Loading...
15-139.00 Allied Fire & Security: Police Precinct Security System (5- (31 CONSTRUCTION AGREEMENT Allied Fire&Security THIS CONSTRUCTIONAGREEMENT(the"Agreement")is made by and between the City of Spokane Valley,a code City of the State of Washington("City")and Allied Fire&Security,("Contractor")jointly referred to as the"Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1.Work to Be Performed. Contractor shall do all work and furnish all labor,supervision,tools, materials,supplies and equipment and other items necessary for the construction and completion of the Police Precinct System Upgrade Project (the"Work") in accordance with documents described in Exhibit A and in accordance with this Agreement(which are by this reference incorporated herein and made part hereof(the"Contract Documents")),and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall,for the amount set forth in paragraph 4,below,assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities provided for in the Contract Documents to City's satisfaction,within the time limits prescribed in the Contract Documents. The City Manager, or designee, shall administer and be the primary contact for Contractor. Upon notice from City, Contractor shall promptly commence work,complete the same in a timely manner, and cure any failure in performance under this Agreement. • Unless otherwise directed by City,all work shall be performed in conformance with the Contract Documents,and all City, State and federal standards,codes,ordinances, regulations and laws as now existing or as may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work within 10 days of receipt of a notice to proceed and shall complete the Work by December 31, 2015. 3. Liquidated Damages. The Parties have agreed there will be no liquidated damages provision in this contract. 4.Compensation. In consideration of Contractor performing the Work,City agrees to pay Contractor in accordance with the Contract Documents the sum of $20,452.62 plus Washington State Sales Tax of$1,779.38,for a total of$22,232.00, based on the bid submitted by Contractor(Exhibit B),and as may be adjusted in accordance with the Contract Documents. 5.Payment. Contractor may elect to be paid in monthly installments,upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the below stated address. Pursuant to chapter 60.28 RCW,five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement for that portion of the work (if any) which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents, City standards, City Code, and federal or state standards. 6. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Allied Fire& Security Construction Agreement Page 1 of 6 Phone: (509)921-1000 Phone: 509-624-3152 Address: 11707 East Sprague Ave, Suite 106 Address: 425 West Second Avenue Spokane Valley, WA 99206 Spokane, WA 99201 7. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal,state,and local laws, codes and regulations. 8. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief, that it and its principals: I. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain,or performing a public(federal,state,or local)transaction or contract under a public transaction;violation of federal or state antitrust statues or commission of embezzlement,theft, forgery, bribery,falsification or destruction of records, making false statements,or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state,or local)with commission of any of the offenses enumerated in paragraph (A)(2)of this certification;and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal,state, or local)terminated for cause or default. B.Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this Agreement. 9.Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under this Agreement, shall comply with the requirements of chapter 39.12 RCW, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries("L&l"). If employing labor in a class not shown,Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor shall provide a copy of any such determinations to City. Before commencing,during,and upon completion of the work,Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with chapter 39.12 RCW. The following information is provided pursuant to RCW 39.12.030: A.State of Washington prevailing wage rates applicable to this public works project,published by L&I are located at the L&I website address: https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. Construction Agreement Page 2 of 6 A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague, Suite 106, Spokane Valley, WA 99206. Upon request, City will mail a hard copy of the applicable prevailing wages for this project. 