Loading...
HomeMy WebLinkAbout05/19/2009 10 Laserfiche Document Management System Contract with VP Consulting for Acquisition and Implementation BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON III AGENDA STATEMENT Item No. i a For Meeting of May 19, 2009 ITEM TITLE: Consideration of a Resolution authorizing execution of contracts for acquisition and implementation of the Laserfiche Document Management System provided by VP Consulting SUBMITTED BY: Rita DeBord, Finance Director Rick Pettyjohn, Information Systems Manager CONTACT PERSON/TELEPHONE: Rick Pettyjohn, Information Systems Mgr- 575 -6098 SUMMARY EXPLANATION: The City Clerk's Office currently files and maintains the City's official records only as paper copies. These records are indexed with a technologically outdated computer program with limited functionality. Because the system is paper- based, researching and reviewing the records requires a physical trip to the City Clerk's office and the assistance of City Clerk's personnel. The indexing system includes only simple indexes and provides no content search capabilities. The system is cumbersome and inefficient for the City's employees and citizens. The 2009 budget included an $85,000 Policy Issue to replace this manual system with an automated Document Management System. This system will provide both ® internal efficiencies and will help the City to more easily comply with the Washington State Public Records Act. The Laserfiche Document Management System provided by VP Consulting is a commonly used system within Washington. Twenty -seven City, County, and State agencies use the system plus some federal agencies and private companies. Thurston County selected the system through a competitive Request for Proposal process. Yakima's proposed acquisition is through an Interlocal Agreement with Thurston County authorized by Resolution 2002 -07 Sufficient funds have been appropriated by a Council Policy Issue in the 2009 Budget for the acquisition of the Laserfiche Document Management System. Resolution X Ordinance Other (Specify) Contract Mail to (name and address): VP Consulting, 90971 S. Willamette St., Coburg, OR 97408 Phone: 451 -687 -0594 Funding Source General Fund ,�,/ APPROVED FOR SUBMITTAL: 42_3.,- �- -( 1-04....Citv Manager STAFF RECOMMENDATION: Adopt Resolution BOARD / COMMISSION /COMMITTEE RECOMMENDATION: Approval recommended by the 0 City Council Budget Committee on April 3, 2008 COUNCIL ACTION: • RESOLUTION NO. R -2009 _ A RESOLUTION authorizing the City Manager for the City of Yakima to execute contracts necessary for the acquisition and implementation of the Laserfiche Document Management System provided by VP Consulting Inc. WHEREAS, the City of Yakima has found it in the best interest of the City to replace the manual, paper -based document management system of official records in the City Clerks Office with an automated, digitally -based Document Management System; and WHEREAS, the Laserfiche Document Management System provided by VP Consulting is a commonly used system within Washington state including twenty -seven Cities, Counties, and State Agencies; and WHEREAS, Thurston County, Washington, selected the Laserfiche Document Management System provided by VP Consulting through a competitive Request for Proposal process; and WHEREAS, the City of Yakima and Thurston County, Washington, have an Interlocal Purchasing Agreement authorized by Resolution 2002 -07 allowing for the acquisition of goods and services from each others purchasing contracts, and: 40 WHEREAS, sufficient funds have been appropriated by a Council Policy Issue in the 2009 Information Systems budget for the acquisition and implementation of the Laseriche Document Management System provided by VP Consulting Inc., NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager for the City (or designee) is hereby authorized to execute a contract in substantially the same form as the enclosed contract, and any supplemental contracts or documents necessary for the City of Yakima to acquire and implement the Laserfiche Document Management System provided by VP Consulting Inc. ADOPTED BY THE CITY COUNCIL this 19 day of May, 2009. David Edler, Mayor ATTEST: City Clerk III III SOFTWARE LICENSE AND PROFESSIONAL SERVICES CONTRACT CITY OF YAKIMA/ VP CONSULTING INC. CONTRACT No. 2009-56 THis CONTRACT No. 2009 -56 is entered into in duplicate originals between the CrrY OF YAICIMA, WASHINGTON, a municipal corporation, with its principal offices at 129 North Second Street, Yakima, Washington 98901, hereinafter "CITY," and VP CONSULTING INC. AKA (VPCI) an Oregon corporation, with its principal offices at 90971 South Willamette Street, Coburg, OR 97408, hereinafter "CONTRACTOR" WHEREAS, the CITY requires document management services and the software to implement such services but does not possess the necessary expertise to develop it; WHEREAS, the CONTRACTOR has the expertise to provide the services which meet the City's requirements; In consideration of the mutual benefits and covenants contained herein, the parties agree as follows: 1. DURATION OF CONTRACT The term of this CONTRACT No. 2009 -56 shall begin on the date last executed below, and shall continue until terminated. Additional services and products may be provided under this CONTRACT by amending to this CONTRACT supplementary EXHIBIT A - ORDER FORM, EXHIBIT B - • SCOPE OF SERVICES and EXHIBIT C - COMPENSATION, attached and incorporated by this reference. Any such supplementary exhibits must be' authorized and accepted in writing by both Parties to this CONTRACT. 2. SERVICES PROVIDED BY THE CONTRACTOR The CONTRACTOR represents that it is qualified and possesses the necessary expertise, knowledge, training, and skills, and has the necessary licenses and /or certification to perform the services set forth in this CONTRACT No. 2009 -56. The CONTRACTOR shall perform the following services: • 2.1. Provide the CITY with all professional services, hardware, software and licenses for the LASERFICHE ENTERPRISE CONTENT MANAGEMENT SYSTEM (ELMS) as set forth in EXHIBIT A - ORDER FORM, attached and incorporated by this reference; and EXHIBIT B - SCOPE OF SERVICES, attached and incorporated by this reference. 2.2. Supply its own labor and materials. Unless otherwise provided for in the CONTRACT No. 2009 -56, no material, labor, or facilities will be furnished by the CITY. 2.3. Perform the work according to standard industry practice of the type of work specified by this CONTRACT No. 2009 -56. 2.4. Complete its work in a timely manner and in accordance with the schedule within EXHIBIT B - SCOPE OF SERVICES, attached and incorporated by this reference. • 2.5. Confer with the CITY from time to time, during the progress of the work. City of Yakima / VP Consulting Page 1 Contract No. 2009 -56 Professional Service Contract 5/14/09 2.6. Prepare and present status reports on its work as requested by the CITY. • 3. SERVICES PROVIDED BY THE CITY In order to assist the CONTRACTOR in fulfilling its duties under this CONTRACT No. 2009 -56, the CITY shall provide the following: 3.1. Relevant information as exists to assist the CONTRACTOR with the performance of the CONTRACTOR'S services. 3.2. Coordination with CITY departments and personnel as necessary for the performance of the CONTRACTOR'S services. 3.3. Services, documents, or other information identified in EXHIBIT B - SCOPE OF SERVICES, attached and incorporated by this reference. 3.4. An ECMS SYSTEM ADMINISTRATOR for the purposes of this project. The CITY may change its ECMS SYSTEM ADMINISTRATOR upon providing written notice to the CONTRACTOR. The ECMS SYSTEM ADMINISTRATOR shall be responsible for coordinating and resolving all software and hardware technical issues with the CONTRACTOR. The ECMS SYSTEM ADMINISTRATOR is as follows: ECMS SYSTEM ADMINISTRATOR: John Carney Title: Lead Client Services Technician Mailing Address: City of Yakima / Information Systems 129 N. 2nd St. City, State and Zip Code: Yakima, WA 98901 Telephone Number: (509) 575 -6098 Fax Number: (509) 575 -3021 E -mail Address: jcarney@ci.yakima.wa.us 3.5. The CITY shall have a ECMS USER REPRESENTATIVE for the purposes of this project. The CITY may change its ECMS USER REPRESENTATIVE upon providing written notice of to the CONTRACTOR. The ECMS USER REPRESENTATIVE shall be responsible for: 3.5.1. Providing documentation of workflows and documents to be included in the ECMS, 3.5.2. Providing access to all documents and information required to complete the ECMS project, and 3.5.3. Testing ECMS to assure it meets the requirements this contract. The ELMS USER REPRESENTATIVE is as follows: ECMS USER REPRESENTATIVE: Jodi Stephens Title: Public Records Officer Mailing Address: City of Yakima / City Clerk Office 129 N. 2 St. City, State and Zip Code: Yakima, WA 98901 Telephone Number: (509) 576 -6652 FAX Number: (509) 576 -6635 E -mail Address: jstephen@ci.yakima.wa.us . City of Yakima / VP Consulting Page 2 Contract No. 2009 -56 Professional Service Contract 5/14/09 i 4. CONTRACT REPRESENTATIVES Each party to this CONTRACT No. 2009 -56 shall have a CONTRACT REPRESENTATIVE. Each party may change its CONTRACT REPRESENTATIVE upon providing written notice to the other party. The parties' CONTRACT REPRESENTATIVES are as follows: 4.1. For CONTRACTOR: CONTRACT REPRESENTATIVE: Vicki Pattle • Title: President Mailing Address: 90971 South Willamette Street City, State and Zip Code: Coburg, OR 97408 Telephone Number: (541)587-0594 Fax Number: (541) 342 -2667 E -mail Address: vickip@vpcicom 4.2. For CITY: CONTRACT REPRESENTATIVE: Rick Pettyjohn Title: Information Systems Manager Mailing Address: City of Yakima / Information Systems 129 N. 2nd St. • City, State and Zip Code: Yakima, WA 98901 Telephone Number: (509) 576 -6695 Fax Number: (509) 575 -3021 E -mail Address: rpettyjo@ciyakima.wa.us 5: COMPENSATION 5.1. For the services performed hereunder, the CONTRACTOR shall be paid based upon mutually agreed rates contained in EXHIBIT A - ORDER FORM, attached and incorporated by reference. The maximum total amount payable by the CITY to the CONTRACTOR under this Contract shall not exceed the amount specified in EXHIBIT A - ORDER FORM attached to this Contract. This amount does not include sales tax. 5.2. No payment shall be made for any work performed by the CONTRACTOR, except for work identified and set forth in this CONTRACT No. 2009 -56 or supporting exhibits or attachments incorporated by reference into this CONTRACT No. 2009 -56. 5.3. The CITY shall pay the CONTRACTOR in accordance with the payment schedule contained in EXHIBIT C - COMPENSATION attached and incorporated by this reference. 