Loading...
HomeMy WebLinkAboutPK13-198 - Original - SimplexGrinnell - City-wide Fire & Security Alarm monitoring - 08/20/2013 { ;r Document` Records Maaaagem0b, wns 111 , in�i ( �,.. 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: SimplexGrinnell Vendor Number: JD Edwards Number Contract Number: Ti< 16 I This is assigned by City Clerk's Office Project Name: City-wide Fire & Security Alarm monitoring and testing of Fire suppression systems and confidence testing. Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 08/01/13 "termination Date: 07/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Nancy Clary Department: Facilities Management Detail: i.e, address, location, parcel number, tax id, etc. S:Ptiblic\RecordsManagement\Forms\ContractCover\adcc7832 11/08 ENT 'NnniereoTore GOODS & SERVICES AGREEMENT between the City of Kent and $ImplexGrinrlell THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and SlmplexGrinnell organized under the laws of the State of Washington, located and doing business at 9520 10'h Avenue South, Seattle, WA 98108, Tim Duggan, 206 291-1475 (hereinafter the "Vendor"). AGREEMENT I, DESCRIPTION OF WORK Vendor shall provide the following. goods and materials and/or perform the following services for the City: SimplexGrinnell will provide city-wide Fire and Security Alarm monitoring, Fire and Security Alarm maintenance and confidence testing, as well as maintenance and testing of Fire suppression systems as per Quote dated May 20, 2013, which is attached and incorporated as Exhibit A. This contract is for $24,942.00 per year for three years, with the option for two, one year extensions not to exceed $24,942.00 per year. The services provided are not subject to Washington State Sales Tax. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains Its unqualified right to obtain these goods, materials, and services.through other sources, 11. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by July 31, 2016. III. COMPENSATION. The City shad pay' the Vendor an amount not to exceed $24,942,00 for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the fallowing schedule: The Vendor shall invoice the City quarterly for service provided in the years beginning August 1, 2013, 2014, 2015 ending on July 31, 2016. Vendor shall submit Invoices upon completion of the confidence testing and testing of the fire suppression systems either semi-annual or annual. GOODS &SERVICES AGREEMENT- 1 (Over$10,000.00, including WSST) If the City objects to all or any portion of an Invoice, it shall notify Vendor and reserves the option to only pay that portion of the Invoice not In dispute. In that event, the parties will immediately make every effort to settle the disputed portion, A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B, Final Payment: W Iver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE: TIME REQUEST FOR FINAL PAYMENT IS MADE. Ii IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent I 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 Vendor has the ability to control and direct the performance and details i of its work, the City being interested only in the results obtained under this Agreement. I B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and Independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an InclependenMy established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor 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 Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. GOODS &SERVICES AGREEMENT - 2 (Over$10,000,00, Including WSST) -`afa - TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at Its .address set forth on the signature block of this Agreement. VI. CHANGES. The City may Issue a written amendment for any change In the goods, materials or services to be provided during the performance of this Agreement, If the Vendor determines, for