10.Relationship of the Parties. it is understood,agreed and declared that Contractor shall be an independent contractor, and not the agent or employee of City,that City is interested in only the results to be achieved,and that the right to control the particular manner,method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 1 1.Ownership of Documents. All drawings, plans,specifications,and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW,or other applicable public record laws. 12. Records. The City or State Auditor or any of their representatives shall have frill access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit,examine and make excerpts or transcripts from such records and to make audits of all contracts,invoices,materials,payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 13. Warranty. Unless provided otherwise in the Contract Documents, Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following final acceptance by City,unless a supplier or manufacturer has a warranty for a greater period,which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials,Contractor shall,within the warranty period,remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14. Contractor to Be Licensed And Bonded. Contractor shall be duly licensed, registered and bonded by the State of Washington at all times this Agreement is in effect. 15. Contractor to provide performance and payment bonds. Contractor shall provide a payment bond and a performance bond in the full amount of the contract on the City's bond forms. Alternatively,Contractor may elect to have the City retain 50% of the contract amount lieu of providing the City with a payment bond and a performance bond, pursuant to RCW 39.08.010(3). 16. Insurance. 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 Contractor, its agents, representatives,or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1. Automobile liability insurance covering all owned,non-owned,hired,and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary,the policy shall be endorsed to provide contractual liability coverage. 2. 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, stop gap liability,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. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion, collapse or underground Construction Agreement Page 3 of 6 property damage. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 3710 01 or substitute endorsements providing equivalent coverage. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of no less than $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $1,000,000 each occurrence,$2,000,000 general aggregate,and no less than 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, professional liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance,self- insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2.Contractor shall fax or send electronically in.pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. D.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement,Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement,which shall be Exhibit C. The certificate shall specify all of the parties who are additional insureds,and shall include applicable policy endorsements, and the deduction or retention level. insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles,self-insured retentions,and/or self-insurance. 17.Indemnification and Hold Harmless. Contractor shall,at its sole expense,defend,indemnify and hold harmless City and its officers,agents,and employees,from any and all claims,actions,suits,liability,loss,costs,attorney's fees and costs of litigation,expenses, injuries,and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts,errors or omissions in the services provided by Contractor,Contractor's agents,subcontractors,subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. In construing these indemnification provisions, it is the intent of the Parties that the rights and obligations set forth herein are not intended in any way to extend to any third party who may allege to have been injured, including filing a claim or lawsuit for damages against the Parties. Contractor's duty to defend, indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend, indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of(a) City or City's agents or employees, and (b)Contractor, Contractor's agents, subcontractors,subconsultants and employees,shall apply only to the extent of the negligence of Contractor,Contractor's agents, subcontractors,subconsultants and employees. Construction Agreement Page 4 of 6 Contractor's duty to defend,indemnify and hold City harmless shall include,as to all claims,demands,losses and liability to which it applies,City's personnel-related costs,reasonable attorneys'fees,and the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection, and all other claim-related • expenses. Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act,Title 51 RCW. These indemnification obligations shall not be limited in any way by ally limitation on the amount or type of damages,compensation or benefits payable to or for any third party under workers'compensation acts, disability benefit acts,or other employee benefits acts.Provided,that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City, and does not include, or extend to, any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 18. Waiver. No officer, employee, agent or other individual acting on behalf of either party has the power, right or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law,shall be taken and construed as cumulative,and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall ill no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 19. Assignment and Delegation. Neither party shall assign,transfer,or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 20. Confidentiality. Contractor may,from time to time,receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City or upon order of a Court of competent jurisdiction. 