Loading...
HomeMy WebLinkAboutIT17-020 - Extension - Networks 2000 - HP Annual Maintenance - 03/01/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KENT 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: Ikhra Mohamed IT Date Sent- Date Required: 0 01/04/2024 01/18/2024 fl. Mayor or Designee to Sign. Date of Council Approval: a Q Interlocal Agreement Uploaded to Website N/A Budget Account Number Grant? Yes NoF71 52001740.64160.1800 Budget? Yes E]No Type: N/A Vendor Name: Category: Networks 2000 License Vendor Number: Sub-Category: = 881151 Extension O Project Name: Networks 2000 Annual Maintenance Renewal � Project Details: Annual maintenance renewal for HP Hardware at a cost of $13,689.81, O C including any applicable Washington State Sales Tax, under Mayor's signature authority. C O Basis for Selection of Contractor: AgreementAmount $13,689.81 Direct Negotiation N Memo to Mayor must be attached Start Date: O3/O /2024 Termination Date: 02/29/2025 Q Local Business? Yes Fv—(]No*If meets requirements per KCC 3.70.100,please complete'Vendor Purchose-Locol Exceptions"form on Cityspace. Business License Verification: ❑Yes In-Process❑Exempt(KCC 5.01.045) El Authorized Signer Verified Notice required prior to disclosure? Contract Number: F—]YesF,—/]No IT17-020 Comments: N 3 as Dana Ralph, Mayor 3 0 O Date: 01/11/2024 ai oc Date Received:City Attorney: 1/4/24 Date Routed:Mayor's Office 1/8/24 City Clerk's Office adccW22373_1_20 k '. t Documents.KentWA.gov to obtain copies of all agreements rev.20221201 iNETWORKS200T Expert Services and Solutions Q U 0 T E Date Quote# 12/20/23 AAAQ31643 Sold To: Ship To: City Of Kent City Of Kent Lynnette Smith Lynnette Smith 220 4th Ave S. 220 4th Ave S. Kent, WA 98032 Kent, WA 98032 Phone: (253)856-4602 Phone: (253)856-4602 Fax: (253)856-4700 Fax: (253)856-4700 Preferred payment Terms Rep ACH Cash Jared Description Unit Price rExt. Price 1 HPE Pointnext Tech Care Basic(Next Business Day On-Site Attendance) SVC $10,699.80 $10,699.80 with Defective Media Retention Post Warranty Coverage Dates: 3/1/2024-2/28/2025 Part#HU4B3AC Retail: $12,588.00 SAR-WBASMPD507USE344K9LS IM-2000591708 Physical Product Location: 220 4th Ave S., Kent, WA 98032 Serial#/Product#/Product Description USE344K9LS/D9U46A/HP DL360p Gen8 E5-2620 Mic Svr MXQ4220OTM/654081-B21 /HP DL360p Gen8 8-SFF CTO Server MXQ54605M7/654081-B21 /HP DL360p Gen8 8-SFF CTO Server MXQ35102RJ/654081-B21 /HP DL360p Gen8 8-SFF CTO Server MXQ4220OTN/654081-B21 /HP DL360p Gen8 8-SFF CTO Server MXQ65004MT/755258-B21 /HP DL360 Gen9 8SFF CTO Server MX262800XS/807880-S01 /HP ML110 Gen9 E5-16200 LFF US Svr/S-Buy MX262800N7/807880-S01 /HP ML110 Gen9 E5-16200 LFF US Svr/S-Buy MX26280OMP/807880-S01 /HP ML110 Gen9 E5-16200 LFF US Svr/S-Buy MX264500AC/807880-S01 /HP ML110 Gen9 E5-16200 LFF US Svr/S-Buy MX264500A7/807880-S01 /HP ML110 Gen9 E5-16200 LFF US Svr/S-Buy MX264500AB/807880-S01 /HP ML110 Gen9 E5-16200 LFF US Svr/S-Buy MX264500A9/807880-S01 /HP ML110 Gen9 E5-16200 LFF US Svr/S-Buy MX264500AA/807880-S01 /HP ML110 Gen9 E5-16200 LFF US Svr/S-Buy USE115NFM4/579237-B21 /HP DL360G7 CTO Server MXQ250030H/654081-B21 /HP DL360p Gen8 8-SFF CTO Server USE122N4FZ/579237-B21 /HP DL360G7 CTO Server USE0251\11 G6/579237-B21 /HP DL360G7 CTO Server 'This quote is subject to change at any time. 910 Grand Ave Ste 208 San Diego, CA 92109 (858) 490-1441 fax (858) 490-1448 www.networks2000.com 1 of 3 Qty Description Unit Price Ext. Price MX272400K4/776935-B21 /HP ML110 Gen9 Hot Plug 8SFF CTO Server MX272400K3/776935-B21 /HP ML110 Gen9 Hot Plug 8SFF CTO Server Travel Zone 1 Contact for Service: Networks 2000 Phone: 800-625-5150 1 HPE Pointnext Tech Care Basic(Next Business Day On-Site Attendance) SVC $1,591.20 $1,591.20 with Defective Media Retention Post Warranty Coverage Dates: 3/1/2024-2/28/2025 Part#HU4B3AC Retail: $1,872.00 SAR-TCASMPD507USE943N2NQ IM-2000591703 Physical Product Location: 220 4th Ave S., Kent, WA 98032 Serial#/Product#/Product Description USE716N9K3/399524-B21 /HP DL360G5 