any reason, that an amendment Is necessary, Vendor 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 Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change Increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the 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 the Vendor fails to require an amendment within the time allowed, the Vendor, waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting In the way this section provides. An amendment that I Is accepted by Vendor 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. VIZ. CLAIMS. If the Vendor 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 Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) j calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time,, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim Is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the Information set forth in subsections A, Items I 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 PACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of ClaI. Provide a signed written notice of claim that provides the following Information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; GOODS &SERVICES AGREEMENT- 3 (Over$10,000,00, hicluding WSST) 3. The provisions In this Agreement that support the clal rr; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption, B. Records, The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest, The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. a C, Vendor's Duty to Complete Protested Work, In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). I E. Failure to Follow Procedures Constitutes Waiver, By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). I VIII. LIMITATION OF ACTIONS, VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT i ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT I SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD, IX. WARRANTY, This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any part of the goods are repaired, only original roplacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City, The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect, If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City In order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, Its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, GOODS &SERVICES AGREEMENT - 4 (Over.$10,000.00, including WSST) sexual orientation, national origin, or-the presence of any sensory, mental, or physical-disability, discriminate against any person who Is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATIONV Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's Inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HERE-IN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER, I In the event Vendor 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 jurisdictlon (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor 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 Vendor's part. i The provisions of this section shall survive the expiration or termination of this I Agreement, XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XZXI. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use In connection with the work. KIV. MISCELLANEOUS PROVISIONS. 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 GOODS &SERVICES AGREEMENT - 5 (Over$10,000,00, Including WSST) -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. Resalutlon 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; rovl teed, however,, nothing in this paragraph shall be construed to limit the Clty'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 mall, 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. i F. Modification. No waiver, alteration, or modification of any of the provisions of this i Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. I G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language In any of the Exhibits to this Agreement conflict: with any language contained in this Agreement, the terms of this Agreement shall prevail, H. -Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or In the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. f 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. 