Loading...
16-081.00 Allied Fire & Security: Police Precinct Security Upgrade Ph 2 I�- o i CONSTRUCTION AGREEMENT Allied Fire& Security THIS CONSTRUCTION AGREEMENT (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 Security Upgrade Phase 2 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 and referred to as 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 May 20, 2016. 3. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of$5,835.75,plus Washington State Sales Tax of$507.71 (if applicable),for a total of$6,343.46,based on the bid submitted by Contractor(Exhibit B),and as may be adjusted in accordance with the Contract Documents. 4.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 address stated in paragraph 6. 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, state standards, or federal standards. • 5. Notice. Notice other than applications for payment shall be given in writing as follows: Construction Agreement Page 1 of 7 TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: Allied Fire& Security Phone: (509)921-1000 Phone: (509)624-3152 Address: 11707 East Sprague Ave., Suite 106 Address: 425 W. Second Avenue Spokane Valley,WA 99206 Spokane, WA 99201 6.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. 7. 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: 1. 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 of 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 statutes 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. 8.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 ofthe Washington State Department of Labor and Industries("L&I"). 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: Construction Agreement Page 2 of 7 https://fortress.wa.gov/lni/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. A copy of the applicable prevailing wage rates is also available for viewing at the City Public Works Department 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. 9.Relationship of the Parties. It is understood and agreed that Contractor shall be an independent contractor and not the agent or employee of City,that City is interested only in 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. 10.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. 11.Records. The City or State Auditor or any of their representatives shall have full 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,make excerpts or transcripts from such records,and to make audits of all contracts,invoices,materials,payrolls,and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. 12.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. 13.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. 14.Contractor to Provide Performance and Payment Bonds. Contractor shall provide a payment bond and a performance bond in the full amount of the Agreement on the City's bond forms. Alternatively,Contractor may elect to have the City retain 50%of the Agreement amount in lieu of providing the City with a payment bond and a performance bond,pursuant to RCW 39.08.010(3). 15. 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: Construction Agreement Page 3 of 7 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, advertising injury, and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide a per project aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion, collapse, or underground property damage. City shall be named as an additional 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 37 10 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 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. 3.If Contractor maintains higher insurance limits than the minimums shown above,City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Contractor, irrespective of whether such limits maintained by Contractor are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by Contractor. 4. Failure on the part of Contractor to maintain the insurance as required shall constitute a material breach of this Agreement, upon which the City may, after giving at least five business days' notice to Contractor to correct the breach, immediately terminate the Agreement, or at its sole discretion, procure or renew such insurance and pay any and all Construction Agreement Page 4 of 7 premiums in connection therewith, with any sums so expended to be repaid to City on demand, or at the sole discretion of the City, offset against funds due Contractor from the City. 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. F. Subcontractor Insurance. Contractor shall cause each and every subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein,except Contractor shall have sole responsibility for determining the limits of coverage to be required to be obtained by subcontractors. Contractor shall ensure that the City is an additional insured on each and every subcontractor's commercial general liability insurance policy using an endorsement at least as broad as ISO additional insured endorsement CG 20 38 04 13. 16.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. Contractor's duty to defend,indemnify,and hold City harmless 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 City harmless 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. 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 RC W. These indemnification obligations shall not be limited in any way by any 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. Construction Agreement Page 5 of 7 Contractor hereby certifies that this indemnification provision was mutually negotiated. 17.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 in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 18. 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. 19. 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. 20.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 of the State of Washington for Spokane County, unless otherwise required by applicable federal or state law. 21. 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 shall be included in every subcontract of every tier. 22.Jurisdiction and Venue. This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County, State of Washington. 23. 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. 24. 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. 25.Business Registration. Prior to commencement of Work under this Agreement,Contractor shall register with the City as a business if it has not already done so. 26. 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. Construction Agreement Page 6 of 7 27. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Work and Cost Statement C. Insurance Endorsements k), The Parties have executed this Agreement this ?ES day of April, 2016. CITY OF SPOKANE VALLEY: Contractor: )Vgilk_ \ AAA_ z:::25.6)eric„ Mark Calhoun,Deputy City Manager By: Its: Authorized Representative ATTEST: / : P Christine Bainbridge, City Clerk APPROVED AS TO FORM: d' 7)Y"... Offi e f the Ci orney Construction Agreement Page 7 of 7 fAProject Quotation & 32 /�1LL1=� FIRE & SECURITY® i'rxxim ami mE,mpo:rmmunPFeo riye=miatv.■ Sales Agreement 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 CCB#64465 This contract, 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: 04/11/16 Direct#: 509-321-8749 Email: jradtke@allied-security.com Quote#: ALLQ38988 W/S#: Purchaser Name: City of Spokane Valley Project Name: Spokane Valley Police Department Billing Address: 2426 North Discovery Place Site Address: 12710 East Sprague Spokane Valley, WA 99216 Spokane Valley, WA 99216 Contact: Mike Stone Contact: Sargent Mark Nygren Phone: 509-720-5400 Phone: 509-477-3340 Email: mstone@spokanevalley.org Email: mnygren@spokanesheriff.org Thank you for choosing Allied Fire & Security. We appreciate your business! Project Detail Scope of Work: ***8.7% SALES TAX INCLUDED*** • ***2.5% PAYMENT AND PERFORMANCE BOND INCLUDED*** Install three (3) IP cameras 1. One (1) Indoor 2MP IP white dome camera with a variable focuse 3—6 mm lens in the Probation Office in corner above door 2. One (1) Indoor 2MP IP white dome camera with a variable focuse 3—6 mm lens in the sally port 3. Relocated existing 5MP IP Outdoor Fisheye Camera With WDR Ehhanced Day/Night and a fisheye 1.1 mm lens located on North side of building the SE part of building (Tech to see job jacket pictures for location) viewing the South fence line 4. Install 3MP PTZ IP camera in place of relocated existing 5 MP camera now moved to SE part of building 5. Relocate existing lobby camera from existing location to location between bathrooms(Tech to see job jacket for location and expected field of vision). Install one (1) switch at existing switch location for three new cameras. -Remove one existing camera CatS -Add the above camera to new switch -Run output of new switch in to open port in existing switch above Tie into existing OE-N3U16-12T NVR Confirm cameras'field of vision with Sgt. Nyrgren Program and test devices Provide up to one (1) hour of training to Sgt. Nygren and officer in lobby. Bill of Materials: Qty Description 1 Open Eye Outdoor, 3MP IP, Dome, 4.7-94mm, D-WDR, 20x PTZ, 24vAC, IP66, 30ips@3MP, ONVIF, H.264/MJPEG, CMOS, Quad Streaming, True D/N, Motion Detection, Micro SD, Heater, Sensor,Audio Input, White 2 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 1 Open Eye TRENDnet 8 Port Switch, 8 PoE, Gigabit, unmanaged,. 90 day OpenEye warranty/1 year warranty through TRENDnet COLEMAN CAT5E NONPLENUM REEL-IN-BOX BLUE JACKET Tri-Ed 18/2 STRD CMR/CL3 GRY 1K BOX Allied Prevailing Wage Filing Fee (WA State) SubTotal (Parts, Freight, Warranty, Permit, Prevaling Wage Filing) $3,362.47 Allied Prevailing Wage Roughin Labor- Spokane Allied Prevailing Wage Device Trim Labor-Spokane Allied Prevailing Wage Programming &Testing Labor- Spokane SubTotal (Labor) $2,330.94 Running SubTotal $5,693.41 2.5% PAYMENT AND PERFORMANCE BOND INCLUDED $142.34 SALES TAX 8.7% INCLUDED $507.71 Total $6,343.46 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 Page 2 of 7 ALLQ38988 www.alliedfireandsecurity.com-Rev 11/5/2015 AALuEf FIR= SBCURITr 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 3 of 7 ALLQ38988 www.alliedfireandsecurity.com-Rev 11/5/2015 AALuER FIRE&S=CURITY8 Acceptance/Approval The Purchaser agrees to pay the seller for the foregoing, the total contract 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= $6,343.46 *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. SEE ALL PAGES OF THIS CONTRACT FOR ADDITIONAL TERMS AND CONDITIONS OF THIS SALE WHICH ARE A PART OF THIS CONTRACT. READ THEM BEFORE YOU SIGN THIS CONTRACT. CUSTOMER ACKNOWLEDGES RECEIVING A FULLY EXECUTED COPY OF THE CONTRACT AT TIME OF EXECUTION. 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. Page 4 of 7 ALLQ38988 www.alliedfireandsecurity.com-Rev 11/5/2015 AMU. . ED F1_17.&S=CURITY® 32 ALLIFIR-03 AWOLFSON .4CORf7" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) `-� 5/2/2016 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: Hub International Northwest LLC PHONE 509 747-3121 FAX (509)623-1073 PO Box 3144 (A/C,No,Ext):( (AIC No): Spokane,WA 99220 ADDDREADRE SS:alan.wolfson@hubinternational.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Everest Indemnity Insurance Company 10851 INSURED INSURER B:Allmerica Financial Benefit 41840 Allied Fire&Security,dba: INSURER C:Underwriters at Lloyd's London 15792 Allied Safe&Vault,Inc. INSURER D 425 W.Second Avenue Spokane,WA 99201-4311 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 SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X X 51GL007840151 09/15/2015 09/15/2016 PREMISES(DAMAGE TOEa RENTEDoccurrence) $ 300,000 X Stop Gap EmployersLi MED EXP(Any one person) $ 10,000 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 X OTHER:Prof. Liability Prof.Liability $ 1,000,000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) B X ANY AUTO X X AW2A727385 09/15/2015 09/15/2016 BODILYINJURY(Perperson) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) X XSAutoLiab XS Auto Liab. $ 3,000,000 UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 A X EXCESS LIAB CLAIMS-MADE X X 51E0001203151 09/15/2015 09/15/2016 AGGREGATE $ 3,000,000 DED X RETENTION$ 0 Aggregate $ 3,000,000 WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y I N _ STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C CYBER Package 481039 09/15/2015 09/15/2016 CyberLiab 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/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 in the Spokane Valley Police Department project,12710 E. Sprague Avenue,Spokane Valley,WA 99216. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Spokane WA THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City ofNSpoDiskane Valley,y Place ACCORDANCE WITH THE POLICY PROVISIONS. 242Spokane Valley,WA 99216 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD 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, the performance of"your work" for an addition- opinions, reports, surveys, field orders, in ninsured. 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"or"personal terms of the Coverage Part. and advertising injury" arising out of any con- C. The Limits of Insurance afforded to an additional struction projects that are part of a ex- insuredconsoli- shall be the lesser of the following: dated (wrap-up) insurance program. This 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 2. The Limits of Insurance provided by this Coy- (b) Materials, parts or equipment furnished; Coy- erage Part. in connection with such wrap-up construction 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. 4/20/2016 AWED SAFENAULT CO INC Haaaa.e Fi;z+hrenc31 Contact Search L&I SEARCH A-Z ince Help My IA:I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing CoWashington 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 SAFENAULT 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 on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties FIRE PROTECT SYSTEM License no. ALLIESV264O6 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. 51GL007840-151 https://secure.lni.wa.gov/verify/Detail.aspx?UBI=328031417&LIC=ALLIESV26406&SAW=False 1/2 4/20/2016 ALLIED SAFENAULT CO INC Received by L&l 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 No lawsuits against the bond or savings accounts during the previous 6 year period. L&ITax debts Noo. _ ta. L8:1 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 4 of Year 2015"Greater than 100 Workers" L&I account representative T1/DESTINY ADAMS(360)90214873-Email:ADAF235@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 ........................................_....._.. @ Washington State Dept.of Labor&industries.Use of this site is subject to the laws of the state of Washington. https://secure.lni.wa.gov/verify/Detai I.aspx?U BI=328031417&LIC=ALLIESV264O6&SAW=False 2/2 TY OF� 011ii .I0Valley. BOND NO: B2794018 CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to Allied Fire &Security (Contractor),as Principal,a contract for the construction of the project designated as Police Precinct System Upgrade Phase 2 , Project No.16-081.00 in Spokane Valley,Washington,and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principal,and The Cincinnati Insurance Company (Surety),a corporation,organized under the laws of the State of Washington and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,in the sum of Six Thousand Three Hundred Forty Three Dollars and 46/100 US Dollars($6,343.46 Total Contract Amount,subject to the provisions herein. The statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is no required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL(CONTRACTOR) SURETY Allied Fire &Security The Cincinna?UM) ) /, 4I2 urance Company b , 9/2016 • Principal Signature Date Surety Signature . Date ► .ob F %/a.n t44.1 Judith C. Kaiser-Smith Printed Name Printed Name C I- 0 Attorney-in-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: PayneWest Insurance, Inc. 501 N. Riverpoint Blvd., Suite 403, Spokane, WA 99202 509-838-3501 Approved as to form: City of Spokane Valley Attorney,County of Spokane Date CITY oFKane BOND NO: B2794018 CONTRACTOR'S NON-FEDERAL PAYMENT BOND to City of Spokane Valley,Washington The City of Spokane Valley, Washington, in Spokane County, has awarded to Allied Fire&Security (Contractor),as Principal, a contract for the construction of the project designated as Police Precinct System Upgrade Phase 2 .Project No.16-081.00 in Spokane Valley,Washington.and said Principal is required under the terms of the Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington(RCW). The Principal,and The Cincinnati Insurance Company (Surety),a corporation organized under the laws of the State of Washington and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Spokane Valley,in the sum of six Thousand Threellundred Forty Three Dollars and 46/100 US Dollars ($6,343.46 1 Total Contract Amount,subject to the provisions herein. The statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators,successors,or assigns shall pay all persons in accordance with RCW 39.08 and 39.12 including all workers,laborers,mechanics,subcontractors,and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work,and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the tenns of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is no required for such increased obligation. This bond may be executed in two (2)original counterparts,and shall be signed by the parties' duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalfof the surety. PRINCIPAL(CONTRACTOR) SURETY Allied Fire&Security The Cincinnati Insura ce Company �•2-/to /29/2016 Principal Signature Date Surety Signature Date —ROW,I- Vc't I-Ii I atter. Judith C. Kaiser-Smith Printed Name Printed Name P ' 0 . Attorney-in-Fact Title Title Name,address,and telephone of local office/agent of Surety Company is: PayneWest Insurance, Inc. 501 N. Riverpoint Blvd., Suite 403, Spokane, WA 99202 509-838-3501 Approved as to form: City of Spokane Valley Attorney,County of Spokane Date 1 THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That THE CINCINNATI INSURANCE COMPANY,a corporation organized under the laws of the State of Ohio, and having its principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Thomas V.A. Davis; Jaclyn R. Kruse; Judith C. Kaiser-Smith; Judith A. Rapp; James E. Majeskey II and/or Shanalee E. Steele of Spokane, Washington its true and lawful Attorney(s)-in-Fact to sign, execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds,policies, undertakings, or other like instruments, as follows: Any such obligations in the United States, up to Twenty Five Million and No/100 Dollars ($25,000,000.00) . This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6th day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority.Any such writings so executed by,such Attorneys-in- Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7th day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF,THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 15' day of October, 2015. •a` •� THE CINCINNATI INSURANCE COMPANY aCORPORATE 3 a SEAL 4 S��dd'��OHIO • Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER On this 151 day of October, 2015, before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY,to me personally known to be the officer described herein,and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. 41/410 .0 .s `0/ (/MARK J. H LLER,Attorney at Law NOTARY PUBLIC-STATE OF OHIO % f My commission has no expiration ...... ;f • date.Section 147.03 O.R.C. I,the undersigned Secretary or Assistant Secretary of THE CINCINNATI INSURANCE COMPANY,hereby certify that the above is a true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in full force and effect. GIVEN under my hand and seal of said Company at Fairfield, Ohio. this 29th day of April 2016 //rJ\/,, 66.‘ 4rCORPORATE SEAL Secretary 0Hro • BN-1005 (10/15)