21.Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County,unless otherwise required by applicable federal or state law. 22.Subcontractor Responsibility. As required by RCW 39.06.020,Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor,at the time of subcontract execution,meets the responsibility criteria listed in RCW 39.04.350(1)and possesses an electrical contractor license,if required by chapter 19.28 RCW,or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 23.Jurisdiction and Venue. This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County, State of Washington. 24.Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed,modified or altered except in writing signed by the Parties. 25.Anti-kickback. No officer or employee of City,having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted or granted a present or future gift, favor,service or other thing of value from any person with an interest in this Agreement. 26.Business Registration. Prior to commencement of Work under this Agreement,Contractor shall register with the City Construction Agreement Page 5 of 6 1 as a business. 27.Severability. If any section,sentence,clause or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction,such invalidity shall not affect the validity of any other section,sentence,clause or phrase of this Agreement. 28. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work B. Cost Statement C. Insurance Endorsements The Parties have executed this Agreement this 20th day of November,2015. CITY OF SPOKANE VALLEY: Contractor: Allied Fire& Security „2..vkvs Mike Jac;:on,City Manager Robert van Halderen, CFO Allied Fire 8c Security ATTEST APPROVED AS TO FORM: �I .1.. AL I Y : I Christine Bainbridge, City Clerk Of ice o e CityA ' y Construction Agreement Page 6 of 6 35 %ALL1= FIRE & SECURITY® Project Quotation Eastern Washington&Northern Idaho Western Washington Oregon and Southwest Washington 425 W Second Ave.Spokane,WA 99201 1015 Central Ave N Kent,WA 98032 530 NE Couch St.Portland,OR 97232 Phone:509-624-3152 Fax:509-624-6909 Phone:425-988-6500 Fax:425-988-6501 Phone:503-281-1177 Fax:503-288-1539 This Proposal, including any Additional General Conditions or Attachments,specifications,and prices presented in the Proposal number as noted below are accepted and indicated by the signatures below. Allied Fire&Security(hereafter"Allied")is authorized to perform the installation and/or maintenance services as specified within this proposal,with payment as outlined in this Agreement. Quoted By: Jake Radtke Date: 10/14/15 Direct#: 509-321-8749 Email: jradtke@allied-security.com Quote#: ALLQ32235 W/S#: Purchaser Name: City of Spokane Valley Project Name: City of Spokane Valley Billing Address: 2426 North Discovery Place Site Address: 12710 East Sprague Spokane Valley, WA 99216 Spokane Valley, WA 99216 Contact: Mike Stone Contact: Mike Stone Phone: 509-720-5400 Phone: 509-720-5400 Email: mstone@spokanevalley.org Email: mstone@spokanevalley.org Thank you for choosing Allied Fire&Security. We appreciate your business! Project Detail Scope of Work: ***NVR TO PROVIDE A MINUMUM OF 30 DAYS STORAGE ON ITS HARD DRIVE*** ***THE NVR WILL PROGRAMMED TO RUN AUTOMATIC BACK-UPS, ON A TIMER, OVER A CUSTOMER PROVIDED LAN CONNECTION, TO A REMOTE SERVER*** ***CUSTOMER TO PROVIDE STATIC IP ADDRESS FOR REMOTE VIEWING*** ***8.7% SALES TAX INCLUDED*** ***2.5% PAYMENT AND PERFORMANCE BOND INCLUDED*** Install an IP video surveillance system Install one(1) interior camera with a field of view of the entrance, the x-ray machine, bathroom hallway North Wall Install four(4) exterior cameras 1. One(1)camera on the NW corner of the facility -Field of view will include entrance and the parking lot 2. One(1) camera in the center of the North wall of facility -Field of view will include the parking lot 3. One(1) camera on the NE corner of the facility -Field of view will include the entrance and the parking lot 4. One(1) 180 degree camera in the center of the North wall of facility -Field of view will include: -The near north parking spaces -The man entrance and garage entrance into facility These four(4) cameras listed above will provide coverage of the entrances to the parking lot and the northern most parking areas East Wall Install two 180 degree cameras 1. One(1) 180 degree camera 1/4 down length of facility from NE corner -Field of view will include: -Gate into secured parking area -The secured parking area -Neighboring parking lot 2. One(1) 180 degree camera 1/4 length of facility from SE corner -Field of view will include: -Man door entrance on East side of facility -Neighboring parking lot These two(2)cameras listed above will cover the neighboring parking lot, the gate accessing the East secure parking area, and the man entrance(s)on the East wall of the facility South Wall Install three(3) cameras 1. One(1) camera on the SE corner of the facility -Field of view will include: -The secured parking area -Neighboring open lot 2. One(1) 180 degree camera 15'from SE corner of the facility -Field of view will include: -The secured parking area -Neighboring open lot -Loading dock and south entrance(s) 3. One (1)camera on the SW corner of the facility -Field of view will include: -The secured parking area -Neighboring open lot These three (3) cameras listed above will have a field of vision of the South secure parking area, the neighboring empty lot, the man entrances and loading dock area on the facility's South end West Wall Install two 180 degree cameras 1. One(1) 180 degree camera 1/4 down length of facility from NW corner -Field of view will include: -Gate into secured parking area -The secured parking area -Neighboring parking lot 2. One(1) 180 degree camera 1/4 length of facility from SW corner -Field of view will include: -Man door entrance on West side of facility -The secured parking area -Neighboring parking lot These two (2) cameras listed above will cover the neighboring parking lot, the gate accessing the West secure parking area, and the man entrance(s)on the West wall of the facility Install NVR and monitor in room currently containing the existing DVR Program NVR Confirm cameras'field of vision with customer Program NVR for remote viewing Program the NVR to run automatic updates, on a timer, over the customer provided LAN connection to a customer specified remote server Bill of Materials: Qty Description 1 Open Eye Indoor 2MP IP dome camera, white, 3—6 mm lens, PoE, 30ips@1080p, ONVIF, H.264/MJPEG, CMOS, Quad Streaming, Motion Detection, Micro SD 6 Vivotek Vivotek 5MP Outdoor Fisheye Camera With: WDR Ehhanced Day/Night 1.1 mm Fisheye IP66 MicroSD/SDHC/SDXC Card Slot 3-Year Warranty *3DNR * EN50155 * UL Certified *Client/Local Dewarp *Power/IO is not included 5 Vivotek 2MP OUT POE DOM 2.8-12MM Varifocal P-iris lens 2 Open Eye TRENDnet 8 Port Switch, 8 PoE, Gigabit, unmanaged,. 90 day OpenEye warranty/ 1 year warranty through TRENDnet 1 Open Eye N-Series 3U NVR, 16 Ch, 12TB Storage, 16 Audio CH, ReportStar Ready!, FREE (VMS, Remote Software, Mobile Apps), No Recurring Licensing, Expandable Recording Channels, ONVIF, Dual MC , Megapixel 1 Tatung 18.5" Economic LED Monitor, 16:9 Aspect Ratio, 1366 x 768(1.0 Megapixel Display Density), 250cd/m2 Brightness, 1000:1 Contrast Ratio, 5ms Response Time,170 R/L, 160 U/D Viewing Angle, 30watts,AC 120-240 Inputs: VGA,DVI via adapter thru HDMI(not included), HDMI, BNC in Video In, BNC out, (when monitor is on with )Speaker selection BNC in input S output 3w+ 3w, 75MM X 75MM VESA P Mount, Weight 11 IBS. Power Supply AC120V-240V 9 PP Y COLEMAN 18/2 STRANDED UNSHIELDED NONPLENUM REEL GRAY JACKET COLEMAN CAT5E NONPLENUM REEL-IN-BOX BLUE JACKET Allied Prevailing Wage Filing Fee(WA State) 2.5% PAYMENT AND PERFORMANCE BOND INCLUDED SALES TAX 8.7% INCLUDED Project Terms and Conditions *All work will be performed during normal business hours of 8:00am -5:00pm Monday through Friday. *Customer to provide all necessary keys and/or personnel needed to gain access throughout facility as well as free and clear access to all work areas where cable is being ran and/or equipment being installed. *Customer is required to provide any LAN/WAN network interfaces or connections and static IP address if remote system access is desired. *Customer to provide 120 VAC to location as specified by Allied Fire&Security. *Customer to provide secure, ventilated storage area for core system components(recorder, power supplies, switches and controllers). *The equipment being replaced may have a larger footprint than the replacement(s). Touch up of paint and/or wall coverings will be the customers' responsibility and is not covered under this proposal. *The locations for devices are subject to change pending customer request or as necessary for the system to operate properly. Changes and/or modifications to device locations will incur additional charges on a time and materials basis. *The National Electrical Code requires that abandoned wire and cable from old systems be removed or marked as "spare"for future use. While Allied will attempt to minimize expenses,we cannot anticipate with certainty what the ALLQ32235 AMMO FIRE&SECURITY' Page 3 of 5 www.alliedfireandsecurity.com-Rev11/5/2015 M„_ ,,,,-,_,A,-.=_,_,_2L1�,,,_,,,11. 35 Electrical Inspector will formally require. Therefore, this proposal does not include the removal of abandoned cabling. If the Electrical Inspector requires removal of abandoned cabling,Allied will do so on a time and materials basis. The customer may also elect to choose an alternate provider of this service. If others provide the removal of cabling and it adversely affects Allied Fire&Security's scope of work as specified within this proposal, additional charges will be incurred. *Viewing quality for cameras will be dependent upon the light conditions in the area. * Remote viewing capability of video (live or playback) is contingent upon the amount of bandwidth available on Local Area Network and upload/download speed being provided by Internet Service Provider. *This proposal does not include the rental of a man lift. If a man lift is required for work to be completed, additional charges will apply. *Viewing quality for cameras will be dependent upon the light conditions in the area. *When audio surveillance or recording is used by itself or with video surveillance, state&federal regulations must be adhered to. See Title 18, section 2510 of the US Codes. Washington is a two-party consent state.A disclaimer/warning such as"Audio&video from this area is being monitored and recorded 24 hours a day"should be sufficient. You may want to consult with an attorney as to your rights&liabilities. *Wire installation will be open cabling (not in conduit). If conduit is required it will be installed at an additional cost. Page 4 of 5 ALLQ32235 www.alliedfireandsecurity.com-Rev11/5/2015 A .UCD FIRS&SECURITY° 35 Acceptance I Approval The Purchaser agrees to pay the seller for the foregoing, the total proposal price shown here,plus any applicable taxes and fees. Prices quoted are valid for 30 days Down Payment: 0 % Payment Terms: Progress Invoicing (per%of project Total price for this project= $22,232.00 *Credit card payments of$10,000 or more may be subject to Financing options are available. Please ask your additional fees. consultant for more details. *100%down payment required for system price<$199 *AutoPay required for system price<$199 ACCEPTED BY: (Please type or print except where otherwise indicated) By signature below, customer understands that they are granting Allied Fire&Security a security interest in the equipment specified hereon, until balance due is paid in full. Purchaser: Allied Fire&Security Authorized Signature: Authorized Signature: Printed Name/Title: Printed Name/Title: Date: Date: Thank you for the opportunity quote this project. Please feel free to contact us if you have any questions or need additional information. ALLQ32235 %/_uEll FIRE.�SECURITY® Page 5 of 5 www.alliedfireandsecurity.com Rev11/5/2015 i,z_. 1a.ti _„�,1_`_,_,_t,,s„_,,,I 35 _ ALLIE-1 OP ID:AW ACC:PREY DATE(MM/DDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 11/30/2015 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: Alan Wolfson,AAI Fidelity Associates,Inc. PHONE509-747-3121 FAX P.O.Box 3144 (NC.No.Ext): No):509-623-1073 Spokane,WA 99220-3144 ADDRESS:alan.wolfson@hubinternational.com Scott K.Jones CPCU AAI INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Everest indemnity Insurance Co INSURED Allied Fire&Security,dba: INSURER B:Allmerica Financial Benefits Allied Safe&Vault,Inc. 425 W.Second Avenue INSURER C:Underwriters at Lloyd's Spokane,WA 99 201-431 1 INSURER D: 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 ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMIDD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 AMAGE CLAIMS-MADE X OCCUR X X 51GL007840-151 09/15/2015 09/15/2016 PO PREMISES occurrence) $ 500,000 A X Prof.Liability 51GL007840-151 09/15/2015 09/15/2016 MED EXP(Any one person) $ 10,000 A X Stop Gap Liab. 51GL007840-151 09/15/2015 09/15/2016 PERSONAL&ADV INJURY _$ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 Stop Gap $ 1,000,000 OTHER: AUTOMOBILE LIABILITY {Ea accident) LIMIT $ 1,000,000 B X ANY AUTO X X AW2A727385 09/15/2015 09/15/2016 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS _ PROPERTY DAMAGE $ NON-OWNED (Per accident) HIRED AUTOS _ AUTOS — X XSAutoLiab X UH2A727560 XS Auto Liab. $ 3,000,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 A X EXCESS UAB CLAIMS-MADE X X 51E0001203-151 09/15/2015 09/15/2016 AGGREGATE $ 3,000,000 DED X RETENTION$ 0 $ WORKERS COMPENSATION STATUTEPER X OTHER - AND EMPLOYERS'LIABILITY N/A 09/15/2015 09/15/2016 E.L.EACH ACCIDENT $ 1,000,000 YIN A ANY PROPRIETOR/PARTNER/EXECUTIVE 51GL007840-151 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ 1,000,000 (Mandatory in NH) WA STOP GAP EMPL.LIAB. If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C CYBER Package 481039 09/15/2015 09/15/2016 CyberLiab 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The City of Spokane Valley, WA is Additional Insured as respects operations of the Named Insured. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Spokane Valley,WA 2426 N. Discovery Place AUTHORIZED REPRESENTATIVE Spokane Valley,WA 99216 ILII(,48 ` _ ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD N. COMMERCIAL GENERAL LIABILITY ECG 20 599 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -AUTOMATIC STATUS WHEN REQUIRED IN WRITTEN CONTRACT OR AGREEMENT WITH YOU - INCLUDING COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to D. With respect to the insurance afforded to an include as an additional insured any person or additional insured, the following additional exclu- organization for whom you are performing opera- sions apply: tions, but only when you and such person or or- This insurance does not apply to: ganization have agreed in writing in a contract or agreement prior to the commencement of such 1. "Bodily injury", "property damage" or"personal operations that such person or organization be and advertising injury" arising out of any act or added as an additional insured on your policy. omission of an additional insured or any of its Such person or organization is an additional in- employees. sured only with respect to liability for "bodily inju- 2. "Bodily injury", "property damage" or"personal ry", "property damage" or "personal and advertis- and advertising injury" arising out of the ren- ing injury" but only to the extent caused, in whole dering of, or the failure to render, any archi- or in part, by: tectural, engineering or surveying services, 1. Your acts or omissions; or including: 2. The acts or omissions of those acting on your (a) The preparing, approving, or failing to behalf; prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, in the performance of"your work" for an addition- change orders or drawings and specifica- al insured. tions; or B. The insurance afforded to an additional insured (b) Supervisory, inspection, architectural or shall only include the insurance required by the engineering activities. terms of the written agreement and shall not be broader than the coverage provided within the 3. "Bodily injury", "property damage" "personal personal terms of the Coverage Part. and advertising injury" arising out of any con- struction projects that are part of a consoli- C. The Limits of Insurance afforded to an additional dated (wrap-up) insurance program. This ex- insured shall be the lesser of the following: clusion also applies to any: 1. The Limits of Insurance required by the writ- (a) Work or operations performed; or ten agreement between the parties; or (b) Materials, parts or equipment furnished; 2. The Limits of Insurance provided by this Cov- erage in connection with such wrap-up construction Part. projects, regardless of whether they are per- formed or furnished at the location of the wrap-up construction project or anywhere else. ECG 20 599 05 09 Copyright, Everest Reinsurance Company 2009 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., used with its permission. POLICY NO. : 51 GL007840151 COMMERCIAL GENERAL LIABILITY ECG 24 522 04 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: BLANKET AS REQUIRED BY WRITTEN CONTRACT (If no entry appears above,Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your operations or'your work'done under a written agreement that requires you to waive your rights of recovery. The written agreement must be made prior to the date of the 'occurrence'.This waiver applies only to the person or organization shown in the Schedule above. ECG 24 522 04 02 Includes copyrighted material of Insurance Services Office, Page 1 of 1 CI Inc.,with Its permission. 11/30/2015 ALLIED SAFENAULT CO INC ttutut In,ciu+?i7Espabol Search L&I I RCH_ A-f;!n.l:`<' Ifeip My a,cw.e Safety% Claims&Instiranc Workplace Rights Trades&Licensing Washington State Department of Labor & Industries ALLIED SAFENAULT CO INC Owner or tradesperson 425 W 2ND AVE SPOKANE,WA 99201 Principals 509-747-1123 HUNT,JAY TERRILL, PRESIDENT SPOKANE County BLEVINS, LINDA KAY,VICE PRESIDENT HARNEY, DWAYNE EDWARD,TREASURER HUNT,TERRILL ERNEST,CHIEF EXECUTIVE OFFICER HUNT, ROBIN,VICE PRESIDENT (End: 10/26/2011) Doing business as ALLIED SAFE/VAULT CO INC WA UBI No. Business type 328 031 417 Corporation Governing persons DWAYNE HARNEY LINDA BLEVINS; MAX KIRKLIN; ROBIN HUNT; TERRY R HUNT; License Verify the contractor's active registration/license/certification(depending c past violations. Construction Contractor Active. Meets curr fits. License specialties FIRE PROTECT SYSTEM License no. ALLIESV26406 Effective—expiration 09/26/1974—11/13/2017 Bond TRAVELERS CAS&SURETY CO $6,000.00 Bond account no. 103514507 Received by L&I Effective date 11/13/2001 09/15/2001 Expiration date Until Canceled Insurance Everest Indemnity Ins Co $ 1,000,000.00 Policy no. https://secure.lni.wa.gov/verify/Detai l.aspx?U BI=328031417&LIC=ALLIESV264O6&SAW=False 1/2 1 11/30/2015 ALLIED SAFE/VAULT CO INC 51 GL007840-151 Received by L&I Effective date 09/10/2015 09/15/2015 Expiration date 09/15/2016 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings ws_.i.. No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts . .... . NoL&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 161,801-00 Doing business as ALLIED SAFE&VAULT CO Estimated workers reported Quarter 3 of Year 2015"Greater than 100 Workers" L&I account representative T4/STEPHEN TASSONI (360)902-4819-Email:TASS235@Ini.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 11/21/2011 Violations Inspection no. 315573923 Location 955 Broadway Tacoma,WA 98402 !L'Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state or Washington. https://secure.lni.wa.gov/verify/Detai l.aspx?U BI=328031417&LIC=ALLIESV264O6&SAW=False tit