Loading...
09-163.00 Public Safety Corp/Cry WolfAGREEMENT FOR PROFESSIONAL SERVICES Public Safety Corporation / CryWolf THIS AGREEMENT is made by and between the City of Spokane Valley, a code City of the State of Washington, hereinafter "City" and Public Safety Corporation / Cry Wolf, hereinafter "Consultant," jointly referred to as "parties." IN CONSIDERATION of the terms and conditions contained herein the parties agree as follows: 1. Work to Be Performed The Consultant will provide all labor, services and material to satisfactorily complete services identified in the Request for Proposals to Administer Security Alarm Program, attached as Exhibit 1, and more specifically identified in the Response to Request for Proposals to Administer Security Alarm Program, attached incorporated herein as Exhibit 2. A. Administration The Police Chief or designee shall administer and be the primary contact for Consultant. Upon notice from the Police Chief or designee, Consultant shall commence work, perform the requested tasks in the Scope of Work, stop work and promptly cure any failure in performance under this agreement. B. Representations The City has relied upon the qualifications of the Consultant in entering into this agreement. By execution of this agreement, Consultant represents it possesses the ability, skill and resources necessary to perform the work and is familiar with all current laws, rules and regulations which reasonably relate to the Scope of Work. No substitutions of agreed upon personnel shall be made without the written consent of the City. Consultant shall be responsible for the technical accuracy of its services and documents resulting therefrom, and City shall not be responsible for discovering deficiencies therein. Consultant shall correct such deficiencies without additional compensation except to the extent such action is directly attributable to deficiencies in City furnished information. C. Modifications The City may modify this agreement and order changes in the work whenever necessary or advisable. The Consultant will accept modifications when ordered in writing by the City Manager or designee. Compensation for such modifications or changes shall be as mutually agreed between the parties. The Consultant shall make such revisions in the work as are necessary to correct errors or omissions appearing therein when required to do so by the City without additional compensation. 2. Term of Contract This agreement shall be in full force and effect on or about January 1, 2010, and end on December 31, 2012. The contract may be extended for up to three additional one -year contract periods, subject to mutual agreement, with the total contract period not to exceed six years. The City shall notify the Consultant of its intent to exercise an extension option in writing, no later than 60 days priorto the termination date of the initial contract term, or any extension year. Either party may terminate this agreement by thirty days written notice to the other party. In the event of such termination, the City shall pay the Consultant for all work previously authorized and satisfactorily performed prior to the termination date. 3. Compensation The City agrees, to, pay the Consultant asset forth in Cost Proposal, Exhibit 2, as full compensation for everything done under this agreement. Agreement for Professional Services Page I of 5 (�Z9 -►6:�L 4. Payment The Consultant shall be paid monthly upon presentation of an invoice to the City. Applications for payment shall be sent to the City Clerk at the below stated address. The City reserves the right to withhold payment under this agreement which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Scope of Work, City Standards, City ordinances and federal or state standards. 5. Notice Notice shall be given in writing as follows: TO THE CITY TO THE CONSULTANT Name: Christine Bainbridge, City Clerk Phone Number: (509) 921 -1000 Address: 11707 East Sprague Ave, Suite 106 Spokane Valley, WA 99206 Name: Chuck Inderrieden, Finance Director Phone Number: (240) 607- 1482 Address: 103 Paul Mellon Court Waldorf, MD 20602 6. Applicable Laws and Standards The parties, in the performance of this agreement, agree to comply with all applicable Federal, State, local laws, ordinances, and regulations. 7. Relationship of the Parties It is understood, agreed and declared that the Consultant shall be an independent Consultant and not the agent or employee of the City, that the 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 the Consultant. Any and all employees who provide services to the City under this agreement shall be deemed employees solely of the Consultant. The Consultant shall be solely responsible for the conduct and actions of all its employees under this agreement and any liability that may attach thereto. 8. Ownership of Documents All drawings, plans, specifications, and other related documents prepared by the Consultant under this agreement are and shall be the property of the City, and maybe subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 9. 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 the Consultant's records with respect to all matters covered in this contract. 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. 10. Insurance The Consultant 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 Consultant, its agents, representatives, or employees. No Limitation. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: Agreement for Professional Services Page 2 of 5 I. 