visual or data Loss Coverage is provided for any covered "auto"; electronic equipment. or b Any device designed or used to detect 3. Collision Coverage only if the Declarations indicate speed-measuring equipment such as radar that Collision Coverage is provided for any or laser detectors and any lamming covered "auto". apparatus intended to elude or disrupt speed-measuring equipment. Form. 16-02-0292(Ed 9.10) Page 2 of 4 "Includes copyrighted material of Insurance Services Office, Inc with its permission" COMMERCIAL AUTOMOBILE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies Insurance provided under the following. BUSINESS AUTO COVERAGE FORM borrow in your business or your personal This endorsement modifies the Business Auto Coverage Form affairs. 1, EXTENDED CANCELLATION CONDITION C. Lessors as Insureds Paragraph A 2 b —CANCELLATION-of the Paragraph A 1 —WHO IS AN INSURED—of COMMON POLICY CONDITIONS form IL 0017 is SECTION 11 —LIABILITY COVERAGE is deleted and replaced with the following amended to add the following b 60 days before the effective date of cancellation if e. The lessor of a covered "auto"while the we cancel for any other reason "auto"is leased to you under a written 2. BROAD FORM INSURED agreement if- A. Subsidiaries and Newly Acquired or Formed (1) The agreement requires you to Organizations As Insureds provide direct primary insurance for The Named Insured shown in the Declarations is the lessor, and amended to include (2) The"auto"is leased without a driver. 1 Any legally incorporated subsidiary in which Such leased "auto"will be considered a you own more than 50% of the voting stock on covered "auto"you own and not a covered the effective date of the Coverage Form. "auto"you hire However, the Named Insured does not include However, the lessor is an 'insured"only any subsidiary that is an 'Insured"under any for"bodily injury"or"property damage" other automobile policy or would be an resulting from the acts or omissions by "insured"under such a policy but for its 1. You, termination or the exhaustion of its Limit of 2. Any of your"employees"or agents; Insurance or 2 Any organization that is acquired or formed by 3 Any person,except the lessor or you and over which you maintain majority any"employee"or agent of the ownership However, the Named Insured lessor, operating an "auto"with the does not include any newly formed or permission of any of 1 and/or 2. acquired organization. above (a) That is an "insured"under any other D. Persons And Organizations As Insureds automobile policy; Under A Written Insured Contract (b)That has exhausted its Limit of Insurance Paragraph A 1 —WHO IS AN INSURED—of under any other policy, or SECTION it —LIABILITY COVERAGE is (c) 180 days or more after its acquisition or amended to add the following- formation by you, unless you have given f. Any person or organization with respect to us written notice of the acquisition or the operation, maintenance or use of a formation covered "auto", provided that you and Coverage does not apply to'bodily injury"or such person or organization have agreed "property damage"that results from an "accident" under an express provision in a written that occurred before you formed or acquired the 'insured contract", written agreement or a organization written permit issued to you by a B. Employees as Insureds governmental or public authority to add Paragraph A 1 —WHO IS AN INSURED—of such person or organization to this policy SECTION 11 —LIABILITY COVERAGE is amended to as an "insured" add the following However, such person or organization is d Any"employee"of yours while using a an'insured"only covered "auto"you don't own, hire or Form- 16-02-0292(Ed 9-10) Page 1 of 4 "Includes copyrighted material of Insurance Services Office, Inc. with its permission" REQUEST FOR MAYOR'S SIGNATURE /�• Please Fill in All Applicable Boxes �✓ KENT Yee nix IT.. Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator. Robert Goehrin Phone (Originator): 5262 Date Sent: 05/11/11 Date Required: 5/20/11 Return Signed Document to Mariane Ely CONTRACT TERMINATION DATE: 12/31/2013 VENDOR NAME: Alliance One DATE OF COUNCIL APPROVAL: 05/17/11 Brief Explanation of Document: ARMI administers the State Debt Collection Services contract. The City retains full control in deciding which accounts are referred for collection. The City retains 100% of the principal balance referred. Referred accounts are subject to a 24% collection agency fee and interest at 12% annually. The City receives 5011/o of the interest collected by ARMI, All Contracts Must Be Routed Through The Law Department RECEIVED Approval i completed by the Law Department) Received: I E Approval of Law Dept.: I MAY 1 1 2011 -rVA1 ?k 6 Law Dept. Comments: KENT LAW DEPT Date Forwarded to Mayor: L`� Shaded Areas To Be Completed By Administration Staff,,, Received: Recommendations and Comments: D Disposition: ,Jf"fiR/f► LLL�S,I''L¢.c� ��"`0'� � [�t�� � � t>�s� �� Date Returned: CP 4F KENT CITY CL=RX Client#: 1370 TELEPERGRO ACORD- CERTIFICATE OF LIABILITY INSURANCE 12/30l2013 Y' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Moreton &Company -Utah ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 709 East South Temple HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR p ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Salt Lake City, UT 84102 801 531.1234 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Federal Insurance Company _ Teleperformance Group, Inc. INSURER e. St. Paul Fire & Marine Ins. Co_._ 6510 Millrock Drive,Suite 150 INSURER Q American Zurich Insurance Compa Holladay, UT 84121 INSURER D. Great Northern Insurance Co. 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, SR Pon POLICYTYPE OF INSURANCE POLICY NUMBER DATE EFFECTIVE POLICY RATE( MIRATION LIMITS LINK NSR DATE MFFECTIY DATE EXPIRATION A GENERAL LIABILITY 35911047 12/31113 12/31/14 EACH OCCURRENCE $1000000 DA X COMMERCIAL GENERAL LIABILITY PREMIETO PER rEG $1000000 CLAIMS MADE 51CCCUR MED EXP(Any one person) $10000 PERSONAL&ADV INJURY $1000000 GENERAL AGGREGATE s2 000 000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO s2000000 POLICY PEOT LOG D AUTOMOBILE LIABILITY 73559843 12/31/13 12/31/14 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO (Ea accident) ALLOWNEDAUTOS BODILY INJURY S (Par person) SCHEOULEDAUTOS X HIREDAUTOS BODILY INJURY 5 X NON-OKNED AUTOS (Per accident) X Drive Other Car PROPERTY DAMAGE $ (Per accidanq GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGO $ A EXCESS/UMBRELLA LIABILITY 36911047 12/31/13 12/31/14 EACH OCCURRENCE s49,000,000 B X OCCUR XQ CLAIMS MADE ZUP12RO52BA13NF 12131/13 12/31/14 AGGREGATE s49,000,000 $ DEDUCTIBLE S X RETENTION $10,000 S — C WORKERS COMPENSATION AND WC924284401 04/01/13 04/01114 X Wcsraru- OFIR TH- EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $1 000 000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? IT E.L.DISEASE-EA EMPLOYEE $1000000 If yes,deecdba under SPECIAL PROVISIONS below EL DISEASE-POLICY LIMIT $1,000 0OO OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Verification of Insurance subject to the terms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL _ DAYSWRITTEN Attn: Robert Goehring NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO 00 SO SHALL 220 Fourth Avenue South IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Kent,WA 98032-0000 REPRESENTATIVES, AyyTHORIZED REPRESENTATIVE lbwOle ACORD 25(2001/08)1 of 2 #S6744671M574271 SAUNA 0 ACORD CORPORATION 1981 Client#: 1370 TELEPERGRO ACORD,,, CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDNYYY) 12/29/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES j BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED j REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. '.., IMPORTANT:if the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the '� certificate holder in lieu of such endorsement(s). ACT PRODUCER NAME: Sean Shewell r Moreton&Company-Utah IP p{ONE gp1 531-1234 ....1 1 AAX !C No 801-531-6117 (AlC,No,Ext): ... P.O.Box 58139 E-MAIL — ADDRESS: sshewell@moreton.com Salt Lake City,UT 84158-0139 INSURER(S)AFFORDING COVERAGE NAIC# 801 531-1234 INSURER A:Federal Insurance Company 20281 INSURED '�.INSURERS:St. Paul Fire&Marine Ins.Co. 24767 Teleperformance Group,Inc. American Zurich Insurance Coma 40142 INSURER C: P 6510 Milirock Drive,Suite 150 Great Northern Insurance Co. 20303 INSURER D Holladay, UT 84121 INSURER E: i INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER; THIS IS TO CERTIFY THAT 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 CONTRACTOR 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE NSR SLIB POLICY NUMBER MMDOMY MM/DDYNYYY LIMITS _._ _ WVD A GENERAL LIABILITY 35911047 12/3112014 12/31/201 EACIOCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY BAITED To—Ea occurre nce $1 900,00 0 CLAIMS-MADE a OCCUR NED EXP(Any one person) $10000 PERSONAL&ADV INJURY $1,000,000 GENERALAGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS.COMP/OPAGG $2,000,000 POLICY PE� LOC ( $ 355984 D AUTOMOBILE LIABILITY 73 121311201412/31/201 COMBINED§iRCLEUMIT 1,000,000 E...ident $ _ X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Peraccident) $ AUTOS AUTOS X HIREDAUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident}. X Drive Oth Car $ A X UMBRELLA LIAR I X 'OCCUR 79877170 12/31/2014 12/31/201 EACH OCCURRENCE $49,00),000 B X EXCESS LIAR X CLAIMS-MADE ZUP12R0528A14NF 12/31/201412131/201 AGGREGATE s49000000 DED X RETENTION$10000 _.r $ c WORKERS COMPENSATION WC924284402 04/01/2014 04101/201 X WCSTATU- OTH- AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVIE E.L.EACH ACCIDENT $1000000 OFFICE"EMBER EXQUDEDP ® NIA '— (MandatorylnNm EL DISEASE-EA EMPLOYEE $1,000,000 DESCRI TIONunder ,E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION un OPERATIONS below i DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES{Attach ACORD tot,Additional Remarks Schedule,if more space is required) Verification of Insurance subject to the terms and conditions of the policy. CERTIFICATE HOLDER CANCELLATION CityOf Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Robert Goehring ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Avenue South Kent,WA 98032.0000 AUTHORIZED REPRESENTATIVE I <(G' O @ 1988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 Oil The ACORD name and logo are registered marks of ACORD ' #S678824/M678796 SEASH Client#: 1370 TELEPERGRO I ACORD,,, CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 03131/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW,THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER, IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endors hear s). - PRODUCER CONTACT Sean Shewell NAME: Moreton & Company -Utah PHONE -- -- PAX tA/C,No Ext):801 531-1234 __ _��AIc,No 801.531.6117 709 East South Temple E MAIL ADDRESS: sshewell@moreton.com Salt Lake City, UT 84102 8O1 531-1234 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Federal -insurance Company msuRED INSURER D:Great Northern Insurance e C p Teleperformance Group, Inc, INSURERS. t Paul Fire& Marine Ins.Co. 6510 Millrock Drive, Suite 150 irvsuRER c:American Zurich Insurance Coma I Holladay, UT 84121 ._..-._ _._.__.-..._ _...----... INSURER E: INSURER F: _ COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDCSUBR POLICY E F POLICY UP LTft TYPE OF INSURANCE INSR iWVO POLICY NUMBER MWDDIYY MMIDD/Y Y LIMITS A GENERAL LIABILITY 35911047 2/31/201312131/201 EACHoccURRENGE $1,000,000 _ LABILITY PDR �§EsT�EaFoo ar°nca) $1,OOO,000_ X COMMERCIAL GENERAL LIABILITY _ CLAIMS-MADE XI OCCUR MEDEXP(Anyoneperson) $10,000 - PERSONAL&ADVINJVRV $1,000000. GENERALAGGREGATE s2,000,000 SENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO s2,000,000 PRO- ( $ _ POLICY EJEU_T._I__-I LOG _----- AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT D 73559843 12/31/2013 12/31i201 EaaccNonq_ _, $1,000,000 _ X ANY AUTO BODILY INJURY(Per person) $ ALL O SCHEDULED BODILY INJURY(Per accltlanq $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Peraccldentj_ s X Drive Oth Car S A X UMBRELLA LIAR X I OCCUR i79877170 12131/2013 12/31/201 EACH OCCURRENCE 549,000,000 _ B X EXCESS LIAR X i CLAIMS-MADE ZUP12RO52BA13NF 12/31/2013 12131/201 AGGREGATE s49,000,000 ---.. ..-. .._... DED I RETENTION$100' 5 C WORKERS COMPENSATION WC924284402 4/01/2014 04/01/201 X WCSTATU- OTH- AND EMPLOYERS'LIABILITY ANY PROPmETORIPARTNER/EXECUTIVE YIN C�CH ACCIDENT &1,000,000 OFFICER/MEMBER EXCLUDED? Nj N1AI -- --- — ----- (Mandatory in NH) E I E L DISEASE-FA EMPLOYEE $1 000 000 If yes,describe under I DESCRIPTION OF OPERATIONS below }}IIIII EL DISEASE-POUGV LIMIT $1,000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS i VEHICLES(Aaach ACDRD 101,Additional Remarks Schedule,If more space Is required) Verification of Insurance subject to the terms and conditions of the policy. I CERTIFICATE HOLDER CANCELLATION (.It of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Robert Goehring ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Avenue South Kent,WA 98032-0000 AUTHORIZED REPRESENTATIVE �- ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACDRD name and logo are registered marks of ACDRD #S601681/M601659 SEASH