4M CTO Chassis USE819ND74/399524-B21 /HP DL360G5 4M CTO Chassis 2M284500SC/872309-B21 /HPE ML110 Gen10 8SFF CTO Server Travel Zone 1 Contact for Service: Networks 2000 Phone: 800-625-5150 1 HPE Pointnext Tech Care Basic(Next Business Day On-Site Attendance) SVC $142.80 $142.80 with Defective Media Retention Post Warranty Coverage Dates: 3/1/2024-2/28/2025 Part#HU4B3AC Retail: $168.00 SAR-TCASMPD5072M223307XG IM-2000591754 Physical Product Location: 220 4th Ave S., Kent, WA 98032 Serial#/Product#/Product Description 2M223307XG/872309-B21 /HPE ML110 Gen10 8SFF CTO Server Travel Zone 1 Contact for Service: Networks 2000 Phone: 800-625-5150 **This quote is subject to change at any time. 910 Grand Ave Ste 208 San Diego, CA 92109 (858) 490-1441 fax (858) 490-1448 www.networks2000.com 2 of 3 Qty Description Unit Price Ext. Price SubTotal $12,433.80 *****Preferred method of payment-ACH***** Sales Tax $0.00 Bank Name: Bank of Southern California N.A. Shipping $0.00 Account number: 0301125015, Routing/ABA Number: 122243402 Total $12,433.80 **This quote is subject to change at any time. 910 Grand Ave Ste 208 San Diego, CA 92109 (858) 490-1441 fax (858) 490-1448 www.networks2000.com 3 of 3 2023 Renewal Info FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: �!_S/3E Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: MC KE N T This form combines&replaces the Request for Mayor's Signature and Contract Cover (Optional) WASHINGTON Sheet forms. Originator: Department: Lyn nette Smith IT Date Sent: Date Required: > 03/27/2023 03/28/2023 0 QDirector or Designee to Sign. Date of Council Approval: Q Interlocal Agreement Uploaded to Website ❑✓ N/A Budqet Account Number: Grant? Yes�✓ No 52001740.64160.1800 Budget?zYes:No Type: N/A Vendor Name: Category: Networks 2000 Contract Vendor Number: Sub-Category: = 881151 Amendment 0 a Project Name: Networks 2000 E a- Project Details:Annual maintenance renewal for HP Hardware under Director's c amendment authority. c Agreement Amount: $25,156.83 Basis for Selection of Contractor: Direct Negotiation *Memo to Mayor must be attached Start Date: 03/01/2023 Termination Date: 02/29/2024 Q Local Business'El YesFv—]No* If meets requirements per KCC3.70.100,please completeVendor Purchase-Local Exceptions'form on Cityspace. Business License Verification:Yes El In-Process Exempt(KCC 5.01.045) Notice required prior to disclosure? Contract Number: [:]Yes�✓ No IT17-020 Comments: C ' 3 Mike Carringt , IT Director a, H Date: 03/27/2023 �a c in Date Routed to the City Clerk's Office: adccw22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20210513 iNETWORKS200M Expert Services and Solutions Q U O T E Date Quote# 02/23/23 AAAQ30623 Sold To: [220 ip To: City Of Kent y Of Kent Lynnette Smith nnette Smith 220 4th Ave S. 4th Ave S. Kent, WA 98032 nt, WA 98032 Phone: (253)856-4602 Phone: (253)856-4602 Fax: (253)856-4700 Fax: (253)856-4700 Preferred payment Terms Rep ACH Net 30 House Description Unit Price Ex e 1 HPE Pointnext Tech Care Basic SVC $1,915.90 $1,915.90 Post Warranty Coverage Dates: 3/01/2023-2/29/2024 Part#HU4132AC Retail: $2,016.74 SAID- 1051 6224 8351 I M-72066250 Physical Product Location: 220 4th Ave S., Kent Washington 98032 Serial#/Product#/Product Description USE943N2NQ/484184-1321 /HP OEM DL360G6 CTO Server USE716N9K3/399524-1321 / HP DL360G5 4M CTO Chassis USE819ND74/399524-B21 / HP DL360G5 4M CTO Chassis 2M284500SC/872309-B21 / HIDE ML110 Gen10 8SFF CTO Server Contact for Service: Networks 2000 Phone: 800-625-5150 "This quote is subject to change at any time. 910 Grand Ave Ste 208 San Diego, CA 92109 (858) 490-1441 fax (858) 490-1448 www.networks2000.com 1 of 2 Qty Description Unit Price Ext. Price SubTotal $1,915.90 *****Preferred method of payment-ACH***** Sales Tax $0.00 Bank Name: Bank of Southern California N.A. Shipping $0.00 Account number: 0301125015, Routing/ABA Number: 122243402 Total $1,915.90 **This quote is subject to change at any time. 910 Grand Ave Ste 208 San Diego, CA 92109 (858) 490-1441 fax (858) 