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 and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $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. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy 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: I. The Consultant'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 Consultant's insurance and shall not contribute with it. 2. Cancellation of Consultant's insurance shall be governed by either: a. the policy shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty days prior written notice by certified mail, return receipt requested, has been given to the City, or b. the Consultant shall provide at least 30 days prior written notice by certified mail, return receipt requested of a cancellation. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANIL E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement for Professional Services Page 3 of 5 contract, the Consultant shall furnish acceptable insurance certificates to the City at the time the Consultant returns the signed contract. The certificate shall specify all of the parties who are additional insureds, and will 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 the City. The Consultant shall be financially responsible for all pertinent deductibles, self - insured retentions, and /or self - insurance. 11. Indemnification and Hold Harmless The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115 then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of the agreement. 12. 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. 13. 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. 14. Subcontracts Except as otherwise provided herein, the Consultant shall not enter into subcontracts for any of the work contemplated under this agreement without obtaining prior written approval of the City. 15. Confidentiality Consultant may, from time to time, receive information which is deemed by the City to be confidential. Consultant shall not disclose such information without the express written consent of the City or upon order of a Court of competent jurisdiction. 16. Jurisdiction and Venue This agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 17. Cost and Attorney's Fees In the event a lawsuit is brought with respect to this agreement, the prevailing party shall be awarded its costs and attorney's fees in the amount to be determined by the Court as reasonable. Unless provided otherwise by statute, Consultant's attorney fees payable by the City shall not exceed the total sum amount paid under this agreement. Agreement for Professional Services Page 4 of 5 18. Entire Agreement This written 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 hereto. 19, Anti - kickback No officer or employee of the 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. 20. Business Registration Prior to commencement of work under this agreement, Consultant shall register with the City as a business. 21. 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. 22, Exhibits Exhibits attached and incorporated into this agreement are: 1. Request for Proposals to Administer Security Alarm Program 2. Response to Request for Proposals to Administer Security Alarm Program from CryWolf 3. Cost proposal 4. Insurance Certificates V TNESS WHEREOF, the parties have executed this agreement this /4 1 * 4 t -day of 2009. CITY OF SPOKANE VALLEY: David Mercier, City Manager Consultant: PUBLIC SA ETY CORPORATION Les Greenberg, ief Executiv icer Tax ID No RE DACT ED A T TE APPROVED AS TO FORM: Christine Bainbridge, City Clerk - Office 4jthe City A orney This document contains confidential tax information and has been redacted pursuant to RCW 82.32.330. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. Agreement for Professional Services Page 5 of 5 CITY OF SPOKANE VALLEY REQUEST FOR PROPOSALS "CONTRACT TO ADMINISTER CITY SECURITY ALARM PROGRAM" Proposal Due Date: August 21, 2009. 1. INTRODUCTION 1.1 PURPOSE AND BACKGROUND The City of Spokane Valley is soliciting Requests for Proposals from qualified firms to administer the City's security alarm program. The police department currently responds to over 1200 alarm activations per year that are not a valid, emergency activation. This proposal will include database development and management, accounting services for annual registration fees, accounting services for cost recovery fees for false alarm activations, and correspondence with citizens and businesses. The City anticipates receiving between 1000 and 1200 alarm system registration fees annually. The City also expects to respond to 800 to 900 false alarms in the first year of this program. As it is this program's intent to minimis alarm system activations that are false, there may be a reduction of these numbers in subsequent years. Estimated activity is not intended to be a guarantee of expected minim or maximum activity. 1.2 MINIMUM QUALIFICATIONS The Consultant must be licensed to do business in the State of Washington. The Consultant must have at least one year experience in the administration of false alarm registration and billing. 1.3 FUNDING Any contract awarded as a result of this procurement is contingent upon the availability of funding. 1.4 PERIOD OF PERFORMANCE The period of performance of any contract resulting from this RFP is tentatively scheduled to begin on or about January 1'`, 2010 and end on December 31�`, 2012. Contract renewals of extensions, if any, shall be at the sole discretion of the City. The RFP to administer City security alarm program, Spokane Valley, WA - 1 - contract may be extended for three (3) additional one -year contract periods, subject to mutual agreement, with the total contract period not to exceed five (5) years. The City shall notify the Consultant of the intent to exercise the extension option in writing, no later than 30 days prior to the termination date of the initial contract or the contract extension. 1.5 DEFINITIONS Definitions for the purposes of this RFP include: City — The City is the City of Spokane Valley, a Washington State municipal corporation, that is issuing this RFP. Consultant or Contractor — Individual or company whose proposal has been accepted by the City and is awarded a fully executed, written contract. Proposal — A formal offer submitted in response to this solicitation. Proposer -- Individual or company submitting a proposal in order to attain a contract with the City. Request for Proposals (RFP) — Formal procurement document in which a service or need is identified but no specific method to achieve it has been chosen. The purpose of an RFP is to permit the consultant community to suggest various approaches to meet the need at a given price. 2. SCOPE OF SERVICES 2.1 REQUIRED SERVICES: The Proposer must be able to provide the City with the following services for the administration of the false alarm program: • Provide an electronic database to track security alarm registrations, alarm business registrations and account receivables for false alarm billings. • Track false alarm responses and registration status (i.e. active, suspended or revoked) using this database. • Provide registration status and false alarm data available for import/export to /from the City and alarm companies in Microsoft Excel format. • Provide the City with electronic lists of new registrations and changes of registration status on a weekly basis. • Generate and mail false alarm notifications and billings. • Track account receivables, billings and balances. • Generate and mail registration status changes to individuals and businesses. RFP to administer City security alarm program, Spokane Valley, WA -2- • Ensure that only those alarm systems located within the City are being registered and billed for false alarms. • Provide a toll -free phone number to assist citizens and businesses and answer questions as to the administration and billing of this program. 2.2 DESIRED SERVICES: • Provide the City with lists of new registrations and suspensions on a daily basis. • Provide secure database access via the Internet for the City. • Provide limited access via the Internet for Alarm Businesses for alarm registrations and registration status. • Provide ability to register security alarm systems and business alarms systems via the Internet. • Develop written educational materials for citizens and businesses. 2.3 OPTIONAL SERVICES: • Develop and conduct false alarm prevention classes. • Support the billing/suspension/revocation appeals process. • Other services specified by the Proposer. These services must include a brief description and estimated costs. 3. GENERAL INFORMATION "W L_ ' KIZIJW R "1 0 " The RFP Coordinator is the sole point of contact in the City for this procurement. All communication between the Consultant and the City upon receipt of this RFP shall be with the RFP Coordinator, as follows: Name Steve Jones/Josephine Duncan — SVPD Address 12710 E Sprague Ave City, State, Zip Code Spokane Valley, WA 99216 -0728 Phone Number 509- 477 -3300 Fax Number 509- 477 -3359 E -Mail Address spokanevalleypolicepspokanecounty.org Any other communication will be considered unofficial and non - binding on the City. Consultants are to rely on written statements issued by the RFP Coordinator. Communication directed to parties other than the RFP Coordinator may result in disqualification of the Consultant. 3.2 ESTIMATED SCHEDULE OF PROCUREMENT ACTIVITIES RFP to administer City security alarm program, Spokane Valley, WA -3 - Issue Request for Proposals July 17, 2009 Question and answer period Pre-Proposal conference if a licable 30 days N/A Issue addendum to RFP if applicable Last date for questions regarding RFP (Optional Proposals due August 21, 2009 Evaluate proposals A roximately 15 days Negotiate contract City Council approval of contract Begin contract work Approximately 30 days October 13, 2009 January 1, 2010 The City reserves the right to revise the above schedule. 3.3 SUBMISSION OF PROPOSALS A. Preparation of Proposals All Proposals shall be typed or printed in ink, with the document furnished by the Purchaser included and signed by an authorized person of Proposer's firm. If errors are made, they may be crossed out. Corrections shall be printed in ink or typewritten adjacent and initialed in ink by the person signing the Proposal. IF THE PROPOSALS CONTAIN ANY OMISSION, ERASURES, ALTERATIONS, ADDITIONS, OR ITEMS NOT CALLED FOR IN THE PROPOSAL, OR CONTAIN IRREGULARITIES OF ANY KIND, IT MAY CONSTITUTE SUFFICIENT CAUSE FOR REJECTION. B. Preparation of Envelopes Place each copy of the Proposal in a separate sealed envelope. On the front of each envelope, clearly note if it contains the original or a copy and place the following information: "SEALED PROPOSAL - IMPORTANT" PROJECT NAME DUE DATE AND TIME COMPANY NAP. MAILING ADDRESS C. Submission of Proposals Submit original Proposal and Four (4) copies to: Spokane Valley City Hall - Front Reception area 11707 East Sprague Avenue, Suite 106 Spokane Valley, WA 99206 NOTE: Proposals will not be accepted by fax or email RFP to administer City security alarm program, Spokane Valley, WA -4- The City is not responsible for Proposals delivered late. It is the responsibility of the — Proposer to be sure the Proposals are sent sufficiently ahead of time to be received no later than 1:00 PM on August 21, 2009. 3.4 PROPRIETARY INFORMATION / PUBLIC DISCLOSURE Materials submitted in response to this competitive procurement shall become the property of the City. All received proposals shall be deemed public records as defined in RCW 42.56, "Public Records ", and may be subject to disclosure under those statutory provisions. Any information in the proposal that the Consultant desires to claim as proprietary and exempt from disclosure under the provisions of state law shall be clearly designated. Each page claimed to be exempt from disclosure must be clearly identified by the word "Confidential" printed on it. Marking the entire proposal exempt from disclosure will not be honored. The City will consider a Proposer's request for exemption from disclosure; however, the City will make a decision predicated upon state law and regulations. If any information is marked as proprietary in the proposal, it will not be made available until the affected Proposer has been given a reasonable opportunity to seek a court injunction against the requested disclosure. All requests for information should be directed to the RFP Coordinator. 3.5 REVISIONS TO THE RFP In the event it becomes necessary to revise any part of this RFP, addenda will be provided to all who receive the RFP. The City also reserves the right to cancel or to reissue the RFP in whole or in part, prior to final award of a contract. 3.6 ACCEPTANCE PERIOD Proposals must provide 60 days for acceptance by the City from the due date for receipt of proposals. 3.7 RESPONSIVENESS All proposals will be reviewed by the RFP Coordinator to determine compliance with administrative requirements and instructions specified in this RFP. The Proposer is specifically notified that failure to comply with any part of the RFP may result in rejection of the proposal as non - responsive. RFP to administer City security alarm program, Spokane Valley, WA -5- The City also reserves the right, however, at its sole discretion to waive minor administrative irregularities. 3.8 MOST FAVORABLE TERMS The City reserves the right to make an award without further discussion of the proposal submitted. Therefore, the proposal should be submitted initially on the most favorable terms which the Consultant can propose. There will be no best and final offer procedure. The City does reserve the right to contact a Proposer for clarification of its proposal. The Proposer should be prepared to accept this RFP for incorporation into a contract resulting from this RFP. Contract negotiations may incorporate some or all of the proposal. 3.9 COSTS TO PROPOSE The City will not be liable for any costs incurred by the Proposer in preparation of a proposal submitted in response to this RFP, in conduct of a presentation, or any other activities related to responding to this RFP. 3.10 NO OBLIGATION TO CONTRACT This RFP does not obligate the City to contract for services specified herein. 3.11 REJECTION OF PROPOSALS The City reserves the right at its sole discretion to reject any and all proposals received without penalty and to not issue a contract as a result of this RFP. 4. PROPOSAL CONTENTS 4.1 PROPOSAL ORDER Proposals shall be submitted on eight and one -half by eleven (8 1/2 x 11) inch paper with tabs separating the major sections of the proposal. The four major sections of the proposal are to be submitted in the order noted below: 1. Letter of Submittal. 2. Technical Proposal. 3. Management Proposal. 4. Cost Proposal. Proposals shall provide information in the same order as presented in this document with the same headings. This will not only be helpful to the evaluators of the proposal, but should assist the Proposer in preparing a thorough response. RFP to administer City security alarm program, Spokane Valley, WA -6- 4.2 LETTER OF SUBMITTAL The Letter of Submittal shall be signed and dated by a person authorized to legally bind the Consultant to a contractual relationship, e.g., the President or Executive Director if a corporation, the managing partner if a partnership, or the proprietor if a sole proprietorship. Along with introductory remarks, the Letter of Submittal is to . include the following information about the Consultant and any proposed subcontractors: A. Name, address, principal place of business, telephone number, and fax number /e -mail address of legal entity or individual with whom contract would be written. B. Legal status of the Consultant (sole proprietorship, partnership, corporation, etc.) and the year the entity was organized to do business as the entity now substantially exists. C. Federal Employer Tax Identification number or Social Security number. D. Location of the facility from which the Consultant would operate. 4.3 TECHNICAL PROPOSAL The Technical Proposal shall contain a comprehensive description of services including the following elements: A. Project Approach/Methodology — Include a complete description of the Consultant's proposed approach and methodology for the project. This section should convey Consultant's understanding of the proposed project. B. Work Plan — Include all project requirements and the proposed tasks, services, activities, etc. necessary to accomplish the scope of the project defined in this RFP. This section of the technical proposal shall contain sufficient detail to convey to members of the evaluation team the Consultant's knowledge of the subjects and skills necessary to successfully complete the project. Include any required involvement of City staff. The Consultant may also present any creative approaches that might be appropriate and may provide any pertinent supporting documentation. C. Project Schedule — Include a project schedule indicating when the elements of the work will be completed and when deliverables, if any, will be provided. D. Deliverables — Fully describe deliverables to be submitted under the proposed contract. RFP to administer City security alarm program, Spokane Valley, WA -7- 4.4 MANAGEMENT PROPOSAL A. Project Management 1. Project Team Structure/Internal Controls - Provide a description of the proposed project team structure and internal controls to be used during the course of the project, including any subcontractors. Provide an organizational chart of your firm indicating lines of authority for personnel involved in performance of this potential contract and relationships of this staff to other programs or functions of the firm. This chart must also show lines of authority to the next senior level of management. Include who within the firm will have prime responsibility and final authority for the work. 2. Staff Qualifications / Experience — Identify staff, including subcontractors, who will be assigned to the potential contract, indicating the responsibilities and qualifications of such personnel, and include the amount of time each will be assigned to the project. Provide resumes' (not to exceed two pages per person) for the named staff, which include information on the individual's particular skills related to this project, education, experience, significant accomplishments and any other pertinent information. The Consultant shall commit that staff identified in its proposal will actually perform the assigned work. Any staff substitution must have the prior approval of the City. B. Experience of the Consultant 1. Indicate the experience the Consultant and any subcontractors have in the following areas: • Liaison with alarm companies. • Installation or service of alarm systems. • Testifying in court. • Successful presentations to City Councils. • Establishment and/or design of alarm registration programs. • Establishment and/or design of false alarm billing programs. • Current number of active alarm billing programs being administered. 2. Indicate other relevant experience that indicates the qualifications of the Consultant, and any subcontractors, for the performance of the potential contract. 3. Include a list of contracts the Consultant has had during the last five years that relate to the Consultant's ability to perform the services needed under this RFP. List contract reference numbers, contract period of performance, contact persons, telephone numbers, and fax numbers /e -mail addresses. RFP to administer City security alarm program, Spokane Valley, WA -8- C. References List names, addresses, telephone numbers, and fax numbers /e -mail addresses of at least three business references for whom work has been accomplished and briefly describe the type of service provided. The Consultant shall grant permission to the City to contact the references. Do not include current City staff as references. . D. Related Information 1. If the Consultant has had a contract terminated for default in the last five years, describe such incident. Termination for default is defined as notice to stop performance due to the Consultant's . non - performance or poor performance and the issue of performance was either (a) not litigated due to inaction on the part of the Proposer, or (b) litigated and such litigation determined that the Proposer was in default. 2. Submit full details of the terms for default including the other party's name, address, and phone number. Present the Consultant's position on the matter. The City will evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of the past experience. If no such termination for default has been experienced by the Consultant in the past five years, so indicate. 4.5 COST PROPOSAL A. Costing Methods The City is interested in reviewing a variety of costing methods for the defined services. Revenue sharing, cost per transaction, and a flat fee for all services are possible options that the City will consider. Proposers are required to offer at least one costing option, with those submitting more than one costing option presumed to increase the overall appeal of a proposal. B. Identification of Costs Identify all fees/costs including expenses to be charged for performing the services necessary to accomplish the objectives of the contract. Submit a fully detailed budget including staff costs and any expenses necessary to accomplish the tasks and to produce the deliverables under the contract. Consultants are required to collect and pay Washington state sales tax, if applicable. Costs. for subcontractors are to be broken out separately. RPP to administer City security alarm program, Spokane Valley, WA -9- C. Computation The City reserves the right to evaluate all proposals based on overall efficacy, ease of administration, and ease of costing/billing methods defined by the Proposer. This may result in choosing a Proposer that did not define the lowest possible overall cost(s) for providing these services. 5. EVALUATION AND CONTRACT AWARD 5.1 EVALUATION PROCEDURE Responsive proposals will be evaluated in accordance with the requirements stated in this solicitation and any addenda issued. Evaluation of proposals shall be accomplished by an evaluation team, to be designated by the City, which will determine the ranking of the proposals. The City, at its sole discretion, may elect to select the top - scoring firms as finalists for an oral presentation. 5.2 EVALUATION WEIGHTING AND SCORING The following weighting and points will be assigned to the proposal for evaluation purposes: Technical Proposal — 35% Project Approach/Methodology 15 points (maximum) Quality of Work Plan 35 points (maximum) Project Schedule 10 points (maximum) Project Deliverables 10 points (maximum) Management Proposal - 30% Project Team Structure/ Internal Controls 15 points (maximum) Staff Qualifications/Experience 15 points (maximum) Experience of the Consultant 30 points (maximum) Cost Proposal — 35% GRAND TOTAL FOR WRITTEN PROPOSAL 5.3 ORAL PRESENTATIONS MAY BE REQUIRED 70 points 60 points 70 points 200 POINTS Written submittals and oral presentations, if considered necessary, will be utilized in selecting the winnin proposal. The City, at its sole discretion, may elect to select the RFP to administer City security alarm program, Spokane Valley, WA _10- top scoring finalists from the written evaluation for an oral presentation and final determination of contract award. Should the City elect to hold oral presentations, it will contact the top - scoring firm(s) to schedule a date, time and location. Commitments made by the Consultant at the oral interview, if any, will be considered binding. The score from the oral presentation will be considered independently and will determine the apparently successful Proposer. 5.4 NOTIFICATION TO PROPOSERS Firms whose proposals have not been selected for award will be notified via FAX or by e -mail. 5.5 PROTEST PROCEDURE Following evaluation, a recommendation for award shall be submitted to the City Council. Award of contract, if made, shall be by the City Council in open meeting. Proposers wishing to protest the award of the contract must make their protests before the City Council at the award hearing. 6. CONTRACT TERMS 6.1 CITY OF SPOKANE VALLEY BUSINESS REGISTRATION Persons / firms doing business in the City or with the City must have a valid City of Spokane Valley business registration. Questions may be directed to the business registration office at (509) 921 -1000. 6.2 ANTI- KICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this contract shall have or acquire any interest in the contract, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from or to any person involved in the contract. 6.3 NONDISCRIMINATION No individual shall be excluded from participation in, denied the benefit of, subjected to discrimination under, or denied employment in the administration of or in connection with this contract pursuant to all applicable federal, state and local nondiscrimination laws, regulations and policies. 6.4 INDEMNIFICATION/HOLD HARMLE The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees; arising out of or in connection with the performance RFP to administer City security alarm program, Spokane Valley, WA - 11 - of this agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of the agreement. 6.5 INSURANCE COVERAGE The Consultant 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 Consultant, their agents, representatives, employees or subcontractors. No Limitation. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance Consultant 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) from 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 insuran 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 insuran 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 insuran for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured RFP to administer City security alarm program, Spokane Valley, WA -12- endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CO 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 Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less that $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 Consultant'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 Consultant's insurance and shall not contribute with it. 2. Cancellation of Consultant's insurance shall be governed by either: a. the policy shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty days prior written notice by certified mail, return receipt requested, has been given to the City, or b. the Consultant shall provide at least 30 days prior written notice by certified mail, return receipt requested of a cancellation. 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 insuran coverages required by this contract, the Consultant shall furnish acceptable insurance certificates to the City at the time the Consultant returns the signed contract. The certificate shall specify all of the parties who are RFP to administer City security alarm program, Spokane Valley, WA -13- additional insureds, and will 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 the City. The Consultant shall be financially responsible for all pertinent deductibles, self - insured retentions, and/or self - insurance. RFP to administer City security alarm program, Spokane Valley, WA -14- 9 m 0 I " � ., .���� Tz� City of Spokane Valley, WA Section D Contract to Administer City Security Alarm Cost Proposal 4. Cost Proposal Public Safety Corporation (PSC) has a long and successful track record of helping cities and counties increase their service levels, reduce false alarms and increase revenue collections on a risk free, "self - funded" basis. The following sections describe our proposed fee structure to provide False Alarm Administration Services to the City of Spokane Valley. 4.A Proposed Costing Method The RFP mandates that proposing firms derive their fees exclusively from the false alarm revenue received and requests at least one bid on a "Revenue Sharing" basis. Pricing Method Based on our analysis of the potential Spokane Valley Security Alarm Program revenue using a new fee structure similar to the City of Spokane, and projected Program costs, we propose a single, 100% revenue sharing approach. In order to provide a simple method to administer, PSC proposes to be compensated for its services by receiving twenty -five ( 2S% ) percent of the registration and false alarm - related fees, fines and penalties collected on behalf of the Spokane Valley Security Alarm Program. This percentage is based on several assumptions: • The Ordinance fee /fine schedules remain in substantially the same form as currently proposed in the Spokane Valley Ordinance No. 03 -070 previously provided to PSC; • The City applies a fair, but firm approach to appeals resulting in alarm fines being generally upheld on appeal; • The City actively supports enforcement of the Ordinance, including the proactive collection of all fine amounts owed. 4.B Identification of Costs For the provision of all services and technology outlined in this proposal, PSC proposes to obtain payment exclusively from the collected revenues PSC helps generate. There will be no upfront systems development, licensing, conversion, equipment, travel or other costs. PSC will purchase, configure, install, and customize everything PSC needs to provide the Security Alarm Tracking and Billing Services described in this proposal. PSC proposes the following collection and payment transfer procedure which we have used successfully in many jurisdictions. All alarm fee and fine collections mailed to the Alarm Program will be directed to a commercial bank lockbox and deposited in a dedicated false alarm bank account ( "Alarm Account") to be established at a mutually approved Commercial Bank. Online and any walk -in payments will also be directed to a central False Alarm Reduction Account. ©2009 Public Safety Corporation 4 -1 Q Section D Cost Proposal City of Spokane Valley, WA Cont4ract to Administer City Security Alarm At the beginning of each month, PSC will reconcile all amounts deposited in the alarm account during the previous month and provide the City of Spokane Valley with an invoice showing the fee calculation and supporting bank reconciliation. Only City authorized citizen and business refunds, third -party credit card processing charges (less any City authorized convenience fees), third -party collection charges (if any), and City of Spokane Valley designated -bank fees will be paid from gross program receipts before revenue sharing is calculated. Once the invoice is approved by the City, the bank would be authorized to issue transfers, e.g. ACH transfers, to the City of Spokane Valley and to PSC for the proposed revenue share amounts. 0 4 -2 ©2009 Public Safety Corporation A� CERTIFICATE OF LIABILITY INSURANCE DATE (MWDD/YYYY) 9/22/2009 PRODUCER (301) 934 -9521 FAX: (301) 934 -1120 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Edward L. Sanders Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 2828 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 10 Washington Avenue La Plata MD 20646 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: Hartford Fire Insurance 19682 AOT Public Safety Corp dba INSURER B: Twin City Fire Insurance 29459 Public Safety Corporation INSURER C: 103 Paul Mellon Court INSURER D: Waldorf I MD 20602 INSURER E: COVERAGES _ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE 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 SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OFSUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' POLICYNUMBER DATICMFF&.CIYY POLICYEXPDDrYYYN LIMBS T N R PE IN R GENERALLIABILITY EAC OC CURRENCE $ 2 , 000, 000 DAMAGE TO RENTED 300,000 X COMMERCIALGENERALLIABILITY PREMIS (E aaccunence) $ A CLAIMS MADE 51 OCCUR 42SBATY5335 6/1/2009 6/1/2010 MEDEXP ( Arty one _S E 10 000 PERSONALBADVINJURY E 2 000,000 GENERAL AGGREGATE $ 4 000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 4 000,000 X POLICY PRO- jFrT F LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO (Ea accident) BODILY INJURY $ A ALL OWNED AUTOS 42SBATY5335 6/1/2009 6/1/2010 (Per Person) SCHEDULED AUTOS X BODILY INJURY $ HIRED AUTOS X (Per aeddent) NON -OWNED AUTOS PROPERTY DAMAGE $ (Per acdda I) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGO EXCESS / UMBRELLA LIABILITY EACH OCCURRENCE $ 2 ,000,000 AGGREGATE $ X OCCUR CI-AIMS MADE E $ A DEDUCTIBLE 42SBATY5335 6/1/2009 6/1/2010 $ RETENTION $ B WORKERSCOMPENSATION X t CSTATU. ER AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERJFXECUOVE Y❑ E.1- EACH ACCIDENT E$ , OD0,D00 EL DISEASE -EA EMPLOYE E 1,000, OFFICERIMEMBER EXCLUDED? (Mandatory In NH) 42wECT &0719 6/1/2009 6/1/2010 EL DISEASE POLICY LIMIT $ 1, 000,000 It yes, desenbe under SPECIAL PROVISIONS be. - OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Spokane Valley City is additional insured with respect to liability for work being performed on their behalf by the named insured per form SS0008 04/05. _ Spokane Valley City Hall 11707 East Sprague Avenue Suite 106 Spokane Valley, WA 99206 A rnon on tinn0/rwT SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY NIND UPON THE INSURER, ITS AGENTS OR AUTHORIZED REPRESENTATIVE / :hxisti0a Garc cry rxrsTrr.r.�. �. osar¢crs.. © 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (mg0l) The ACORD name and logo are registered marks of ACORD DATE( MMMDNYYY) CERTIFICATE OF LIABILITY INSURANCE 9/22/2009 PRODUCER (301) 934 -9521 FAXI (301) 934 -1120 THIS CERTIFICATE IS I5SUEU AS A M A I ICK ur mrumm,auun Edward L. Sanders Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 2828 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 10 Washington Avenue La Plata MD 20646 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Hartford Fire Insurance 19682 AOT Public Safety Corp dba INSURERB:Twin City Fire Insurance 29459 Public Safety Corporation INSURER C: 103 Paul Mellon Court INSURER O: Waldorf. MD 20602 INSURER E: _ COVERAGES 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 OFSUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD-1 POLICY NUMBER POUCYEFFECTIVE POLICYEXPIRATION TYPE OF INSURANCE LIMITS -LTJL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENrEu PREMISES (ED ocaxrenWl E 300 000 A I CLAIMS MADE ❑X OCCUR 2SEATY5335 6/1/2009 6/1/2010 HIED EXP (Any one on $ 10, 000 PERSONAL B ADV INJURY S 2,000 000 GENERAL AGGREGATE $ 4,000,000 GENI AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPMPAGG S 4,000,000 1 P' LOC JFCT X POLICY AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea seddent) $ 11000,000 BODILY INJURY (Per Persan) $ A ALL OWNED AUTOS SCHEDULED AUTOS 42SBATY5335 6/1/2009 6/1/2010 X BODILY INJURY (Peraalden0 $ HIRED AUTOS NON -OWNEDAUTOS X PROPERTY DAMAGE (Perecdden0 $ - GARAGE LIABILITY - AUTO ONLY - EA ACCIDENT $ EA ACC AUTO ONLY: AGO $ ANY AUTO $ IXCESS /UMBRELLAUASIUTY EACH OCCURRENCE $ 2,000,000 AGGREGATE $ X OCCUR F CLAIMS MADE S $ A DEDUCTIBLE 12SBATTS335 6/1/2009 6/1/2010 $ RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY P Y� X WC STATU- I OTH- E.L EACH ACCIDENT E 1,000,000 EL DISEASE -EA EMPLOYE E 1 000,000 IXCLUDE/EXECUTNE (WMa RAAEM SER EXCLUDED? (MeMemry ln NH) 1210TE=0714 6/1/2009 6/1/2010 EL DISEASE - POLICY LIMB $ 1 00 000 Ifye; describe undo SPECIAL PROVISIONS belay OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Spokane Valley City is additional insured with respect to liability for work being performed on their behalf by the named insured per form SS000S 04/05. Spokane Valley City Hall 11707 East Sprague Avenue Suite 106 Spokane Valley, WA 99206 L•TKeIN-1 SHOULD ANYOFTHEABOVE DESCRIBED POLICIES BECANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR UABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR PRESENTATIVE Garcia/CF 'CN R16TrNA L_ OA CrA m 1988.2009 ACORD CORPORATION. All rights, reserved. INS02512omi) The ACORD name and logo are registered marks of ACORD '�I °� °® CERTIFICATE OF LIABILITY INSURAN 5� 2n7 1 n 0 PRODUCER (301) 934 -9521 FAX: (301) 934 -1120 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Edward L. Sanders Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 2828 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 10 Washington Avenue La Plata MD 20646 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A; Hartford Fire Insurance 19682 AOT Public Safety Corp INSURERB:TWin City Eire Insurance 29459 dba Public Safety Corporation INSURER C: 103 Paul Mellon Court INSURER D: Waldorf , MD 20602 IMRI 1prR F. rnveoer_ee 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 BYTHE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OISUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L F N AN E POLICYNUMBER POLICYEFFHCTIVE DATE M DD POLICY EXPIRATION LIMITS REPRESENTATIVES. AUTHORIZED REPRESENTATIVE GENERAL LIABILITY Christina Garcia /CF r t rirvo c A.W EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence) S 300,000 A I CLAIMS MADE I—XI OCCUR 42SEATY5335 6/1/2010 6/112011 MED EXP (Any one person) $ 10, 000 PERSONAL & ADV INJURY $ 2, 000,000 GENERAL AGGREGATE $ 4, 000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP/OPAGG $ 4 X1 POLICY PRO• LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 ANY AUTO (EA accident) BODILYINJURY A ALL OWNED AUTOS 42SBATY5335 6/1/2010 6/1/2011 SCHEDULED AUTOS (Per person) $ SODILYINJURY X HIRED AUTOS X NON -OWNED AUTOS (Per acddent) $ PROPERTY DAMAGE $ (Per acddent) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE $ 2,000,000 AGGREGATE $ X1 OCCUR EI CLAIMS MADE $ A OEDUCTIRLE 429BATY5335 6/1/2010 6/1/2011 $ RETENTION $ B WORKERS COMPENSATION X VVC SLIMIT OT I TORY R AND EMPLOYERS' LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory in NH) 42WECTKO714 6/1/2010 6/1/2011 IF yes, describe under SPECIAL PROVISIONS below F.L. DISEASE - POLICY LIMIT $ 1,000, A OTHEREMPLOYEE DISHONESTY 42SBATY5335 6/1/2010 6 /1/2011 LIMIT $ 50,000 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS Spokane Valley City is additional insured with respect to liability for work being performed on their behalf by the named insured per form S80008 04/05. CFRTIPIrATF MCN nFR c AMrFI I ATInN ACORD 25 (2009101) O 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (2DD9Dt) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Spokane Valley City Hall DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN 11707 E Sprague Avenue NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Suite 106 Spokane Valley, WA 99206 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Christina Garcia /CF r t rirvo c A.W ACORD 25 (2009101) O 1988 -2009 ACORD CORPORATION. All rights reserved. INS025 (2DD9Dt) The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate Bolder in lieu of such endorsement(s). 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). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009101) INS025 (2oogo1) .� - s :y. - _..