Loading...
HomeMy WebLinkAboutCAG2023-383 - Original - PPC Solutions Inc. - Security Services For Various Parks - 06/28/2023 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: O— Agreement Routing Form DirAsst: 1�1/ • For Approvals,Signatures and Records Management Dir/Dep: L KEN T This form combines&replaces the Request for Mayor's Signature and Contract Cover (Optional) W A s H I N G T o N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Shayla Ott Parks, Recreation & Community Services Date Sent: Date Required: > 06/22/2023 ASAP 0 fl. Authorized to Sign: Date of Council Approval: QMayor or Designee N/A Budget Account Numbe . Grant? Yes NoF 10006600.64190.5xxx Budget?WlYes No Type: N/A Vendor Name: Category: PPC Solutions Inc. Contract Vendor Number: Sub-Category: 2521888 Original 0 Project Name: Vendor to provide security services for various parks oProject Details: Vendor to provide routine patrolling and lockup services for various parks = as outlined in Exhibit A. c Basis for Selection of Contractor: Agreement Amount $92,400.00 Bid E *Memo to Mayor must be attached a- Start Date: 07/16/2023 Termination Date: May 31, 2024 Q Local Business? Yes FNo*If meets requirements per KCC 3.70.100,please complete"Vendor Purchase-Local Exceptions'form on Cityspace. Business License Verification: YesF In-Process Exempt(KCC 5.01.045) FWAuthorized Signer Verified Notice required prior to disclosure? Contract Number: YesFV—]No CAG2023-383 Comments: W) 4J i 7 C C Vf � Date Received:City Attorney: 6/26/23 Date Routed:Mayor's Office City Clerk's Office adccW22373_7_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT WASH 1 1-1 CONSULTANT SERVICES AGREEMENT between the City of Kent and PPC Solutions Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and PPC Solutions Inc. organized under the laws of the State of Washington, located and doing business at 18303 E. Appleway Spokane Valley, WA 99016; Contact: Sheila Leslie; Phone: (509)448-4277 ext 202 (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. The Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: Vendor to provide routine patrolling and lockup services at various parks as outline in Exhibit A. The Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. The Consultant shall complete the work described in Section I by May 31, 2024. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed NINETY TWO THOUSAND AND FOUR HUNDRED DOLLARS ($92,400.00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant 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. C. Card Payment Program. The Consultant 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 Consultant. If the CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) Consultant voluntarily participates in this Program, the Consultant will be solely responsible for any fees imposed by financial institutions or credit card companies. The Consultant shall not charge those fees back to the City. 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 Consultant 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 Consultant maintains and pays for its own place of business from which the Consultant's services under this Agreement will be performed. C. The Consultant 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 Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant 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 Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant 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. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of the Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. FORCE MA]EURE. 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 Consultant 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 CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) costs, losses, expenses, damages, or delay costs incurred by the Consultant 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 Consultant 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 Consultant to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Consultant. VII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor 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 Consultant shall execute the attached City of Kent Non-Discrimination Policy Declaration and comply with City Administrative Policy 1.2. VIII. INDEMNIFICATION. The Consultant 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 Consultant'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 Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, agents and volunteers, the Consultant's duty to defend, indemnify, and hold the City harmless, and the Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONSULTANT'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 Consultant 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 Consultant's part, then the Consultant 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 Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. IX. INSURANCE. The Consultant 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. X. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to the Consultant for the purpose of completion of the work under this Agreement. CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) XI. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. The Consultant shall make such data, documents, and files available to the City upon the City's request. The Consultant 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. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. The City's use or reuse of any of the documents, data, and files created by the Consultant for this project by anyone other than the Consultant on any other project shall be without liability or legal exposure to the Consultant. XII. CITY'S RIGHT OF INSPECTION. Even though the Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. XIII. WORK PERFORMED AT CONSULTANT'S RISK. The Consultant 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 Consultant's own risk, and the Consultant 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 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 VIII 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 Consultant. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) 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 Consultant 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 Consultant'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 Consultant 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 Consultant 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 Consultant 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. CONSULTANT SERVICES AGREEMENT - 5 (Over$20,000) 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 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. CONSULTANT: CITY OF KENT: By: Print Name: Sheila Leslie Print Name: Dana Ralph Its President Its Mayor DATE:Jun 26,2023 DATE: 06/28/2023 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: Sheila Leslie Garin Lee PPC Solutions, Inc. City of Kent 18303 E. Appleway 220 Fourth Avenue South Spokane Valley, WA 99016 Kent, WA 98032 (509)448-4277 ext 202 (telephone) (253) 856-5131 (telephone) sheila@phoenixprotectivecorp.com (email) Glee@kentwa.gov (email) APPROVED AS TO FORM: Kent Law Department ATTEST: ��34 Kent City Clerk CONSULTANT SERVICES AGREEMENT - 6 (Over$20,000) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 statements 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 I, 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. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: EEO COMPLIANCE DOCUMENTS - 1 A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, EEO COMPLIANCE DOCUMENTS - 2 or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; EEO COMPLIANCE DOCUMENTS - 3 xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. s � By: For: President Title: President Date: Jun 26,2023 EEO COMPLIANCE DOCUMENTS - 4 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. 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 coordinate with the City's Title VI coordinator, and perform 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 - 5 Exhibit A PPC Solutions, Inc. P P Patrol service Agreement kP P oc CUSTOMER INFORMATION City of Kent Parks,Recreation NAME &Community Services CONTACT Garin Lee ADDRESS 220 Fourth Avenue South CITY Kent STATE WA ZIP 98032 PHONE (253)856-5131 FAX JEMAIL glee(cDkentwa.gov BILLING INFORMATION City at en Par Ks,Recreation NAME &Community Services CONTACT Garin Lee ADDRESS 220 Fourth Avenue South CITY Kent STATE WA ZIP 98032 PHONE (253)856-5131 FAX JEMAIL gleetcDkentwa.gov SITE INFORMATION NAME See attached scope and schedule CONTACT Client-provided contact list ADDRESS CITY ISTATE IZIP PHONE CELL JEMAIL START DATE 7.16.2023 ISTARTTIME See Specifications Below END DATE 5.31.2024 JENDTIME See Specifications Below (uniform,special issues,speci is tasks required) See attached scope and schedule for multiple locations Client Specific Instructions: See attached scope and shedule for multiple locations Seasonal patrol service April-September,estimated 56 hours per week Seasonal patrol service October-March,estimated 28 hours per week Routine Patrol Service: Purpose of the patrol is to ensure the facility is secure,deter,detect and detain unauthorized persons for trespassing,theft and vandalism. If a facility is found unsecure,our patrol officer will make every effort to secure the facility. If the facility cannot be secured,a client representative will be notified. If a client representative cannot be contacted,a PPC officer may be placed at the property at the Manager's discretion to protect client assets.The response rate will be applied per hour until a client representative can be contacted. Activity reports will be provided electronically and emailed to the designated client representative(s). If a serious incident has occurred on the premises(i.e.,broken windows,doors,fire,flood or serious bodily injury,etc.)the site contact will be contacted through the emergency contact number below. $65.00 Alarm/Emergency response includes 1/2 hour;then per hour,billed in 30 minute increments RATE: Monthly Additional checks percheck EMERGENCY CONTACT Primary: Client-provided Contact List Alternate: CLIENT AUTHORIZED SIGNATURE: DATE PPC REPRESENTATIVE: DATE y signing,the above party agrees tot e terms and conditions listed on the reverse/second reverse/second page. Phoenix Use Only PHOENIX 24-HOUR CONTROL CENTER Bill Rate: phone:(509)443-4477 [Toll free:(866)343-4277 Option 7] Pay Rate: email:emod@phoenixprotectivecorp.com Region: Job No: �I`� 1 PPC SOLUTIONS INC. 4.1 Provide a brief narrative as to how the Proposer would approach completing the nightly security and lockup services including documenting and reporting incidents and findings to the City. PPC uses a team approach to project management. Key members play a role in all phases from planning to execution. Many tasks are accomplished concurrently, and some of them "behind the scenes". We value communication and promote an atmosphere of teamwork in the creative process to adapt our services to your specific needs. Our Regional management team operates from our Auburn Branch Office located at 1305 81h Street NE,Auburn WA 98002. Communications. Our collective experience and team effort applied in a "chain of command" defines the role of each key player throughout the company. This allows us to quickly to respond to client needs and the appropriate level and gain support where needed to complete the mission. The heart of PPC is its 24-hour control center! The dispatchers provide administrative and operational support to our clients, managers, and team members. The control center connects the dots in our organizational structure. It delivers around the clock availability, capability,flexibility, and opportunity! Our managers use a block schedule technique to ensure each site is manned consistently with officers who are knowledgeable and familiar with the site. Each assigned officer is provided an orientation and training by company supervision and in compliance with Client standards to ensure continuity of operations. The managers are supported by an administrative staff to ensure prompt processing of all related administrative functions for the region. This includes entering the schedule into our web-based management program to ensure efficiency and accountability. PPC maintains multiple patrol units within the Seattle-Tacoma area including Kent and Auburn. This service would be integrated into our already established patrol schedule and provided priority during the times specified to complete the lockup services required. Company-wide, our officers use a web-based technology with real-time reporting in the field that allows them to report their observations and task progress electronically. This tracking and reporting technology can be a useful tool while patrolling client sites to provide real-time reporting, daily activity summaries and incident reports. It can also be adapted for the officers assigned to standing locations. TrackTik is an innovative web-based technology that provides a platform for real-time GPS tracking and Near-Field Communication (NFC) checkpoints. PPC uses this technology for routine patrol, alarm response as well as standing uniform security officer sites. Officers enter their observations by using text comments, photographs,video and or audio recordings when deemed necessary. Patrol Tours are used to track and report routine observations as the officer conducts regular checks of each property or building. Physical checkpoints are established to draw the officers to areas of client concern or known trouble areas to ensure these are not overlooked. Validation questions or comments can be added to each checkpoint to direct the officers focus to trouble spots, gauge readings or to perform specific tasks. V PPC SOLUTIONS INC With the GPS tracking, we can assure Officer Safety&Accountability are monitored through our Control Center dispatchers. A duress button is located on the device and can be pressed to alert the dispatchers of impending danger and request for assistance. Clients are always notified of activity on their properties through routine daily logs and incident reports. The system provides flexibility to design customized reports to the customer's preferences. Some incidents occur that may require immediate notification by phone. We work with our clients to ensure the most effective means and preferred method of communication. Summaries and Reports can be scheduled for automated processing daily directly to the client email for routine follow up and review. Emergency contacts are built into the system, so they are at the officer's immediate access when needed while performing their duties. 4.2 Provide a proposed schedule and route to complete the closure/lockup tasks based on the park locations provided in Exhibit D and park closing times as provided in Exhibit E or dusk if not otherwise provided. July 16 through September 30/ March 31 through June 1 PPC would be able to provide Level 2 (Defensive Tools) or Level 3 (Armed) Patrol Officers to provide evening lockup services of 19 park locations within about a 4 hour window based on Dusk. Total Drive Time is about 90 minutes. 19 locations, averaging 15-20 minutes per location is 6.5 hours+ 1.5 hours drive time, 8 hours to complete one round of lockups. Ideally, it would take 2 separate patrols to complete the entire task within a reasonable time as stated. Estimated two 4-hour patrols for each patrol shift to account for shift routines. Billing would be invoiced 8 hours per day, or 56 HPW. A Team Lead would be responsible for tracking Sunset times to adjust the route times at least every 2-3 weeks, in which Sunset times change up to a half hour. Three Parks have specific times for the schedule that can be adjusted in the route. The routes have been divided into Route A and Route B and manipulated to provide the most efficient drive times. Depending on traffic, seasons, and other influences,the routes may be reassessed and adjusted accordingly. �I`� 1 PPC SOLUTIONS INC. Route A 111 Half—Estimated Drive Time:45 minutes a or x ' rL O 20028 Ruaxll RM Ken1,WA 980323 �r '^ O 21800 Russell RQ Kent.WA98032 O 3216 S 26M M,KeM WA 98032 O 38085 Re814 Rtl,Kent.WA 98092 O d2Pxl Ave585Relth RQ KeM WA 9803: O 258281eke FeOwkk Rd Nenl WA 98032 O 2dd00 Russell RM K!M WA 98032 O 2112M Ave N,Kent,WA98032 O 100 ReNen R6.KeM WA 93030 A d4 min Q 26826 WoOtllantl Way,KeM,WA 98090 O+ Optl°^a {3 sane tlo-.enOn¢eo yw,.phone A,S212th St 44 min ad min wllh0ul VaMic 11.9i 1es 0.tail¢ Route B 2"d Half—Estimated Drive Time: 50 minutes O a ® fi db + x O 25326 Wd9MeM Way,KeMwA 98090 O tole sE 2eew st KeM wA 9aaz O 1a3003E22Ntl6—LWA99090 O 19029 SE 231at St KeM WA 98090 ' O 116265E2d01h 51,KeM WA 98091 O 10600 SE 2a81h S4 KeM WA 99090 O 1001h Ave SE3 SE 239M St KeM,WA9P O MmpPlelPWeBSO Central Ate N,KaH,' O s2tMh s,Kehl wA Q 99019209M Sl KeM WA0a091 Q op b 9antltlnectw+¢to your phone As52 OeauNo 62 m1n 5 M1 NOaKK 193 miles EMRIore 9901 S 203rtl St �I`� 1 PPC SOLUTIONS INC. October through March This season of service would be reduced by half, adjusted for the reduced number of sites that are serviced while accounting for anticipated changes in weather and road conditions. An estimated drive time of 60 minutes along with an estimated 15-20 minutes at each of the 7 locations. One 4-hour patrol would be sufficient to cover this route. Estimated Drive Time:45-60 minutes O 14800 SE 2]2nd St.Kent,WA 98030 O 13028 SE 251st SL KeM,WA 98030 111 O 71525 BE 2dOth St.Kea,WA 98031 O 10600 SE 2d h St,Kent,WA 98030 O Hogan K at Russell Road.2M00 Russel O 3808 S RWh Rd,Kent,WA 98032 Q 21800 Ra.-H Rd,K<M,WA 1-12 QNmin Add a.mwtlon Opticns ti:2 send direction.to y phone _ Wa SE 272nd St and 132nd Ave Sd min SE t<7 m, d4 mn wilhoul earc¢ oemil. 4.3 Provide a statement that explains Proposer's previous experience providing similar security and lockup services. 4.3.1 This statement should include any relevant experience the Proposer has with working with a public agency, public park like settings and interacting with the public. 4.3.2 With this statement, please include at least 3 references including contact information (name, entity, address, phone number, and email address). City of Seattle Parks-700 Fifth Ave Ste 4112, Seattle,WA 98104 Project Start&Completion: 2018 through Present Reference Contact: Lisa Harrison, (206)423-0227; Email: lisa.harrison@seattle.gov Scope of Work: PPC Provides routine patrolling and lockup services for over 38 parks in Seattle. Security officers will lock-up and secure assigned comfort stations and gates using the following procedures year around.These procedures may change anytime to better manage security needs for each site. Patrol officers will announce to the public via bullhorn or other device that the park is about to close and any vehicles may be locked inside after the correct lock-up procedures have been followed. Daily reports are provided to indicate times of opening and closing of gates and facilities. �I`� 1 PPC SOLUTIONS INC 4.4 Provide unit costs for the following items, which will be used as the basis for creating estimates for specific park properties. 4.4.1 Per hour cost of staff,vehicle cost, and administrative reporting for providing nightly lockup and security services—include prevailing wage if applicable Officer Cost$38.00 per hour per officer Vehicle Cost$10.00 per hour per vehicle Administrative Reporting$2.00 per hour 4.4.2 Weekly cost of providing nightly lockup and security services based on proposed schedule and route to complete closure/lockup tasks. July 16—September 30: an estimated 56 HPW x$50.00=$2,800 weekly x 11 weeks = $30,800. October 1—March 30: an estimated 28 HPW x$50.00=$1,400 weekly x 26= $36,400. March 31—June 1: an estimated 56 HPW x$50.00=$2,800 weekly x 9 weeks=$25,200. Total cost estimated July 16 through June 1, $92,400.00 4.4.3 Per hour cost of providing on-call security services—include prevailing wage if applicable $65.00 per hour per officer. The rate covers the first 30-minutes of a "Response" call for service. If the officer is required to remain on site beyond the first 30 minutes,the rate will be applied hourly and billed in 30-minute increments. 4.5 Provide a statement that Proposer can meet the insurance requirements contained in Exhibit C to the RFP. PPC carries insurance commensurate with industry standards to mitigate known risks related to these security services. All requirements of Exhibit C will be met. A Certificate of Insurance can be provided through our insurance provider. 4.6 Return the signed Certifications and Assurances, attached as Exhibit A. See attached. Why Phoenix? What Makes Us Different? To highlight some of the points already made that truly allows Phoenix to rise above the rest: V We recruit experience and demand excellence V We have our own training program that promotes compliance and continuity V Responsive management team V 24-Hour access, dispatch, response V Regional presence, hometown team V Retain the best of the best through competitive wages and robust benefits V Operating since 2002 and growing each year— We are here to stay! Exhibit _B_ Insurance Requirements 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: Commercial General Liability insurance shall be written on Insurance Services Office (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 Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. 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. Automobile Liability insurance providing bodily injury and property damage liability coverage for all owned, non-owned, hired, and leased vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on 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. Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $1,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Waiver of Subrogation Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Commercial General Liability and Automobile Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. 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 has been given to the City, sent via certified mail, return receipt requested. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an 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 claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage 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 coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. PPCSOLU-01 KPHILLIPS1 ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 6/13/2023 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). PRODUCER CONTACT Debbie Johnston,CRM,CPCU,CIWCS,CPIW,ARM,AMIM,AINS NAME: Alliant Insurance Services,Inc. PHONE FAX 818 W Riverside Ave Ste 800 (A/C,No,EXt):(208)770-3844 (A/C,No):(509)325-1803 Spokane,WA 99201 a DR'E :debbie.johnston@alliant.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Allied World Surplus Lines Insurance Company 24319 INSURED INSURER B:RLI Insurance Company 13056 PPC Solutions,Inc. INSURER C:Allied World Insurance Company 22730 18303 E Appleway INSURERD: Spokane Valley,WA 99016 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 5200427600 4/1/2023 4/1/2024 DAMAGE TO RENTED 1,000,000 X PREMISES Ea occurrence $ X $5,000 Ded Per Occur 10,000 MED EXP An one person) $ X Includes E&O PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 3,000,000 POLICY JE� LOC PRODUCTS-COMP/OP AGG $ 3,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ ANY AUTO X CAP9509901 4/1/2023 4/1/2024 BODILY INJURY Perperson) $ X OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ X HIRED Ix NON-OWNED PerOPERTnDAMAGE $ AUTOS ONLY AUTOS ONLY C+ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE X 5201190800 4/1/2023 4/1/2024 AGGREGATE $ 5,000,000 DED I X I RETENTION$ 0 $ A WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE Y/❑N 5200427600 4/1/2023 4/1/2024 E.L.EACHACCIDENT $ 500,000 (Mandatory in NH)EXCLUDED? N/A 500,000 E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 500,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Employers Liability is WA Stop Gap only. Workers Compensation coverage is not provided. City of Kent is Additional Insured with respect to General Liability and Automobile Liability performs attached.General Liability is Primary and Non-contributory performs attached.Umbrella follows form. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Avenue South Kent,WA 98032 AUTHORIZED REPRESENTATIVE r � ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 5200427600 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Blanket Basis —Any entity that the named insured Any through written contractor agreement agrees to include as an additional insured. Item 4.b. of Section IV—commercial liability conditions is amended by the addition of the following: (3)this insur- ance is primary and /or noncontributory to any coverage afforded to the"additional insured" if a written contract or agreement states the named insured agrees to name a person or entity as an additional insured. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury"or damage" or "personal and advertising injury' "property damage"occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a principal as a part of the same project. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: Whichever is less. If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the This endorsement shall not increase the amount of insurance: applicable Limits of Insurance shown in the 1. Required by the contract or agreement; or Declarations Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 Policy Number: CAP9509901 RLI Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - CERTIFICATE OF INSURANCE OR WRITTEN CONTRACT - FOR YOUR NEGLIGENCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS INDEMNITY COVERAGE COMMERCIAL GENERAL LIABILITY COVERAGE FORM The provisions of the Coverage Form apply unless modified by this endorsement. Endorsement Effective: 4/1/23 Named Insured: PPC Solutions,Inc. Additional insured for liability coverage provided under this policy shall include: 1. Any organization named as an additional insured on a Certificate of Insurance issued for this policy and received by us prior to the date of loss, but only for liability for your negligence to which this insurance applies; or 2. Any organization you are obligated to name as an additional insured pursuant to a written contract signed by both you and the organization prior to the date of loss, but only for liability for your negligence to which this insurance applies. ALL OTHER TERMS, CONDITIONS AND EXCLUSIONS OF THIS POLICY REMAIN UNCHANGED. TRS 700 (01/20) Page 1 of 1 \ \ k ) ( k \ 2 « » . a ! ! oE � § \ i \ A & Signature: Garin Le�J�2,202315:53PDT) Signature: Email: glee@kentwa.gov Email: phuynh@kentwa.gov Signature: $��a�r Lelve;1haaeir Brian Levenhagen(Jun 22,20 16:14PDT) Email: bjlevenhagen@kentwa.gov