490-1448 www.networks2000.com 2 of 2 iNETWORKS200M Expert Services and Solutions Q U O T E Date Quote# 03/23/23 AAAQ30728 Sold To: Ship To: City Of Kent City Of Kent Lynnette Smith Lynnette Smith 220 4th Ave S. 220 4th Ave S. Kent, WA 98032 Kent, WA 98032 Phone: (253)856-4602 Phone: (253)856-4602 Fax: (253)856-4700 Fax: (253)856-4700 Preferred paymenLt Terms Rep ACH Cash House Qty Description Unit Price Ext. Pricel 1 HPE Pointnext Tech Care Basic SVC $20,621.18 $20,621.18 Post Warranty Coverage Dates: 3/01/2023-2/29/2024 Part#HU4B2AC Retail: $24,844.80 SAR-WBASMPD507USE344K9LS I M-72067252 Physical Product Location: 220 4th Ave S., Kent Washington 98032 Serial#/Product#/Product Description USE344K91-S/D9U46A/HP DL360p Gen8 E5-2620 Mic Svr MXQ4220OTM/654081-B21 /HP DL360p Gen8 8-SFF CTO Server MXQ54605M7/654081-B21 /HP DL360p Gen8 8-SFF CTO Server MXQ35102RJ/654081-B21 /HP DL360p Gen8 8-SFF CTO Server MXQ4220OTN/654081-B21 /HP DL360p Gen8 8-SFF CTO Server MXQ65004MT/755258-B21 /HP DL360 Gen9 8SFF CTO Server MX262800XS/807880-S01 /HP ML110 Gen9 E5-1620v3 LFF US Svr/S-Buy MX262800N7/807880-S01 /HP ML110 Gen9 E5-1620v3 LFF US Svr/S-Buy MX26280OMP/807880-S01 /HP ML110 Gen9 E5-1620v3 LFF US Svr/S-Buy MX264500AC/807880-S01 /HP ML110 Gen9 E5-1620v3 LFF US Svr/S-Buy MX264500A7/807880-S01 /HP ML110 Gen9 E5-1620v3 LFF US Svr/S-Buy MX264500AB/807880-S01 /HP ML110 Gen9 E5-1620v3 LFF US Svr/S-Buy MX264500A9/807880-S01 /HP ML110 Gen9 E5-1620v3 LFF US Svr/S-Buy MX264500AA/807880-S01 /HP ML110 Gen9 E5-1620v3 LFF US Svr/S-Buy USE115NFM4/579237-B21 /HP DL360G7 CTO Server MXQ250030H/654081-B21 /HP DL360p Gen8 8-SFF CTO Server USE122N4FZ/579237-B21 /HP DL360G7 CTO Server USE025N1G6/579237-B21 /HP DL360G7 CTO Server MX272400K4/776935-B21 /HP ML110 Gen9 Hot Plug 8SFF CTO Server 'This quote is subject to change at any time. 910 Grand Ave Ste 208 San Diego, CA 92109 (858) 490-1441 fax (858) 490-1448 www.networks2000.com 1 of 2 Qty Description Unit Price Ext. Price MX272400K3/776935-B21 /HP MI-110 Gen9 Hot Plug 8SFF CTO Server Contact for Service: Networks 2000 Phone: 800-625-5150 SubTotal $20,621.18 *****Preferred method of payment-ACH***** Sales Tax $0.00 Bank Name: Bank of Southern California N.A. Shipping $0.00 Account number: 0301125015, Routing/ABA Number: 122243402 Total $20,621.18 **This quote is subject to change at any time. 910 Grand Ave Ste 208 San Diego, CA 92109 (858) 490-1441 fax (858) 490-1448 www.networks2000.com 2 of 2 NETWORK7S 2000 Expert Services and Solutions Q U O T E Date Quote# 03/23/23 AAAQ30729 Sold To: Ship To: City Of Kent City Of Kent Lynnette Smith Lynnette Smith 220 4th Ave S. 220 4th Ave S. Kent, WA 98032 Kent, WA 98032 Phone: (253)856-4602 Phone: (253)856-4602 Fax: (253)856-4700 Fax: (253)856-4700 Preferred payment Terms Rep ACH Cash House Qty Description Unit Price Ex 1 HPE Pointnext Tech Care Basic SVC $312.00 $312.00 Post Warranty Coverage Dates: 3/01/2023-2/29/2024 Part#HU4B2AC SAR-TCASMPD5072M223307XG I M-72099859 Physical Product Location: 220 4th Ave S., Kent Washington 98032 Serial#/Product#/Product Description 2M223307XG/872309-B21 /HPE ML110 Gen10 8SFF CTO Server Contact for Service: Networks 2000 Phone: 800-625-5150 SubTotal $312.00 *****Preferred method of payment-ACH***** Sales Tax $0.00 Bank Name: Bank of Southern California N.A. Shipping $0.00 Account number: 0301125015, Routing/ABA Number: 122243402 Total $312.00 **This quote is subject to change at any time. 910 Grand Ave Ste 208 San Diego, CA 92109 (858) 490-1441 fax (858) 490-1448 www.networks2000.com 1 of 1 Original Contract ,44 �@gy, � -gpS mf ■A E� 1u GOODS & SERVICES AGREEMENT between the City of Kent and Networks 2000 THIS AGKFI"MFNI' Is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Networks 2000 organized under the laws or the iitate of California, located and doing business at 4425 Bayard St. Suite M San Diego, CA (800) 574-4246, Tim Cetalk (hereinafter the "Venda'"), 1. DESCitlMON OF WORK. k Vendor shall provide the following goods and materials and/err perform the fallowing ervicQs for the City, 201.5-201GNetwork 2000 - HR Hardware Annual Maintenance Coverage date Is 1.7./8/2015 - 12/7/2016 Exhibit A - Quote #AAAQ12153 Vendor acknowledges and understands that It, Is not the City's exclusive provider of these goods, j materials, or service, and that the City maintains Its unqualified right to obtain these good,, nnaterials, 11 and services through other sources. + I 11. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall cornplete the work and provide all goods, materials, and services within 12/8/201.5 to 12/7/2.016. Ill. COMPENSATION. The City shall pay the Vendor an amount not to exceed $17,542,02, including applicable Washington State Sales `fax, for the goods, materials, and services contemplated in this Agreement. 'The City shall pay the Vendor the following amounts according to the following schedule: Net 30 From Date Invoice Received by the City of Kent I 4 i IF the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the Invoice not in dispute. In that event, the patties will immedlately make every effort to settle the disputed portion. GOODS SERVICES AC,r2FEMFNT - f ($20,000 or I.or;!;, inch WSS7) A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Vendor shall be liable to the Clty 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_pjymeR Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE, IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51,08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without- cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. VI. CHANGES. The City may issue a written amendment for any change in tho goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment Is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agrn-%ment, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events diving rise Lo 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 goad 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 GOODS & SERVICES AGREEMENT - 2 ($20,000 or Less, including WSST) amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below, The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, Including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided In this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in Subsections A, items 1 through S 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. R c r 3j. 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 adjustrrrent. No adjustment will be made for an invalid protest. C. Vendor's Duty to Complete_ 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. - lure o Irate ti t s Waive . 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 n jt�Ces Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the GOODS & SERVICES AGREEMENT - 3 (20,000 or Less, including WSST) City any written or oral order (including directions, instructions, Interpretations, and determination). VIII. 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. Ix. WARRANTY. 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. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials; (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or 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. X. DISCRIMINATION, In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XI. INDEMNIFICATION. Vendor shall defend, Indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, Injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence, The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. 11' IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDAn'IF ZIAL INa...UENCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, If that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. GOODS & SERVICES AGREEMENT - 4 ($20,000 or Ldss, including INSST) XII, INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. R ,V.abfe Materia_la. 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. Be Non-Wa11�L�C BreacF�. 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 attorneys fees Incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary, Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. �1�?gn n nt. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives Its Consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F, Modification, No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. Entjre_AcdreemeoL. 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 pert of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. GOODS & SERVICES AGREEMENT - S ($20,000 or Less, including WSST) I. autLHcBecord5_A_d. 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 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 Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. 1. City U e R!equired. 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. Caunt rparts and Sigoature,5 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. VENDOR: tCOF (CENT,Y. - (signature)-±` (.,igna'ire) Print Name, i`ViiiA �-L,..j —\-111 It C- Z— Print Name; Its: C:'t" +_�5 qL-%CC r'2_� Its: 1 Yt'Pc_ DATE: f ? DATE:-_� .� l L✓� NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: y�T VENDOR: CITY OF KENT: Tim Getzik James Endicott Networks 2000 City of Kent 4425 Bayard St, Suite 210 220 Fourth Avenue South San Diego, CA Kent, WA 98032 (800) 574-4246 (telephone) (253) 856-4627 (telephone) (facsimile) (253) 856-4700 (facsimile) [In this field,ynu may enter the electronic fioath where the contract has been saved GOODS & SERVICES AGREEMENT - 6 ($20,000 or Less, including WSST) 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 opporttnity 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: b,s Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayer 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 - 2 of 3 EXHIBIT A 19 NE TWOR KS Expert Services and So'autans QW W 9 AAA4121U gYaxw o%axrJ TAFa sw.s :20LM1JunG GaaWn[[m )n.sLa12 am=L:.• a.�rriea a..i - :Irf.EC 4T.:1E6 :lI1rFD 9)nSE9 a f�.c:.x 's1r3¢mr PIM as Lwar I,wrGa•P L+aL IP o-..a nr..laarnbr.rrn.la L]aC N[r)LV ltr aq.a,•Iw,r lwan anY. r - � --..... - -.. ..�. ,. ,. .... .. .... .... [y aYrywrt'� M Mnf.)[)Ya.raw•d�awr. T,TM1 per•.r.tw �MC i1rC�aLGr[ - CirfeerARl .Wrdia.r [�� til Flut�ia trrlw ' •fHL:AfPfgxl vn•__ _ - -y:i.a,.fy.wa.»+wN c�[4.ca repsarf 1xMats ,T/+®:O avG.o wYamm .m..•�.L � �. i+xr.4��.I aaar-:.ramaa-.amDm.> rim...awr a. tzazals micnw ) �w>r®,r<x wYnn,a •Y.L•WL: •�Pse Kb TAo.4.>x'I w.D,r_a r<uam as wN.. nµma R>Qiz z vli bb�x ,ai. fmO�eu �2 s�.pa W NEc>on, ol.Ja.. asfxac.F b h[+.��1m,�.r:wF ama[.m nLwa)ncc ,;,aar�;; fz �sr�,an wc.. w u.>.. c gym•.. m�io�oa: vnaP�> .n. noaw.itandm.fa..aoaaB�.o. sn•�.[,rrrc. txao,L 1 w..s. 9E��NNPIGH wmann I6CGB)BDSD •NPaww+ - I2Nnf: STii�Y FtlRltr .Aaa)P41 W:nawe NF.4 Fk,l l3ns's FaBaw ma O[n+sn alYYm[mC11C06 f2nQPla l2 axa�3 __ VS[l)YSq ]VPL)nIM Y)YID��] mnr)[fzme[m¢eLmtt 0.xa C4 OD1L 12 LT4Gp [„ .. IREPWDt2 pvn-lfxl ,2TAms sir•.cfu•>..r:mnm m..sxm MIrILGaMp saa,11 GDYMfP1H UBFO[,tPylt F:`J-a]� :L:.bs tibe pcP)�+tvaa:om3ivu Zmi lY 110R)t1 1t .'i1lC> Pyf),N KT120MPh Ybn ucvbbp.T.p WIP+B=1 :S?AO)S ACM Tc041n,Nuper�..favnrc mwuaw. ' �YGrm EAYwLlcas al[SSla] 1LT.1a15 Aob hO.a r.,,,Rv e-ss)aNaLer Pmsc»_� N�Iaml Rxcm 1LaT)1+ .,l.b Pbi]6 KDCVYI),.I wNAonn trban]aaaT V m:>Purm 11N)IL ,a,1Qii 1f F+y4.q {TIU[ ])M)aB)t 1LT4arU A1ue 2R,.4falfa[P)^nnfvo:.an Ra+NRmE1 Ita/nta t2aQPw f iMlb LFyN rslnwRl)P wYlWa USEPGW:eC yilE:-al :LTDMS Xe).4 iy,10.+ep>v f4'V[tIP•Can 6[ws NOLCN RYL CC fia•n11 fyIQPf6 1) L}L[m f�_ " K:+•BD, mn=ge+E[mL[•r pK{s+I0.YE CC Tnq� I2 4YKN wurmoyd4LLaur LCEI,IL'em P;T,r.B2] ,L1®N L'n.4 Ne.,frrufc>alc¢wfaw-m sIKDCC`L10 Gea> 120TfP It S]tlq AVRN :G)nul,rlxeu WNNe L1ropT.aTl '21T�cOlL - mtatA,hv.P[^mraar,0.o+..sam Plbace) QTn tw .ars 1CJ!li>d%O vO DM. 12P2)15 fxn�vft SWlr+q g1aN .man<.aA[a.,,r wwma<r.,. �),.a)-., - hSD.4 rx.l R.grmlammo ansrrw Y.,Or4cTco Dc. 1)AG]ID frncric lo.aN eez.nb cTN<:L�ro.w Ln..m,r+w UTFIEVC�N, o-�rw� :LT_aw arn,.