5.4. The CONTRACTOR shall not be paid for services rendered under the CONTRACT No. 2009- 56 unless and until they have been performed to the satisfaction of the CITY. 5.5. In the event the CONTRACTOR has failed to perform any substantial obligation to be performed by the CONTRACTOR under this CONTRACT No. 2009 -56 and such failure has not been cured within thirty (30) days following notice from the CITY, then the CTrY may, • in its sole discretion, upon written notice to the CONTRACTOR, withhold any and all monies due and payable to the CONTRACTOR, without penalty until such failure to City of Yakima/VP Consulting Page 3 Contract No. 2009 -56 Professional Service Contract 5/14/09 perform is cured or otherwise adjudicated. "Substantial" for purposes of this CONTRACT No. 2009 -56 means faithfully fulfilling the terms of the contract with variances only for technical or minor omissions or defects. 5.6. Unless otherwise provided for in this CONTRACT No. 2009 -56 or any exhibits or attachments hereto, the CONTRACTOR shall not be paid for any billings or invoices presented for payment prior to the execution of the CONTRACT No. 2009 -56 or after its termination. 6. SAFEGUARDING INFORMATION 6.1. All personal, criminal, and other privileged information collected, used or acquired in connection with this CONTRACT No. 2009 -56 shall be used solely for the purposes of this CONTRACT No. 2009 -56. The CONTRACTOR agrees not to release, divulge, publish, transfer, sell or otherwise make known this information without the express written consent of the entity or as provided by law. 6.2. The CONTRACTOR agrees to implement physical, electronic and managerial safeguards to prevent unauthorized access to privileged information. Such safeguards shall include, but are not limited to, the limitation of access to Car information to only those employees, agents or sub - contractors who need to see it for the purposes of installing and configuring the Laserfiche software and requiring such employees, agents or sub- contractors to sign a confidentiality and nondisdosure agreement as set forth in EXHIBIT D - CONFIDENTIALITY AND NONDISCLOSURE AGREEMENT, attached and incorporated by this reference. In addition, all employees, agents or sub - contractors or any other individual who may be working around CITY documents containing criminal information shall undergo a background check which shall be conducted by the City of Yakima Police Department then verified and approved by the CITY Information Systems Manager. The CONTRACTOR shall pay the then standard City of Yakima fee for each background check. The CITY reserves the right to monitor, audit or investigate the use of criminal, personal, or other privileged information collected, used, acquired or released to the CONTRACTOR through this CONTRACT No. 2009 -56. To the extent required by law, the CONTRACTOR shall certify in writing the return or destruction of all personal information upon expiration of this CONTRACT No. 2009 -56. 6.3. Any breach of this SECTION 6 - SAFEGUARDING INFORMATION may result in termination of the CONTRACT No. 2009 -56 and the demand for return of all records in connection with this CONTRACT No. 2009 -56. The CONTRACTOR agrees to indemnify and hold harmless the CITY for any damages related to the CONTRACTOR'S unauthorized use or disdosure of criminal, personal, or other privileged information. 6.4. The provisions of this SECTION 6 - SAFEGUARDING INFORMATION shall be included in any CONTRACTOR'S subcontract(s) relating to the services provided under this CONTRACT No. 2009 -56. 6.5. "Personal Information" shall mean information identifiable to any person, including, but not limited to, information that relates to a person's name, health, finances, education, business, use or receipt of governmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers and information contained in police accident reports, law enforcement investigative files and criminal prosecution case files. Personal Information indudes "Protected Health Information" as set forth in 45 CFR § 164.501 as currently City of Yakima / VP Consulting Page 4 Contract No. 2009 -56 Professional Service Contract 5/14/09 • 1111 drafted and subsequently amended or revised and other information that may be exempt from disclosure to the public or other unauthorized persons under either RCW .42.56, the Washington State Public Disclosure Act or other federal and state statutes and regulations including 42 CFR Part 2, Chapter 70.02 RCW, Chapter 70.24 RCW, Chapter 70.96A RCW and Chapter 71.05 RCW. 6.6. The provisions of this SECTION 6 - SAFEGUARDING INFORMATION shall survive termination of this CONTRACT No. 2009 -56. 7. AMENDMENTS AND CHANGES IN WORK 7.1. In the event of any errors or omissions by the CONTRACTOR in the performance of any work required under this CONTRACT No. 2009 -56, the CONTRACTOR shall make any and all necessary corrections without additional compensation. All work submitted by the CONTRACTOR shall be certified by the CONTRACTOR and checked for errors and omissions. The CONTRACTOR shall be responsible for the accuracy of the work, even if the work is accepted by the CITY. 7.2. No amendment, modification or renewal shall be made to this CONTRACT unless set forth in a written CONTRACT AMENDMENT, signed by both parties and attached to this CONTRACT No. 2009-56. Work under a CONTRACT AMENDMENT shall not proceed until the CONTRACT AMENDMENT is duly executed by the CITY. 8. HOLD HARMLESS AND INDEMNIFICATION • 8.1. The CONTRACTOR shall hold harmless, indemnify and defend the CITY, its officers, officials, employees and agents, from and against any and all claims, actions, suits, liability, losses, expenses, damages, and judgments of any nature whatsoever, including costs and attorneys fees in defense thereof, for injury, sickness, disability or death to persons or damage to property or business, caused by or arising out of the CONTRACTOR'S acts, errors or omissions or the ads, errors or omissions of its employees, agents, sub - contractors or anyone for whose acts any of them may be liable, in the performance of this CONTRACT No. 2009 -56. Claims shall indude, but not be limited to, assertions that information supplied or used by the CONTRACTOR or sub -contractor infringes any patent, copyright, trademark, trade name, or otherwise results in an unfair trade practice. PROVIDED HOWEVER, that the CONTRACTOR'S obligations hereunder shall not extend to injury, sickness, death or damage caused by or arising out of the sole negligence of the CITY, its officers, officials, employees or agents. PROVIDED FURTHER, that in the event of the concurrent negligence of the parties, the CONTRACTOR'S obligations hereunder shall apply only to the percentage of fault attributable to the CONTRACTOR, its employees, agents or sub-contractors. 8.2. In any and all claims against the CITY, its officers, officials, employees and agents by any employee of the CONTRACTOR, sub - contractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation under this SECTION 8 - HOLD HARMLESS AND INDEMNIFICATION shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the CONTRACTOR or sub - contractor under Worker's Compensation acts, disability benefits acts, or other employee benefits acts, it being clearly agreed and understood by the parties hereto that the CONTRACTOR expressly 40 waives any immunity the CONTRACTOR might have had under Tide 51, RCW. By executing the CONTRACT, the CONTRACTOR acknowledges that the foregoing waiver has been mutually negotiated by the parties and that the provisions of this SECTION 8 - HOLD City of Yakima/VP Consulting Page 5 Contract No. 2009 -56 Professional Service Contract 5/14/09 • • HARMLESS AND INDEMNIFICATION shall be incorporated, as relevant, into any contract the CONTRACTOR makes with any sub - contractor or agent performing work hereunder. 83. The CONTRACTOR'S obligations hereunder shall include, but are not limited to, investigating, adjusting and defending all claims alleging loss from action, error or omission, or breach of any common law, statutory or other delegated duty by the CONTRACTOR, the CONTRACTOR'S employees, agents or sub-contractors. 8.4. License Agreement: CITY agrees to indemnify, protect and hold CONTRACTOR harmless from any claims, suits, actions, liabilities and damages induding all legal costs incurred by CONTRACTOR solely and only resulting from any violation by CITY under the terms of EXHIBIT G - LASERFICHE SOFTWARE LICENSE AGREEMENT, hereinafter "LICENSE AGREEMENT", entered into between Compulink Management Center and CITY, attached and incorporated by this reference. The terms of the LICENSE AGREEMENT apply only to the CITY and Compulink Management Center and in no way do the terms of the LICENSE AGREEMENT apply to the relationship between CITY and CONTRACTOR. 8.5. The provisions of this SECTION 8 - HOLD HARMLESS AND INDEMNIFICATION shall survive termination of this CONTRACT. _ 9. LIMITED WARRANTY 9.1. The media on which the LICENSED SOFTWARE is provided shall be free of defects in material and workmanship. 9.2. CONTRACTOR warrants the LICENSED SOFTWARE to operate in all material respects as • specified in the LASERFICHE and CONTRACTOR product documentation and manuals. CONTRACTOR shall be responsible for correcting, at its own expense, any material defects in the LICENSED SOFTWARE that are brought to CONTRACTOR'S attention by CITY within a period of 6 months (180 days) after acceptance of the LICENSED SOFTWARE by CITY. Such repair efforts represent Crry's sole and exdusive remedy for breach of warranty unless defects can not be repaired. 9.3. CONTRACTOR warrants as follows for all software customization made by CONTRACTOR for the Cm: (1) All software customization shall continue to be supported by CONTRACTOR under its maintenance agreement with the CITY; (2) All software customizations shall be preserved and shall remain functional in any future software versions, revisions, or updates provided by CoNTRACTOR; (3) All future software versions, revision, or updates provided by CONTRACTOR shall not cause the CITY to incur any additional cost as a result of the software customizations. These provisions shall apply for as long as the CITY is covered by the CoNTRAc: roR's maintenance agreement. 9.4. The LICENSED SOFTWARE shall be compatible with the operating system, application programs, CPU, and networks specified in the LASERFICHE and CONTRACTOR product documentation and manuals in addition to the recommended hardware configuration. 9.5. Warranties shall not apply to the extent of any problems encountered with the integration of external databases with the software installation. 9.6. Warranties shall not apply to the extent of any problems encountered as a result of the failure of the CITY'S existing computing equipment, servers, networks or operating • systems. City of Yakima/VP Consulting Page 6 Contract No. 2009 -56 Professional Service Contract 5/14/09 • 9.7. These Warranties shall apply to all software and services provided under this CONTRACT No. 2009 -56 including any future ORDER FORMS and SCOPES OF SERVICE agreed to by both parties in writing and attached to this CONTRACT No. 2009 -56. 10. INSURANCE 10.1. Professional Liability Insurance: On or before the date this CONTRACT No. 2009 -56 is fully executed by the parties, CONTRACTOR shall provide the CITY with a certificate of insurance as proof of professional liability/errors & omissions insurance with a minimum liability limit of One Million Dollars ($1,000,000.00). The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this CONTRACT No. 2009 -56. The policy shall name the CITY, its elected officials, officers, agents, and employees as additional insured, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the CITY thirty (30) calendar days prior written notice. The insurance shall be with an insurance company rated A -VII or higher in Best's Guide. 10.2. Workers' Compensation (Industrial Insurance): The CONTRACTOR shall maintain workers' compensation insurance as required by Title 51, RCW, and shall provide evidence of coverage to the City Clerk Division of the CITY. The CONTRACTOR shall send to the CITY at the end of each quarter written verification that premium has been paid to the Washington State Department of Labor and Industries • for Industrial Insurance coverage. Alternatively, the CONTRACTOR shall provide certification of approval by the Washington State Department of Labor and Industries if self- insured for Workers Compensation. 10.3. Commercial Liability Insurance: On or before the date this CONTRACT No. 2009 -56 is fully executed by the parties, CONTRACTOR shall provide the CITY with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of One Million Dollars ($1,000,000,00) combined single limit bodily injury and property damage. The certificate shall clearly state who the provider is, the amount of coverage, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this CONTRACT No. 2009 -56. The policy shall name the CITY, its elected officials, officers, agents, and employees as additional insured, and shall contain a dause that the insurer will not cancel or change the insurance without first giving the CITY thirty (30) calendar days prior written notice (any language in the clause to the effect of "but failure to mail such notice shall impose no obligation or liability of any kind upon the company" shall be crossed out and initialed by the insurance agent). The insurance shall be with an insurance company rated A -VII or higher in Best's Guide and admitted in the State of Washington. 10.4. Automobile Liability Insurance: On or before the date this CONTRACT No. 2009 -56 is fully executed, the CONTRACTOR will identify those individuals who will use their personal vehicles in conjunction with this CONTRACT No. 2009 -56. As proof of insurance, each of those individuals will be required to furnish the CITY either a certificate of insurance or a copy of the declarations page from their personal automobile policy. Minimum limits required are $1,000,000.00 per occurrence combined single limit bodily • injury and property damage. Updated declarations pages will be furnished to the CITY each time the personal automobile policies renew. The insurance shall be with an City of Yakima/ VP Consulting Page 7 Contract No. 2009 -56 Professional Service Contract 5/14/09 insurance company or companies rated A VII or higher in Best's Guide and admitted in the State of Washington. 10.5. Other Insurance Provisions: 10.5.1. The CONTRACTOR'S liability insurance provisions shall be primary with respect to any insurance or self - insurance programs covering the CITY, its elected and appointed officers, officials, employees and agents. 10.5.2. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the CITY, its officers, officials, employees or agents. 10.5.3. The CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 10.5.4. The CONTRACTOR shall include all sub - contractors as insured's under its policies or shall furnish separate certificates and endorsements for each sub -contractor. All coverage for sub - contractors shall be subject to all of the requirements stated herein. 10.5.5. The insurance limits mandated for any insurance coverage required by this CONTRACT No. 2009 -56 are not intended to be an indication of exposure nor are they limitations on indemnification. 10.5.6. The CONTRACTOR shall maintain all required policies in force from the time • services commence until services are completed. Certificates, policies, and endorsements expiring before completion of services shall be promptly replaced. 10.6. Verification of Coverage and Acceptability of Insurers: The CONTRACTOR shall place insurance with insurers licensed to do business in the State of Washington and having A.M. Best Company ratings of no less than A -, with the exception that excess and umbrella coverage used to meet the requirements for limits of liability or gaps in coverage need not be placed with insurers or re- insurers licensed in the State of Washington. 10.6.1. Certificates of Insurance shall show the Certificate Holder as the City of Yakima located at 129 North Second Street, Yakima, Washington. 10.6.2. Written notice of cancellation or change shall be mailed to the CITY at the following address: - Yakima City Manager City of Yakima 129 N. 2nd St. Yakima, WA 98901 10.63. The CONTRACTOR shall furnish the CITY with properly executed certificates of insurance or a signed policy . endorsement which shall clearly evidence all insurance required in this section prior to commencement of services. The certificate shall, at a minimum, list limits of liability and coverage. The certificate City of Yakima/VP Consulting Page 8 Contract No. 2009 -56 Professional Service Contract 5/14/09 . shall provide that the underlying insurance contract will not be canceled or allowed to expire except on thirty (30) days prior written notice to the CITY. 10.6.4. The CONTRACTOR or its broker shall provide a copy of any and all insurance polities specified in this CONTRACT No. 2009 -56 upon request of the City of Yakima Legal Department. 11. TERMINATION 11.1. The CITY may terminate this CONTRACT No. 2009 -56 in whole or in part, with or without cause, whenever the CITY determines, in its sole discretion, that such termination is in the best interests of the CITY. The CITY may terminate this CONTRACT No. 2009 -56 upon giving thirty (30) days written notice by Certified Mail to the CONTRACTOR. In that event, the CITY shall pay the CONTRACTOR for all costs incurred by the CONTRACTOR in performing the CONTRACT No. 2009 -56 up to the date of such notice. Payment shall be made in accordance with SECTION 5 - COMPENSATION of this CONTRACT No. 2009 -56. Any funds advanced for which work has not been completed shall be refunded to the CITY. 11.2. In the . event that funding for this project is withdrawn, reduced or limited in any way after the EFFECTIVE DATE of this CONTRACT No. 2009 -56, the CITY may summarily terminate this CONTRACT No. 2009 -56 notwithstanding any other termination provision of the CONTRACT No. 2009 -56. Termination under this paragraph shall be effective upon the date specified in the written notice of termination sent by the CITY to the 0 CONTRACTOR. After the effective date of the termination, no charges incurred under this CONTRACT No. 2009 -56 are allowable. 11.3. If the CONTRACTOR breaches any of its obligations hereunder, and fails to cure the breach within thirty (30) days of written notice to do so by the CITY, the CITY may terminate this CONTRACT No. 2009 -56, in which case the CITY shall pay the CONTRACTOR only for the costs of services accepted by the CITY, in accordance with SECTION 5 - COMPENSATION of this CONTRACT No. 2009 -56,. Any funds advanced for which work has not been completed shall be refunded to the CITY. Upon such termination, the CITY, at its discretion, may obtain performance of the work elsewhere, and the CONTRACTOR shall bear all costs and expenses incurred by the CITY in completing the work and all damage sustained by the CITY by reason of the CONTRACTOR'S breach. If, subsequent to termination, it is determined for any reason that (1) the CONTRACTOR was not in default, or (2) the CONTRACTOR'S failure to perform was not its fault or its sub - contractor's fault or negligence, the termination shall be deemed to be a termination under SUBSECTION 11.1 of this SECTION 11- TERMINATION. 12. ASSIGNMENT, DELEGATION, AND SUBCONTRACTING 12.1. The CONTRACTOR shall perform the terms of the CONTRACT No. 2009 -56 using only its bona fide employees or agents who _ have the qualifications to perform under this CONTRACT. The obligations and duties of the CONTRACTOR under this CONTRACT No. 2009 -56 shall not be assigned, delegated, or subcontracted to any other person or firm without the prior express written consent of the CITY. 0 i 12.2. The CONTRACTOR warrants that it has not paid nor has it agreed to pay any company, person, partnership, or firm, other than a bona fide employee working exclusively for City of Yakima / VP Consulting Page 9 Contract No. 2009 -56 Professional Service Contract 5/14/09 CONTRACTOR, any fee, commission, percentage, brokerage fee, gift, or other consideration contingent upon or resulting from the award or making of this CONTRACT No. 2009 -56. 12.3. In conformance with SUBSECTION 12.1, above, CITY agrees and acknowledges that certain minor portions (less than 10%) of the services to be performed by CONTRACTOR shall be performed by sub - contractors through separate agreements between the CONTRACTOR and the sub - contractor. 13. NON - WAIVER OF RIGHTS The parties agree that the excuse or forgiveness of performance, or waiver of any provision(s) of this CONTRACT No. 2009 -56 does not constitute a waiver of such provision(s) or future performance, or prejudice the right of the waiving party to enforce any of the provisions of this CoNTRACr No. 2009 -56 at a later time. 14. INDEPENDENT CONTRACTOR 14.1. The CONTRACTOR'S services shall be furnished by the CONTRACTOR as an Independent Contractor and not as an agent, employee or servant of the CITY. The CONTRACTOR specifically has the right to direct and control CONTRACTOR'S own activities in providing the agreed services in accordance with the specifications set out in this CONTRACT No. 2009 -56. 14.2. The CONTRAC IOR acknowledges that the entire compensation for this CONTRACT No. 2009 -56, is set forth in SECTION 5 - COMPENSATION of this CONTRACT No. 2009 -56, and the CONTRACTOR is not entitled to any CITY benefits, including, but not limited to: vacation pay, holiday pay, sick leave pay, medical, dental, or other insurance benefits, fringe benefits, or any other rights or privileges afforded to CITY employees. 14.3. The CONTRACTOR shall have and maintain complete responsibility and control over all of its sub - contractors, employees, agents, and representatives. No sub - contractor, employee, agent or representative of the CONTRACTOR shall be or deem to be or act or purport to act as an employee, agent or representative of the CITY. 14.4. The CONTRACTOR shall assume full responsibility for the payment of all payroll taxes, use, sales, income or other form of taxes, fees, licenses, excises, or payments required by any city, federal or state legislation which is now or may during the term of this CONTRACT No. 2009 -56, be enacted as to all persons employed by the CONTRACTOR and as to all duties, activities and requirements by the CONTRACTOR in performance of the work on this project and under this CONTRACT No. 2009 -56 and shall assume exclusive liability therefore, and meet all requirements thereunder pursuant to any rules or regulations. 14.5. The CONTRACTOR agrees to immediately remove any of its employees or agents from assignment to perform services under this CONTRACT No. 2009 -56 upon receipt of a written request to do so from the CITY'S CONTRACT REPRESENTATIVE or designee. 15. COMPLIANCE WITH LAWS The CONTRACTOR shall comply with all applicable federal, state and local laws, rules and regulations in performing this CONTRACT No. 2009 -56. City of Yakima/VP Consulting Page 10 Contract No. 2009 -56 Professional Service Contract 5/14/09 The relationship contemplated by this CONTRACT No. 2009 -56 may implicate the Privacy Regulations under the Health Insurance Portability and Accountability Act of 1996, Pub.L. No. 104- 191,110 Stat. 1936 (1996) ( HIPAA). The Contractor shall comply with HIPAA and applicable regulations contained in 45 CFR parts 160 and 164. The CONTRACTOR shall enter into a Business Associate Addendum with the CITY if the CITY determines that the CONTRACTOR will be acting as Business Associate as defined under HIPAA. 16. INSPECTION OF BOOKS AND RECORDS The CITY may, at reasonable times, inspect the books and records of the CONTRACTOR relating to the performance of this CONTRACT No. 2009 -56. The CONTRACTOR shall keep all records required by this CONTRACT No. 2009-56 for six (6) years after termination of this CONTRACT No. 2009 -56 for audit purposes. 17. NONDISCRIMINATION The CONTRACTOR, its assignees, delegatees or sub- contractors shall not discriminate against any person in the performance of any of its obligations hereunder on the basis of race, color, creed, ethnicity, religion, national origin, age, sex, marital status, veteran status, sexual orientation or the presence of any disability. Implementation of this provision shall be consistent with RCW 49.60.400. 18. OWNERSHIP OF MATERIALS/WORKS PRODUCED ® 18.1. Material produced in the performance of the work under this CONTRACT No. 2009 -56 shall be "works for hire" as defined by the U.S. Copyright Act of 1976 and shall be owned by the CITY. This material indudes, but is not limited to, books, computer programs, plans, specifications, documents, films, pamphlets, reports, sound reproductions, studies, surveys, tapes, and /or training materials. Ownership indudes the right to copyright, patent, register, and the ability to transfer these rights. The CITY agrees that if it uses any materials prepared by the CONTRACTOR for purposes other than those intended by this CONTRACT No. 2009-56, it does so at its sole risk and it agrees to hold the CONTRACTOR harmless therefore to the extent such use is agreed to in writing by the CONTRACTOR. 18.2. CITY acknowledges and agrees that all techniques, procedures and methodologies used and implemented by CONTRACTOR in the performance of its work under this CONTRACT No. 2009 -56 are not included in the sale, and all intellectual property rights to such techniques, procedures and methodologies shall be retained by CONTRACTOR, or by such third parties with whom CONTRACTOR may contract with or have licenses through. 18.3. An electronic copy of all or a portion of material produced shall be submitted to the CITY upon request or at the conclusion of performance under the applicable Exhibit of this CONTRACT No. 2009-56 using the word processing program and version specified by the CITY. City of Yakima / VP Consulting Page 11 Contract No. 2009 -56 Professional Service Contract 5/14/09 • 19. DISPUTE RESOLUTION 19.1 Negotiation. In the event a dispute arises over the interpretation or application of any provision of this CONTRACT No. 2009 -56 or the grounds for termination, the parties shall meet within ten (10) working days of a request by one or both parties to resolve the dispute by negotiation. The parties shall act through the appropriate officers with full decision- making authority to promptly resolve the matter in good faith with a cooperative, problem - solving approach. If within ten (10) working days after the first meeting, the parties have not resolved the dispute, either party may request that they extend the time for negotiation for fifteen (15) additional working days with the objective of achieving final resolution. 19.2 Mediation. In the event a dispute exists relating to the interpretation or performance of this CONTRACT No. 2009 -56 or the grounds for its termination and after compliance with the negotiation required in SUBSECTION 19.1, the parties shall enter into mediation in accordance with SUBSECTION 19.2. The party requesting mediation of the dispute must notify the other party in writing of the requesting party's intent to seek mediation by a third -party who is an expert ( "Expert") in the subject and technology under dispute. Each party must, within fifteen (15) working days after such notification, submit its position regarding the dispute in writing to the other party. If within fourteen (14) days after each party has submitted its position to the other the dispute is not resolved, the parties shall mutually select an independent Expert in a joint letter of appointment to the Expert. The Expert shall render a written decision containing an analysis and explanation of the decision within fifteen (15) working days or, where necessary, twenty (20) working days of his /her receipt of the joint letter of appointment from the parties. A party may not unreasonably withhold consent to the selection of an Expert. Any person who is a current or former employee, agent, representative, shareholder or subsidiary of either party, or relative of one, or a current or former consultant for either party or relative of one, is not eligible to serve as the Expert. The parties shall share equally the costs of the Expert and the mediation. 19.3 Post-Mediation Alternative. If the parties are not able to resolve the dispute through mediation in SUBSECTION 19.2, they may agree to use another form of alternative dispute resolution including arbitration. The parties shall share equally the costs of the arbitrator. 19.4. Confidentiality. All discussions and documents prepared pursuant to the attempt to resolve a dispute under this SECTION 19 - DISPUTE RESOLUTION are confidential and for settlement purposes only and shall not be admitted in any court or forum as an admission or otherwise against a party for any purpose including the applicability of Federal and State court rules. 19.5. Statute of Limitations. The parties agree to toll any applicable statutes of limitations during the pendency of any of the above dispute resolution proceedings. 19.6. Judicial Remedies. Nothing in SECTION 19 - DISPUTE RESOLUTION will prevent any party from seeking equitable remedies in a judicial proceeding if interim relief from a court is necessary to preserve the status quo pending resolution or to prevent serious and City of Yakima / VP Consulting Page 12 Contract No. 2009 -56 Professional Service Contract 5/14/09 • 20. CHOICE OF LAW, JURISDICTION AND VENUE 20.1. This CONTRACT No. 2009 -56 has been and shall be construed as having been made and delivered within the State of Washington, and it is agreed by each party hereto that this CONTRACT No. 2009 -56 shall be governed by the laws of the State of Washington, both as to its interpretation and performance. 20.2. The venue for any action at law, suit in equity, or judicial proceeding arising out of this CONTRACT shall be instituted and maintained only in any of the courts of competent jurisdiction in Yakima County, Washington. 21. SEVERALBILITY 21.1. If a court of competent jurisdiction holds any part, term or provision of this CONTRACT No. 2009 -56 to be illegal, or invalid in whole or in part, the validity of the remaining provisions shall not be affected, and the parties' rights and obligations shall be construed and enforced as if the CONTRACT No. 2009 -56 did not contain the particular provision held to be invalid. 21.2. If any provision of this CONTRACT No. 2009 -56 is in direct conflict with any statutory provision of the State of Washington, that provision which may conflict shall be deemed inoperative and null and void insofar as it may conflict, and shall be deemed modified to conform to such statutory provision. • 21.3. Should the CITY determine that the severed portions substantially alter this CONTRACT No. 2009 -56 so that the original intent and purpose of the CONTRACT No. 2009 -56 no longer exists, the CITY may, in its sole discretion, terminate this CONTRACT No. 2009 -56. 22. ENTIRE AGREEMENT The parties agree that this CONTRACT No. 2009 -56 is the complete expression of its terms and conditions. Any oral or written representations or understandings not incorporated in this CONTRACT No. 2009 -56 are specifically excluded. 23. NOTICES Any notices shall be effective if personally served upon the other party or if mailed by registered or certified mail, return receipt requested, to the addresses set out in SECTION 4 - CONTRACT REPRESENTATIVES. Notice may also be given by facsimile with the original to follow by regular mail. Notice shall be deemed to be given three days following the date of mailing or immediately if personally served. For service by facsimile, service shall be effective upon receipt during working hours. If a facsimile is sent after working hours, it shall be effective at the beginning of the next working day. EXHIBIT LIST: Exhibit A - Order Form Exhibit B - Scope of Services Exhibit C - Compensation fli Exhibit D - Confidentiality and Nondisclosure Agreement Exhibit E - Consent for Background Check and Release of Liability City of Yakima /VP Consulting Page 13 Contract No. 2009 -56 Professional Service Contract 5/14/09 Exhibit F - Software Maintenance Agreement 11 Exhibit G - LaserFiche Software License Agreement CONTRACTOR: CITY: VP Consulting, Inc. an Oregon Corporation City of Yakima, Washington By: By: Vicki Pattle, President Richard A. Zais, Jr., City Manager Date: Date: Attest: City Clerk City of Yakima/VP Consulting Page 14 Contract No. 2009 -56 Professional Service Contract 5/14/09 • SOFTWARE LICENSE AND PROFESSIONAL SERVICES CONTRACT CITY OF YAKIMA / VP CONSULTING INCORPORATED CONTRACT No. 2009-56 EXHIBIT A - ORDER FORM This ORDER FORM is placed in accordance with and will be governed by the terms and conditions of the CONTRACT No. 2009 -56 specified above. Additional ORDER FORMS may be amended to this CONTRACT No. 2009 -56 when agreed to in writing by both parties to this CONTRACT No. 2009 -56. The CITY hereby orders from the CONTRACTOR the Software Licenses (SL), Professional Services (PS), Software Maintenance and Support (SM), and Travel & Incidental Expenses (Misc) as Follows: QTY. DESCRIPTION CATEGORY PRICE TOTAL 1 Laserfiche Classic Server - The core of the Laserfiche solution SL $8,500.00 $8,500.00 requires a MS SQL server with Microsoft Server 2000 (or later) network operating system. 1 Laserfiche Classic Server for MS SQL Annual Software SM $1,450.00 $1,450.00 Maintenance. Includes free software upgrades during the year, does not include software installation. Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement SubSection F6 - Application Software Maintenance Fee Payments. 1 Laserfiche Records Management Module (non DOD SL $6,000.00 $6,000.00 Certified) 1 Laserfiche Records Management Module Annual SM $1,200.00 $1,200.00 Maintenance. Includes free software upgrades during the year, does not include software installation. Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement SubSection F6 - Application Software Maintenance Fee Payments. 1 Laserfiche Audit Trail Starter SL $2,495.00 $2,495.00 1 Laserfiche Audit Trail Starter Annual Maintenance. Includes SM $1,200.00 $1,200.00 free software upgrades during the year, does not indude software installation. Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement SubSection F6 - Application Software Maintenance Fee Payments. 15 Laserfiche Full Feature License - Full feature licensed clients SL $750.00 $11,250.00 • are able to browse, search, read, print, email, scan, append pages, re -order pages, create /remove annotations and add /remove redactions to documents in repository. City of Yakima / VP Consulting Page 15 Contract No. 2009 -56 Professional Service Contract 5/14/09 15 Laserfiche Full Feature Annual Software Maintenance. SM $150.00 $2,250.00 Includes free software upgrades during the year, does not include software installation. Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement Sub - Section F6 - Application Software Maintenance Fee Payments.. 10 Laserfiche Retrieval License. Read -only license clients are SL $300.00 $3,000.00 able to browse, search, read, print, and email documents in the repository. 10 Laserfiche Retrieval License Annual Software Maintenance. SM . $60.00 $600.00 Includes free software upgrades during the year, does not include software installation Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement SubSection F6 - Application Software Maintenance Fee Payments.. 1 Laserfiche WebLink License. Enable read -only access to SL $8,000.00 $8,000.00 Laserfiche repository through an Internet /Intranet connection. The WebLink connection is through Internet Explorer, Firefox, or other web browser software and requires Retrieval licenses. 1 1 1 Laserfiche WebLink License Annual Software Maintenance. SM $1,590.00 $ , 590.00 Includes free software upgrades during the year, does not indude software installation. Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement SubSection F6 - Application Software Maintenance Fee Payments. 1 Laserfiche Quick Fields License. The Quick fields solution is SL $500.00 $500.00 a collection of image processing and enhancement tools designed to simplify automated capture and classification of documents. 1 Laserfiche Quick Fields License Annual Software SM $100.00 $100.00 Maintenance. Includes free software upgrades during the year, does not indude software installation. Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement SubSection F6 - Application Software Maintenance Fee Payments. 1 Laserfiche Pattern Matching License. Uses "regular SL $500.00 $500.00 expressions" to sort captured data (Zone OCR, Barcode, or Real Time Lookup) for use in populating data fields or automatically storing documents. City of Yakima/VP Consulting Page 16 Contract No. 2009 -56 Professional Service Contract 5/14/09 • 1 Laserfiche Pattern Matching License Annual Software SM $100.00 $100.00 Maintenance. Includes free software upgrades during the year, does not include software installation. Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement Sub - Section F6 - Application Software Maintenance Fee Payments. 1 Laserfiche Real Time Look-Up License. Uses captured SL $500.00 $500.00 information generated by manual input, Zone OCR, barcode reading or other tools for looking up data from a third -party ODBC database. 1 Laserfiche Real Time Look -Up License Annual Maintenance. SM $100.00 $100.00 Includes free software upgrades during the year, does not include software installation. Needs to be renewed each year in accordance with the payment schedule contained in Exhibit F - Software Maintenance Agreement SubSection F6 - Application Software Maintenance Fee Payments. 1 All Laserfiche Software Installation on CITY Hardware PS $2,000.00 $2,000.00 4 Scanner Installation and Configuration Training Hours. PS $160.00 $640.00 • VCPI will bill for actual hours used. Any hours in excess of 4 hours must be approved by the CITY in writing. 2 Quickfields Installation and Testing. Any hours in excess of 2 PS $160.00 $320.00 hours must be approved by the CITY in writing. 18 Laserfiche User and Scanner Operator Training. Any hours in PS $160.00 $2,880.00 excess of 18 hours must be approved by the CITY in writing. 4 Laserfiche Administrative Training. Any hours in excess of 4 PS $160.00 $640.00 hours must be approved by the CITY in writing. 48 Consulting Hours. Laserfiche Records Management Edition PS $160.00 $7,680.00 Includes: System Design, Template development to facilitate retrieval /searching; Folder Design, with Security Implementation VCPI will bill for actual hours used. Any hours in excess of 48 hours must be approved by the CITY in writing. 1 Project Management - both on and off site. Limit 2 days on PS $1,000.00 $1,000.00 site. 1 Contract Management PS $500.00 $500.00 15 Per Diem - Per 'ei on, Per Trip. NOTE: This is an estimate Misc. $225.00 $3,375.00 only, depending on schedule for individual department deployments. One trip would be if VCPI deploys all three City of Yakima / VP Consulting Page 17 Contract No. 2009 -56 Professional Service Contract 5/14/09 departments during one week. This is best case. Typically, 411 two trips would be appropriate. 1,180 This is per trip.. NOTE: This is an estimate only, depending Misc. $0.58 $684.40 on schedule for individual department deployments. One trip would be if VCPI deploys all three departments during one week. This is best case. Typically, two trips would be appropriate. SUB- TOTALS SOFTWARE LICENSES SL $40,745.00 SOFTWARE MAINTENANCE SM $8,590.00 PROFESSIONAL SERVICES pS $15,660.00 MISCELLANEOUS Misc. $4,059.40 TOTAL $69,054.40 • • City of Yakima/VP Consulting Page 18 Contract No. 2009 -56 Professional Service Contract 5/14/09 SOFTWARE LICENSE AND PROFESSIONAL SERVICES CONTRACT CITY OF YAIOMA / VP CONSULTING INCORPORATED CONTRACT No. 2009 -56 EXHIBIT B - SCOPE OF SERVICES • The services to be performed by the CONTRACTOR under this CONTRACT, which are described in SECTION 2 - SERVICES PROVIDED BY THE CONTRACTOR - of the CONTRACT NO. 2009-56 are set forth as follows: B1. PHASE 1- SYSTEM ADMINISTRATION CONTRACTOR shall: B1.1. Provide software and professional services for the implementation of the LASERFICHE ENTERPRISE CONTENT MANAGEMENT SYSTEM (ECMS). B1.2. Identify roles /responsibilities and provide project coordination and implementation for the ELMS. Establish testing processes for the ECMS. B1.3. Provide a Project Plan which shall include steps necessary for the administration and each phase of the implementation of the ELMS. The Project Plan shall be updated to . include dates (calendar or days of effort), responsibilities, critical paths and shall be approved in advance of each phase by both parties. B1.4. Provide technical specifications to ECMS SYSTEM ADMINISTRATOR for purchasing hardware. B1.5. Complete work in phases. Upon completion of each phase, the CITY shall evaluate and test the product and direct the CONTRACTOR to either; a) proceed to the next phase, b) wait to proceed and fix problems, or c) terminate the CONTRACT No. 2009 -56. B1.6. Consult with the ECMS SYSTEM ADMINISTRATOR and ECMS USER REPRESENTATIVE during each phase to identify document types, indexing, security, and retention schedules. B1.7. Create and document the "business- process" workflow of how documents shall be scanned, stored and retrieved for each phase. B1.8. Consult with the ECMS SYSTEM ADMINISTRATOR and ECMS USER REPRESENTATIVE during each phase to identify and document potential uses of imaging technology for current business processes and suggest future implementation of imaging technology. B1.9. Consult and work with the ECMS SYSTEM ADMINISTRATOR and ECMS USER REPRESENTATIVE to develop policies, procedures and guidelines for the use of imaging technology. • B1.10. Develop and provide training resources, plans (train the trainer) and schedules to the ECMS SYSTEM ADMINISTRATOR and ECMS USER REPRESENTATIVE. City of Yakima/VP Consulting Page 19 Contract No. 2009 -56 Professional Service Contract 5/14/09 B1.11. Provide system documentation to allow City apply for State of Washington certification. • B1.12. Provide progress reports as necessary. • B1.13. Provide system acceptance testing as identified in SECTION B3 - LASERFICHE SOFTWARE ACCEPTANCE TESTING of this EXHIBITB - SCOPE OF SERVICES. B1.14. Comply with the terms of the SOFTWARE MAINTENANCE AGREEMENT contained in EXHIBIT F - SOFTWARE MAINTENANCE AGREEMENT of this CONTRACT No. 2009-56. B2. PHASE 2 - CITY CLERK'S OFFICE CONTRACTOR shall: B2.1. Set up the records management portion of LASERFICHE with the ECMS SYSTEM ADMINISTRATOR and ELMS USER REPRESENTATIVE. B2.2. Incorporate document types and their associated records retention schedules and associated disposition authority numbers. Document types include: Contracts, Council and Committee Agendas, Council and Committee Minutes, Damage Claims, Deeds, Disclosures, Elections, Franchises, Local Improvement Districts (LIDs), Ordinances, Pensions, Petitions, Resolutions, Vacations, and other legal documents managed by the City Clerk's division. B2.3. Create a template for document dassification schema /file management structure for • documents identified in SECTION B2.2 above. • B2.4. Develop and define process of entering documents and indexing information into the ECMS for documents identified in SEcrION B2.2 above. B2.5. Implement a web based capability for viewing the City of Yakima City Council's resolutions, ordinances and minutes. B2.6. Assist with identification and establish workflow /business processes using imaging technology for each of the specified record and document types. B2.7. Set up processes to receive electronic documents from external and internal sources into ECMS. B2.8. Assist in identifying the workflow of e- discovery of legal documents. B2.9. Obtain written acceptance from the Cm ELMS SYSTEM ADMINISTRATOR and ECMS USER REPRESENTATIVE of all documentation of product deliverable specified in this SECTION 2 - PHASE 2 - CITY CLERK'S OFFICE. B3. LASEFICHE SOFTWARE ACCEPTANCE TESTING B3.1. Within thirty (30) days after the LASERFICHE software products have been installed on the CITY'S equipment, CONTRACTOR shall verify and test the system. B3.2. The CONTRACTOR shall verify and demonstrate to the CITY ECMS SYSTEMS • ADMINISTRATOR and ECMS USER REPRESENTATIVE that the software products City of Yakima/VP Consulting Page 20 Contract No. 2009 -56 Professional Service Contract 5/14/09 .• substantially comply with LASERFICHE User Manuals and the ECMS Documentation resulting from SECTION 2 - PHASE 2 - CITY CLERK'S OFFICE of this EXHIBIT B - SCOPE OF SERVICES. B3.3. To verify that the LASERFICHE products function appropriately, CONTRACTOR shall: B3.3.1. Test software products in accordance with CONTRACTOR standard acceptance testing procedures and agreed upon by CITY by demonstrating to the CITY that the software products perform all of the functions purchased. B3.3.2. Resolve any issues relating to acceptance testing to the satisfaction of the CITY. B3.3.3. Conduct acceptance tests following each module installation and prior to implementation. Only the tests corresponding to the software products licensed to the CITY shall be conducted. B3.3.4. Perform tests using the CONTRACTOR and the LASERFICHE verification /testing database. The database shall contain general information applicable to each phase. B3.3.5. Validate with acceptance testing that the CONTRACTOR and LASERFICHE software are installed and perform base line functions. The acceptance tests shall not validate site specific functionality. • B33.6. Promptly correct any functions of the software products that failed the standard acceptance testing or failed to comply with CONTRACTOR and /or LASERFICHE software user manuals for the most current version of the software products and functional descriptions of the software ELMS Documentation resulting from SECTION 2 - PHASE 2 - CITY CLERK'S OFFICE Of this EXHIBIT B - SCOPE OF SERVICES. If CITY has made modifications to the software programs, CONTRACTOR shall not make such corrections, unless such modifications were specifically authorized in writing by CONTRACTOR. B33 Upon the satisfactory demonstration and CONTRACTOR'S written certification that the ECMS complies with all documentation as described in Paragraph B3.2 of SECTION 2 - PHASE 2 - CITY CLERK'S OFFICE of this EXHIBIT B - SCOPE OF SERVICES, the CITY will accept the ECMS in writing. Such acceptance shall not be unreasonably withheld. B3.4. Written acceptance by the CITY shall be final and condusive except for latent defect, fraud, and such gross mistakes that amount to fraud and the operation of any provision of this CONTRACT which specifically survives verification. In the event said verification becomes other than final, or becomes inconclusive, pursuant to this paragraph, CITY's sole right and remedy against CONTRACTOR shall be to require the CONTRACTOR to correct the cause thereof consistent with SECTION 9 - WARRANTY SUBSECTION 9.2 of the CONTRACT No. 2009 -56. B4. CITY SPECIFIC ECMS FUNCTIONALITY ACCEPTANCE TESTING B4.1. Within thirty (30) days after the CONTRACTOR has developed and installed the CITY "user specific" ELMS functionality, the CONTRACTOR shall verify and demonstrate to the CITY • ECMS SYSTEM ADMINISTRATOR and ECMS USER REPRESENTATIVE that this functionality complies substantially with the CITY ECMS DESIGN DOCUMENTATION. City of Yakima/ VP Consulting Page 21 Contract No. 2009 -56 Professional Service Contract 5/14/09 B4.2. To verify that the CITY SPECIFIC ELMS FUNCTIONALITY functions appropriately, the CONTRACTOR shall: B4.2.1. Test all functions documented in the CITY ELMS DESIGN DOCUMENTATION and verify and demonstrate to the CITY ELMS SYSTEMS ADMINISTRATOR and ECMS USER REPRESENTATIVE that these functions comply substantially as documented. B4.2.2. Utilize CITY- specific data when testing CITY SPECIFIC EMCS FUNCTIONALITY. B4.2.3. Test and verify that the CITY SPECIFIC ECMS FUNCTIONALITY interfaces with and performs correctly with the LASERFICHE Software. B4.2.4. Test and verify that the ECMS is transparent in impacting the CITY network. B4.2.5. Test and verify that the ECMS is transparent in impacting computer workstations and applications. B4.2.6. Resolve any issues relating to acceptance testing to the satisfaction of the CITY. B4.2.7. Promptly correct any functions of the software products that failed the acceptance testing or failed to comply with CITY ECMS DESIGN DOCUMENTATION. If CITY has made modifications to the software programs, CONTRACTOR shall not make such corrections, unless such modifications were specifically authorized in writing by CONTRACTOR. B4.4. Upon the satisfactory demonstration and CONTRACTOR's written certification that the • ECMS complies with CITY ECMS DESIGN DOCUMENTATION, the CITY will accept the ECMS in writing. Such acceptance shall not be unreasonably withheld. B4.5. Written acceptance by the CITY shall be final and conclusive except for latent defect, fraud, and such gross mistakes that amount to fraud and the operation of any provision of this CONTRACT No. 2009 -56 which specifically survives verification. In the event said verification becomes other than final, or becomes inconclusive, pursuant to this paragraph, CITY'S sole right and remedy against CONTRACTOR shall be to require the CONTRACTOR to correct the cause thereof consistent with SECTION 9 - WARRANTY SUBSECTION 9.2 of the CONTRACT No. 2009 -56. B5. SERVICE TO BE PROVIDED BY THE CITY The services to be performed by the CITY under this CONTRACT No. 2009 -56, which are described in SECTION 3 - SERVICES PROVIDED BY THE CITY are set forth as follows: B5.1. The CITY shall provide a ECMS SYSTEM ADMINISTRATOR who shall be responsible for the following: B5.1.1. Administration of all services contained in this CONTRACT No. 2009 -56. B5.12. Purchasing and setting up computer hardware for the ECMS inaccordance with specifications provided by CONTRACTOR. B5.1.3. Assist CONTRACTOR with developing and documenting policies, procedures and • guidelines relating to using the ECMS. City of Yakima / VP Consulting Page 22 Contract No. 2009 -56 Professional Service Contract 5/14/09 • B5.1.4. Identify all known extenuating circumstances within the CITY that may delay the implementation of the system. B5.1.5. Develop the system plan and documentation for disaster recovery for the ECMS. B5.1.6. Work with CONTRACTOR to develop and document training resources. City of Yakima/VP Consulting Page 23 Contract No. 2009 -56 Professional Service Contract 5/14/09 • SOFTWARE LICENSE AND PROFESSIONAL SERVICES CONTRACT CITY OF YAKIMA/ VP CONSULTING INCORPORATED CONTRACT No. 2009 -56 EXHIBIT C - COMPENSATION C1. The CONTRACTOR'S compensation under this CONTRACT No. 2009 -56, which is described in SECTION 5 - COMPENSATION of the CONTRACT, is set forth as follows: C1.1 SOFTWARE, LICENSES, PROFESSIONAL SERVICES, AND INITIAL SOFTWARE MAINTENANCE FEEs C1.1.1. Upon initiation of services provided under this CONTRACT No. 2009 -56, the CITY shall pay to the CONTRACTOR $31,035 which is equal to 5070 of the total Software License, Professional Services, and Miscellaneous amounts included in EXHIBIT A - ORDER FORM of this CONTRACT No. 2009 -56. C1.12. Upon Written Acceptance as specified in SECTION B4.5 of this CONTRACT, the Contractor may invoice the City for $20,372.50 which is 50% of the Software License fee included in Exam-F. A - ORDER FORM of this CoNTRACT No. 2009-56. C1.13. During P erformance under this CONTRACT No. 2009 -56 the CONTRACTOR shall • track and record all Professional Services hours and Travel and Per Diem Charges. Upon Written Acceptance as specified in SECTION B4.5 of this CONTRACT No. 2009 -56, the CONTRACTOR shall provide to the CITY a full and detailed accounting of these Professional Services and Miscellaneous Charges. C1.1.4. Upon acceptance by the CITY of the accounting for the Professional Services, Travel and Per Diem charges, the CONTRACTOR may invoice the CITY for the total documented cost of the Professional Services and Miscellaneous costs less $10,662.65 which is the amount paid for Professional Services and Miscellaneous costs in Section 0.1.1 above. C1.1.5. The CITY shall pay the invoice within thirty days of receipt. C1.2. ANNUAL SOFTWARE MAINTENANCE FEES The Annual Software Maintenance Fees shall be invoiced and paid as specified in EXHIBIT F - SOFTWARE MAINTENANCE. City of Yakima / VP Consulting Page 24 Contract No. 2009 -56 Professional Service Contract 5/14/09 III SOFTWARE LICENSE AND PROFESSIONAL SERVICES CONTRACT CITY OF YAIQMA/ VP CONSULTING CONTRACT No. 2009 -56 EXHIBIT D - CONFIDENTIALITY AND NONDISCLOSURE AGREEMENT WHEREAS, VP CONSULTING INCORPORATED aka VPQ (CONTRACTOR) and the CITY OF YAKIMA ( "CITY') have entered into a Professional Services Contract whereby the CONTRACTOR shall have access to, scan and index back files from various CITY offices and departments; WHEREAS, under the terms of the CONTRACT No. 2009-56, CONTRACTOR and its employees shall have access to certain personal information in the CITY'S files; WHEREAS, for purposes of this Agreement, "personal information" shall mean information identifiable to any person, including but not limited to, information that relates to a person's name, • health, finances, education, business, use or receipt of governmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers and any financial identifiers, and information contained in police accident reports, law enforcement investigative files and criminal prosecution case files. Personal Information includes "Protected Health Information" as set forth in 45 CFR 164.501 as currently drafted and subsequently 411 amended or revised and other information that may be exempt from disclosure to the public or other unauthorized persons under either Chapter 42.56 RCW, Washington State Public Records Act or other federal and state statutes including 42 CFR Part 2, Chapter 70.02 RCW, Chapter 70.24 RCW and Chapter 71.05 RCW; and WHEREAS, as an employee of VPQ, I agree to be bound by the same confidentiality and nondisclosure restrictions placed on VPQ under the CONTRACT No. 2009-56. Specifically, I agree as follows; 1. I, , agree to hold personal information in trust and confidence and agree to use it only for the purposes of scanning and indexing back files. I shall not release, divulge, publish, transfer, sell or otherwise make known personal information without the express written consent of the CITY or unless required by law. 2. I shall not seek out or attempt to gain access to personal information unless it is essential to my job duties. 3. I shall not make or retain copies of any written information, and I shall return all documents provided to me once I have completed my work with them. AGREED AND ACCEPTED BY: Signature Date Print Name • Title City of Yakima/VP Consulting Page 25 Contract No. 2009 -56 Professional Service Contract 5/14/09 SOFTWARE LICENSE AND PROFESSIONAL SERVICES CONTRACT CITY OF YAKIMA/ VP CONSULTING CONTRACT No. 2009-56 EXHIBIT E CONSENT FOR BACKGROUND CHECK AND RELEASE OF LIABILITY THE UNDRSIGNED, being of lawful age, does hereby acknowledge and consent to an inquiry by CITY to obtain any record of criminal convictions that exists for the potential CONTRACTOR Employee whose signature is listed below. In signing this release, the undersigned does hereby forever release, acquit and discharge CITY, its officers and employees, from any and all rights of action, claims and demands arising out of this act including, but not limited to rights of action, claims and demands for any and all injury to mind, body and property, whether now known or not, or which may hereafter develop due to the application process with Thurston CITY. Signature of Applicant Date Print Name: Last First Middle Any Known Alias(s) including Maiden Name: Current Home Address: Street City State Zip Date of Birth (nun /dd /yyyy) Driver's License #: State: CONTRACTOR Name: CONTRACTOR Phone For Project Number: Instructions for CONTRACTOR and Project Manager • ATTACH COPY OF WORKER'S PHOTO ID • Confirm that all blanks are filled in. Including frill middle name • Return this form to the CITY Project Manager you are working with • The Project Manager will personally deliver the forms to Police Department • Return to City Clerk RESULTS: (Police Department's Response) Approved Not Approved for access to restricted areas Officer. Date: City of Yakima / VP Consulting Page 26 Contract No. 2009 -56 Professional Service Contract 5/14/09 • SOFTWARE LICENSE AND PROFESSIONAL SERVICES CONTRACT CITY OF YAKIMA/ VP CONSULTING INCORPORATED CONTRACT No. 2009 -56 EXHIBIT F - SOFTWARE MAINTENANCE AGREEMENT THIS AGREEMENT is entered into between the CITY OF YAKIMA with its principal offices at 2000 Lakeridge Drive SW, Olympia, WA 98502 hereinafter "CITY" and VP CONSULTING INCORPORATED. aka VPCI with its principal place of business at 90971 South Willamette Street, Coburg, OR 97408, hereinafter "CONTRACTOR ". F1. ENTIRE AGREEMENT This Software Maintenance Agreement (MAINTENANCE AGREEMENT), and all documents referenced herein constitutes the entire agreement between CONTRACTOR and CITY and supersedes all proposals, oral or written, between the parties relating to the CONTRACTOR'S support of the ECMS. Both parties acknowledge that this MAINTENANCE AGREEMENT covers maintenance, support for the software products, and licensing of updates of such installed software products as listed in this SECTION F5 - SOFTWARE MAINTENANCE FEES of this MAINTENANCE AGREEMENT. This MAINTENANCE AGREEMENT may be amended, modified or changed only by a written instrument signed by both parties. • F2. SERVICES In consideration of the payments to be made by the CITY to the CONTRACTOR, the CONTRACTOR agrees to provide the services described in this MAINTENANCE AGREEMENT or in any attachment hereto for software maintenance. F3. SERVICE RESPONSIBILITY OF CONTRACTOR F3.1. MAINTENANCE: CONTRACTOR shall maintain software so that it operates in conformity with all descriptions and specifications herein and in the applicable Vendor Software License Agreement and the Professional Services Contract No. 2009 -56 (CONTRACT No. 2009 -56) between the CONTRACTOR and the CITY, including specifications for the performance of all improved or modified versions of software which the CITY has been licensed to use. CONTRACTOR shall correct all errors discovered by the CITY. F3.2. TELEPHONE SUPPORT: CONTRACTOR shall provide software - related telephone support to the CITY. Phone calls shall be accepted by support personnel during CONTRACTOR business hours at a minimum of 8:00 A.M. to 5:00 P.M. Monday through Friday, PST. Assistance and support requests which require special assistance from CONTRACTOR development group shall be taken and directed by support personnel. In the event that CONTRACTOR support representatives are unavailable to receive calls, messages shall be taken and calls shall be returned to CITY within one business working day. F3.3. SUPPORT AND RESPONSE TIME In the event that CITY detects non - availability of software access due to any error, defect or nonconformity in the software, CONTRACTOR shall furnish complete off -site telephone support, in the form of consultations, assistance and advice on the use or maintenance of the software, within 24 hours of CITY request. In the event that such problem in the software is not corrected within twenty -four (24) hours of City of Yakima/VP Consulting Page 27 Contract No. 2009 -56 Professional Service Contract 5/14/09 the initiation of such off -site telephone support, CITY shall submit to CONTRACTOR a listing of the output and all such other data which CONTRACTOR reasonably may request in order to reproduce similar operating conditions. In the event that a software fix is not accessible within two (2) business days after CONTRACTOR receives from CITY a list of output and other data, CONTRACTOR shall within the next forty -eight (48) hours provide on -site services. CONTRACTOR shall implement temporary workaround procedures and shall demonstrate to CITY the good faith and diligent initiation and prosecution of corrective measures for all such problems involving the software within 24 hours of the commencement of such on -site services. F4. SERVICE RESPONSIBILITY OF CITY F4.1. The CITY may notify the CONTRACTOR immediately following the discovery of any error, defect or nonconformity in the software, unless such error, defect or nonconformity is discovered after 5:00 PST on a business day. In that case, the CITY may notify the CONTRACTOR on the following business day. In the event that an error, defect or nonconformity is discovered between 5:00 pm PST Friday and 8:00 am PST Monday, the CITY may notify the CONTRACTOR of the error, defect or nonconformity at their earliest convenience immediately following the weekend during which the error, defect or nonconformity was discovered. F4.2 The period within which CONTRACTOR is obligated herein to provide off -site support shall commence at such time that the CONTRACTOR receives the CITY'S notification. F4.3. The CITY shall attempt due diligence before contacting CONTRACTOR to confirm it is not something in CITY'S technological environment. F4.4 The CITY, upon detection of any error, defect or nonconformity in the software, shall, if requested to do so by the CONTRACTOR under Section 4(b) submit to the CONTRACTOR a listing of output and any such other data or research which CONTRACTOR reasonably may request in order to reproduce operation conditions similar to those present when the error occurred or the defect or nonconformity was discovered, as the case may be. F4.5. The CITY shall provide, at no charge to CONTRACTOR, full and free access to the programs covered hereunder. In addition, the CITY shall provide adequate working space to the CONTRACTOR within a reasonable distance from the equipment, use of machines, attachments, features, or other equipment necessary to provide the specified support and maintenance service. F5. SOFTWARE MAINTENANCE FEES The CITY agrees to pay CONTRACTOR annually for software maintenance as follows: QTY DESCRIPTION PRICE TOTAL 1 LaserFiche Classic Server Annual Software Support $1,450.00 $1,450.00 1 LaserFiche Records Management Module Annual Software $1,200.00 $1,200.00 Support 1 LaserFiche Audit Trail Starter Annual Software Support $1,200.00 $1,200.00 15 LaserFiche Full Feature License Annual Software Support $150.00 $2,250.00 • City of Yakima/VP Consulting Page 28 Contract No. 2009 -56 Professional Service Contract 5/14/09 • 10 LaserFiche Retrieval License Annual Software Support $60.00 $600.00 1 LaserFiche WebLink License Annual Software Support $1,590.00 $1,590.00 1 LaserFiche Quick Fields Annual Software Support $100.00 $100.00 1 LaserFiche Pattern Matching License Annual Software Support $100.00 $100.00 1 LaserFiche Real Time Lookup License Annual Software $100.00 $100.00 Support TOTAL ANNUAL SUPPORT $8,590.00 • F5.1. COMPUTATION: . Fees shall be as stated herein. These fees shall cover all services provided under this MAINTENANCE AGREEMENT. F5.2. ADDITIONAL FEES: Any maintenance performed by CONTRACTOR for the CITY which is not covered by this MAINTENANCE AGREEMENT shall be charged at $160.00 per hour. All materials supplied in connection with such non - covered maintenance or support plus expenses shall be charged to the CITY. If any non - covered maintenance is required on- site at the CITY, the CONTRACTOR may charge a one -time travel fee of $1,180 plus a per per person per diem fee of $225.00. F5.3. PRICE PROTECTION: The Software Maintenance Fees shall not increase during the initial three years of this contract. Subsequent Software Maintenance Fees will at CONTRACTOR'S then current published rates. F5.4. PRICE CHANGE NOTIFICATION: Contractor must notify City of any price changes at least ninety (90) days prior to its effective date of the price change. Prices can change only on annual renewal dates. F5.5. ADDITIONAL PRODUCTS: If the CITY acquires additional software licenses for any product included in this CONTRACT No. 2049 -56„ the Software Maintenance Fees for those products shall be as listed in this SECTION F5 - SOFTWARE MAINTENANCE FEES. If the CITY acquires any products not included in this CONTRACT, the Software Maintenance Fees shall be at CONTRACTOR'S then published rates. F6. APPLICATION SOFTWARE MAINTENANCE FEE PAYMENTS F6.1. CONTRACTOR shall provide to the CITY an initial invoice for the Software Maintenance Fees upon the EFFECTIVE DATE of this MAINTENANCE AGREEMENT. This initial invoice shall cover the period of one year from the EFFECTIVE DATE of this MAINTENANCE AGREEMENT. The City shall pay this invoice within thirty (30) days of receipt. F6.2. CONTRACTOR shall provide to the CITY an invoice for each subsequent year's Software Maintenance Fees thirty days before the annual renewal date.. The CITY shall pay this invoice within thirty (30) days of receipt.. F6.3. It is understood that the Application Software Maintenance Fees for Compulink Products • only may be subject to a price increase after the initial year, provided that CONTRACTOR provides written proof that the increase is limited to the amount of the increase to the City of Yakima/VP Consulting Page 29 Contract No. 2009 -56 Professional Service Contract 5/14/09 CONTRACTOR'S costs from Compulink Management Center, Inc. or its successors in • interest. F7. EFFECTIVE DATE OF MAINTENANCE AGREEMENT This MAINTENANCE AGREEMENT shall be effective upon the acceptance date of the ELMS specified in this CONTRACT. F8. TERMS AND CONDITIONS FOR LICENSING OF UPDATES FOR INSTALLED SOFIWARE PRODUCTS F8.1. CITY is hereby granted the non - exclusive and nontransferable license and right to use the additional versions of the installed software products which CONTRACTOR may release during the term of this MAINTENANCE AGREEMENT. CONTRACTOR agrees to extend, and CITY agrees to accept a license subject to the terms and conditions contained herein for the installed software products. F8.2. As long as the Maintenance Agreement is in effect, the License may be transferred to another hardware system used for the benefit of the CITY. CITY agrees to notify CoNTRAcToR prior to transferring the licensed products to . any other system. The cost for new media or any required technical assistance to accommodate the transfer shall be billable charges to the CITY. F8.3. CITY agrees that the software products are proprietary of VPCl/LAsERFIcHE and have been developed as trade secret at VPCl/LASERFIcHE expense. CITY agrees to keep the software products confidential and . use its best efforts to prevent any misuse, unauthorized use or unauthorized disclosures by any party of any or all of the software products or accompanying documentation. F8.4. The software products may be modified but such modification shall be only for use on the Crr?'s system for which the software products are licensed. If CITY has made modifications to the software products, CONTRACTOR shall not support the modified software products, unless modifications were specifically authorized in writing by CONTRACTOR. F8.5. CITY may make copies of the software products for archive /disaster recovery purposes only. The documentation accompanying the software products may not be copied except for internal use. F8.6. For as long as the MAINTENANCE AGREEMENT is in place, CONTRACTOR shall promptly correct without charge to the CITY any functions of the software products which fail to substantially comply with CONTRACTOR user manuals for the most current version of the software products. If CITY has made modifications to the software products, CONTRACTOR shall not make such corrections, unless modifications were specifically authorized in writing by CONTRACTOR. F9. TERMS AND CONDITIONS FOR SUPPORT F9.1. CONTRACTOR shall maintain staff that is appropriately trained to be familiar with the software products in order to render assistance, should it be required. City of Yakima/VP Consulting Page 30 Contract No. 2009 -56 Professional Service Contract 5/14/09 • F9.2. CONTRACTOR shall provide CITY with all updates that CONTRACTOR may make to the "then current" version of the installed software products covered in this Maintenance Agreement. F9.3. CONTRACTOR shall make available to CITY update(s) of the installed software products. In the case of system software update(s) CITY understands that and agrees that six (6) months after shipment by CONTRACTOR of updates, CONTRACTOR shall cease to support the earlier version, and for the balance of the term, CONTRACTOR shall support the update. F9.4. CONTRACTOR shall make available appropriately trained personnel to provide CITY requested additional training, program changes, consultation, recovery of data, conversion, non -coverage maintenance service, etc. Billable charges for training shall be at the CONTRACTOR'S current per diem rate phis expenses and shall be agreed upon in writing by both parties prior to any services being rendered. F10. LIMITATIONS AND EXCLUSIONS The support and services of this Maintenance Agreement do not indude the following: F10.1. The installation of the software products, application design, and other consulting services, support of an operating system or hardware, or any support requested outside normal business hours. ® F10.2. CITY shall be responsible for implementing at its expense, all changes to the current product version. CITY understands that changes furnished by CONTRACTOR for the current version are for implementation in the current installed software products version as it exists without customization or client alteration. F11. WARRANTIES CONTRACTOR shall not be responsible to CITY for incidental, special, or consequential damages arising from business interruption or lost profits suffered by CITY or any third party arising out of the breach or any warranty provided in this Maintenance Agreement. F.12. TERMINATION F12.1. TERMINATION OF SOFTWARE LICENSE AGREEMENT: If either the Licensor (manufacturer) of the software Or the CONTRACTOR terminates the EXHIBIT G - LASERFICHE SOFTWARE LICENSE AGREEMENT for any reason provided therein, CITY shall have the right without penalty to terminate this MAINTENANCE AGREEMENT at the same time. If such a termination occurs, the CONTRACTOR shall refund to the CITY the portion of the maintenance fee prorated from the time of termination to the next renewal date. F12.2. ACTS OF INSOLVENCY: CITY may immediately terminate this MAINTENANCE AGREEMENT by written notice to the CONTRACTOR and may regard the CONTRACTOR as in default of this MAINTENANCE AGREEMENT if the CONTRACTOR becomes insolvent, or makes a general assignment for the benefit of creditors; or files voluntary petition of bankruptcy; or suffers or permits the appointment of a receiver for its business or assets; or becomes subject to any proceeding under any bankruptcy or insolvency law; whether domestic or - foreign; or has wound up or liquidates, voluntary or otherwise its business. In the event City of Yakima/VP Consulting Page 31 Contract No. 2009 -56 Professional Service Contract 5/14/09 that any of the above events occur, the CONTRACTOR shall immediately notify the CITY of its occurrence. F12.3. FORCE MAJEURE: SUSPENSION AND TERMINATION: In the event that either party is unable to perform any of its obligations under this MAINTENANCE AGREEMENT or to enjoy any of its benefits because of, or if loss of services is caused by, a force majeure, the party who has been so affected immediately shall give notice to the other party and shall do everything possible to resume performance. Force majeure shall include, without limitation, war, civil disturbance; flood, earthquake, storm or other act of nature, laws, regulations, rules or orders of any governmental agency; sabotage; or strikes or similar labor disputes involving personnel of a party. Upon removal or termination of the force majeure, the party claiming force majeure shall promptly perform the affected obligations in an expedited manner. The parties shall use all reasonable efforts to eliminate or minimize any delay caused by the force majeure. If performance cannot be resumed within a reasonable time, the termination provisions of the CONTRACT 2009 -56 between the CITY and CONTRACTOR shall apply. F12.4. RIGHTS AND OBLIGATIONS OF THE PARTIES ON TERMINATION: In the event that this MAINTENANCE AGREEMENT is terminated as a result of the occurrence of a force majeure, or other cause except default by the CONTRACTOR each party shall return to the other all data, materials, and other properties of the other party then in its possession, except that • CITY may retain for a reasonable period such materials as may facilitate securing the services of another CONTRACTOR. F12.5. CONTINUING OBLIGATIONS : The obligations of the parties under SECTION 12 - TERMINATION shall survive the termination of any services hereunder. F13. ASSIGNMENT CONTRACTOR shall not assign or subcontract all or any part of this MAINTENANCE AGREEMENT without the written consent of CITY. F14. ENTIRE AGREEMENT This MAINTENANCE AGREEMENT supersedes all prior discussions, understandings and agreements between the parties with respect to the matters contained herein and constitutes the entire agreement between the parties with respect to the matters contemplated herein. F15. MISCELLANEOUS F15.1. APPLICABLE LAW: This Maintenance Agreement shall be governed by the laws of the State of Washington, including but not limited to the Uniform Commercial Code. Should any term of this Maintenance Agreement be inconsistent with CONTRACT No. 2009 -56 between CITY and CONTRACTOR, CONTRACT No. 2009 -56 shall prevail. F15.2. INSURANCE: CONTRACTOR shall maintain in effect at all times during the term hereof, insurance as described in SECTION 10 - INSURANCE of this CONTRACT between the CITY and the CONTRACTOR. F15.3. REMEDIES: All remedies available to either party for breach of this MAINTENANCE AGREEMENT are cumulative and may be exercised concurrently or separately, and the City of Yakima / VP Consulting Page 32 Contract No. 2009 -56 Professional Service Contract 5/14/09 • • exercise of any one remedy shall not be deemed an election of such remedy to the exclusion of the other remedies. F15.4. SEVERABILITY: Any invalidity, in whole or in part, or any provision of this MAINTENANCE AGREEMENT shall not affect the validity of any other of its provisions. F15.5. NOTICES: Any notice or other communication hereunder shall be in writing and in accordance with SECTION 23 - NOTICES of this CONTRACT between the CITY and the CONTRACTOR. F15.6. WAIVER: No Term or provision hereof shall be deemed or waived and no breach excused unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented. IN WITNESS WHEREOF, the parties have caused this MAINTENANCE AGREEMENT to be executed and do each hereby warrant and represent that their respective signatory who signature appears below has been and is on the date of this MAINTENANCE AGREEMENT duly authorized by all necessary and appropriate corporate action to execute this MAINTENANCE AGREEMENT. CONTRACTOR: CITY: VP Consulting Incorporated City of Yakima, Washington • By: By: Vicki Pattie, President Richard A. 7ais, City Manager Date: Date: • • City of Yakima / VP Consulting Page 33 Contract No. 2009 -56 Professional Service Contract 5/14/09 SOFTWARE LICENSE AND PROFESSIONAL SERVICES CONTRACT CITY OF YAKIMA/ VP CONSULTING INCORPORATED CONTRACT No. 2009-56 EXHIBIT G - LASERFICHE SOFTWARE LICENSE AGREEMENT • City of Yakima/VP Consulting Page 34 Contract No. 2009 -56 Professional Service Contract 5/14/09