7CN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. GOODS &SERVICES AGREEMENT - 6 (Over$10,000,00, including WSST) I [11EN[!OFt CITY OF SKENT ------- (Sign a(U(e) (signa tune) Print Name �� , C _<'` Print Na; uzette Cooke _ its - { LL— DATE: DATE:_ Nt)TICES TO RE SENT TO; NOTICES TO BE SENT TO: VENT OR- CM OF KENT: 1 i Tim Duggan Alex Ackley, Superintendent of Facilities SimplexGrinnell City of Kent 9520 10t�' Avenue South 220 Fourth Avenue South Seattle, WA 98108 Kent, WA 98032 206 291-1475 (telephone) (253) 253 856-5081 (telephone) 206 291-1500 (facsimile) (253) 253 856-6080 (facsimile) A,PPRO'iiEi3 AS T/® FORM.\Ia Kent Law Department g Pn thf:Ulu,Y.mW"W the einaram<rfe'mh Own the' nWcd b.been l I I I I I GOODS &SERVICES AGREEMENT - 7 (Over$10,000.00, including WSST) DECLARATION i CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity: As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding, If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City`s sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this ;, i.G day of i t 20 { r v By, _ For 7 , Title i. Date:- EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER, 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor P LQ ICY Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. Ail contractors, subcontractors, consultants and suppliers of the City must guarantee I equal employment opportunity within their organization and, if holding Agreements with the City i amounting to $10,000 or more within any given year, must take the following affirmative steps: I 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1, Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy, 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines, EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I' I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity i Policy that was part of the befo;e-mentioned Agreement. Dated this t � day, ,of 20 A By. r For. r_ i s '� Iv-* '�3� a4 r ---- Title 14 i 6 wg x Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 QUOTATION FORM CITY OF KENT FIRE PROTECTION & SECURITY PROVIDE VARIOUS FIRE PROTECTION & SECURITY SERVICES AT CITY OF KENT LOCATIONS AS INDICATED ON ATTACHED CORRECTED SCOPE OF WORK. COMPANY NAME: CONTACT NAME: m -- E-MAIL: �MUG(r sh. C?SttYn�v f2 ,1+tie(�. Lr�ry QUOTE FOR ANNUAL CONTRACT SERVICES; v7D- lld WSST:� Vo , TOTAL ANNUAL CONTRACT: r Ia 111 p Lc1,43 } zL GJ` b nr� de,_ fr Rce{rt�.wd .0801 vL S� FDcC,�� 6) f etlif JORIZED SIGNATURE QUOTING FIRM CITY OF KENT CORRECTED - SCOPE OF WORK (CORRECTED DESCRIPTIONS ARE CAPITALIZED & BOLDED) `I CENTENNIAL CENTER 400 W1 GOWE NUMBER OF ANNUAL DESCRIPTION DEVICES _fRgQ UENCY PRICE Fire Monitorin - AES RADIO I Monthl Coni'ldence Testing (completed during off hours PP 42 Annual & . Canfldence Testing - 3 TIMES PER YEAR TEST I5n/o QUARTERLY d4p,Qm- I Backflow Devices 3 Annual Vault Under round Confined Space 1 Annual Wet System 1 Annual X d,n�— Dry System - Generator Bulldin 1 Annual fit.vp-- INTERNAL PIPE EXAMDue In 2017 2 5 Years boo �- PDC BACK FLUSH DUE IN 2017 1 5 YEARS CENTENNIAL CENTER GARAGE 400 WD GOWE NUMBER OF ANNUAL DESCRIPTION DEVICES FRE UENCY PRICE Stand Pie Due In 2015 3 STORY 2 5 Years CITY HALL 220 Fourth Avenue South BER OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Fire Monitorin - AES RADIO 4 Monthl '201V Confldence Testln completed durinq off hours FP 254 Annual J Backflow Devices 2 Annual M, Malon (completed during off, hours) FP 11 Annual 30r, Stand Pipe due to 2015 4.STORY 3 5 Years 4--&U_.._. _ _ CORRECTIONS FACILITY 1230 SOUTH CENTRAL NUMBER OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Fire Monitorin - AES RADIO 1 "Monthlz IdO.01 Confidence Testing FP 85 Annual 6' — Backlow Devices 5 Annual Vault Underground Confined Space 1 Annual Wet System 1 Annual *Xo.aa- Dry System 1 Annual Ngw,,p2 Flood � � 1 Semi-Annual aM. Dr -Pre Action y 1 _ Annual a <° Pre-Action Fire Protectlon System 6 Annual INTERNAL PIPE EXAM due in 2017) 9 5 Years s�v FDC BACK FLUSH DUE IN 2017 1 5 YEARS CORRECTED BCOPE OF WORK CORRECTIONS ANNEX f 8323 S 259TH I NUMBERI OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Fire Monitoi9ix - AE3 RADIO 1 MonthlD Confldence Testing FP 33 Annual 1236, ° MUNICIPAL COURT 1220 CENTRAL AVENUE SOUTH NUMBER OF ANNUAL DESCRIPTION DEVICES FRE UENCY PRIG Fire Monitoring - AES RADIO i Monthlyedd Security Monitoring 1 Monthly ,,a Confldence Testing FP 28 Annual Wet S stem 1 Annual J q.� Internal Plp Exam - No FDC due In 2017 1 5 Years ba0- !?7,7. COMMON'S S25 4TH AVENUE NORTH NUMBER OF ANNUAL DESCRIPTION DEVICES]FREQUENCY PRICE Fire Monitorin - AE5 RADIO 1 Monthl CEP. Security Monitoring w/opening &closing information 1 Monthly " & Confldence Testing FP 188 Annual We'loa-11T Batl<flow Devices 3 Annual a 'Wets stem 1 Annual SO, INTERNAL PIPE EXAM due In 2017 1 5 Yearse c FDC BACK FLUSH DU& IN 2017 1 5 YEARSzio / SENIOR CENTER 600 E° SMITH •�� •��-- NUMBER OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Fire Monitoring - AES RADIO 1 Monthly , Security Monitoring w/opening & closlng information 1 Monthl 5. Confidence Testing FP 29 Annual Bacdow Devices 3 Annual �. Vault Underground Confined Space 1 Annual Wet System 1 Annual2?° Hood 1 Semi Annual boas INTERNAL PIPE i LUSH (due in 2017 1 5 Years �00, FDC BACK FLUSH DUE IN 2017 1 5 YEARS � lima a� I CORRECTED SCOPE ESP WORK RIVERBEND 18 HOLE CLUBHOUSE 2019 WEST MEEKER NU S R OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE I Fire Monitoring - AES RADIO 1 Monthly— sp- Two 1 Security Monitoring 2 —Monthlya ,c7 Security Monitorin w o enin and closinc g Information 1 monthly 00 Confidence Testing FP 49 _ Annual fi , 6acl<Flow G3evlces 4 Annual4, PAR 3 GOLF 2030 WEST MEEKER U BER OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Securtty Monitoring W/opening and closing information 1 Monthl j e DRIVING RANGE 2020 WEST MEEKER NUMBER OF ANNUAL DESCRIPTION) DEVICES _FREQUENCY PRICE Ftre Monitoring - AES RADIO 1 Monthl - Securlty Monitorin w/openlnq and closing information S Monthl �. Backflow Devices 2 Annual n. ' Confidence Testlng FP 1 21 1 Annual y Hood 1 Semi-Annual — POLICE DEPARTMENT 220 Fourth Avenue South NUMBER or ANNUAL DESCRIPTION DEVICES FRE UENCY PRICE Fire Monitoring - AES RADIO 1 Monthly 120 Confidence Testing FP 89 Annual a*• Backi`low 3 _Annual oIs:eu Wet System 1 Annual $Z1. Underground Vault Confined 5 ace 1 Annual INTERNAL PIPE EXAM due in 2017 1 5 Years FDC BACK PLUSH DUE IN 2017 1 5 YEARS PUBLIC WORKS OPERATIONS 5821 S. 24()TH -- - N ER _ OF ANNUAL DESCRIPTION DEVICES FREQUENCY ..PRICE Backflow Devices 1 Annual �S- Panic Monitoring - AES RADIO 1 Monthly 15w %q 2owo 7�nnl�y � e4��,C _ VC3 SCA CORRECTED SCOPE OF WORK PUBLIC WORKS PUMP STATION 5 23825 98TH AVE S NUMBER OF ANNUAL DESCRIPTION DEVICES F UENCY PRICE Wet S stem _ RE1 Annual f "p. Backflow Devices 3 Annual INTERNAL PIPE EXAM due in 2017 1 5 Years FDC BACK FLUSH RUE IN 2017 1 5 YEARS EAST HILL PUMP STATION SE 248TH AND 108TH SE NUMBER OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Wet System 1 Annual 50. Backflow Devices 3 Annuai °75%6 INTERNAL PIPE EXAM due In 2017 1 5 Years ®tl,� FDC BACK FLUSH I DUE IN 2017 1 5 YEARS WATER TREATMENT PLANT 9001 21.2Ti1 STREET NUMBER OFtAnnual ANNUAL. DESCRIPTION DEVICES PREY PRICE Fire Monitorin - AES RADIO 1 Confidence Testing FP 16 .6.00 Backflow devices 3 .