Loading...
HomeMy WebLinkAboutCAG2022-381 - Original - Pacific Northwest Theatre Associates Acquisition Corporation - Kherson Park Projection Content Deilvery System - 09/22/20229/19/22 CAG2022-381 9/19/22 9/22/22 GOODS & SERVICES AGREEMENT - 1 (Over $20,000, including WSST) GOODS & SERVICES AGREEMENT between the City of Kent and Pacific Northwest Theatre Associates Acquisition Corporation THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Pacific Northwest Threater Associates Acquisition Corporation, organized under the laws of the State of Washington, located and doing business at 2414 SW Andover Street, Suite C100, Seattle, WA 98106 (hereinafter the "Vendor"). AGREEMENT I. DESCRIPTION OF WORK. The Vendor shall provide the following goods and materials and/or perform the following services for the City: As described in the attached Exhibit A dated 07/01/2022, incorporated herein, vendor shall provide and install a content delivery system for image and video projection in Kherson Park. System and work shall include projector, lens, materials, protective enclosure, installation within protective enclosure, three (3) support service visits over 12 months and an additional one (1) year of support services. Vendor shall pay prevailing wage rates. The 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, the Vendor shall complete the work and provide all goods, materials, and services by 12/31/2024. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $40,526.97, 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: 1. Upon full contract execution, Vendor shall invoice for 50% of the total contract amount and be reimbursed within 30 days. 2. Upon the City's acceptance of the system installation, successful startup and operation, Vendor shall invoice for another 25% of the total contract amount and be reimbursed within 30 days. 3. Vendor shall submit an invoice for the final 25% of the total contract amount no sooner than 30 days from the previous invoice and be reimbursed within 30 days. GOODS & SERVICES AGREEMENT - 2 (Over $20,000, including WSST) Card Payment Program. The Vendor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the 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 the Vendor for any defective or unauthorized goods, materials or services. If the 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 the 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 the 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 the 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 the 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. 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. GOODS & SERVICES AGREEMENT - 3 (Over $20,000, including WSST) 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, the Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date the 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 VIII, 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 the 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. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Vendor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII. 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 GOODS & SERVICES AGREEMENT - 4 (Over $20,000, including WSST) or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Records. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). 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). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR’S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The 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 the Vendor’s representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or should have known of the defect, or (2) upon the Vendor’s receipt of notification from the City of the existence or GOODS & SERVICES AGREEMENT - 5 (Over $20,000, including WSST) discovery of the defect. 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 an additional year beyond the original warranty period applicable to the overall work. 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. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The 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. XII. INDEMNIFICATION. The 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 the 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 the 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 the 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. XIII. 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. XIV. WORK PERFORMED AT VENDOR'S RISK. The 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 the Vendor's own risk, and the 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. XV. 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 GOODS & SERVICES AGREEMENT - 6 (Over $20,000, including WSST) 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 XII 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 the 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. 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 the Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. J. 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. K. Counterparts and Signatures by Fax or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page GOODS & SERVICES AGREEMENT - 7 (Over $20,000, including WSST) to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: By: Print Name: Its DATE: CITY OF KENT: By: Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: VENDOR: Chris Cornelius Pacific Northwest Theatre Associates Acquisition Corporation 2414 SW Andover St, Ste C100 Seattle, WA 98106 206-792-7778 (telephone) chrisc@pnta.com (email) NOTICES TO BE SENT TO: CITY OF KENT: Michael Espenan City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5058 (telephone) mespenan@kentwa.gov (email) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk P:\Planning\Kherson Park\Redevelopment 2019-20\Construction\Projector\PNTA-CONTRACT 09/22/2022 EEO COMPLIANCE DOCUMENTS - 1 of 3 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City’s equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City’s sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By:__________________________________________ For: _________________________________________ Title: ________________________________________ Date: ________________________________________ EEO COMPLIANCE DOCUMENTS - 2 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 POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City’s nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City’s equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 3 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, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: __________________________________________ For: _________________________________________ Title: ________________________________________ Date: ________________________________________ EXHIBIT A PACIFIC NORTHWEST THEATRE ASSOCIATES W: SYSINT.PNTA.COM SYSTEMS INTEGRATION SERVICES P: (206) 622-7850 E: sysint@pnta.com City of Kent — Kherson Park Projeciton Rev 7/1/2022 - Fixed Price Quotation Attn: Michael Espenan Quotation Expires: 7/15/2022 PROJECT DESCRIPTION - Design/build of content delivery system for projection in city park. Installation of equipment in owner -provided projector enclosure, and system startup/programming. - PNTA to deliver AV planset for rough -in by electrical contractor. - System includes an isolated video content network with a wireless link from City Hall to projector enclosure for loading of new content. - Includes (3) maintenance visits over a 12-month period. Additional warranty and service coverage is priced below. - Includes prevailing wage payments EXCLUSIONS - PNTA is not an electrical contractor. All wire, raceway, backboxes, and labor requiring an 01 or 06 license must be provided by others. - If the isolated network is connected to an existing LAN, all IT administration is to be by Others. COST SCHEDULE Recommended projector and lens $ 10,131.76 Tempest enclosure for projector $ 12,810.55 Content delivery system - materials $ 3,995.93 Content delivery system - labor $ 8,671.00 Extra year of service/support $ 1,200.00 Subtotal $36,809.24 Tax 10.1% 3,717.73 Total Amt. $40,526.97 Vivitek DU7295Z and 5811119237-SVV lens Blizzard 52.100.L with thermal kit 1 PACIFIC NORTHWEST THEATRE ASSOCIATES W: SYSINT.PNTA.COM SYSTEMS INTEGRATION SERVICES P: (206) 622-7850 E: sysint@pnta.com STANDARD TERMS AND CONDITIONS • This quotation was based on customer information and must be verified prior to purchase. • All equipment warranties are with the manufacturer(s). • PNTA warranties its installation for 1 year from the completion of the installation. • Terms — 50% Down and Balance due upon delivery. Acceptable payment type: Cash, Wire payment or Prompt Check. There will be a 3% additional fee when using a credit card. • Prices are based on packages as noted. Prices may vary upon quantity deviations or changes in scope. • Change orders must be approved in writing before any services can be provided. • All applicable taxes and fees, if any, are not included as part of this quotation. ■ Delays due to COVID-19 pandemic, by governmental organizations or others, could result in additional costs or delays. PNTA will notify customers before additional costs will be incurred. PROJECT ACCEPTANCE Customer Signature: Customer Name: Customer Title: Signature Date: PNTA Signature: PNTA Representative: PNTA Representative Title: Signature Date: 2of2 EXHIBIT BINSURANCE REQUIREMENTS 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 11 85 or a substitute endorsement providing equivalent coverage. 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 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 $1,000,000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. EXHIBIT B (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. 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 amendatory endorsements, including but not necessarily limited to the 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. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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 have ADDITIONAL INSURED provisions or 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). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) The ACORD name and logo are registered marks of ACORD 7/20/2022 (425) 275-0560 24465 Pacific Northwest Theatre Associates Acquisition Corporation 2414 SW Andover St Seattle, WA 98106 24074 A 1,000,000 X X CPP1200351 11/15/2021 11/15/2022 100,000 5,000 1,000,000 2,000,000 2,000,000 WA STOP GAP 1,000,000 1,000,000A X X CPP1201016 11/15/2021 11/15/2022 3,000,000A X UMB103380703 11/15/2021 11/15/2022 3,000,000 10,000 B Rented Misc. Equip. BMO59333762 11/15/2021 Ded: $5,000; Limit: 200,000 A HAPD-Deductible CPP1201016 11/15/2021 11/15/2022 Comp/Coll Each 1,000 RE: Kherson Park Project Contract The City of Kent is included as Additional Insured on the General Liability and Auto Liability per the attached forms. Waiver of Subrogation applies. Coverage is Primary and Non-Contributory. The City of Kent Park Planning and Dev 220 Fourth Avenue South Kent, WA 98032 PACINOR-07 SBROUGHTON PLC Insurance Services19401 40th Ave W, Suite 440 Lynnwood, WA 98036 Sandi Broughton sandi@plcins.com Western National Insurance The Ohio Casualty Insurance Company 11/15/2022 X X X X X X X X X COMMERICAL GENERAL LIABILITY WN GL 39 08 18 WN GL 39 08 18 Page 1 of 10 COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT SUMMARY OF COVERAGES PAGE COMMERCIAL GENERAL LIABILITY WN GL 39 08 18 WN GL 39 08 18 Page 2 of 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT SECTION I COVERAGES AMENDMENTS COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY A. Non Owned Aircraft Or Watercraft 2.Exclusions,g. g. Aircraft, Auto Or Watercraft (1) (2) (a) (b) (2) (3) (4) (5) (a) (b) f. (2)f. (3) B.Damage To Property Coverage Extensions 2. Exclusions, j. j.Damage To Property (1) (2) WN GL 39 08 18 Page 3 of 10 (3) (4) (5) (6) (1)(3)(4) SECTION III LIMITS OF INSURANCE (2) (3)(4) (3)(4)(5)(6) (4) 2 SECTION III LIMITS OF INSURANCE (1) (2) (3) (6) C. Damage To Premises Rented To You 2. Exclusions, c. n. 6.SECTION III LIMITS OF INSURANCE. COVERAGE B PERSONAL AND ADVERTISING INJURY LIABILITY D. Personal And Advertising Injury 2. Exclusions b. c. b. Material Published With Knowledge Of Falsity c. Material Published Prior To Policy Period SUPPLEMENTARY PAYMENTS COVERAGES A AND B E.Supplementary Payments Coverages A and B 1.b. d. b. d. WN GL 39 08 18 Page 4 of 10 SECTION II WHO IS AN INSURED AMENDMENTS A. Employee Bodily Injury To A Co-Employee 2. a. (1) (a) (b) (1)(a) (c) (1)(a)(b) (d) B. Newly Acquired Organizations 3.a a. C. Blanket Additional Insured Vendors As Re- quired By Contract 1. Section II Who Is An Insured a. b. 2. a. (1) (2) (3) (4) WN GL 39 08 18 Page 5 of 10 (5) (6) (7) (8) (i) (4)(6) (ii) 3. C. a. b. c. 4. Section III Limits Of Insurance a. b. 5. a. (1) (2) WN GL 39 08 18 Page 6 of 10 D. Blanket Additional Insured Lessor Of Leased Equipment 1. Section II Who Is An Insured a. b. 2. 3. Section III Limits Of Insurance a. b. 4. a. (1) (2) E. Blanket Additional Insured Managers Or Les- sors Of Premises 1. Section II Who Is An Insured a. b. WN GL 39 08 18 Page 7 of 10 a. b. 2. Section III Limits Of Insurance a. b. 3. a. (1) (2) F. Blanket Additional Insured State Or Governmental Agency Or Subdivision Or Political Subdivision Permits Or Authorizations Section II Who Is An Insured 1. a. b. 2. a. b. 3. Section III Limits Of Insurance a. b. WN GL 39 08 18 Page 8 of 10 4. a. (1) (2) G. Blanket Additional Insured State Or Governmental Agency Or Subdivision Or Political Subdivision Permits Or Authorizations Relating To Premises Section II Who Is An Insured 1. a. b. c. a. b. 2. Section III Limits Of Insurance a. b. 3. a. (1) (2) WN GL 39 08 18 Page 9 of 10 SECTION III LIMITS OF INSURANCE AMENDMENTS A. Damage To Premises Rented To You 6. 6.5. A a. b. B. Medical Expense Limit 7. 7.5. C a. b. SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS AMENDMENTS A.Knowledge Of Occurrence 2. Duties In The Event Of Occurrence, Of- fense, Claim or Suit e. (1) (2) (3) (4) B. Other Insurance 4. Other Insurance, b. Excess Insurance (1) (a) (ii) (ii) C. Unintentional Failure To Disclose Hazards 6. Representations 6. Representations And Unintentional Failure To Disclose Hazards a. (1) (2) (3) b. WN GL 39 08 18 Page 10 of 10 D. Waiver of Subrogation 8. Transfer of Rights of Recovery Against Others to Us SECTION V DEFINITIONS AMENDMENTS A. Insured Contract Amended 9. a. a. B. Personal And Advertising Injury Redefined 14. d.e d. e. COMMERCIAL GENERAL LIABILITY WN GL 49 07 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WN GL 49 07 15 ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY A. Section II Who Is An Insured 1. 2. 1. 2. B. 1. a. b. WN GL 49 07 15 2. a. b. C. Sec- tion III Limits Of Insurance 1. 2. D.Other Insurance Primary And Noncontributory Insurance (1) (2) COMMERCIAL GENERAL LIABILITY WN GL 84 07 15 WN GL 84 07 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU A. Section II Who Is An Insured 1. 2. B. 1. a. b. 2. WN GL 84 07 15 C. Sec- tion III Limits Of Insurance 1. 2. COMMERCIAL LIABILITY UMBRELLA WN CU 109 07 15 WN CU 109 07 15 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE CONDITIONS ENDORSEMENT NON-CONTRIBUTORY SECTION IV CONDITIONS, 5. Other Insurance 5. Other Insurance a. (1) (2) (a) (b) A B b. (1) (2) COMMERCIAL LIABILITY UMBRELLA WN CU 114 07 15 WN CU 114 07 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WHO IS AN INSURED AMENDED SECTION II WHO IS AN INSURED 3. 3. Section III Limits Of In- surance a. b. WN CA 27 06 16 WN CA 27 06 16 Page 1 of 5 BUSINESS AUTO ENHANCEMENT ENDORSEMENT SUMMARY OF COVERAGES PAGE WN CA 27 06 16 WN CA 27 06 16 Page 2 of 5 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BUSINESS AUTO ENHANCEMENT ENDORSEMENT SECTION II COVERED AUTOS LIABILITY COVERAGE AMENDMENTS A. Who Is An Insured SECTION II COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured d. e. (1) (2) (3) (4) f. g. B. Blanket Additional Insured SECTION ll COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 1. Who Is An Insured, paragraph c. C. Liability Coverage Extensions Supplementary Payments SECTION II COVERED AUTOS LIABILITY COVERAGE, A. Coverage, 2. Coverage Extensions, a. Supplementary Payments (2)(4) (2) (4) WN CA 27 06 16 Page 3 of 5 D. Fellow Employee Coverage SECTION II COVERED AUTOS LIABILITY COVERAGE, B. Exclusions, 5. Fellow Employee, Co-Employee Lawsuit Defense Cost Reimbursement SECTION III PHYSICAL DAMAGE COVERAGE AMENDMENTS A. Transportation Expense Limits Amended SECTION III PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Trans- portation Expenses B. Hired Auto Physical Damage Loss Of Use Expenses Limits Amended SECTION III PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, b. Loss of Use Expenses C. Personal Effects Coverage SECTION lll PHYSICAL DAMAGE COVERAGE, A. Coverage 4.Coverage Extensions c. Personal Effects (1) (2) D. Glass Repair Deductible Waiver SECTION III PHYSICAL DAMAGE COVERAGE, A. Coverage, 3. Glass Breakage Hitting A Bird Or Animal Falling Objects Or Missiles E. Hired Auto Physical Damage SECTION III PHYSICAL DAMAGE COVERAGE, A. Coverage 5.Hired Auto Physical Damage a. b. c. d. WN CA 27 06 16 Page 4 of 5 F. Rental Reimbursement SECTION III PHYSICAL DAMAGE COVERAGE A. Coverage 6. Rental Reimbursement a. b. (1) (2) c. (1) (2) d. e. SECTION III PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions. G. Accidental Airbag Deployment Coverage SECTION III PHYSICAL DAMAGE COVERAGE, A. Coverage 7.Accidental Airbag Deployment Coverage H. Auto Loan/Lease Gap Coverage SECTION III PHYSICAL DAMAGE COVERAGE, Item A., Coverage 8.Auto Loan/Lease Gap Coverage a. b. (1) (2) (3) (4) (5) WN CA 27 06 16 Page 5 of 5 SECTION IV BUSINESS AUTO CONDITIONS AMENDMENTS A. Duties In The Event Of Accident, Claim, Suit Or Loss Amended SECTION IV BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Loss, a. (1) (2) (3) (4) B. Blanket Waiver of Subrogation Section IV BUSINESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us, C. Unintentional Failure to Disclose Hazards SECTION IV BUSINESS AUTO CONDITIONS, B. General Conditions, 2. Concealment, Misrepre- sentation Or Fraud D. Employee Hired Auto SECTION IV BUSINESS AUTO CONDITIONS, B. General Conditions, 5. Other Insurance, b b. (1) (2) State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/18/2022 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Electronic Technicians Journey Level $59.10 7E 1 E View Signature: Terry Jurg an (Jul 6,20, 22 655 PDT) Email: tjungman@kentwa.gov Signature: L9- Email: rlashley@kentwa.gov Signature: Brian Levenhagen (Aug 1, 2 216:51 PDT) Email: bjlevenhagen@kentwa.gov E-TRANSMITTAL: Kherson Park Content Delivery System Agmt. Final Audit Report Created: 2022-07-26 By: Lynn Osborn (losborn@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAYJA1tW08-2571gV7KhgbltvYebM724BJ 2022-09-15 "E-TRANSMITTAL: Kherson Park Content Delivery System Ag mt." History Document created by Lynn Osborn (losborn@kentwa.gov) 2022-07-26 - 11:28:42 PM GMT- IP address: 146.129.252.126 Document emailed to tjungman@kentwa.gov for signature 2022-07-26 - 11:31:22 PM GMT Email viewed by tjungman@kentwa.gov 2022-07-26 - 11:51:37 PM GMT- IP address: 146.129.252.126 �:?6 Signer tjungman@kentwa.gov entered name at signing as Terry Jungman 2022-07-26 - 11:55:53 PM GMT- IP address: 146.129.252.126 Document e-signed by Terry Jungman (tjungman@kentwa.gov) Signature Date: 2022-07-26 - 11:55:54 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2022-07-26 - 11:55:56 PM GMT Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2022-08-01 - 11:20:59 PM GMT- IP address: 146.129.252.126 0, Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2022-08-01 - 11:21:41 PM GMT - Time Source: server- IP address: 146.129.252.126 P4 Document emailed to bjlevenhagen@kentwa.gov for signature 2022-08-01 - 11:21:44 PM GMT Email viewed by bjlevenhagen@kentwa.gov 2022-08-01 - 11:50:48 PM GMT- IP address: 146.129.252.126 Powered 6Y Adobe Acrobat Sign E= Signer bjlevenhagen@kentwa.gov entered name at signing as Brian Levenhagen 2022-08-01 - 11:51:17 PM GMT- IP address: 146.129.252.126 Ea Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date: 2022-08-01 - 11:51:19 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to UD UD (chrisc@pnta.com) for signature 2022-08-01 - 11:51:21 PM GMT Email viewed by UD UD (chrisc@pnta.com) 2022-08-02 - 3:05:47 PM GMT- IP address: 104.28.111.145 Email viewed by UD UD (chrisc@pnta.com) 2022-08-08 - 6:01:33 PM GMT- IP address: 75.145.23.42 New document URL requested by UD UD (chrisc@pnta.com) 2022-08-19 - 5:49:08 PM GMT- IP address: 8.46.76.118 Email viewed by UD UD (chrisc@pnta.com) 2022-08-26 - 6:33:49 PM GMT- IP address: 98.59.128.168 Lynn Osborn (losborn@kentwa.gov) added alternate signer Ryan Grulich (ryang@pnta.com). The original signer UD UD (chrisc@pnta.com) can still sign. 2022-09-07 - 6:21:20 PM GMT- IP address: 146.129.252.126 Document emailed to Ryan Grulich (ryang@pnta.com) for signature 2022-09-07 - 6:21:21 PM GMT Email viewed by Ryan Grulich (ryang@pnta.com) 2022-09-07 - 6:40:33 PM GMT- IP address: 107.122.81.107 s Email viewed by Ryan Grulich (ryang@pnta.com) 2022-09-15 - 9:22:02 PM GMT- IP address: 73.239.162.35 �r Document e-signed by Ryan Grulich (ryang@pnta.com) Signature Date: 2022-09-15 - 9:23:56 PM GMT - Time Source: server- IP address: 73.239.162.35 Agreement completed. 2022-09-15 - 9:23:56 PM GMT Powered by Adobe Acrobat Sign