Loading...
HomeMy WebLinkAboutIT14-210 - Original - Persidio INX Inc. - CommVault 1TB Lic Growth - 08/20/2014 KERecord ern NT AD xC10x Document w 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: Persidio INX Inc. Vendor Number: 800752 7D Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: CommVault ITB Lic Growth Description: ❑Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 8/20/14 Termination Date:8/19/15 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Sean Kelsey Department: IT Contract Amount: $18699.87 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): CommVauit 1TB Lic Growth I � As of:08/27/14 it 40 KENT ws GOODS I SERVICES AGREEMENT between the City of Kent and j Presidia Networked Solutions Groin, LLC I THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Presidio Networked Solutions Group, LLC organized under the laws of the State of Deleware, located and doing business at 1955 Lakeway Drive, Ste 220, Lewisville, TX 75057 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: See Exhibit A Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. II. TIME OF COMPLETION. Upon the effective date, of this Agreement, Vendor shall complete the work and provide all goods, materials, and services for 12 months. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $18,700, including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Products to be paid within 30 days of shipment date; Services to be paid within 30 days of invoice date, pursuant to Statement of work/ proposal. 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: Waiver 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. 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 Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 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 independently 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) V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written 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 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. VII. 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) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. i FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL RE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS - OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; GOODS & SERVICES AGREEMENT - 3 (Over$10,000.00, including WSST) 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor io asserting a schedule change urdisruption. 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 tv any nf the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. lete 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 Constitutes1AakveI. 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). E. Failure to Follow Procedures Constitutes Waiver. Dy 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 deterrninntion), VIII^ LIMITATION OF ACTIONS. VENDOR MUST/ lN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER D8RRED� THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX" WARRANTY. This Agreement is subject Lo all warranty provisions established under the Uniform Commercial [ndo/ Title 62A/ Revised Code of Washington. VENDOR WARRANTS ALL SERVICES WILL DE PROVIDED IN A PROFESSIONAL AND WORKMANLIKE MANNER CONSISTENT WITH INDUSTRY STANDARDS. DISCLAIMER 0FWARRANTIES. ALL PRODUCTS PROV}DED DY VENDOR ARE PROVIDED "As IS" WITH ALL FAULTS. VENDOR DISCLAIMS ANY AND ALL WARRANTIES, EXPRESS OR IMPLIED, / INCLUDING, BUT NOT LIMITED T0 IMPLIED WARRANTIES OF MERCHANTABILITY, FITNESS FOR PARTICULAR PURPOSES, OR NON-INFRINGEMENT. ANY AND ALL ORIGINAL EQUIPMENT MANUFACTURER WARRANTIES, CERTIFICATIONS AND GUARANTEES ARE PASSED THROUGH TO CITY. VENDOR SERVES ASA SINGLE POINT OFCONTACT BETWEEN THIRD PARTY0EMS AND CLIENTS TD ENFORCE SUCH PASSED THROUGH WARRANTIES, IFANY. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its suh'covtractorS, or any person acting on behalf 0fthe Vendor or sub-contractor shall not, by reason of race, religion, color, SmX, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, GOODS & SERVICES AGREEMENT- 4 discriminate against an person who is qualified and available to perform the work to which the 9 YP q P ' 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. i XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. 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 jurisdiction (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. The provisions of this section shall survive the expiration or termination of this 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. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's awn risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 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 ; GOODS & SERVICES AGREEMENT - 5 (Over$10,000.00, including WSST) relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. i 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 j 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 Vendor. 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. Limitation._ TO THE EXTENT ALLOWED BY LAW, VENDOR'S ENTIRE LIABILITY_AND CITY'S EXCLUSIVE REMEDY FOR DAMAGES FROM ANY CAUSE WHATSOEVER, INCLUDING, BUT NOT LIMITED TO, NONPERFORMANCE OR MISREPRESENTATION, AND REGARDLESS OF THE FORM OF ACTIONS, SHALL BE LIMITED TO THE INSURANCE LIMITS AS NOTED ON THE VENDOR'S CERTIFICATE OF LIABILITY. I I. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. J. 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. i GOODS & SERVICES AGREEMENT- 6 (Over$10,000.00, including WSST) DocuSign Envelope ID:3COE071D-F926-42E5-B73C-164FBF5B966A IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. VENDOR: CITY OF KENT: DocuSignea by: • Christopher azzi �. (signature) By.wcFcotEAi914P2... Sere By:. { S�b t Print Name: Print N Suzette Cooke Its CFO s Ma or (title) I DATE: s/lz/zo>a DATE: i NOTICES TO BE SENT TO: NOTICES TO RE SENT TO: VENDOR: CITY OF KENT: Andrew Rosenbaum Sean Kelsey Presidio Networked Solutios Group, LLC City of Kent 1955 Lakeway Drive Ste 220 220 Fourth Avenue South Lewisfille, TX 75057 Kent, WA 98032 469-549-3800 (telephone) (253) 856-4611 (telephone) 469-549-3888 (facsimile) (253) 856-4700 (facsimile) APPR VED A TO F RM: Kent Law Department [In this nod,you may enter tee e1edrnnic(le,ath rihere the contract Gas been savetl7 i GOODS & SERVICES AGREEMENT - 7 (Over$10,000,00, including WSST) DECLARATION CITY OF SCENT 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 1, 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. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 I CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1,2 EFFECTIVE DATE: January 1/ 1A98 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1/ 1996 CONTRACTORS APPROVED BY Jim White, Mayor 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 asanequal opportunity employer. Z. Actively consider for promotion and advancement available minorities and women. Any contractor/ subcontractor, consultant or supplier who vvi||fu{|y disregards the City'o nondiscrimination and equal opportunity requirements shall he 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 Cuntraoi0ro/ subcontractors, cnoyv|taoty, and suppliers uUbieoL to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring tnassure adherence to federal, state and local |ovvs/ policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2ofJ 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. l/ the undersigned, a duly represented agent *f Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into nn the (datc)/ between the Onn l represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part ofthe before-mentioned Agreement. By: For Title: Date: EXHXBXT Price Quote I KEN h T Weouir+1sroH Cott' ®t Kent August 7s 2014 I III i Quote :11 53 8 7 41 Date:07/21/2014 Page;1 of 3 Title:Commvault Backup and Archiving To:Chita Beagle From:Brandon Vasks City of Kent,WA Presidio Networked Solutions Group,LLC 220 Fourth Avenue South 10655 NE 4th Street KENT,WA 98032 Suite 212 Bellevue,WA 98004 Phone:253-856-4612 Phone:503.594.0380 Email;cbeagle@kentwa.gov Fax: Email:bvasks@presidio.com Account Manager:Marlon Taylor •- e 1 SB-C-DPE-IT-A This bundle provides full rights to use all Backup and Replication 1 $9,165.00 $9,185.00 agents supported by the Data Protection Enterprise edition feature Package,based on ITS of data protection capacity, This includes Enterprise usage for any reduplication,encryption,Intellisnap or NASfNDMPfeatures. Capacity usage is measured based on the front-end/Application Size ofthe last FULL backup per active clienttsimclient policy. The cells)allow installation of any combination of agents and features up to the maximum client 2 SB-C-OAE-IT-A This bundle provides full rights to use all Email,File and 1 $4,290.00 $4,200.00 ShamPoint Archive agents supported by the Data Archive Enterprise edition feature pack including the OnePass methods based on ITS of archived data capacity. This includes Enterprise usage for any reduplication or encryption features. Capacity usage is measured based on the front-end/Application Size of all active data archive jobs available on the Corra 1. The'cell(s) allow installation ofany combination of included agents and features up to 3 S-Premium 3-Premium Notification of software updates,product fixes and 1 $3,622.50 $3,622.50 related enhancements. 24 hour access to the Commvault Technical Assistance Center(including holidays). Quarterly reports. 12 Months Support ^Sub Total: $17,07750 Grand Total: $17,07TO i I iI EXHIBIT Insurance KENT WM16NIN�i TCM1W City of Kent August 7, 2014 I I ��������� � ""r"" .°~~� . ~` XMSURANCE RE XREMENM-116 FOR SERME CONTFRACAS ��soram�e The Contractor shall procure and maintain for the duration of tile Agreement, insurance against claims for injuries tn persons or damage to property which may arise from or |n connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors, A. Minimum Scope wf Tnsm�moce Contractor shall obtain insurance uy the types described below; l. AutomoWie 1-0bl-lity Insurance coveringall owned, non-owned, hired ond leased vehicles, Coverage shall be written nn Insurance Services Office (IS0) form CA0001urm substitute form providing equivalent liability coverage. lf necessary, the policy shall be endorsed toprovide contractual liability coverage. Z. Commercial General Liability insurance shall hu written ooISO occurrence form CG00U1 and shall cover liability arising from premises, operations, independent contractors, produo(s-c0mp|cicd operations, personal injury and advertising Injury, and liability assumed under an Insured contract. The Commercial General Liability insurance shall he endorsed tu provide the Aggregate P Project Endorsement ISO form CG25V31lV5. The City shall be named ao on insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional Insured endorsement C6201V1185orasubstitute endorsement providing equivalent coverage. ]. ' nYerwgoos required by the Industrial Insurance laws uy the State nfWashington. &mm*wm&s of Imsurmmue Contractor shall maintain the following inoo/nncelimits: J. inSurancr with nn"ininnurncombined single limit rot, bodily hjvry and pro|/crty damage of $1/0V0/000 per accident. 1insurance shall he written with Uroits-no |ossUhan $1/0OO,D00 each occurrence, $2/00U,008 general aggregate and a ¢Z/VO0/O0V products-cornpietad operations aggregate limit. c'. Other Yinsurarace Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: l., The Contractor's insurance coverage shall be primary insurance as respect the City, Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it, 2, The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Dent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance, The City reserves the right to receive a certifiedcopy of all required Insurance policies. The Contractor's Commercial General Liability Insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit Is brought, except with respects to the limits of the insurer's liability, D, Accep1abiii8y of giesurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E: Verification of Coveracie Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. k'. f�49136;sJ11$r'c"r 5'i:4A r's I Contractor 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 or the same insurance requirements as stated herein for the Contractor. i, I I i i PRESING-01 MCOL162019 CERTIFICATE OF LIABILITY INSURANCE DA412212014 YI 4t22/2014 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(Sj,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,subjectto 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), j PRODUCER CONTACT NAME: The Addis Group LLC PHONE (610j 278-8650 AX j 2500 Renaissance Blvd.,Suite 100 i No Ent: tac Not:(610 278-8643_ King Of Prussia,PA 19406 ADDRESS: INSURERS)AFFORDING COVERAGE NA109 INSURER A:Great Northern Ins.Co.IChubb 20303 INSURED INSURERB:Federal Insurance Co(Chubb) 20281 Presidio Networked Solutions Group,LLC WNuRERC:Zurieh American Insurance Co. 16635 1955 Lakeway Dr.,Ste.220 INSURER D:Travelers Property Casualty _ 26674 Lewisville,TX 75057 INSURER E: INSURERF: 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, NOTVIF(HSTANDWG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TI-118 CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. cLIRare POCYNUMBE MNOY W[WYYY LIMITS TYPEOFINSURANGE MYYFW A X I COMMERCIAL GENERAL LIABILITY EACHOCCURRENCE S 1,000,000 CLAIMS MADE ®OCCUR X 35852422 10101/2013 10/0112014 AG"T SCWMU 1,Otl0,tltl0 PREMISES Efl accdttencel $ MEDEXP(Any MPersOn�_ $ _ 10,000 PERSONAL h AOV INJURY $ 1,000,000 GEN'L AGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE a 2,000,000 POLICY®jEO LOC PRODUCTS.COMPlOPAGG S 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT g 1,000,000 Eaactident A X ANYAUTO X 71541111 10/01/2013 10/01/2014 BODILY INJURY(Per person) $ ALLOWNED SCHEDULED BODILYWJURY(Peracddenl)AUTOS S H REDAUTOB NON-OWNED P gPERTY DAMAGE S AUTOS Per acddenl _ S X UMBRELLA LIAR X OCCUR EACHOCOURRENCE a 16,000,000 B EXCESS UAB i CLAIMS-MADE X 79857023 10/01/2013 10101/2014 AGGREGATE 5 DED RETENTIONS Aggregate $ 15,000,000 WORKERS COMPENSATION PEg OTH AND EMPLOYERS'LIABILITY X STATUTE ER _ C ANY PROPRIETOWPARTNEWEXECUNVE YIN OFFICERIMEMBER EXCLUDED? NIA G980931000 03/0112014 03/0912015 E.L.EACH ACCIDENT $ 1,000,000 (Mandatory in NH) E,L.DISEASE-EAEMPLOYE S 1,000,000 Ir es,desaleounder DESCRIPTION OF OPERATIONS!,.1m E.L.OISEASB-POLICY LIMIT $ 1,000,000 B Errors&Omissions 35983226 10/01/2013 10/01/2014 Occur/Agg 10,000,00C D Transit-Spec Form QT6600453B290 10/0112013 10101/2014 Limit 1,600,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES OUORO 101,Addidonal Remarks Outedula,may be attached IF more space la regelred7 CcrtiOeate Holder is listed as Additional Insured when required by written contract or agreement. I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Ken 220 Fourth A nfi Ave.Ave Kent WA 98032 ©1988.2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD �.r�kaldt�ylrasar�nca Endorsement PollnyPeNad OCTOBBR A r 2013 TO OC'.OBBR ;Noat(vs Piro OcIlo Aalt1,2012 PoillyAlumheY 3583.9A•22PHI, fnsarerl pR7'S7P70 FTOZDIN©SiRC, NnrnontL'omliany Ott8r1'tNOltPlll?RNiNSURANCPCOMrANY p&to lsatlett omom Lr 2w This ululorsca oit apptlav to Ill'follo vIng ftnms7 (3BNBRAGMBlLITY • • rindcrWho 7s Au insnretl,fhro Soilavrhigprovtslottls adsiod, •-• •' Who Is An Awarod /�f/i{/ttOn�ffnSflY6d- .pWAanS OP o!'IINklzitttbg951kUWfl hi VID SchodoloorC ln5nrods;bvi lhoy ana histri'ells only IfYon Oro SohvdufedParsbn ol)pgatedpursuanFloaconueol0rtlgreumonbtopxavtduthomwll6saol)Insnrnnaeaslosl7nrded6y Or organization this paitoy, Abwevev,thopoison oforgattimlon13 an htmrod mdyt lf'nad Ilion onfyto tha oxtont kl)a person or or8ontzation is dosoribed(n Ih0 Sollodule; • to the oxteotsuodeonhantorng(eontentxequh'eslhc poison ornrganJzaHantaboatlbyded statnsaa an ieanrf:d; • @rnotiv111osthat dtdnot osonr,in whole or•Ill part;boloyo(Ito oxeantinnofthaeouu'nutor agrtJpinolkttaltd vAh rovpootto t onogos,toss,oost OruponsofarhDuty ocetallime to widolk this hlsaraaoo oppllos. No person ororganlxationis on hismil iiador this provision; • that(ntnorospodfloillyldoodt1dlinchn'auymhorprovislon of'I Ito Who IsAn7osaod 5'eokion(tegnrdiessot'an;•licn((ntl0nnpplionhlolitaro10), with tiaspectto any assulhptton of liablilly(oraantborporsm)or InipaI ration)by them In a om)hnct o•amnamont.Tl)Is limitation does not apply to the 114bl9ly for dnump l loss,cost or oxpooaofbrhiju)y or domngo,to vrldoh 0&Inyam coappltea,dtat thnpomon oror"MY'atton would havo Ill Utoobset)cooPsttch Collimator ugracn)etn, i.luhfffly Ina oranco AddlllWtallr)awsd-Sahsdy, ' ,jr'�9�1 Ya^!7N) canBRnIId lrormq�D7{Ftovfr0•JJ E}utmson)on1 l'npe i Z%�sutey�ndnrset�ent �'"� I {canmlued) VNtdor Conditloaa,(lie toivingpigvfstonIs nddutto tho aond)flop fitted Othev[+tvnrauec, Condlklnns Qthorloutame— tfyvuw'oob)tgated,putsuoattanconh'notoragrcomont,ty provldoiholnumiorurgoutr,attars RIMary,Nonminblbulnry, shownht)ho040dutovrlthprintrty)nsonaimaoLasisn7foUodUythiapollcy,ilronlnsunhom Inauranco—soheduled MIS S"aumneo)aptintmy and wo will 1101aekoonh•IUuElonfrnminaprmtvenva))ublotosnshpmson Foot"bon Or OrgwiIZu(Ion or orgautzat(on. SGhe47tt/9 POtsouYvrorgantzai)ongtltotyvrr8re vGl7gararl,pursuaulto a walraot*r ogrnomenr,to provide Willi such htswpnoow is nflbrded by this poltoy. Ali oihertomrsandcoitdlPioncxowa)nlao7)mgngged, e hvlflodXodfinprusanlative i 619h1tJ(ylnatrrarwry AdUitf6nothtauretl-b@8ad(r� 7. , ! oltan �_ rusipsgO WWI_00?-2,7G7(Pon b67) Oldwsumnnf Pogo a 1 PurchaseCity of Kent r Order4: 117728OP Order number must appear on ail invoices, packages, etc. Order Cate: 8/12/2014 x'ws wrw ax on This document is hereby deemed a valid purchase order and authorizes the procurement Ordered By: Quenten F Palmer of the materials and/or services indicated. Please let us know immediately if you are unable Info Tech-Tech Services to ship the complete order. 253-856-4626 Ship to: City of Kent Hill to: City of Kent Vendor: 800752 Information Technology Accounts Payable Presidio Networked Solutions Group, LLC 400 West Gowe Street 220 4th Avenue South 1955 Lakeway DR Ste 220 Suite 122 Kent, WA 98032 Lewisville, TX 75057 Kent, WA 98032 Phone: (253) 856-5230 Payment Terms Net 30 Line Item# Description Quantity Unit Cost Ext. Cost Sales Ta Total Cost 1 S8-0-DAE-1T-A 1TB Data Archive Ent Lic 1 4,290.00 4,290.00 407,55 4,697.55 2 SB-C-DPE-IT-A 1TB Data Protection Ent Lic I for 1 TB addition per WHD23502 1 9,165.00 9,165.00 870.68 10,035.68 3 S-PREMIUM Support and Maint 1 3,622.50 3,622.50 344.14 3,966.64 Approved by:Carrington, Mich� arles /� Subtotal: 17,077.50 Mayor's Signature: v, - Sales Tax: 1,622.37 eq red ontractsover$10,000) Total: 18,699.87