+1 Wet S stem 1 a Under round Vault Confined Space Z INTERNAL PIPE EXAM due in 2017 1 FDC BACK FLUSH DUE"IN 2017 1 LAGOONS ENGINEERING 22306 RUSSELL ROAD NUMBER OF ANNUAL DESCRIPTION DEVICES FREQUENCY_ PRICE SeCLArity Alarm Monitorin - PHONE LINE 1 Monthly , HISTORICAL SOCIETY 885 E. SMITH N OF ANNUAL OnSCRIPTION DEVICES FREQUENCY PRICE Security Alarm Monitoring - PHONE LINE 1 Monthly /�c1.br i CORRECTED SCOPE OF WORK I � POOL 25315 101st AVE SE 14UMBER OF ANNUAL DESCRIPTION DEVICES FRE UENCY PRICE Backflow Devices 2 Annual ,'#5d a® , NEELY SOAMES HOUSE � 5311 S. 237TH PLACE NU14B I OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Backflow Devices 1 Annual '5' AROUND THE CLOCK RENTAL PROPERTY 422 WEST TITUS STREET ( j NUMBER OF ANNUAL DESCRIPTION DEVICES FRE UENCY PRICE Backflow Devices 1 Annual !.5 w- FIRE STATION 71 yjJSpa 504 W. CROW, NUMBER OF ANNUAL DESCRIPTION DEVICES FRE UENCY PRICE Fire M_onitorin - AES RADIO i Monthly w0,!P2- Confidence Testing - HORNS, BELLS, STROBES, SMOKE, 19_ Annual "— HEATS PULLS Backflow Devices 3 Annual . �- Vault Underground Confined Space Wet system 1 Annual bfz.a INTERNAL PIPE EXAM due In 2017 1 5 Years Stand Pipe due in 2015 4 STORY 1 5 Years ��— FDC BACK FLUSH DUE IN 2017 1 5 YEARS , FIRE STATION 72 25620 14"'4 AVE SO NUMBER OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Fire Monitoring - AES RADIO 1 Monthly d0.&5 Confidence Testing FP 2 Annual 1 '0�0-' Wet System 1 Annual l `01*0 INTERNAL PIPE EXAM due In 2017 1 5 Years BACKFLOW DEVICE 1 ANNUAL ; yo� I CORRECTED SCOPE OF WORK FIRE STATION 73 26512 MILITARY RD SO. !NUMBER ! OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRICE Fire Monitorin - AES RADIO 1 Monthly0 ?_ Confidence Testfng FP 33 Annual g'j-3.� Backflew Devices 4 Annual 0010 Vault Underground Conflned Space 1 Annual v— Wets stem 1 Annual #M,915 INTERNAL PIPE EXAM due In 2017 1 5 Years (moo. rDC BACK FLUSH DUE IN 2017 1 5 YEARS C d 13 > STATION 74 24611 116T" AVE. SE NUMBER OF ANNUAL DESCRIPTION DEVICES FRE UENCY PRICE Fire Monitorin - AE5 RADIO 1 Monthly �l9- Confldence Testfn FP 44 Annual x.6 Backflow Devices 6 Annual .®� Vault Underground Confined Space 2 Annual Wet System 1 Annual c Dr overhead Protectlon System 1 Annual & INTERNAL PIPE EXAM. due In 2017 2 5 Years Q. Stand Pipe due In 2015) 1 5 Years 2yol vex FDC BACK FLUSH (DUE ICd 2017 1 5 YEARS FIRE STATION 75 15635 SE 272ND NUMBEK- OF ANNUAL DESCRIPTION DEVICES FRE UENCY PRICE JI Fire Manitorin - AES RADIO 1 Monthl Confidence TestIng FP s0 Annuaf Wet System 1 Annual ° . — INTERNAL PIPE EXAM due In 2017 1 5 Years BACKFLOW DEVICE 1 ANNUAL ; FDC BACK FLUSH DUE IN 2017) 1 5 YEARS I CORRIE(CTED SCOPE OF WORK i FIRE STATION 76 20676, 72sres SO. � f OF ANNUAL DESCRIPTION DEVICES FREQUENCY PRIG Fire Monitoring - AES RADIO I. Monthl p. tf— Confldence Testing FP 26 Annual Backffow devices 4 Annual pO. Vault Under round Confined Space 1 Annual r� Wet System 1 Annual . . INTERNAL PIPE EXAM due In 2017 1 5 Years 20 �Y f bo FDC BACK FLUSH DUE IN 17 1 5 YEARS FIRE STATION 76173�°= GARAGE NUMBER OF ANNUAL DESCRIPTION DEVICES _FREQUENCY PRICE Security Monitorin w/opening and closing informat€on 1 Monthlyr Backflow Devices 1 Annual 4 Wet System 1 Annual t r -- INTERNAL PIPE EXAM? NO FDC due In 2017 1 5 YEARS a FARE STATION 77 '`� " 20717 132N®"ESE NUMBER OF ANNUAL, DESCRIPTION DEVICES FREQUENCY PRICE Fire Monitoring - AES RADIO % I, Monthly Confidence Testing FP 61 Annual �1 . Backflow Devices 4 Annual ip , ,—� Vault Underground Confined Space _ I Annual � Wet System 1 Annual d,`x' Dry System F 1 Annual u INTERNAL PIPE EXAM (due in 2017) 2 5 Years .Stand-Pipe due In 2015 1 5 Years FDC BACK FLUSH DUE IN 20172 1 5 YEARS l,14fa FIRE STATION 78 17S52 SE 256TH NUMBER OF ANNUAL DESCRIPTION DEVICES FRE UENCY PRICE Fire Monitorinq - AES RADIO I Monthly Confidence Testing FP 55 Annual - Backflow Devices 8 Annual o�8ti 4� Vault Under round Conflned Space 1 Annual Wet System 1 Annual �? INTERNAL PIPE EXAM (20171 1 5 Years Abn1w . Stand PI e 2015 ]. 5 Year. 60 FDC BACK PLUSH DUE IN 20171 RS EXHIBIT INSURANCE UIRE E FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, Insurance against claims for Injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors, A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. 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 Contractor's Commercial General Liability Insurance policy with respect to the work performed for the City using ISO additional Insured endorsement CG 20 10 1185 or a substitute endorsement providing equivalent coverage. k 2, 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 l necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily Injury and property damage of $2,000,000 per accident, EXHIBIT (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 Contractor'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 Contractor's insurance and shall not contribute with it. 2. The Contractor'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. i 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 contractor 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 Contractor'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 A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the j amendatory endorsements, including but not necessarily limited to the j additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor, j All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the'Contractor. I tom•ERWRCA OF tle..TAM � Y HNSURANCC DATE 731120'3 Y) 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(i-) 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 net confer rights to the certificate holder in lieu of such endorsement(s), PRODUCER CONTACT AY.ab'na ':Y:a 11':dn NAME: _ _ PHONE _ (212) 94d-8852 Marsh USA In C. '212J 945-8935 FA^ 1166 Avenue of the Americas UE MAIL xt) ' lac Nc1: New York,NY 1003E ADDRESS: 2J ease see bottom of end Cage _— r NSURERC)AFFORCINGCOVERAGE __._. - N'AIC4 - INSURERA: Ccmmerce&Industry Ins Co. 19410 INSURED INSURER B: Illinois Natioral Insurance Co. 23817 SimplexGrinnell LP INSURER C: Nat'l Urior Fire Ins Co,cf Pittsburgh,PA 19445 9520 1 OTH AVE SOUTH INSURER D: New Hampshire Ins.Co. 23841 SEATTLE,`JVA 98108 United States COVERAGES CERTIFICATE NUMBER:1094649-A - REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES CF 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 VJITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS 9URJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR -... _. ADDL'SUER -. _-_ LTR TYPE OF INSURANCE IINN D POLICYNUMBER MMI�I o/Y1'E1'YY MMLD1IYEYYY LIMITS GENERAL LIABILITY D X GL 7146417(Primary GL) 9(2812012 10/'J2C13 I EACH C URREVCE�5 1,000,DDO.00 ; NIFED X (`OMMcRCIALGENERA_LIABILITY REM SES To c.dnrz,.ce� �$ $ ,00Q000.03 CLAIM -NADE TOCCUR - I DEC CXP! n 3 y one cerson) $<QCCC.00 OWNER'S&CONT3ACTOR'S FRO- PERSONAL&ADVINJURY S $1,'DDO,CGCCO -_.- C NER LAGCRECATE E $2,G00,000.00. CEN'LAUe Rc3ATc LIMIT APPLIES PER: PRODUOTS-Col $ 52,0(10.'J00.00 P _CY JET LAIC AUTOMOBILE LIABILITY "OMEM1VED 61NG_E LIMIT C I X 'CA 3447245 (All Other States) 9128l2012 1C 1 2013 �a acclgant e - 51,000pOD.00 C X AYAUTO CA 3447251(MA) 912612012 101I2013 30DILY IN.;uRY leer person) E C ALL OWNED n'CI' DJLED CA 344 254 (VA) d/28/2012 10112013 D AUTOS AUTOS CA3F42N2(NH)(PnrnaryAL) 912W2012 10112013 HODIL INJURY(Peracidrr) a ACV CANE X RED ALTOS X ALTOSNkr N HER DA CAC LI -- 5 - 325C,OOGDO er den:' UMBRELLA LIAR OCCUR EACHCCCJRRENCE HTE PRODUCTS g EXCESS LIAR CLPIMS.NADE e AGGREG - IDED aETEIJ-IONS NEW FAMPSHIRE ICSL) WORKERS COMPENSATION IWC 043464663 FL W STATU OTN- A AND EMPLOYERS LIABILITY ( ) 9i26l2012 1D, 12013 X -Yf N WC 04s46z672(M) RY It' TO oR _ B ANY.ROPRIETCRPARTNER/EXE JT.V_ WC 043464662 A 0/28/2012 :O11/2013 EL EACHA CIOEVT E $2000,000.00 C D FID R'MENBEREXC'UDED9 NIA (" ) 0/28/2012 O'1l2013 — p (Mandatory NET WC 0494 64 6 61!A'-Oiher Slates) 9,128/2012 iCl1/2013 EIT ISASE-EA E V PLOYEES S2,00C,000O0 D If yes deeodbe unar WC 043464673(MN) 9I2812D12 10/112D13 EBCRIPTION O. OPERA-IONS below E.DISEASE-POIICY LMIT S $2000,000.00 DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES (Attach ACORD 101,Additional Remarks SchedUle,Ifmore space requiretlj - Project: Gcodi. and Services Agreement - ?lease reEe_ to attached =Era 101 fo, '_arthe- remarks. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE SUperintendert of Facilities THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2%Fourth Avenue S011th ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 93032 United States AUTHORIZED REPRESENTATIVE RI-usA INC,L'Y', J_l C�J rFe.�a Pmaam C 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD A GENCY CUSTOMER I D: LOC 9: .F"e fit, ARIDMONAL REMARKS SCHEDULE Page 2 of 2 AGLACY , NAMED INSURED Marsh USA Inc. SimplexGernell'_P POLICY NUMBER 9520 1 OTH AVE SOU Fi SEATTL.c, 01A 98108 Unified States CARRIER NAIC EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE REGARDIEG POLICIES OF INS=M-E: Insurer Policy Nu:nber(s) Effective Daca(s) Expiration Datc(s) D WC 043464674 (ILA, PID, oE, WA, Wl, WY) 91/2E/2C12 10/1/2012 D WC /43464673 (CT,GA,FA,gC) 9/25/2C12 10/1/2013 RCGARD=NG NOT=CE OF CPTCELLATION ^--0 CE+T=FICA^_3 HOLDE E: This endorsement modiP'_es a-as notice of cancellat'-cn of insurance prcvided hereunder: Should any of the above described aclieies be canceled, other `_0an for non-payment of cranium, before The expiration_ date --aereo`_, 30 days advice of cancellation will be delivered to certificate holders in acco-sarce with toe poLcy ender-sements. All other terms and conditions of this po3ey remain ur_changed. REGA DING ADDITIONAL LN=ED ETATLS: in aceo-ranee with the policy provisions, City of Kert is inol'aded as an adcitional insures 'under to pol ioy, as a result of any contract or agreemsn_ entered into by.Lie name-- insured and City of Kent. In accordance with the po=icy prov'_stons, coverage afforded to an addidona_ ir_sured wi11 apply as primary insurance where required by cencract entered tr_te ar t,e named insured and the City of Kent. Any ether insurance _ssued to such aaditional insc-ed shall apply as excess and noncontributory _neu-ante. FOR QUESTIONS REGARDING THIS CERTIFICATE OF INSURANCE CONTACT: Jamie Drowley (Email: jdrowley?simplexgrinnell.com Phone: SC9-8A2-_2C3) __ ___________________ THIS CERTIFICATE OF INSURANCE WAS GENERATED AND DELIVERED BY EXIGIS RiskWor ,rm.Certificateso Bwinees Process Automation for Risk Managemenq Insurance;antl Trede Finance To team what EXIGIS^ac.dD far ynu huslness visit exigfseom orcall 90C928.1895 ACORD 101 (2008101) 02008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT kNiAN005 This endorsement, effective 12:01 A.M. 09/28/2012 forms a part of Policy No. GL 714-64-17 issued to TYCO INTERNATIONAL MANAGEMENT COMPANY, LLC by NEW HAMPSHIRE INSURANCE COMPANY ADDITIONAL INSURED — WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION 11 — WHO IS AN INSURED, is amended to include as an additional insured: Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations, completed operations, or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: • The coverage and/or limits of tNs policy, or • The coverage and/or limits required by said contract or agreement. . AUTHORIZED REPRESENTATIVE ENDORSEMENT This endorsement, effective 12:01 A.M. 09/29 201 2 forms a part of Policy No. GL 714-64-1 7 issued io TYCO INTERNATIONAL MANAGEMENT COMPANY, LLC by NEW HAMPSHIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED — PRIMARY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Section IV, Commercial General Liability Conditions, paragraph 4., Other Insurance, subparagraph a. Primary Insurance, is amended by the addition of the following: However, coverage under this policy afforded to an Additional insured will apply as primary insurance where required by contract, and any other insurance issued to such additional insured shall apply as excess and noncontributory insurance. AUT ORIZ D REPRESENTATIVE 74434 (10199) EN DORSEIVIPENT This endorsernent, effective 12:01 A.M. 09/28/20'2 forms a part of Policy No. CA 344-72-45 issued to TYCO INTERNATIONAL MANAGEMENT COMPANY, LLC by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INSURANCE PRIMARY AS TO CERTAIN ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following. BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, B. — General Conditions, 5. — Other Insurance, c., is amended by the addition of the following sentence: The insurance afforded under this policy to an additional insured will apply as primary insurance for such additional insured where so required under an agreement executed prior to the date of accident. We will not ask the insurer that has issued o-her insurance to such additional insured to contribute to the settlement of loss arising out of such accident. All other terms and conditions remain unchanged. AUTHORIZED REPRESENTATIVE 74445 f10199) ENDORSEMENT This endorsement, effective 12:01 A.M. 0912812012 forms apart of Policy No. CA 344-72-45 issued to TYCO INTERNATIONAL MANAGEMENT COMPANY, LLC by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED — WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR ORGANIZATION'S LIABILITY ARISING OUT OF THE USE OF A COVERED "AUTO". I. SECTION II — LIABILITY COVERAGE, A. Coverage, 1. — Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of Use of a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and/or limits required by said contract or agreement. art � Et Rr t AUTHGRI ZED'REPP.ESENTATI VE 87950 (10i05) ENDORSEMENT This endorsement, effective 12:01 A.M. 091'28i2012 forms apart of Policy - No. CA 344-72-51 issued 'a TYCO INTERNATIONAL MANAGEMENT COMPANY, LLC by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL. INSURED — WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE ADDITIONAL INSURED: ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR ORGANIZATION'S LIABILITY ARISING OUT OF THE USE OF A COVERED "AUTO". I. SECTION II — LIABILITY COVERAGE, A. Coverage, 1. — Who Is Insured, is amended to add: d. Any person or organization, shown in the schedule above, to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of use or a covered "auto". However, the insurance provided will not exceed the lesser of: (1) The coverage and/or limits of this policy, or (2) The coverage and%or limits required by said contract or agreement. AUTHGRIZED REPRESENTATIVE 37950-(101,105) REQUEST FOR MAYOR'S SIGNATURE T Please Fill in All Applicable Boxes Reviewed cy Director � I Originator`s Name: Alex Ackley Dept/ iv. Parks, Facilit eY Extension: 5088� Date Sent: 08/12/13 Date Required: 08/16/13 Return to: Nancy Clary CONTRACT TERMINATION DA j3Tfi� -- - VENDOR: Simplex/Grinnell DATE OF COUNCIL APPR L: N/A is ` --- ATTACH THE COUNCIL MOTION SHEET FOR THE MAYORp 1 Brief Explanation of Document: Contract with SimplexGrinnell to provide city-wide Fire and Security Alarm monitoring, Fire and Security Alarm confidence testing , as well as testing of Fire suppression systems. The contract is for $24,942.00 per year for three years, with the option for two, one year extensions not to exceed $24,942.00 per year. Services paid for out of the Facilities Operating Budget. All Contracts Must Be Routed Through The Law Department j (This area to be completed by the Law Department) r Received: tt. i f 4 Approval of Law Dept.: P l is Law Dept. Comments: IVED ( AUG N 0 ?nj? Date Forwarded to Mayor: Shaded Areas To Be Completed By Administrate n s IC �y or Received AUG ,L 0 2013 Recommendations and Comments: CITY OF KENT / CITY CLERK Disposition: Date Returned: