Loading...
HomeMy WebLinkAboutThe Field Group - Professional Services AgreementPROFESSIONAL SERVICES AGREEMENT FOR Y/\K|MA POLICE RECRUITMENT CAMPAIGN (PROJECT #2lQ712) THIS PROFESSIONAL SERVICES AGREEMENT, entered into on the date of approving signatures, between the City of Yakima, a Washington municipal corporation ("City"), and Field Group ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1' Statement mfWork The minimum services (hereinafter referred to as "Services") that the Contractor will provide include services described in "Deliverables and fee 5chedu|e", which are attached as Exhibit Ahereto and incorporated herein bvthis reference. 2. Compensation The City agrees to pay the Contractor according to Exhibit A, attached hereto and incorporated herein, which Exhibit includes the deliverables and fee schedule of itemized prices in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be from the commencement date of this contract until the itemized mmrh described in Exhibit A has been completed. All fees agreed to at the commencement of this contract will remain firm for the entirety of the contract. 4' Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent orrepresentative ofCity. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf nfCity. a. Neither the City, nor the Contractor, shall assign transfer, or encumber any rights, dudes or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for themself, and for any heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 6. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, inwhole orpart, now nret any time disclose that information without the express written consent nfthe City. 7. Inspection and Production of Records Project wzzo/zxx^x/MxPOLICE RECRUITMENT CAMPAIGN Page 1of15 a° The records relating to the Services shall, at all times, be subject to inspection by and with the approval nfthe City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non -complying performance, its substantiality orthe ease ofits discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. b. Contractor shall promptly furnish the City with such information and records which are related to the Services ofthis Contract asmay berequested bwthe City. Until the expiration ofsix (6)years after final payment of the compensation payable under this Contract, or for a longer period if required by |axv or by the Washington Secretary ofState'o record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed byContractor under this Contract. c. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating tothe Services are City ofYakima records. They must beproduced tothird parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period oftime required pursuant tothe Washington Secretary ofState^srecords retention schedule. d. The terms of this section shall survive any expiration or termination of this Contract. 8. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property mfthe City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. Oncompletion or termination ofthe Contract, the Contractor shall deliver these materials tothe City. 9. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, ordinances and regulations adopted or promulgated bvany governmental agency or regulatory body, whether federal, state, local, or otherwise including policies adopted by the City, assuch laws, ordinances, rules, regulations and policies apply to the use and operation of City of Yakima property, facilities and operations as those laws, ordinances, rules, regulations, and policies now exist or may hereafter be amended mrenacted. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority nrthis project pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. Procurement nfaCity Business License. Contractor must procure aCity ofYakima Business License b. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number, as required in Title 85 RCW. c. Contractor must provide proof of a valid Washington Unified Business identification (UBI) number. Contractor must have a current UQ| number and not be disqualified from bidding on any public works contract under RCVV 39.06.101 or36.13.O65(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. e. Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, b is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima, at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. 10'Nondiscrimination Provision During the performance of this Contract, the Contractor agrees as follows: The Contractor shall not discriminate against any person onthe grounds ofrace, creed, color, religion, national origin, sex, age marital status, sexual orientation, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Lam/ Against Discrimination (R[VV chapter49.6O) or the Americans with Disabilities Act /42 USC 12101 et seq.). This provision shall include but not be limited tothe following: employment, upgrading, demotion, transfer, recruitment advertising, layoff ortermination, rates of pay orother forms of compensation, selection for training, and the provision mfServices under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 11. Pay Transparency Nondiscrimination Provision: The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is /a\ in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or (c) consistent with the contractor's legal duty to furnish information. a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons orproperty. Contractor agrees todefend, indemnify and hold harmless the City, its elected and appointed officials, officers, employees, attorneys, agents, and volunteers from any and all claims, demands, losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards, costs and expenses (including reasonable costs and attorney fees) which result or arise out of the negligent acts or omissions of Contractor, its officials, officers, employees or agents. b. If any suit, judgment, action, claim or demand arises out of, or occurs in conjunction with, the negligent acts and/or omissions ofboth the Contractor and the City, ortheir elected orappointed officials, officers, employees, agents, attorneys orvolunteers, pursuantto this Contract, each party shall be liable for its proportionate share of negligence for any resulting suit, judgment, action' claim, demand, damages or costs and expenses, including reasonable attorneys' fees. c. Contractor's Waiver ofEmployer's Immunity under Title 51NCVV. Ifany design orengineering work is done pursuant to this Contract, Contractor intends that its indemnification, defense, and hold harmless obligations set forth above shall operate with full effect regardless of any provision to the contrary in llde 51 RCVV, Washington's Industrial Insurance Act. Accordingly, to the extent necessary tofully satisfy the Contractor's indemnification, defense' and hold harmless obligations set forth above, Contractor specifically waives any immunity granted under Title 51 RCVV, and specifically assumes all potential liability for actions brought by employees of the Contractor against the City and its elected and appointed officials, officers, employees, attorneys, agents, and volunteers. The parties have mutually negotiated this waiver. Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, shall comply with the terms ofthis paragraph, waive any immunity granted under Title 51 RCVV, and assume all potential liability for actions brought by their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. d. Nothing contained in this Section or this Contract shall be construed to create a liability or right of indemnification in any third party. e. The terms of this section shall survive any expiration or termination of this Contract. 13.Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out oforresulting from the performance ofthis Contract. Contractor shall provide and maintain inforce insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should itdeem itnecessary inthe best interest ofthe public. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as e waiver of Contractor's obligation to maintain such insurance" The following insurance is required: a. Commercial Liability Insurance Before this Contract isfully executed by the parties, Contractor shall provide the City with a certificate of insurance and additional insured endorsements as proof nfcommercial liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million Dollars ($J,ODO,DOD.OD) general aggregate. |fContractor carries higher coverage limits, such limits shall be shown on the Certificate ofInsurance and Endorsements and the City, its elected and appointed officials, employees, agents attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are ineffect. Said policy shall beineffect for the duration ofthis Contract. The certificate ofinsurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated 4-V|| or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein-, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b. Employer's Liability (Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor/s\. Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure ofsubcnntractors(s) to comply with insurance requirements does not limit Contractor's liability orresponsibility. c. Professional Liability The Contractor shall provide evidence of Professional Liability insurance covering professional errors and omissions. Contractor shall provide the City with a certificate of insurance as proof of professional liability insurance with a nnininnunn liability limit ofTwo Million DnUars/$2,00O,O0D.O0\ per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion ofthis contract. |finsurance isonaclaims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. Contractor's insurance coverage shall be primary insurance with respect tothose who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be inexcess nfthe Contractor's insurance and shall not contribute toit. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event ofliability for damages arising out of bodily injury to persons ordamages 0o property caused by or resulting from the concurrent negligence of Contractor and the City, its officers, elected and appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall be limited tothe extent of the Contractor's negligence. nUj�-uwzuoowm/MxRuCIns(Rummsmr(AMm16m Page 5 c�f 15 if any 0enn or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions Vrapplications which can begiven effect without the invalid term, condition orapplication. Tothis end, the terms and conditions ofthis Contract are declared severable. 15. Contract Documents This Contract, the Request for Qualifications & Proposals No. 210712 | YAK|K8A POLICE RECRUITMENT CAMPAIGN (Exhibit A) Scope of Work, conditions, addenda, and modifications and Contractor's proposal (to the extent consistent with Yakima City documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. J� " St., Yakima, VVA^98901' and are hereby incorporated by reference into this Contract. 16' Termination Termination for Cause: The City may terminate the Contract after providing the Contractor with thirty (30) calendar days written notice of the Contractor's right to cure a failure of the Contractor to perform under the terms ofthis Contract. The Contractor may terminate the Contract after providing the City sixty (60) calendar days' notice ofthe City's right tocure afailure ofthe City tnperform under the terms ofthe Contract. Upon the termination of the Contract for any reason, or upon Contract expiration, each party shall be released from all obligations to the other party arising after the date of termination or expiration, except for those that bytheir terms survive such termination orexpiration Convenience:Termination for Either party may terminate the Contract at anytime, without cause, by providing a written notice; the City by providing at least thirty (30) calendar days' notice to the Contractor, and the Contractor providing at least thirty /30\ calendar days' notice to the City in advance of the intended date of termination. In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed under the Contract. The Contractor shall also be compensated for partially completed services. In this event, compensation for such partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract. Alternatively, at the sole discretion of the City, the Contractor may be compensated for the actual service hours provided. The City shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within thirty (30) days ofwritten notice tothe Contractor requesting the refund. Contract Cancellation: The City reserves the right to cancel the Contract inwhole orinpart without penalty if the Contractor: a. Breaches or defaults an obligation under the Contract; b. Fails to perform any material obligation required under the Contract; c. Files petition in bankruptcy, becomes insolvent, orotherwise takes action to dissolve as legal entity; P�ojedwzuo12 YAK wmPOLICE msCRumMEN I CAmPA/sm Page 6 of 15 d. AJ|omo any final judgment not to be satisfied or a lien not to be disputed after a leea|b- mposed, 30'daynotice; e. Makes anassignment for the benefit ofcreditors; f. Fails tofollow the sales and use tax certification requirements ofthe State ofWashington g. Incurs adelinquent Washington tax liability; h. Becomes aState orFederally debarred Contractor; i |xexcluded from federal procurement and non -procurement Contracts; j. Fails to maintain and keep inforce all required insurance, permits and licenses as provided in the Contract; k. Fails to maintain the confidentiality of the City information that is considered to be Confidential information, proprietary, or containing Personally Identifiable Information, or i Contractor performance threatens the health or safety of a City, County or municipal employee m. Change inFunding: |fthe funds upon which the City relied toestablish this Contract are withdrawn, reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this Contract by providing at least five business days written notice tothe Contractor. The termination shall be effective on the date specified in the notice of termination. |nthe event that any dispute shall arise astothe interpretation ofthis agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences, then the parties shall first pursue mediation as a means to resolve the dispute. If the afore mentioned methods are either not successful then any dispute relating tothis Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. |fboth parties consent in writing, other available means of dispute resolution may be implemented. , 18. Re -Award When the contract is terminated by the Contractor upon providing the written notice as herein rerquired, the City, pursuant to City ordinance, may re -award the contract to the next most responsible Proposer. When a Contractor is unable to supply goods and/or services to the City and is in breach of the contract, or when the contract is terminated by the City for cause as herein provided, the City reserves the right to re -award the contract 1mthe next most responsible Proposer 19. Substitution The Contractor shall not substitute or deviate from said specifications of this Contract without a written amendment, signed by the City Manager, or pursuant to Section 52 below entitled "Change or Notice" Any violation of this procedure by the Contractor will be considered cause for immediate cancellation of the Contract for cause bythe City. 20'Contractor Shall Furnish Except asotherwise specifically provided inthis Contract, Contractor shall furnish the following, all asthe same may berequired 10perform and provide the services inaccordance with the terms ofthis Contract: personnel, Project wzmozYAK mxPOLICE nccxunmcm/CAMPAIGN Page 7of15 tabor, products and supervision; and technical, professional and other services. All such services, products property and other items furnished or required to be furnished, together with all other obligations performed or required to be performed, by Contractor under this Contract are sometime collectively referred to in this Contract as the "(Services)." 21. Complementary Provisions All provisions of this Contract are intended to be complementary, and any services required by one and not mentioned in another shall be performed to the same extent as though required by all. Details ofthe services that are not necessary to carry out the intent of this Contract, but that are not expressly required, shall be performed or furnished by Contractor as part of the services, without any increase in the compensation otherwise payable under this Contract. 22. Invoices The City will use its best efforts to pay each of Contractor's invoices within thirty (30) days after the City's receipt and verification thereof; provided, however, that all such payments are expressly conditioned upon Contractor providing services hereunder that are satisfactory tothe City. The City will notify the Contractor promptly ifany problems are noted with the invoice. To insure prompt payment, each invoice should cite purchase order number, RFC\P number, detailed description of work, unit and total price, discount term and include the Contractor's name and return remittance address. Contractor will mail invoices to the City at the following address: City of Yakima Attn: Purchasing Yakima, WA 98901 23. Credit Card Acceptance The City, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. The Citvu preferred method of payment is by procurement (credit) card. Proposers may be required to have the capability mfaccepting the City's authorized procurement card as a method of payment. No price changes oradditional fee(s) may beassessed when accepting the procurement card as form of payment. 24.PMme Contractor Contractor is the Prime Contractor hereunder. The Prime Contractor shall be the sole point of contact with regard to all contractual matters arising hereunder, including the performance of services and the payment of any and all charges resulting from its contractual obligations. 25. Delegation of Professional Services The services provided for herein shall be performed by Contractor, and no person other than regular associates or employees of Contractor shall be engaged on such work orservices. Contractor shall not (by contract, operation nflaw orotherwise) delegate or subcontract performance of any services to any other person or entity without the prior written consent ofthe City. Any such delegation orsubcontracting without the Cit/s prior written consent shall bevoidable atthe City'soption. Proje�Awz/07zzYAwmmpo/IC�cRECRUITMENT CAmPA/sm Page 8 of 15 Nodelegation ofsubcontracting ofperformance nfany mfthe services, with mrwithout the Citvsprior written consent, shall relieve Contractor ofits responsibility to perform the services in accordance with this Contract. Contractor shall be fully responsible for the performance, acts and omissions of Contractor's employees, Contractor's subcontractors, and any other person who performs orfurnishes any services (collectively, the Contractor shall at all times be an independent contractor and not an agent or representative of the City with regard toperformance ofthe services. Contractor shall not represent that itis, nor hold itself out as, anagent orrepresentative ofthe City. In noevent shall Contractor beauthorized toenter into any agreement or undertaking for oronbehalf ofthe City. Neither the Contractor nor any employee ofthe Contractor isentitled toany benefits that the City provides its employees. The Contractor issolely responsible for payment ofany statutory workers compensation or employer's liability insurance as required by state law. The Contractor will have an active account with the Department of Revenue, other state agencies as needed, and a separate set of books or records that reflect all items of income and expenses of the business that the Contractor is conducting. Contractor shall perform the services in a timely manner and in accordance with the standards of the profession. At the time of performance, Contractor shall be properly licensed, equipped, organized, and financed to perform the services in accordance with this Contract. Subject to compliance with the requirements of this Contract, Contractor shall perform the services inaccordance with its own methods. 26. Licenses If applicable, Contractor shall have a valid and current business license per Chapter 5.02 Section 5.02.010 of the Yakima Municipal Code covering this type of business and shall satisfy all applicable City Code provisions. Said license shall be obtained prior to the award of any contract. Inquiries as to fees, etc, should be made to the Office ofCode Administration, telephone (SO9)57S-61J1. In addition, Contractors are required to be registered by the State per Chapter 18.27 of the Revised Code of Washington and their registration number must be listed on the bid/RFP/quote. Contractor shall take all reasonable precautions to protect against any bodily injury (including death) or property damage that may occur inconnection with the services. 27. Removal ofSubcontractor If dissatisfied with the background, performance, and/or general methodologies of any subcontractor, the City may request inwriting that the subcontractor beremoved. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work/services under this Contract. 2B'Taxes and Assessments Contractor shall be solely responsible for and shall pay all taxes, deductions, and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other deductions from income which may be required by law or assessed against either party as a result of this Contract. In the event the City is assessed e tax or assessment as a result of this Contract, Contractor shall pay the same before itbecomes due. The City and its agencies are exempt from payment ofall federal excise taxes, but not sales tax (currently at 8.396\. Tax will not be considered in determining which proposal is the lowest or best, however RCW 39.30.040 allows the City to take any sales tax and 8&O tax that is will receive from purchasing supplies, materials and equipment within its boundaries into consideration when determining the lowest responsible Proposer. 29.Contractor Tax Delinquency Contractors who have a delinquent Washington tax liability may have their payments offset by the State of Washington. The Contractor agrees to furnish the City with reasonable periodic reports and documents as it may requestand in such form as the City requires pertaining to the work or services undertaken pursuant to this Agreement. The costs and obligations incurred or to be incurred in connection therewith, and any other matter are to be covered bythis Agreement. The records relating to the services shall, at all times, besubject toinspection bvand with the approval of the City, but the making of (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the services in accordance with this Contract, notwithstanding the Citv's know/|edgeufdefectk/emrnon'comp|yin8perfmrmance,itsnubstantia|ityortheeaseVfitsdiscovery.Contractor shall provide the City sufficient, safe, and proper facilities and equipment for such inspection and free access to such facilities. U3 =-.,and Record Retention The City is required by law to comply with the Washington State Public Records Act (PRA), Chapter 42.56 RCW. All records relating to Contractor's services under this Contract and/or on behalf of or in partnership with the City must be made available to the City, and also produced to third parties, if required, pursuant to the PRA or by law. All determinations ofrecords subject to release under the PRA\ or otherwise required by law, shall he at the sole discretion of the City. This Contract and all public documents associated with this Contract shall be available to the City for inspection and copying by the public where required by the PRAorother law, to the extent that public records in the custody of Contractor are needed for the City to respond to a request under the PRA, as determined by the City. If Contractor considers any portion of any records provided to the City under this Contract, whether in electronic or hard copy form, to be protected from disclosure under law, Contractor shall clearly identify any specific information that it claims to be confidential or proprietary. If the City receives a request under the PRA tninspect orcopy the information soidentified, and determines that the release of the information is required or otherwise appropriate, the City's sole obligation shall be to notify Contractor of the request and the date such information will be released to the requestor unless Contractor obtains a court order to enjoin the release, pursuant to RCW 42.56.540. If Contractor fails to timely obtain a court order enjoining disclosure, the City will release the requested information on the date specified. The City has, and by this section assumes, no obligation on behalf of Contractor to claim any exemption for disclosure under the PRA. The City shall not be liable to Contractor for releasing records not clearly identified by Contractor as confidential or proprietary. The City shall not be liable to Contractor for any records that the City releases in compliance with the PRA, this section, or in compliance with an order of a court of competent Contractor shall promptly furnish the City with such information and records which are related to this Contract as may be requested by the City. Until the expiration of six (6) years after completion of the terms and conditions of this Contract, or for a longer period if required by law or by the Washington State Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related tothis Contract. All City information which, under the laws of the State of Washington, is classified as public or private, will be treated as such by Contractor. Where there is a question as to whether information is public or private, the City shall make the final determination. Contractor shall not use any information, systems, or records made p,ojectx21orzaYAK MxPOLICE RECRUITMENT CAMPAIGN Page zOofz5 available to it for any purpose other than to fulfill the Contract duties specified herein. Contractor agrees to be bound by the same standards of confidentiality that apply to the employees of the City and the State of Washington. The terms of this section shall be included in any subcontracts executed by Contractor for work associated with this Contract. 32. Confidential, Proprietary and Personally Identifiable Information Contractor shall not use Confidential, Proprietary or Personally Identifiable Information of City for any purpose other than the limited purposes set forth in this Contract, and all related and necessary actions taken in fulfillment of the obligations there under. Contractor shall hold all Confidential Information in confidence, and shall not disclose such Confidential Information to any persons other than those directors, officers, employees, and agents ("Representatives") who have a business -related need to have access to such Confidential Information in furtherance of the limited purposes of this Contract and who have been apprised of, and agree to maintain, the confidential nature of such information in accordance with the terms of this Contract. Contractor shall institute and maintain such security procedures as are commercially reasonable to maintain the confidentiality of the Confidential Information while in its possession or control including transportation, whether physically or electronically. Contractor shall ensure that all indications of confidentiality contained on or included in any item of Confidential Information shall be reproduced by Contractor on any reproduction, modification, or translation of such Confidential Information. If requested by the City in writing, Contractor shall make a reasonable effort to add a proprietary notice or indication of confidentiality to any tangible materials within its possession that contain Confidential Information of the City, as directed. Contractor shall maintain all Confidential Information as confidential for a period of three (3) years from the date of termination of this Contract, and shall return or destroy said Confidential Information as directed by the City in writing. Contractor may disclose Confidential Information in connection with a judicial or administrative proceeding to the extent such disclosure is required under law or a court order, provided that the City shall be given prompt written notice of such proceeding if giving such notice is legally permissible. 33. Suspension of Work The City may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond the City's control are interfering with normal progress of the Service. The Contractor may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond Contractor's control are interfering with normal progress of the Service. The Contractor may suspend Service on the Project in the event the City does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the Service shall be extended by the number of days the Service is suspended. If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate the Service on the suspended portion of Project in accordance with Section 16. 34. Provision of Services The Contractor shall provide the services set forth herein with all due skill, care, and diligence, in accordance with accepted industry practices, standards and legal requirements, and to the City 's satisfaction; the City decision in that regard shall be final and conclusive. The City may inspect, observe and examine the Pwltaa' 7'10 a' YAKINIA POI ICF RECHM I MN I CAM F't 16N Page 11 of 15 performance ofthe services performed onthe City premises atany time. The City may inspect,observe and examine the performance of Contractor's services at reasonable times, without notice, at any other premises. a If the City notifies the Contractor that any part of the services rendered are inadequate or in any way differfrom the Contract requirements for any reason, otherthan as a result of the City's default or negligence, the Contractor shall, at its own expense' reschedule and perform the services correctly within such reasonable time anthe City specifies. This remedy shall beinaddition toany other remedies available to the City by law or in equity. b. The Contractor shall besolely responsible for controlling the manner and means bvwhich it and its Contracted Personnel orits subcontractors perform the services, and the Contractor shall observe, abide by, and perform all of its obligations in accordance with all legal requirements and City work rules. 35. Assignment This Contract, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Contractor to any other person or entity without the prior written consent of the City. |nthe event that such prior written consent to an assignment is granted, then the assignee shall assume all duties, obligations, and liabilities ofContractor stated herein. 36' No Conflict mfInterest Contractor represents that itorits employees do not have any interest and shall not hereafter acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of this Contract. Contractor further covenants that it will not hire anyone orany entity having such a conflict nfinterest during the performance ofthis Contract. 37' Contract Preservation If any provision of the Agreement, or the application of such provision, shall be rendered or declared invalid by a court of competent jurisdiction, or by reason of its requiring any steps, actions or results, the remaining parts orportions ofthis Agreement shall remain infull force and effect. 38'Promotional Advertising/ News Releases Reference to or use of the City, any of its departments, agencies or other subunits, or any official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the City. Release of broadcast e-mails pertaining to this procurement shall not be made without prior written authorization ofthe contracting agency. 39'Time ismfthe Essence Timely provision of the services required under this Contract shall be of the essence of the Contract, including the provision of the services within the time agreed or on a date specified herein. 40. Expansion clause Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item normally offered by the Contractor, as long as the price of such additional products is based on the same cost/profit formula as the listed item/service. At any time during the term of this contract, other City departments may be added tnthis contract, if both parties agree. Project wz1mzaYAK! mmPOLICE RECRUITMENT CAM PAIGm Page 12 of 15 41. Patent Infringement The contractor selling to the City the articles described herein guarantees the articles were manufactured or produced inaccordance with applicable federal labor laws. Further, that the sale nruse ofthe articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the City (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit. 42. Warranty Unless otherwise specifically stated by the Proposer, Contractor warrants that all Bonds and/or services furnished under this contract are warranted against defects by the Proposer for one (l) year from date of receipt, are new, conform strictly to the specifications herein, are merchantable, good workmanship, free from defect, are fit for the intended purpose of which such goods and services are ordinarily employed and if particular purpose isstated ina Special Condition, the goods are then warranted as for that particular purpose. Contractor further warrants that no violation of any federal, state or local law, statute, rule, regulation, ordinance or order will result from the manufacturer , production, sale, shipment, installation or use of any other goods. Contractor's warranties (and any more favorable warranties, service policies, orsimilar undertaking of Contractor) shall survive delivery, inspection, and acceptance of the goods or services. 43.Access and Review mfContractor's Facilities The City may visit and view any of the offices, premises, facilities and vehicles of the Contractor and/or Contractor's Subcontractor upon request and reasonable notice during the term of the Contract and Contract renewals/extensions. 44'Notice wfChange <nFinancial Condition If, during the Contract Term, the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract, or experiences a change of ownership or control, the Contractor shall immediately notify the City inwriting. Failure tonotify the City ofsuch achange infinancial condition orchange ofownership mrcontrol shall besufficient grounds for Contract termination. 45. Facility Security The City may prohibit entry to any secure facility, or remove from the facility, a Contract employee who does not perform his/her duties in a professional manner, orwho violates the secure facility's security rules and procedures. The City reserves the right tosearch any person, property, orarticle entering its facilities. 46. Waiver ofBreach A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Contract shall not impair the right of the party not in default to avail itself ofany subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Contract, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 47, ForceMNajeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, pandernics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately inwriting ofsuch pending oractual delay. Normally, inthe event orany such delays (acts orGod, etc.) the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 48.Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 49'Venma The venue for anyjudicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 50.Authority The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 51. Change or Notice Any alterations, including changes tothe nature nfthe service, made tothe Contract shall berendered inwriting and signed by both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall bemade. ^ ' In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed amendment. Notice of Business Changes: Contractor shall notify the City in writing within three (3) business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three (3) business days, after any decision by the Contractor to change or discontinue service that will affect services provided to the City under this Contract. The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing |am/ or policy that, in the sole discretion of the [ity, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality nfthe Contract impossible, patently unreasonable, nrunnecessary. Notices and demands under and related tothis Contract shall be inwriting and sent to the parties attheir addresses as TO CITY: Chad Janis Police Lieutenant City ofYakima 129 North J"oStreet Yakima WA, 9Q9O1 AND ALSO TO: Robert Harrison City Manager City ofYakima 139North 2""Street Yakima, WA 98901 The foregoing sections ofthis Contract, 2'S2inclusive, shall survive the expiration ortemninationofthis Contract IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written. City Manager Date: 0-v j By:lt')4�'e'Ao' P&*g? Managing Director Date: City Clerk EA L CITY CONTRACT NO: -4 RESOLUTION NO:: 1E �q uwc L 4� , 1 () /12 YA N, A ff) J C R 11,110 N 1 IN1 0A 1 G N, Page 15 of 15 11/01/21 Date: October 26, 2021 Client: YPD Scope of work: The Field Group (the "Agency") hereby agrees to perform all mutually agreed upon services necessary to create and coordinate the issuance of the following described items F6T VT��� • Focus on populations impacted by vaccine mandates • Highlight YPD's value of employees with ideals Messaging: � YPDwelcomes officers that stand upfor their values and ideals. As long syou respect the differences and diversity of our community —you are welcome at YPD! o Beyounsa|fstYPD o Live your ideals a1YP[) o Bevalued for who you are a1YPD • Highlight new uniforms • Illustrate different types of officers • Focus on diversity; include tattoos, facial hair, and ball caps Dedicated landing page for digital ads - $1,325 0 This is hosted separately from the YPD site but links to it * Allows for timely updates and monitoring 4 Design will match the ad campaign — improves googles distribution of the ads • New banners for home page, apply, and police units • Coordinate with Randy Bonds for implementation • Update benefits page with Graves video with new name (Jordan) o Update description on YouTube with new name Ben Jordan Update banners for social media - $390 • Includes Facebook, Instagram, and Twitter sites • Includes implementation (These could be easily be doubled. This is a very conservative budget) 09= 509.965.1780 ') 103 N 3RD STREET, SUITE 1 * YAKIMA, WA 98901 0 Central WA — 120-mile radius from Yakima — $ 2,50 * Denver, CO — 25-mile radius from Denver — 2,500 * Portland, OR — 25-mile radius from Portland — $2,5 Display ads - $500/location/month °w Video display ads with just slight movement $5OD/oco1on/month � |nstagnamods $350Nocation/nnnnth m Fncebookods $350/|ocatinn/month Project management -$780 * Planning, coordination, meetings, correspondence, maintenance Rnd the responsibility of Client, and promises that the Work will be in compliance with all laws ipplicable to Client. Client agrees to indemnify and hold Agency harmless from all claims arising out #f the Work or its publication. Professional fees: Client and Agency that Agency's professional fee for the performance ofthe Work is determined based on agency providing the client two proofs, or versions of the work prior to client approval. Requested edits resulting in three or more proofs/versions may be considered a change inscope and may result inadditional fees. OTHER. Client and Agency abide bythe production schedule establishedby subject to matters beyond the control of Client or Agency. Client agrees that the approval of any item by any representative of Client shall be binding upon Client. All errors in proofs or other items submitted to Client and approved by Client's representative shall be the responsibility of Client. Any changes in the scope of the Work (including any delay) may result in cost increases and shall entitle Agency to an equitable adjustment of its professional fee. The 1GW G110wslicensed agencies to charge collection fees d costs on commercialclaims. Such fees, tobecapped ot 35percent ofthecmnmerciodoim,wmuld include contingency fees authorized /nowritten agreement between the co0echor'sclient and the debtor. This Agreement sho8be governed by and construed in accordance with the laws of the State of Washington. Each party consents to &hejunsdYcbon of the appropriate courts situate /n Mrkimo County, Washington /n the event of any dispute hereunder or in the enforcement of any action or claim arising hereunder. ACCEPTANCE BY CLIENT: Authorized Signature: Date: TRUCK INSURANCE EXCHANGE FARWR9 (44"C"OtAlw COMPANY) INSURANCE MtMft#tb��SUR-A—NCE Hoffieoffl�i.'61411 O"smouth Ave., Woodland Hills, CA 91367 COMMON POLICY DECLARATIONS I Named THE FIELD GROUP, Insured Mailing 103 N 3RD ST Address YAKIMA WA 98901-2704 F001998928-001-00001 Account Number 79-16-22A 60044-89-10 Wg—e n —t — cy Number Thenam,ed Inwred Isan Type of 0 Partnership [fl"pration Business: ADVERTISING OFFICE Individual unless u otherwise statedt.■joint Venture ■Organization (Other than Partnership orjbint Venture) 2. Policy Period from 05/04/21 (not prior to time appi led for) to 05/04/22 12:01 AM Standard Time. w1iff-In* WNW 1111ma if i . PWAid'iUM "'AU tMW1&*5—. IV4;-* *WLAA rance,lo-ram renell each successive policy period subject to our premiums, rules and forms then in effect. The attomey-in-fact (AIF) or management fee for your renewed policy will never exceed 20% ofthe policy's premiums and will be paid out of the premiums. You may Wish to consider this Information 16 deciding whether to accept or decline this offer to renew your policy. This premium may be subject to adjustment. , ,, -0 - VD-461013111IMiLtRIA Ca I - a # Commercial Property Coverage Part $ 282.00 Commercial General Liability Coverage Part $ 1,416.00 Commercial Auto Coverage Part $ 2,115.00 Commercial Crime Coverage Part $ Commercial Inland Marine Coverage Part $ 337.00 Commercial Boiler and Machinery Coverage Part $ Pro tonal Liability Coverage Part $ other $ CERTIFIED ACTS OF TERRORISM - SEE DISCLOSURE ENDORSEMENT S INCLUDED Total *see Additional Fee Information below $ See Invoice Your Premium has Increased by $123.00 since the last term, COUNTERSIGNED By (Date) (Authorized RepresentatIve) Agent: LATWIPPLIRGER allimig-A, I i . 56-6173 3RDEDITION 1-17 Page 1 oft 5666173-ED3 C6173301 4)k FARMER9 INSURANCE Named THE FIELD GROL12 insured Mailing 103N3RDST 04dress; I TRUCK INSURANCE EXCHANGE MEMBERS OF FARM ERS INSURANCE GROUP OF COMPANIES HOME OFFICE: 6301 Owensmouth Ave. Woodland Hills, CA 91367 ' * ' - # I Z01#141k 0 Ile 79-16-22A 60044-89-10 Agent PolicyNumber I !""I !111tilill M 4 t-1 Description Of Prernises Loc* Bldg4 Address Construction 001 001 103 N 3RD ST JOISTED MASONRY WA 989012704 Coyeraqoprovtdottf UmitOf Insurance Covered Cause of Lo oss�.(&insurancl Lc.# Bldg.# Coverage Basic Broad Special EQ 001 001 PERSONAL PROPERTY OFFICE $164,400 X 90% V Extra Expense Coverage, Limits On Loss Payment —pt jo na`t­Coje—riq- —es —A p P1 i —ca b I i;-n I y —wh e n WWr i —esani`m—ad e in —th a sc liidl Replacement Cost (X) Loc. * Bldg.# Agreed Value (X) Personal Including Building Property "Stock" 001 001 X Inflation Guard (Percentage) *MonthlyUmit0f *Maximum Period *Extencled Period Building Personal Property indemnity (Fraction) Of Indemnity (X) Of Indemnity (Days) Mortgagee Holders Ln# Ln# Deductibles: S Soo Exceptions: For msApplicable IL00030498 IL01460810 CP12180888 CP00900788 PLO1570489 E6036-ED1 IL01731298 CP01601298 S7918-ED1 CP01261000 J6351-ED2 IL09830504 IL09950107 E3027-ED1 CP01400706 J6300-ED3 J7123-ED1 J7224-ED1 CP00101000 CP10301000 COUNTERSIGNED By (Date) (Authorfzed Representative) 56-6160 1ST EDITION 5-13 Page 1 of 2 56-6160EDI C6 160 101 Additional Fee Information The following additional fees apply on an account, not a per -policy basis. 'A service fee will be assessed on every Installment Invoice and will be included In the minimum amount due. However, if you choose to pay the entire account balance in full upon receipt of the first installment, the fee will be waived. In addition, accounts fully enrolled In online billing and scheduled for recurring Electronic Funds Transfer (EFT) payments the fee will be waived in all states except Connecticut and Georgia. State Installment Fee All states except Alaska, Florida, Maryland, New Jersey and West Virginia Alaska and Maryland Notapplicable Florida 3.00 . . ......... . . ....... New jersey $7.00 West Virginia $5.00 "A returned payment fee applies per check, electronic transaction or other remittance which is not honored by your financial institution for any reason including but not limited to insufficient funds or a closed account. NOTE: If the returnedpayment is in response to a Notice of Cancellation, coverage still cancels on the cancellation effective dcrtesetforth in the notice. State NSF Fee All states except Alaska, Florida, Indiana, Maine, Nebraska, New Jersey, $30.00 North Dakota, Oklahoma, Virginia and West Virginia North Dakota and Oklahoma $25,00 Nebraska and Indiana $20.00 Florida and West Virginia $15-00 Maine $10-00 Alaska, New jersey and Virginia Not applicable A late fee will I I be assessed on each Notice of Cancellation tion that a t Is issued ued and will I I be I n cl uded I n the minimum amount due, State Late Fee All states except Alaska, Florida, Maryland, Missouri, Nebraska, New $20-00 Jersey, Rhode Island, South Carolina, Virginia, and West Virginia Nebraska, Rhode Island and South Carolina $10.00 Alaska, Florida, Maryland, Missouri, New Jersey, Virginia and West Virginia Not applicable The following applies on a per policy basis. A reinstatement fee of $25.00 will be assessed If the policy Is reinstated over 30 days but under 6 months from the cancellation date. This fee does not apply to Florida, Indiana & Maryland or to Workers Compensation policies. One or more of the fees or charges described above may be deemed a part of premium under applicable state law. 56-6173 3RD EDITION 1-17 Page 2 of 2 566173-ED3 C6173302 4� TRUCK INSURANCE EXCHANGE FARMER� (A RECIPROCAL COMPANY) INSURANCE MEMBERS OF FARMERS INSURANCE GROUP OFCOMPANIES HOME OFFICE: 6300 OWENSMOUTH AVE, WOODLAND HILLS, CALIFORNIA 91367 Declarations Commercial General Liability [I policy F11 coverage Pan 11. Named THE FIELD GROUP F001998928-001-00001 Insured 103 N 3RD ST Account Number Mailing 79-16-22A 60044-89-10 Address YAKIMA WA 98901-2704 Agent Policy Number The named insured is an Type of 0 Partnership Corporation Business: ADVERTISING OFFICE individual unless otherwise stated: � E F] Joint Venture n Organization (Other than Partnership or Joint Venture) 2. Policy Period from 05/04/21 (not prior to time applied for) to 05/04/22 12:01 AM Standard Time. If this policy replaces other coverages that end at noon standard time on the same day this policy begins, this policy will not take effect until the other coverage ends. This policy will continue for successive policy periods as follows: If we elect to continue this insurance, we will renew this policy if you pay the required renewal premium for each successive policy period subject to our premiums, rules and forms then in effect. Limits Of Insurance General Aggregate Limit (Other Than Products -Completed operations) $ 2,000,000 Products Completed Operations Aggregate Limit $ Personal &Advertising Injury Limit $ 2,000,000 Each Occurrence Limit $ 2,000,000 Fire Damage Limit $ 50,000 Any One Fire Medical Expense Limit $ 5,000 Any One Person Retroactive Date (Applies only when Claims - Made Form CG 00 02 is attached.) Coverage A of this insurance does not apply to "bodily injury" or "property damage" which occurs before the Retroactive Date, if any, Retroactive Date: (enter Date or "none" it no Retroactive Date applies) Location Of All Premises You Own, Rent Or Occupy: (Same as mailing address unless otherwise shown) 200 1 STAVE W SEATTLE WA 981194298 (A) Area _ (C) Total Cost M Admissions (P) Payroll (S) Gross Sales (U).Units IT) Other Class *Premium 1XI if Advance Prem. (May be Location Classification Code Basis Exposure Covered Rate subiect to adjustment) Premises/ Operations FJ Products/Completed Operations Other ij Premises/ Operations Products/Completed Operations Other Includes Experience Modification And/or Package Credit If Applicable. *Minimum Premium Applies COUNTERSIGNED By (Date) (Authorized Representative) 56-5171 5TH EDITION 4-13 Page 1 of 2 56-5171ED5 C51171501 3MME��� F6-5171 STH EDITION 4-13 ♦ • t' CG20100704 E0207-EDI ' E 27-ED1 CGO1810196 CG21460798 CG21490798 S791- 1 E41511287 W7935-ED21 1204 E4024-ED1 C 242 0704; 11 J63S4-EDI E6043-ED2 CG24290913 IL01231113 W2275-E 1 1 1' J 1 CG20280704; a2 100704 CG20280704 CG20100704 1 SS-5171EDS C5171502 FFECTIVE DATE 05/014/211 • s �- • ' - �.III �. SEE DECLARATION PAGE PayrollN) Area (C) Total Cost (M) Admissions (P) CLASS *PREMIUM D IF ADVANCE OCATION CLASSIFICATION CODE BASIS EXPOSURE COVERED RATE 02 SALES, SERVICE OR CONSULTINGOR' .. P 17,1: 00 , a 23.00 101 INCLUDES PROD AND/OR COHP O' 0 I 00 00 8 f'< " Countersigned y (Date) (AuthorizedRepresentative) 9919AA9T1 1.5172 ZND EDITION 9.71.99 A-92 al!� FA it ME R9 INSURANCE COVERAGEPOLICY TRUCK INSURANCE EXCHANGE 0 aM11:01 2 a LAI 4E,.at ►, a r". I I t ITEM ONE NAMED THE FIELD GROUP INSURED MAILING 103 N 3RD ST ADDRESS YAKIMA VtlA913901-2704 1`0011998928-0010r 0 .- s00.. e The named insured is an individual 1—:1 Partnership Corp. Type of Business ADVERTISING OFFICE unless otherwise stated: E] JointVenture Organization (Other than Parinership orjoint Venture) Policy Period from 05/04/21 (not prior to time applied for) to 05/04/22 12:01 AM Standard Time 1 • � . " � Y: i y � - t . i �: is � ... v • . Tco,tirtue this Y subjectr our premiums,. forms COVEREDITEMTWO SCHEDULE OF COVERAGES AND i *This policy provides only those coverageswhere a charge is shown in the premium column below. Each of these coverages will apply only to those "autos" shown as covered "autos". "Autos" are shown as covered "autos" for a particular coverage by the entry of one or more of r a from 1, AUTO Section of the Businessa Coverage Form next to the name of the coverage. LIMIT THE MOST WE WILL PAY ANY COVERAGES "COVEREDAUTOS ONE CIDENT RLOSS PREMIUM (LIMITS SIN THOUSANDS) LIABILITY 1 2000 1,235.00 PERSONAL INJURY PROTECTION SEPARATELY STATED IN EACH PIP (or equivalent o-FaultCoveragP) ENDORSEMENT ADDED PERSONAL INJURY PROTECTION' or equivalent SEPARATELY STATED IN EACH DEO PIP added No -Faint Coverage) ENDORSEMENT PROPERTY PROTECTION SEPARATELY STATED IN THE P.P.I. ENDORSEMENT MINUS INSURANCE (Michigan only) S DEDUCTIBLE FOR EACH ACCIDENT AUTO MEDICAL PAYMENTS 7 S SEE SCHEDULE 43.00 UNDERINSURED MOTORIST 2 S 2000 26900 UNDERiNSUREDOTORISTS 2 S INCL INCL PROPERTY DAMAGE Actual Cash Value or Cost of Repair, whichever is PHYSICALIDAMAGE 7 less minus S SEE SCHEDULE Ded. for Each Covered 139.00 COMPREHENSIVE COVERAGE Auto. But no DeductibleAppiles to Loss Caused by Fire or Llhtnine See Item Four for hired or borrow "autos". Actual Cash Value orCost of Repair, whichever Is PHYSICAL DAMAGE SPECIFIED Less Minus 25 Ded. For Each Covered Auto for loss USES OF LOSS COVERAGE Caused by MIschlef or Vandalism. See item Four for hired or borrowed "Autos". Actual G Value or Cost of Repair whichever is #' PHYSICAL DAMAGE 7 less SEE SCHEDULE Ded. for Each Covered 430.00 9 COLLISION COVERAGE cash e Auto. e Item Four for hired or borrowed "Autos". PHYSICAL DAMAGE 7 $ Soo for each disablement of a covered TOWING AND LABOR "auto." (ACTUAL LIMIT) FOR ENDORSEMENTS.w.,., sIMATEDTOTAL ;�IiEMIUM -- PREMIUM2,11500 -615 1 ST EITION 4-13 Page 1 of 155ED1 6155101 60044-89-10 BUSINESS AUTO DECLARATIONS (CONTINUED) POLICY BR ITEMTHREE SCHEDULE OF COVERED AUTOS YOU OWN DESCRIPTION TERRITORY PURCHASED Year, Model, Trade Name, Body Type Original Actual Cost & Town & State where Covered flN1 Serial Number(S) Vehicle identification Nurnber(% I , Cost New New Auto will be principal garaged Covered Used (U) Auto No. — 13 - — - --- ------- ----- - - ---- - 19 VOLKSWAGEN AT 30895 YAKIMA WA 207 41V2MR2CAIKC520456 CLASSIFICATION Except fort ing,all FRidlus of Business use T1ie_GV_W, _;ig`i_ Primary Secondary Code physical damage loss Is Operation s - service GCWorVeh. Group Rating Rating payable to you and the loss r - retail Seating Factor Factor payee named below as Covered c-commercial Capacity lab Ph Interests may appear at the AutoNo. _T3_ Darn time of the loss. 5_0 BULO 3 COVERAGES- PREMI U MS, LIMITS AND DEDUCTIBLES (A4semeof a deductible or limit entry In any column below means that the limit or deductlble_!�ntryLn he rrg�p qq ITE 0 column Tryst ad _ ___ _L _cor RI#L _-- - _ column ... _ --LIABILITY ,---PERSONAL INJURY PROTECTION QED P.I.P. — PROP. PROt hticlt. on Limit stated In each Limit stated In Limit stated In P-P.I. Covered *Limit Premium P.I.P, End. minus Premium each Added P.I.P, End. minus deduct, Premium Auto No. deductible shown belcm End. Premium shown below 13 2000 1,089.00 Total1,084.40 Premium COVERAGES -PREMIUMS, LIMITS AND DEDUCTIBLES (Absence of a deductible or limit entry In any column J. �e w means that thellmItor ,-deducdble entty in the corresponding ITEM TWO column applies Instead) AUTO D. PAY UNDERINSURED MOTORISTS UNDERIN! URED MOTO ISTS Covered OPERTY Auto No. 'Limit Premium 'Limit Premium 'Limit Premium 13 5 43,00 INCL INCL Total 43,DO INCL Premium COVERAGES -PREMIUMS, LIMITS AND DEDUCTIBLES (Absence of a deductible or limit entry In any column below means that the 1IM(F& deductible entry In the corresponding ITEM TWO column applies Instead) COMPREHENSIVE SPECIFIED CAUSES OF LOSS COLLISION TOWING LABOR Covered Limit stated In ITEM Limit stated In ITEM TWO Limit stated In ITEM Limit per Auto No. TWO minus ded. Premium Premium i TWO minus ded. Premium Disablement premium shown below shown below 13 100 138,00 500 430.00 ... .. ........... ... . '(Limits shown In Thousands) 56-6155 1STEDITION 4-13 Page 2 of 3 56-6155EDI C6155102 BUSINESS AUTO DECLARATIONS (CONTINUED) 60044-59-10 1�10LICYU M B ER ITEM FOUR �3+f 13Z1T r ► r 411101yi4:a#01:113tr�r[r1���??«!—�_l 110*,1481111,5� rCOSIT OF HIRE r r r ��, r. PREMIUM M1 FOR • •F HI E COVERAGE A 88.00 PRE Cost of hire means the total amount you incur for the hire of "autos" you don't own (not including "autos" you borrow or rent from your employees or their family members). Cost of hire does not include charges for services performed by motor carriers of property or passengers. PWSICAL DAMAGEC E COVE LI IT F INSURANCE NT PER THE ILL Y ANNUAL EACH1PREMIUM DEDUCTIBLE COST F IRE COSTOFHIRE ACTUAL CASH VALUE, COST OF REPAIRS OR COMPREHENSIVE $ WHICHEVER IS LESS MINUS DED. FOR EACH COVERED AUTO - BUT NO DEDUCTIBLE APPLIES TO LOSS CAUSED BY FIRE OR LIGHTNING. SPECIFIED ACTUAL CASH VALUE, COST OF REPAIRS OR USES OF LOSS T WHICHEVER IS LESS MINUS 25 DED. FOR EACH COVERED AUTO* FOR LOSS CAUSE Y MISCHIEF OR VANDAUSM. COLLISION ACTUAL CASH VALUE, COST OF REPAIRS OR WHICHEVER IS LESS MINUS $ DED. FOR EACH COVERED AUTO PREMIUM ITEM FIVE SCHEDULE FOR O - ESHI LIABILITY NAM E I U E'�iS USI S RATING IS NUMBER PREMIUM Other than a Number of Employees 25 $58.00 Social Service Agency Number of Partners mIT ciNumber of Employees Soal Service Agency Number of Volunteers IN RETURNFOR OFT EPREMIUM, AND SUBJECTTO ALLTHETERMS OFTHISLI E G EE WITHYOU TO PROVIDEINSURANCE T IN THISLI Premium shown is payable: 2,115.00 at inception. ENDORSEMENTS ATTACHED TO THIS POLICY: 11.00 21-Broad form Nuclear Exclusion (Not applicable in New York) 010310 CA00410303 CA01350108 CA20480299 CA21340108 CA23920106 CA23940306 CA99890501 E2016-ED1 E3027-EDI IL01231113 IL01980900 J6738,EDI J7106-ED2 7118-EO1 J7119•ED3 17153-ED1 7499•EDI T S7918-EDI Y 2281-ED1 LOSSPAYEE VW CREDIT LEASING LTD PO BOX 47377 ATLANTA GA 303620377 COUNTERSIGNED BY --Date Authorized Representative 5-6155 1ST EDITION 4-13 Page 3 of 3 56-615SEDI C6155103