}m.la)srm r«nraa.a.sorrm uett[meo ww 1]ntnfa zmab mnpEYr btwnu •nuomem,! ISCI)IaS'B GS),BST LTOP,D vp.,}mirMfwNFwntlwGa»LPm:a IY1W.1 DLabteG) fin O]16 1} LP.a•A rvap:rmar>aw ICEO%T9W [OAF-O31 )?R9ot1 Fw,mgara.fz 4a mA Lmm GlM1cfAClO Guca f)nyl[ 1) SS:CSD aa2Av m:51ARPB1 ury rrlr0wm••••m IBFOUW[) `-ENP�9R1 +LT9T6 Kam xK.A)aiHrDu..fsr.a'rnallw.. FlaOecODCla Dae 1W[it] ,N)m,G OQr )4 D: ,V VOm CSmG tMOfJlP4 b-)p;p,lgl url^' Nfr.4)allhy,ielnblaa Ctr6am aau2w 1CMSt[ 1L1�14 2 ;;.Wi.[c cIL>aL 7.1 aYmw u¢EIYJa•IW 9tbYaa)I ,LiT0t6 YCia Fx'rggmi+fanwly mm5awu L.lfJ.^•cir[.OY.1)1P:te lzazi:l L^+Td1L 12 LSSY1.b LICl,4 tafra>ara FaP:aoD amSOI+N Nara 0.a0 ut P:•]le NtaM nlTf^yPIE)O: m[POn f9[a)BM)a ]p�43n v)¢O,1 ,<yr,i�wwFzea�¢m 4+m NCLPK 0.x%'OF 129C fa 2 >-xt'L wwJwry UBEPttP.�.2 )BDQa.P11 tYdOt: ,a.Fi,�+.L raceM[nhw•`4+.w Raunl R]ro c] It Axa Flaw IE4'4hsal~ �EbaY.•3 BTSE]).Lri •t)Rm6 Nttirl IX]rd Ci .2a'nli zn]aq T,IZS m,LM^.i3r_mam I TCO•B h0.4 iiftraau FawMac0:m5ws sa C) f2arzalL 1M9]]6 _ iblaK eerngrNu:M[.aar n:ae� LaFO)a:fa] )s LM.4 ha10aPvmlmeaatr ma5enm 1xTq)Ie IT lSKIPDt wlntmr.� LSEPriT+Ot S'�]Y•P]I LTn¢Pw ammm6ercm Rdunl0.l6P 6` 12nStRe 11 Fbt[.CD laY)1i ,rSAAPPt)H Ir?EO]BI.GF4 abtlP.ari )NlmS RaroM VGBa OP f2fP21. I2 LT14La .�lm,..Y..�,.m: uefatorrv4v ernc�P2T ��Nw,�.m Fde�aW rm+w fe nm. .Loco- tzP2rs �xrsefc Nst.w wia.,. Sxot]cf w,T� z:.w,s m xrn.. Ixrnr_.Fo,_ao. B.mm r�+Ixup D:z tzPzllL tyrarw �z xarmt Q�ian �bo,p ml�wz H=clPm uluB2: Am ��mn.a.bnlcxmw m 1+.w,R ,v)clfa 12 zs•cm ®enePt]]a>tW-:Lynx Vmmeunv � n MT.4•W W6vnV OIAPL[C)ttO iNae 'Nen1D 12n4i16 Oazm '^r+^PtOh,ely-2•^-+> VrAs>m'^r �[2CTf3vrTC E,n114C) r,v =Lu[c0)RD Ww 2t4!nf[ faigew ID t]o fV�aay IM+rf IH IFFtesA. H 6rp11.0.[ y)f4ge ,,eyu wR,gvm. Ro1mM 2JEfv �vMn [2nQOfG Lq i< 14F1[C.G� B))]]..aSl W).)O� .tcM :af.a emu..N.<mu �uN IX]R 3) a fe 1�ti014 Yaa:a G]aTD mnITNM_n IY'E„Niu4 9>7Z YtOa]fw K¢b 1[Yl.4-,an Rsayea> IXrn c! ?ND 0t1G r 1>oaPa mas Q'AItJDmy w u9E1Yd+wT LTpgT-P!4 OPl6lP ,.�M �a��� Ra Wtl R%00) �x�o fingl6 UOist WI.D6 mawa ULF22IMLP PCF-C:, 02'SrT ..b. NO aY.sn gepu wa_bd E(YA EI Tevmruer.�r.ertRn wnlq.+.es[V43 W.�P•! r.KN G^YW MbRRr4 bNros ��•� 61alaT.Bit 0..YSf) AY 3hT.4 crPvpmro Vic,IXsr[) r:vm�mP.IG 2,U.cMat�ptL9.Sr:9 )rlD[ gLfANstH t Mtrm. xlrt,a•WrFaowma f�0.L]W cua rtnm�dTe�w,.xe>m cttrwr�r.fZ�:� f mu )4:IWW3+! �•C�vT .Kv-W Tal)aan)aovan Nafn tt.YPnOw TmY�a fx:1P[] YY aTMNRtbMI Wlpawe fD[e4 'CI: I- f e�aan0 Mr. LNT44v Fafam PaG.Y XY'.a1]mb Tcur,vnf®d e).aia ma:WT Yv.hmy�12')�n[b G rA.OL ]/aa h1H.k1:Yl +Wmm tt[012 a GS<OflSef o2]¢Ptu X9.a.vfmP®o PtD.:xlCI.110e0on1 lD.cart acmf wom.inPn.Y a>e..e�,f.A)n A.W SYP m.apfT[b d]o>L'nw Ynrwawrn[ IKOC f1 liHLl-IIt lWNtP x[o awa.t�rn 3Ldrecn0 )Ba>n'r'urmtymaaO wrTDc•,rsr.nayr,xT.]Mb 2m tnrv�.e.. 10[Ot1BE[fE OSafSL21 pn.TQO 2[n ana,iHrPa+e.wsaueicm,.sw.a YrnMr It arnM%tm+-.9�M?m+-fw.L•+oopB 12T.2Np 1a DP SGnD oy.)cpb)aad)aaw,t h.>rmo unr [aron)mTY vG151•B21 YbA)B Kae T+L).4 SmIF¢gD+:n rmnrrmaeE4ma :]Lra s.cuiB TL)!wrOe>mLY c,aaarN 2aQ.a}Dafumrn 12TN14 O 1L DD WO f2'SLS?C 7oml Es0o11dIM Prlu EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance i 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. B. Minimum Amounts of Insurance i i Contractor shall maintain the following insurance limits: 1. Commercial General Liabili _ insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 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 EXHIBIT B (Continued) 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 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 coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. THE HARTFORD Select Customer Insurance Center 3600 WISEMAN BLVD. SAN ANTONIO TX 78251 Policyholder, please callus at: (866) 467-8730 Agent, please call us at: (866) 467-8730 SERVICE.TX@THEHARTFORD.COM INSURANCE ENDORSEMENT ATTACHED *** PLEASE REVIEW THE CHANGE'** Enclosed is an endorsement for your business insurance policy. Please review it at your convenience. If you have questions or need to make further changes: Policyholder, please callus at: (866) 467-8730 Agent, please call us at: (866) 467-8730 between 7 A.M. and 7 P.M. CENTRAL TIME The premium billing will be mailed to you separately. You can expect to receive it soon. Thank you for allowing us to service your business needs. ADLER INS SERVICES INC/PHS THE HARTFORD SELECT CUSTOMER INSURANCE CENTER The Hartford Hartford Fire Insurance Company and its Affiliates One Hartford Plaza,Hartford,Connecticut 06155 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGE This endorsement changes the policy effective on the Inception Date of the policy unless another date is indicated below: Policy Number: 72 SBA KB0666 DX Named Insured and Mailing Address; NETWORK 2000, INC. 4425 BAYARD ST STE 210 SAN DIEGO CA 92109 Policy Change Effective Date: 11/05/15 Effective hour is the same as stated in the Declarations Page of the Policy. Policy Change Number: 001 Agent Name: ADLER INS SERVICES INC/PHS Code: 161751 POLICY CHANGES: SENTINEL INSURANCE COMPANY, LIMITED ANY CHANGES IN YOUR PREMIUM WILL BE REFLECTED IN YOUR NEXT BILLING STATEMENT.IF YOU ARE ENROLLED IN REPETITIVE EFT DRAWS FROM YOUR BANK ACCOUNT, CHANGES IN PREMIUM WILL CHANGE FUTURE DRAW AMOUNTS. THIS IS NOT A BILL. NO PREMIUM DUE AS OF POLICY CHANGE EFFECTIVE DATE FORM NUMBERS OF ENDORSEMENTS REVISED AT ENDORSEMENT ISSUE: IH12001185 ADDITIONAL INSURED - PERSON-ORGANIZATION PRO RATA FACTOR: 1.000 THIS ENDORSEMENT DOES NOT CHANGE THE POLICY EXCEPT AS SHOWN. Form SS 12 11 04 05 T Page ool Process Date: 10/02/15 Policy Effective Date: 11/05/15 Policy Expiration Date: 11/05/16 POLICY NUMBER: 72 SBA KB0666 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PERSON-ORGANIZATION ALABAMA STATE PORT AUTHORITY 250 N WATER STREET MOBILE, AL 36602 CITY OF MURRIETA ONE TOWN SQUARE 24601 JEFFERSON AVE MURRIETA, CA 92562 PS BUSINESS PARKS, INC. AND PS ROSE CANYON, LLC 6370 LUSK BLVD, STE F211 SAN DIEGO, CA 92121 UNITED INDEPENDENT SCHOOL DISTRICT 201 LINDENWOOD LAREDO, TX 78045 CALIFORNIA COAST CREDIT UNION 9201 SPECTRUM CENTER BLVD SAN DIEGO, CA 92123 CITY OF KENT 220 4TH AVE S KENT, WA 98032 REGENTS OF THE UNIVERSITY OF CALIFORNIA, UCLA HEALTH SYSTEM ATTN: EIMEE R. MIURA, UCLA HEALTHCARE PURCHASING 10920 WILSHIRE BLVD, STE 750 LOS ANGELES, CA 90024 LOC 001 BLDG 001 CITY OF FREMONT 3300 CAPITOL AVE FREMONT, CA 94538 Form IH 12 00 11 85 T SEQ.NO. 001 Printed in U.S.A. Page 001 (CONTINUED ON NEXT PAGE) Process Date: 10/02/15 Expiration Date: 11/05/16 POLICY NUMBER: 72 SBA KB0666 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PERSON-ORGANIZATION CITY OF CHULA VISTA, ITS ELECTED OFFICIALS, EMPLOYEES AND VOLUNTEERS 276 FOURTH AVE CHULA VISTA, CA 91910 STANISLAUS COUNTY C/O COMMUNITY SERVICES AGENCY ATTN: SHARON WATSON 251 HACKETT RD MODESTO, CA 95350 RE: 4425 BAYARD ST STE 210 ELIXIR INDUSTRIES 24800 CHRISANTHA DRIVE SUITE 100 MISSION VIEJO, CA 92691 JOB SITE: 24800 CHRISANTHA DRIVE, SUITE 100 JOB LENGTH: MAXIMUM 2 HOURS LOC 001 BLDG 001 RAND CORPORATION 1776 MAIN ST. SANTA MONICA, CA 90407 PRINCE GEORGE'S COUNTY MARYLAND CONTRACT ADMINISTRATION & PROCUREMENT DIVISION 1400 MCCORMICK DRIVE, STE 200 LARGO, MD 20774 COUNTY OF SANTA BARBARA DEPARTMENT OF SOCIAL SERVICES 2125 S. CENTERPOINTE PKWY SANTA MARIA, CA 93455 Form IH 12 00 11 85 T SEQ.NO. 001 Printed in U.S.A. Page 002 (CONTINUED ON NEXT PAGE) Process Date: 10/02/15 Expiration Date: 11/05/16 POLICY NUMBER: 72 SBA KB0666 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PERSON-ORGANIZATION LOC: 001/001 ORANGE COUNTY FLORIDA ATTN: SUSAN HOLCOMB PURCHASING & CONTRACTS DIVISION 400 E SOUTH ST FL 2 ORLANDO, FL 32801 RE: IT SERVICES SL GREEN REALTY CORP. , SL GREEN OPERATING PARTNERSHIP, LP, SL GREEN MANAGEMENT, LLC, SL GREEN LEASING, LLC, SL GREEN MANAGEMENT CORP. , 100 CHURCH FUNDING, LLC, 100 CHURCH PARTICIPATION FUNDING, LLC, 100 CHURCH HOLDING COMPANY, LLC, 100 CHURCH FEE OWNER, LLC, 100 CHURCH OWNER, LLC 100 CHURCH STREET NEW YORK, NY 10007 LOC 001 BLDG 001 IVC-US, INC. 101 IVC DRIVE DALTON, GA 30721 Form IH 12 00 1185 T SEQ.NO. 001 Printed in U.S.A. Page 003 (CONTINUED ON NEXT PAGE) Process Date: 10/02/15 Expiration Date: 11/05/16 DATE(MMODNWY) A��fzO" CERTIFICATE OF LIABILITY INSURANCE F1 7 2 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER CONTACT Ives Insurance Services,Inc. NAME: Sharon TartrePHONE FAX 2850 Womble Road Suite#103 EMAIL 619 224 5337 EM N 619)223.4715 San Diego,CA 92106 sharoniQlvesirts.com License#: OG13604 INSURIER1§1 AFFORDING COVERAGE NAIC# INSURER A- Markel INSURED INSURER B: Networks 2000 INSURERC: 4425 Bayard St Ste 210 INSURERD: �F San Diego,CA 92109-4094 INSURER E: _ INSURER F: COVERAGES CERTIFICATE NUMBER: 00000000-215517 REVISION NUMBER: 9 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. LLTR TYPE OF INSURANCE POLICY NUMBER WK4)DNYYY MMIDD EXP LIMITS COMMERCIALGENERALLIABILITY EACH OCCURRENCE $ CLAIM$-RMDE FI OCCUR arm-0 3 AAh7JiGTdRENTED MED EXP fAny one personl $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMITAPPLIEIS PER: GENERAL AGGREGATE $ POLICY JECTT ILA PRODUCTS-COMROP AGG $ --.-- AUTOMOBILE LIABILITY C ,P2L1%,D,,$INGUE UM $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accldent) $ AUTOS AUTOS NON-OWNED F'RCJ�ERTY I-7AIV7fitit� $ HIREDAUTOS AUTOS 1p�+ �T+1)_ -- --. $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DrD I RETENTION$ $ WORKERS COMPENSATION A AND EMPLOYERS'LIABILITY YIN MWC0025515-02 02 O412015 02/04/2016 X 25 T T _ ANY PROPRIETORIPARTNEREXECUTW. N f A E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBEREXCLUDED? (Man4a(orylnNH) _E.L.DISEASE-EA EMPLOYE $ _1z000'000_ 9MIf yyeess,,di awlbe under "'"— RIP710NOFOPERATIONSbelow E.L DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES {ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE 1MTH THE POLICY PROVISIONS. 220 4th Ave.S. Kent,WA 98032 AUTHORIZEDREPRESEENTATIVE ;•llC-L i`G(—/ SLT ©1983.2014 A ORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD Printed by SLT on October 07,2015 at 03:30PM DATE(MId/OD/YYYY) A'�o� CERTIFICATE OF LIABILITY INSURANCE 07/14/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: _ CID Insurance Programs, Inc. PHA° [I30{jy922-72$3 I tac No):{619�$93-2075 7125 El Cajon Blvd, Ste 3 ' San Diego,CA 92115 INSU AFFORDING C0V4RAG E NA10# INSURER A:The Hartford Insurance INSURED INSURER B,Dn[ted States Llat7fl[ty 1n5ur3rice'Gampehy Networks 2000 INSURER C: 4425 Bayard Street,Ste 210 INSURER0: San Diego,CA 92109 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 AODL SVSR POLICY NUMBER POLICYf Er MOLICY D � LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE $2,000,000 COMMERCIAL GENERAL LIABILITY PREMISES Eao=irr $1,000,000 CLAIMS-MADE I'_I OCCUR F _ME_D W(Any one person) $1_0+OOd A 72SBAKBO666 11/05/14 11/05/15 PERSONAL&ADV INJURY $z+000,000 GENERALAGGREGATE $4,000,000 GEN`L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO $4,000.000 POLICY I I PRO• LOG .. -...�.. .Q.__ _AUTOMOBILE LIABILITY 015INE ❑l�'I ci D 'NGLELIMI I .(EenD_ _ $ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PRCP�, AGE _ HIRED AUTOS AUTOS _(Per accident__-__ S UMBRELLA LIAB OCCUR A F EACH OCCURRENCE $1,000,000 EXCESS CLAIMS-MADE AGGREGATE $1,000,000 RED f RETENTIONS 10.000 --- $ --_ WORKERS COMPENSATION -'pTgqTU- OTI'I' AND EMPLOYERS'LIABILITY _I_TOR- MfT`_u _f_ER ._. - ANYPROPRIETORIPARTHER/EXECUTIVE Y� EL EACH ACCIDENT $ _ OFFICE/MEMBEREXCLUDED? N/A (Mandatory In NH) EL.DISEASE-EAEMPLOYE $ If yes,describe under E.L,DISEASE•PGLIOY LIH11T n r B Technology Professional Liability: n TK1001018L 07/09/15 07/09/16 $1,000,000/$2,000,000 $5,000 Deductible Errors&Omissions Retroactive Date: Full Prior Acts DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES(Attach ACORD 101.Additional Remarks Schedule,if more space Is required) Certificate Holder named as Additional Insured in regards to General Liability policy CERTIFICATE HOLDER CANCELLATION City Of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 220 Fourth Avenue South THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Kent,WA 98032 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESEQTATWE X, ©1988-2010 As RI]CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACOWD