Loading...
AG 23-147 - LIMITED ENERGY SERVICES, INC. DBA NW SECURITY AUTOMATIONRETURN TO: TERRY SMITH EXT: 2550 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT./DIV: INFORMATION TECHNOLOGY 2. ORIGINATING STAFF PERSON: THOMAS l 1cHTNER EXT: 2547 3. DATE REQ. BY: ASAP 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT * GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUNIENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL ❑ OTHER 5. PROJECT NAME: CITY ACCESS CONTROL UPGRADE 6. NAME OF CONTRACTOR: LIMITED ENERGY SERVICES, INC., DBA: NW SECURITY AUTOMATION ADDRESS: P.O. BOX 1684, SUMNER, WA, 98390 'TELEPHONE 1-866-309-2911 E-MAI L: marty.prough@Itdes.com FAX: SIGNATURENAME: MARTY PROUGH TITLE SECURITY PROFESSIONAL 7_ EXHIBITS AND ATTACHMENTS: IN SCOPE, WORK OR SERVICES IN COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS 8. TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE: ONE WEEK 9. TOTAL COMPENSATION $ 50,738.04 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABORCHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ENO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED 10YES ONO IF YES, $ 4,654.44 PAID BY: ❑ CONTRACTOR A CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAfNAGE BOND PROVIDED 14 PURCHASING: PLEASE CHARGE TO: 5024490 046 C9 °° 444 502-1100-046-518-88-642 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED ❑ PROJECT MANAGER ❑ DIRECTOR TF - 5l9/23 ❑ RISK MANAGEMENT (IF APPLICABLE) LAW JRC 5/30/23 11. COUNCILAPPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: 6/13/23 COUNCIL APPROVAL DATE: 6/20/23 12. CONTRACT SIGNATURE ROUTING A SENTTO VENDOR/CONTRACTOR DATE SENT: 3 DATE REC'D: G�7 L2 P"ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTI ICA E_ LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDERINOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (Include dept. Support staff if necessary and feel free to set notification more than a month in advance if council approval is needed ) INITIAL/ DATE SIGNED DEPARTMENT 3 NATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK _ ❑ ASSIGNED AG# A Up 23-1.47 COMMENTS: 2/2017 COUNCIL MEETING DATE: JUNE 20, 2023 ITEM #: . 7g CITY OF FEDERAL WAY CITY COUNCIL AGENDA BILL SUBJECT: CITY ACCESS CONTROL UPGRADE RFP AWARD POLICY QUESTION: Should the City enter into a Goods and Services Agreement for the Security Access Control Upgrade with NW Security & Automation? COMMITTEE: PRHSPSC MEETING DATE: June 13, 2023 CATEGORY: N Consent ❑ Ordinance ❑ Public Hearing ❑ City Council Business ❑ Resolution ❑ Other STAFF REPORT BY: THOMAS FICHTNER DEPT: INFORMATION TECHNOLOGY Attachments: 1. Staff Report 2. NW Security & Automation Good and Services Agreement Options Considered: 1. Approve the proposed Goods and Services Agreement for the Security Access Control Upgrade with NW Security & Automation. 2. Do not approve the proposed Goods and Services Agreement and provide direction to staff. MAYOR'S RECOMMENDATION: Option 1. MAYOR APPROVAL' [r DIRECTOR APPROVAL: �• / I^� Sly I)3 • ['iu nrr nuiil Initial/Date I n i trr4'narp I n i tia I/Date COMMITTEE RECOMMENDATION: "I move to forward the proposed Good and Services Agreement for the Security Access Control Upgrade lvith NW Security & Automation to the June 20, 2023 consent agenda for mittee Chair Committee Member PROPOED COUNCIL MOTION: "I move to approve the propo ed Goods and Services Agreement for the Security Access Control Upgrade frith NW Security, & Automation and authorize the Mayor to sign. " (BELOW TO BE COMPLETED BY CITY CLERK'S OFFICE) LiNCIL ACTIO. /�//1� APPRON'C twi (i�%',� COUNCIL BILL # ❑ DENIED First reading ❑ TABLED/DEFERRED/NO .ACTION Enactment reading ❑ MOVED TO SECOND READING (ordinances only) ORDINANCE # REVISED - 4/2019 RESOLUTION # CITY OF FEDERAL WAY MEMORANDUM DATE: May 8, 2023 TO: City Council Members VIA: Jim Ferrell, Mayor FROM: Thomas Fichtner, IT Director SUBJECT: City Physical Access Control Upgrade (DNA Readers / Controllers) Financial impacts: The City Access Control Upgrade is currently a budgeted item in the City Council Adopted 2023/2024 budget. The IT budget currently has $75,000 allocated for a City Physical Access Control Upgrade (DNA Readers / Controllers). Qty Description Model Each Total 2 Open Options LP 1502 Controller LP1502 $1,640.25 $3,280.50 2 Open Options Two Door Controller MR52-S3B $896.40 $1,792.80 4 HID Signo Reader w/Keypad 40KTKS-TO-000000 $479.25 $1,917.00 93 HID Si no Reader 40TKS-TO-000000 $291.60 $27,118.80 7 HID Signo Mullion Reader 20TKS-TO-000000 $283.50 $1,984.50 2 Mics Materials, Consumables Misc $135.00 $270.00 Parts and Materials Total $36,363.60 Labor Total (72hrs) $9,720.00 Sales Tax $4,654.44 Project Total $50,738.04 Other Vendor: Estimated Replacement ID Badge Cost $6,000 Background Information: The City maintains an "access control system" that allows for keyless access to the entrances and restricted areas of certain City facilities. This system uses badges that can easily be issued and revoked, making it easier to manage who has access to certain areas. The system also tracks who enters and exits a room or building, providing a record of activity that can be used for security and accountability purposes. Also, the system can be integrated with other security measures such as cameras or alarms to create a more comprehensive security solution. The current access control system was installed when City Hall was renovated in 2004, and currently things are failing and the badge readers need to be upgraded to support stronger Rev. 7/18 security. An RFP was issued and we received one response from NW Security and Automation. We have used this vendor historically, and they have a solid track record responding to issues and maintaining our system. There is a large lead time on the equipment due to lingering supply challenges; however, the City is anticipating the project to be completed before the end of the year. As shown in the RFP proposal, the project is anticipated to take a total of 7 days to complete. All employee badges will be reissued ahead of time so that when NW Security & Automation begins to replace the badge readers, employees will still have access to all areas using their new or old badge. NW Security & Automation will allow the City to have an adaptable security system that will be viable for future upgrades and expansion. Having an updated and reliable security access system is essential to the overall physical security of the City. Rev. 7/18 CITY of CITY HALL Fe d e ra 1 Way 33325 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www cityoffederalway com GOODS AND SERVICES AGREEMENT FOR SECURITY ACCESS UPGRADE This Goods and Services Agreement ("Agreement") is made between the City of Federal Way, a Washington municipal corporation ("City"), and Limited Energy Services Inc, dba NW Security & Automation, a Washington corporation ("Contractor"). The City and Contractor (together "Parties") are located and do business at the below addresses which shall be valid for any notice required under this Agreement: LIMITED ENERGY SERVICES INC. DBA NW' CITY OF FEDERAL WAY: SECURITY & AUTOMATION: I Marry Prough P.O. Box 1684 Sumner, WA 98390 1-866-309-2911 (telephone) The Parties agree as follows: Thomas Fichtner 33325 8th Ave. S. Federal Way, WA 98003-6325 (253) 835-2547 (telephone) (253) 835-2509 (facsimile) thomas.fichtnergcityoffederalway.com 1. TERM. The term of this Agreement shall commence upon the effective date of this Agreement, which shall be the date of mutual execution, and shall continue until the completion of the Work, but in any event no later than December 29, 2023 ("Term"). This Agreement may be extended for additional periods of time upon the mutual written agreement of the City and the Contractor. 2. WORK. 2.1 Work. The Contractor shall provide goods, materials or services and otherwise perform the work more specifically described in Exhibit "A," attached hereto and incorporated by this reference ("Work"), performed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2.2 Warranties. The Contractor warrants that it has the requisite training, skill, and experience necessary to provide the Work and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to obtaining a City of Federal Way business registration. The Contractor warrants it will provide services in a manner consistent with the accepted practices for other similar services within the Puget Sound region in effect at the time those services are performed. The Contractor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Contractor's representations to City. The Contractor shall, at its sole cost and expense, correct all Work performed which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work. This Agreement is subject to all warranty provisions established under the Uniform Commercial Code, Title 62A RCW. In the event any part of the goods are repaired, only original replacement parts shall be used; rebuilt or used parts are not acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the c6rrections within a reasonable time as determined by GOODS AND SERVICES AGREEMENT - 1 - 4/2023 CITY OF CITY HALL A% �Fe d e ra I Way Feder 8th Avenue South 411 Federal Way, WA 98003-6325 (253) 835-7000 wwwcityoffederalway com the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. 2.3 Time. Documentation, andImpection. Work shall begin immediately upon the effective date of this Agreement. Work shall be subject, at all times, to observation and inspection by and with approval of the City, but the making (or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Work in accordance with this Agreement, notwithstanding the City's knowledge of defective or non -complying performance, its substantiality or the ease of its discovery. 2.4 Clean Up. At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. 3. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days' written notice at its address set forth on the signature block of this Agreement. The City may terminate this Agreement immediately if the Contractor fails to maintain required insurance policies, breaches confidentiality, or materially violates Section 12 and such may result in ineligibility for further City agreements. 4. COMPENSATION. 4.1 Amount. In return for the Work, the City shall pay the Contractor an amount not to exceed a maximum amount and according to a rate or method as delineated in Exhibit `B," attached hereto and incorporated by this reference. The Contractor agrees that any hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for the Term. Except as otherwise provided in Exhibit `B," the Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Agreement. 4.2 Method of Payment. On a monthly basis, the Contractor shall submit a voucher or invoice in the form specified by the City, including a description of what Work have been performed, the name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Contractor shall also submit a final bill upon completion of all Work. Payment shall be made on a monthly basis by the City only after the Work has been performed and within thirty (30) days after receipt and approval by the appropriate City representative of the voucher or invoice. If the Work does not meet the requirements of this Agreement, the Contractor will correct or modify the work to comply with the Agreement. The City may withhold payment for such work until the work meets the requirements of the Agreement. 4.3 Defective or Unauthorized Work. If any goods, materials, or services provided under this Agreement are either defective, unauthorized, or otherwise do not meet the requirements of this Agreement, the Contractor will correct or modify the work to comply with the Agreement and the City reserves the right to withhold payment from the Contractor until the goods, materials, or services are acceptable to the City. If Contractor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Contractor. GOODS AND SERVICES AGREEMENT - 2 - 4/2023 CITY OF CITY HALL Fe d e ra I Way Feder 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www cityoffederalway com 4.4 Non -Appropriation 6f Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City will not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 4.5 Final Pa ent: Waiver of Claims. Contractor's acceptance of final payment shall constitute a waiver of any and all claims, except those previously and properly made and identified by Contractor as unsettled at the time request for final payment is made. 5. INDEMNIFICATION. 5.1 Contractor Indemnification. The Contractor agrees to release indemnify, defend, and hold the City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or in connection with this Agreement or the performance of this Agreement, except for that portion of the claims caused by the City's sole negligence. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. Contractor shall ensure that each sub -contractor shall agree to defend and indemnify the City, its elected officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers to the extent and on the same terms and conditions as the Contractor pursuant to this paragraph. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. 5.2 Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. The Parties further acknowledge that they have mutually negotiated this waiver. 5.3 City Indemnification. The City agrees to release, indemnify, defend and hold the Contractor, its officers, directors, shareholders, partners, employees, agents, representatives, and sub- contractors harmless from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, losses, fines, fees, penalties expenses, attorney's fees, costs, and/or litigation expenses to or by any and all persons or entities, including without limitation, their respective agents, licensees, or representatives, arising from, resulting from or connected with this Agreement to the extent solely caused by the negligent acts, errors, or omissions of the City. 5.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement with respect to any event occurring prior to such expiration or termination. 6. INSURANCE. The Contractor agrees to carry insurance for liability which may arise from or in connection GOODS AND SERVICES AGREEMENT - 3 - 4/2023 CITY OF CITY HALL 4 33325iAwt ` Federal Way Feder 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www cityoffederalway com with the performance of the services or work by the Contractor, their agents, representatives, employees or subcontractors for the duration of the Agreement and thereafter with respect to any event occurring prior to such expiration or termination as follows: 6.1. Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating that is satisfactory to the City: a. Commercial general liability insurance covering liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury, bodily injury, death, property damage, products liability, advertising injury, and liability assumed under an insured contract with limits no less than $2,000,000 for each occurrence and $2,000,000 general aggregate. b. Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; C. Automobile liability insurance covering all owned, non -owned, hired and leased vehicles with minimum combined single limits in the minimum amounts required to drive under Washington State law per accident for bodily injury, including personal injury or death, and property damage. 6.2. No Limit of Liability. Contractor's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 6.3. Additional Insured Verification. The City shall be named as additional insured on all commercial general liability insurance policies. Concurrent with the execution of this Agreement, Contractor shall provide certificates of insurance for all commercial general liability policies attached hereto as Exhibit "C" and incorporated by this reference. At City's request, Contractor shall furnish the City with copies of all insurance policies and with evidence of payment of premiums or fees of such policies. If Contractor's insurance policies are "claims made," Contractor shall be required to maintain tail coverage for a minimum period of three (3) years from the date this Agreement is actually terminated or upon project completion and acceptance by the City. 6.4 Survival. The provisions of this Section shall survive the expiration or termination of this Agreement. 7. CONFIDENTIALITY. All information regarding the City obtained by Contractor in performance of this Agreement shall be considered confidential subject to applicable laws. Breach of confidentiality by the Contractor may be grounds for immediate termination. All records submitted by the City to the Contractor will be safeguarded by the Contractor. The Contractor will fully cooperate with the City in identifying, assembling, and providing records in case of any public records disclosure request. 8. WORK PRODUCT. All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media or material which may be produced or modified by Contractor while performing the Work shall belong to the City upon delivery. The Contractor shall make such data, documents, and files available to the City and shall deliver all needed or contracted for work product upon the City's request. At the expiration or termination of this Agreement, all originals and copies of any such work product remaining in the possession of Contractor shall be delivered to the City. 9. BOOKS AND RECORDS. The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of the Work and maintain GOODS AND SERVICES AGREEMENT - 4 - 4/2023 CITY OF CITY HALL AN:.. Fe d e ra I Way33325 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www cityoffederalway com such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Agreement. These records shall be subject, at all reasonable times, to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Agreement. 10. INDEPENDENT CONTRACTOR / EMPLOYEE CONDITIONS. 10.1 Independence. The Parties intend that the Contractor shall be an independent contractor and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. The City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security, income, or other tax which may arise as an incident of employment, except as specifically provided in Section 4. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. If the Contractor is a sole proprietorship or if this Agreement is with an individual, the Contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 10.2 Safely. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors at the work site and in the performance of the contract work and shall utilize all protection necessary for that purpose. Contractor shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the site for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the performance of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. 10.3 Risk of Work. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. Even though Contractor is an independent contractor, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. 11. CONFLICT OF INTEREST. It is recognized that Contractor may or will be performing professional services during the Term for other parties; however, such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Contractor confirms that Contractor does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in the Contractor's selection, negotiation, drafting, signing, administration, or evaluating the Contractor's performance. 12. EQUAL OPPORTUNITY EMPLOYER. In all services, programs, activities, hiring, and employment GOODS AND SERVICES AGREEMENT - 5 - 4/2023 Federal Way CITY OF CITY HALL 33325 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www cilyoffederalway com made possible by or resulting from this Agreement or any subcontract, there shall be no discrimination by Contractor or its subcontractors of any level, or any of those entities' employees, agents, subcontractors, or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, religion, creed, national origin, marital status, or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment. This requirement shall apply to, but not be limited to, the following: employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 21, 21.5 and 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. 13. GENERAL PROVISIONS. 13.1 Interpretation and Modification. This Agreement, together with any attached Exhibits, contains all of the agreements of the Parties with respect to any matter covered or mentioned in this Agreement and no prior statements or agreements, whether oral or written, shall be effective for any purpose. Should any language in any Exhibits to this Agreement conflict with any language in this Agreement, the terms of this Agreement shall prevail. The respective captions of the Sections of this Agreement are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect any of the provisions of this Agreement. Any provision of this Agreement that is declared invalid, inoperative, null and void, or illegal shall in no way affect or invalidate any other provision hereof and such other provisions shall remain in fall force and effect. Any act done by either Party prior to the effective date of the Agreement that is consistent with the authority of the Agreement and compliant with the terms of the Agreement, is hereby ratified as having been performed under the Agreement. No provision of this Agreement, including this provision, may be amended, waived, or modified except by written agreement signed by duly authorized representatives of the Parties. 13.2 Assignment and Beneficiaries. Neither the Contractor nor the City shall have the right to transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the other Party. If the non -assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. Subject to the foregoing, the rights and obligations of the Parties shall inure to the benefit of and be binding upon their respective successors in interest, heirs and assigns. This Agreement is made and entered into for the sole protection and benefit of the Parties hereto. No other person or entity shall have any right of action or interest in this Agreement based on any provision set forth herein. 13.3 Compliance with Laws. The Contractor shall comply with and perform the Services in accordance with all applicable federal, state, local, and city laws including, without limitation, all City codes, ordinances, resolutions, regulations, rules, standards and policies, as now existing or hereafter amended, adopted, or made effective. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation or performance of this Agreement, this Agreement may be rendered null and void, at the City's option. 13.4 Enforcement. Time is of the essence in this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set forth in the description of the Services is essential to the Contractor's performance of this Agreement. Any notices required to be given by the Parties shall be delivered at the addresses set forth at the beginning of this Agreement. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth above. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. Any remedies GOODS AND SERVICES AGREEMENT - 6 - 4/2023 Cfrr of CITY HALL Fe d e ra I Way Feder 8th Avenue South Federal Way, WA 98003-6325 (253) 835-7000 www cityoffederatway com provided for under the terms of this Agreement are not intended to be exclusive, but shall be cumulative with all other remedies available to the City at law, in equity or by statute. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. Failure or delay of the City to declare any breach or default immediately upon occurrence shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. This Agreement shall be made in, governed by, and interpreted in accordance with the laws of the State of Washington. If the Parties are unable to settle any dispute, difference or claim arising from this Agreement, the exclusive means of resolving that dispute, difference, or claim, shall be by filing suit under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative process. If the King County Superior Court does not have jurisdiction over such a suit, then suit may be filed in any other appropriate court in King County, Washington. Each parry consents to the personal jurisdiction of the state and federal courts in King County, Washington and waives any objection that such courts are an inconvenient forum. If either Party brings any claim or lawsuit arising from this Agreement, each Parry shall pay all its legal costs and attorney's fees and expenses incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, however nothing in this paragraph shall be construed to limit the Parties' rights to indemnification under Section 5 of this Agreement. 13.5 Execution. Each individual executing this Agreement on behalf of the City and Contractor represents and warrants that such individual is duly authorized to execute and deliver this Agreement. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original and with the same effect as if all Parties hereto had signed the same document. All such counterparts shall be construed together and shall constitute one instrument, but in making proof hereof it shall only be necessary to produce one such counterpart. The signature and acknowledgment pages from such counterparts may be assembled together to form a single instrument comprised of all pages of this Agreement and a complete set of all signature and acknowledgment pages. The date upon which the last of all of the Parties have executed a counterpart of this Agreement shall be the "date of mutual execution" hereof. [Signature page follows] GOODS AND SERVICES AGREEMENT - 7 - 4/2023 4S CITY of Federal Way CITY HALL 33325 8th Avenue South Federal Way. WA 98003-6325 (253) 835-7000 www rrtwffi? e l com IN WITNESS, the Parties execute this Agreement below, effective the last date written below. CITY OF FEDERAL WAY: Jun ll, ayor DATE: LIMITED ENERGY SERVICES INC DBA NW SECURITY & AUTOMATION By: Printed Name: Marty Prough Title: Vice President DATE: L2 �} D STATE OF WASHINGTON ) , ) ss. COUNTY OF ) ATTEST: Stephanie Courtney, CMC, City Clerk APPROVED AS TO FORM: J. Ryan Call, City Attorney E'6r R N '"ON BLIC g220303H WASMNGTON SION EXPIRES SER 21, 2026 On this day personally appeared before me �Gi �'� }�r� 7 , to me known to be the y) Cf— ft,� j t ( of UmL I (\C.. that executed the foregoing instrument, and acknowledged the said instrument to a the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this q--' day of 2023. Notary's signature 0.I'1,44k `- yugk� Notary's printed name Notary Public in and for the State of Washington. My commission expires 1)0 - 91-0-Qalo GOODS AND SERVICES AGREEMENT - H - 4/2023 CITY OF CITY HALL 33325 8th Avenue South 'S Feder Fed ra ��y Federal Way, WA 98003-6325 (253) 835-7000 www. cilyoffederalway com EXHIBIT "A" SERVICES 1. The City of Federal Way currently has two separate access control systems: A. Open Options nPowerDNA access control system that is made up of five separate buildings with 98 doors. i. System comprises of four SSP-D2 (Mercury EP/LP1502) and one Dcontroller main system boards, connected to a myriad of RSC-2 (Mercury MR52) and NSC-100 sub- controllers. B. Bosch/Lenel access control system at one building with two doors. i.' System is stand-alone and includes an LNL-500 (Mercury SCP-C) main controller connected to a LNL-1320 (Mercury MR52) two -door controller. 2. The Contractor shall do or provide the following: A. Provide, install, and configure all necessary hardware, software licensing for the following: i. Replace all existing access control card/badge reader hardware across all sites with HID Signo EAL5+ Certified Secure Element Hardware. ii. Replace the existing Community Center Bosch/Lenel access control system boards with an LP1502 and configure it as an additional SSP Controller onto the existing nPowerDNA access control system located at CityHall. iii. Provide any additional Open Option software licensing needed to accommodate the scope of work. B. Labor to install, configure, and test all equipment. C. Labor for any system administration or configuration. D. Dispose of all old/replaced equipment. 3. Schedule: Start date and successful completion of the project within the current calendar year will be highly dependent on product lead times. Except for the MR52, each of the products listed within this RFP are currently long lead items and are not "in stock" through distribution. As such, the project will likely be completed in phases over multiple trips as parts arrive. *Start and end dates T13D, some tasks may be performed in parallel. Task Duration Start Finish Reader upgrades (all locations) 3d-5d Decommission Lenel Controller, Replace with LP1502, Program, Test Id-2d GOODS AND SERVICES AGREEMENT - 9 - 4/2023 '4S CITY OF Federal Way EXHIBIT "B" COMPENSATION CITY HALL 33325 8th Avenue South Federal Way, WA 98003-6325 (253)835-7000 www.cityoffederahvay.com 1. Total Compensation: In return for the Services, and as outlined in Section 4.2 of this contract, the City shall pay the Contractor an amount not to exceed forty-six thousand eighty-three and 60/100 Dollars ($46,083.60), and Washington State sales tax equal to four thousand six hundred fifty-four and 44/100 Dollars ($4,654.44) for a total of fifty thousand seven hundred thirty-eight and 04/100 Dollars ($50,738.04). Qty Description Model Each Total 2 Open Options LP 1502 Controller LP1502 $1,640.25 $3,280.50 2 Open Options Two Door Controller MR52-S313 $896.40 $1,792.80 4 HID Signo Reader w/Keypad 40KTKS-TO-000000 $479.25 $1,917.00 93 HID Signo Reader 40TKS-TO-000000 $291.60 $27,118.80 7 HID Signo Mullion Reader 20TKS-TO-000000 $283.50 $1,984.50 2 Misc. Materials, Consumables Misc. $135.00 $270.00 Parts and Materials Total.................................................................................................. LaborTotal (72hrs)........................................... ................ ................................................. SalesTax............................................................................................................................ ProjectTotal................................................................................................................. $36,363.60 $9,720.00 $4,654.44 $50,738.04 GOODS AND SERVICES AGREEMENT - 10 - 4/2023 w W INW SEC U RITY & AUTOMATION Q A Division of Limited Energy Services Inc Project Proposal City of Federal Way — Access Control Upgrade w W NW SECURITY & AUTOMATION A A Division of Limited Energy Services Inc Table of Contents Letterof Submittal.................................................................................................... 1 Qualifications....................................................................................................2 References.................................................................................................... 6 Scopeof Work.................................................................................................... 8 Schedule.................................................................................................... 9 Quotation.................................................................................................... 10 -� �NWSECURITY&AUTOMATION Proposal SMART SOLUTIONS FOR AUTOMATION AND SECURITY ►4 1-866-309-2911 5/5/2023 Automation - Access Control • CCTV • Telephone entry system • Local 24hr UL Monitoring Security • Telephone Letter of Submittal Limited Energy Services Inc, DBA: NW Security & Automation Marty Prough, Principal/Vice President PO Box 1684, Sumner, WA 98390 May 5,2023 Terry Smith, Administrative Assistant II, I.T. Department City of Federal Way 33325 8th Ave S Federal Way, WA 98003-6325 (253) 835-2550 Email: terry. smith(Qcityoffederalway.com Dear Ms. Smith, NW Security & Automation is submitting this proposal in response to City of Federal Way RFP: Access Control Upgrade. We hope that we have provided all necessary and required information for compliance with this RFP. We appreciate the opportunity to submit a proposal for this project and look forward to the City's response. Sincerely, WaAq�- /0��Zr� Marty Prough Principal — Vice President, NW Security & Automation _ S1[SA NW BBB. Page 1 of 12 N `°W NWSECURITY&AUTOMATION Proposal SMART SOLUTIONS FOR AUTOMATION AND SECURITY A 1-866-309-2911 5/5/2023 Automation Access Control • CCTV • Telephone entry system • Local 24hr UL Monitoring • Security • Telephone Qualifications Business Information Limited Energy Services Inc, DBA: NW Security & Automation PO Box 1684, Sumner WA 98390 1-866-309-2911, iittps://nwsecurityandautomation.com Limited energy Services is a Corporation, registered/licensed in Washington State on March 1st 2007. Federal Tax ID : 208279387 IJB I : 602671064 Contractor License : LIMITES932JF Registered trade name. NW Security & Automation Firm Experience We are a local Puget Sound based integrator with well over a decade of experience providing customers with innovative and cost-effective security solutions. We specialize in providing turnkey integrated solutions for commercial and industrial applications. Our team has a proven track record of completing projects on time, and on budget, while delivering solutions that meet our customers' needs. Our organization's capabilities include consulting, design -build, installation, maintenance, service and support, inspections, and testing. We provide solutions for access control, communications (intercom and telephone entry), security systems, and video surveillance. We have been an Open Options partner since 2014, and have completed well over 25 major projects with DNA Fusion software/hardware. These projects include commercial service centers, office buildings, warehouses, manufacturing facilities, freight forwarding, and various industrial applications. Many of these applications have included access control, security, and video management systems integration. Finally, we have also successfully completed several City of Federal Way projects. ABCNW A. BIBB. ro�:7 Y E Y B E F Page 2 of 12 N w INWSECURITY&AUTOMATION Proposal SMART SOLUTIONS FOR AUTOMATION AND SECURITY A 1-866-309-2911 5/5/2023 Automation Access Control • CCTV • Telephone entry system • Local 24hr UL Monitoring Security • Telephone Staffing Experience As a small business of 6-10 employees on average, all of our team members have cross functional responsibilities and roles. This project would be supported by all the following team members on an as -needed basis. Phillip Moran Principal — President Education: Associate of Science, Electronics, Computer Programming Licenses: Electrical Administrator, EL06 Master Electrician Certifications: Open Options DNA Fusion, Optex Redscan, Salient, Southwest Microwave Intrepid Experience: 1989-2006 Homeguard/Chubb Security (UTC Fire and Security) 2006-Present Limited Energy Services Inc, DBA: NW Security & Automation 1998-Present Electronic Security Association (ESA/WBFAA), Board Member Phill has more than thirty years of experience working in the field of electronic security and systems integration. Phill started his career as a field technician where he excelled at installation and troubleshooting. Over the course of a few short years, Phill held multiple technical positions of increasing responsibility before ultimately being promoted into operations management. Phill spent nearly 13 years as an operations manager, during which time his responsibilities included operations, logistics, communications systems, and countless special projects. In 2006 Phill founded Limited Energy Services Inc. In a few short years Limited Energy Services Inc had built a solid reputation for providing quality services and products. As a principal of the company, Phill enjoys being hands on in most elements of the work, and is currently responsible for day to day operations, administrative functions, field operations/technical work and project management. "A�t . � , S!t SA IVW BBB. ,..� . M E M B E R I Page 3 of 12 N'w NW SEC U RITY &AUTOMATION Proposal SMART SOLUTIONS FOR AUTOMATION AND SECURITY A 1-866-309-2911 5/5/2023 Automation Access Control • CCTV • Telephone entry system • Local 24hr UL Monitoring • Security • Telephone Marty Prough Principal —Vice President Education: BS, IT Security Emphasis AAS, IT Network Administration and Support Licenses EL06 Specialty Electrician Certifications: CCENT, CCNA Routing and Switching, CCNA Security, CNSS 4011 Recognition, CompTIA Linux+, CompTIA Network+, CompTIA Project+, CompTIA Security+, CIW Database Design Specialist, Microsoft MCP, Microsoft MTA, CIW Web Design Specialist Open Options DNA Fusion, Optex Redscan, Salient, Southwest Microwave Intrepid Experience: 1995-2008 Homeguard/Chubb Security (UTC Fire and Security) 2008-Present Limited Energy Services Inc, DBA: NW Security & Automation Marty has more than 27 years of experience working in the field of electronic security and systems integration. He began his career as a field technician, and has held numerous positions of increasing responsibility throughout his career, to include; technical field work, inside/outside sales, supervisory, and management assignments. Marty joined Limited Energy services in 2008, and is currently responsible for administrative functions, field operations/technical work, professional services, project management, sales, and marketing. 4ASIISA NW BBB. M E M B E R Page 4 of 12 N �NVVSEC URITY&AUTOMATION Proposal SMART SOLUTIONS FOR AUTOMATION AND SECURITY 1-866-309-2911 5/5/2023 Automation Access Control • CCTV • Telephone entry system • Local 24hr UL Monitoring - Security - Telephone Jared Moran Field Technician Licenses: EL06 Specialty Electrician Certifications: Open Options DNA Fusion, Optex Redscan, Salient, Southwest Microwave Intrepid, Openpath, AVA Experience: 2009-Present Limited Energy Services Inc, DBA: NW Security & Automation Jared has over fourteen years of experience performing installation/service work in the field of electronic security. His responsibilities include installation, service, and maintenance of integrated systems. In addition to performing installation and service work, he also acts as project lead/foreman. Jared is extremely knowledgeable and proficient in all aspects of his job duties, and consistently provides our customers with a high level of service and accountability. Mat Raiford Field Technician Licenses: EL06 Specialty Electrician Certifications: Open Options DNA Fusion, Openpath, AVA Experience: 2016-Present Limited Energy Services Inc, DBA: NW Security & Automation Mat has over seven years of experience working in the field of electronic security. Mat has extensive experience working with various security related products and technologies. Mat is also proficient at cabling, peripheral device installation, terminations, and commissioning. Mat also acts as project lead/foreman, and has a solid track record of delivering projects on time, on budget, and while exceeding customers expectations. ��� . , SILSA NW ABC :.. . BIBB YEY6E6 l Page 5 of 12 y� NW SECURITY&AUTOMATION Proposal SMART SOLUTIONS FOR AUTOMATION AND SECURITY A 1-866-309-2911 5/5/2023 Automation • Access Control • CCTV - Telephone entry system • Local 24hr UL Monitoring Security • Telephone References Company: Puget Sound Energy 355 110th Ave NE, Bellevue, WA 98004 Contact: Glen Hairston, Physical Security Systems Administrator glen . harston (apse. com, 360-766-5521 Description of work: NWSA has successfully completed dozens of projects for PSE over the past ten plus years, and currently provides service and maintenance for PSE sites. Project work has included integrated systems in various types of applications, such as office buildings, operations/service center facilities, power generation sites, substations, and storage facilities. In addition to providing systems for access control, communications, security, and video surveillance; we also provide professional services and software maintenance, to include upgrades and migration projects. Company. Leviton Network Solutions 2222 222nd St SE, Bothell, WA 98021 Contact: Rich Howell, Facilities Maintenance Manager rhowell@levitan_com, 425-415-7504 Description of work: NWSA performed access control, security, and video surveillance system upgrades for Leviton. The project included two buildings, and multiple office and production areas. The access control and security systems were integrated and included custom features and configuration in order to meet Leviton's unique production environment and schedules. NWSA continues to provide ongoing maintenance, inspections, software maintenance, service, and system monitoring for Leviton. "ABC SILSA NW r i u u i H Page 6 of 12 ti `w NWSECURITY&AUTOMATION Proposal SMART SOLUTIONS FOR AUTOMATION AND SECURITY A 1-866-309-2911 5/5/2023 Automation Access Control • CCTV • Telephone entry system Local 24hr UL Monitoring • Security • Telephone Company: Dillanos Coffee Roasters 1620 45th St E, Sumner, WA 98390 Contact: Tim Lidstrom, Operations Manager tim€,a dillanos.com, 253-826-1807 Description of work: NWSA provided an integrated turn -key access control, security, and video surveillance system for Dillano's new corporate office and roasting plant. The project included mobile credential enabled readers, and integrated arming/de-arming of the security system based on access, as well as door override. NWSA continues to provide ongoing service, maintenance, alarm monitoring, and professional services for Dillanos. Company: Wright Runstad & Co, Contact: Skyler Bruhy, Building Engineer sbruh wri htrunstad.com, 360-280-3836 Description of work: NWSA provides annual support, system, and software maintenance of access control, visitor management, and video surveillance systems. As well as system upgrades and additions. ��� � � ` SILSA JYW NA�I�..y( B.cunry. Lll.y..lsn. a � s.l.y 3 6 Gttacllien al llr Nalhnl. r� C—vs,R�Nc MEYBEP rl. ... _,,�y�• Page 7 of 12 NWSECURITY&AUTOMATION Proposal SMART SOLUTIONS FOR AUTOMATION AND SECURITY A 1-866-309-2911 5/5/2023 Automation - Access Control • CCTV • Telephone entry system Local 24hr UL Monitoring • Security • Telephone Scope of Work Proposed scope of work as outlined within "City of Federal Way, RFP ACCESS CONTROL UPGRADE". The City of Federal Way currently has two separate access control systems: I. Open Options nPowerDNA access control system that is made up of five separate buildings with 98 doors. 1. System comprises of four SSP-D2 (Mercury EP/LP1502) and one Dcontroller main system boards, connected to a myriad of RSC-2 (Mercury MR52) and NSC-100 sub - controllers. Bosch/Lenel access control system at one building with two doors. 1. System is stand-alone and includes a LNL-500 (Mercury SCP-C) main controller connected to a LNL-1320 (Mercury MR52) two -door controller. Provide, install, and configure all necessary hardware, software licensing for the following: I. Replace all existing access control card/badge reader hardware across all sites with HID Signo EAL5+ Certified Secure Element Hardware. II. Replace the existing Community Center Bosch/Lenel access control system boards with an LP1502 and configure it as an additional SSP Controller onto the existing nPowerDNA access control system located at City Hall. III. Provide any additional Open Option software licensing needed to accommodate the scope of work. Labor to install, configure, and test all equipment. Labor for any system administration or configuration. Dispose of all old/replaced equipment. "W :ram.`-: w c r it r w SIL a AfW BBB. Page 8 of 12 N :NW SECURITY & AUTOMATION Proposal JSMART SOLUTIONS FOR AUTOMATION AND SECURITY . 1-866-309-2911 5/5/2023 Automation Access Control • CCTV • Telephone entry system • Local 24hr UL Monitoring . Security • Telephone Schedule Start date, and successful completion of the project within the current calendar year will be highly dependent on product lead times. Except for the MR52, each of the products listed within this RFP are currently long lead items and are not "in stock" through distribution. As such, the project will likely be completed in phases over multiple trips as parts arrive. *Start and end dates TBD, some tasks may be performed in parallel. Task Duration Start Finish Reader upgrades (all locations) 3d-5d Decommission Lenel Controller, Replace with LP1502, Program, Test 1d-2d ,E ,: , s«sQrw C�Wasva�a M E N B E N Page 9 of 12 N w NW SECURITY& AUTOMATION SMART SOLUTIONS FOR AUTOMATION AND SECURITY A 1-866-309-2911 Automation Access Control • CCTV • Telephone entry system Quotation Proposal 5/5/2023 Local 24hr UL Monitoring • Security • Telephone Qty Description Model Each Total 2 Open Options LP 1502 Controller LP1502 $1,640.25 $3,280.50 2 Open Options Two Door Controller MR52-S3B $896.40 $1,792.80 4 HID Signo Reader w/Keypad 40KTKS-TO-000000 $479.25 $1,917.00 93 HID Signo Reader 40TKS-TO-000000 $291.60 $27,118.80 7 HID Signo Mullion Reader 20TKS-TO-000000 $283.50 $1,984.50 2 Mics Materials, Consumables Misc $135.00 $270.00 Parts and Materials Total....................................................................................................... $36,363.60 LaborTotal (72hrs)................................................................................................................. $9,720.00 SalesTax.................................................................................................................................. $4,654.44 ProjectTotal..................................................................................................................... $50,738.04 ABCSILS► NW ��. ... �.. - BBB M E M! E N Page 10 of 12 al LIMITED ENERGY SERVICES INC. aesT- LIMITED ENERGY SERVICES INC. PO BOX 1684 SUMNER WA 98390-0360 + .+,;.-- ;ati—��—�.•: alp-� - �-++�� �.i. STATE OF WASHINCTON Profit Corporation r. �i DETACH BEFORE POSTING BUSINESS LICENSE LIMITED ENERGY SERVICES INC. LIMITED ENERGY SERVICES INC 5923 164TH AVE CT E SUMNER, WA 98390-3031 UNEMPLOYMENT INSURANCE - ACTIVE TAX REGISTRATION - ACTIVE Issue Date: Nov 22, 2019 Unified Business ID #: 602671064 Business ID #: 001 Location: 0001 Expires: Nov 30, 2020 INDUSTRIAL INSURANCE - ACTIVE CITY ENDORSEMENTS: SUMNER GENERAL BUSINESS -ACTIVE BELLINGHAM GENERAL BUSINESS - ACTIVE EATONVILLE GENERAL BUSINESS - NON-RESIDENT -ACTIVE GIG HARBOR GENERAL BUSINESS - NON-RESIDENT - ACTIVE ISSAQUAH GENERAL BUSINESS - NON-RESIDENT - ACTIVE OLYMPIA GENERAL BUSINESS - NON-RESIDENT #28050 - ACTIVE SPOKANE VALLEY GENERAL BUSINESS - NON-RESIDENT - ACTIVE SEATAC GENERAL BUSINESS - NON-RESIDENT (EXPIRES 3/31/2020) - ACTIVE FEDERAL WAY GENERAL BUSINESS - NON-RESIDENT #07-100402-00-BL - ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. REGISTERED TRADE NAMES: NORTHWEST SECURITY & AUTOMATION NORTHWEST SECURITY AND AUTOMATION NW SECURITY & AUTOMATION NW SECURITY AND AUTOMATION j 'q ilk This document lists the registrations, endorsements, and licenses authorized for the business 'u named above. By accepting this document, the licensee certifies the information on the application was complete, true, and accurate to the best of his or her knowledge, and that business will be �s0 conducted in compliance with all applicable Washington state, county, and city regulations. Director- Department of Revenue UBI: 602671064 001 0001 LIMITED ENERGY SERVICES INC. LIMITED ENERGY SERVICES INC 5923 164TH AVE CT E SUMNER, WA 98390-3031 STATE OF WASHINGTON UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION -ACTIVE SUMNER GENERAL BUSINESS - ACTIVE BELLINGHAM GENERAL BUSINESS - ACTIVE EATONVILLE GENERAL BUSINESS - NON-RESIDENT -ACTIVE GIG HARBOR GENERAL BUSINESS - NON-RESIDENT - ACTIVE ISSAQUAH GENERAL BUSINESS - NONa2ESIDENT - ACTIVE OLYMPIA GENERAL BUSINESS - NON-RESIDENT #28050 - ACTIVE SPOKANE VALLEY GENERAL Expires: Nov 30, 2020 paL0002 DETACH THIS SECTION FOR YOUR WALLET Director, Department of Revenue I a ACC)REP CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 05/16/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Jennifer Ferrell Insurance Agency 20928 SR 410 East Bonney Lake, WA 98391 (253) 299-6463 (061 /354) cOm"TAcT Jennifer Mae Ferrell o E (253) 299-6463 FAQ Nol 8551 495-8136 EMAIL JFERRELL@amfiam.com INSURERS AFFORDING COVERAGE NAIL N INSURERA:American Family Mutual Insurance Company 19275 INSURED Limited Energy Service Inc DBA NW Security & Automation PO Box 1684 Sumner, WA 98390 INSURERB:MIdvale Indemnity Company 27138 INSURER C- INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. iNSR LTR TYPE OF INSURANCE ADDL INSR SUBR YWD POLICY NiIMBER POLICY EFF MM/DD POLICY EXP MM/D LIIIATS B AUTOMOBILE LIABILITY ❑x ANY AUTO ❑ ALL OWNED E] SCHEDULED AUTOS x❑ HIRED AUTOS 0 NON -OWNED AUTOS ❑ ❑ CA00017035 01 /01 /2023 01 /01 /2024 BODILY INJURY (Per person) $ 1,000,000 BODILY INJURY (Per accident) $ 1,000,000 PROPERTY DAMAGE $ 1,000.000 BODILY INJURY $ $ A ❑x COMMERCIAL GENERAL LIABILITY ❑ E] CLAIMS -MADE x❑ OCCUR Q WA Stop Gap 0 GEN'LAGGREGATE LIMIT APPLIES PER: x❑ POLICY ❑ PROJECT ❑ LOC ❑OTHER Y 46-XO5552-05 01 /01 /2023 01 /01 /2024 EACH OCCURRENCE $ 1,000,000 PREMISESO(ERENTED occu ence) Is 100,000 MED EXP (Any one person) Is 10.000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS -COMP/OPAGG $ 2,000,000 $ A ❑x UMBRELLA LIAB ❑ OCCUR ❑ EXCESSLIAB ❑CLAIMS -MADE 46-X05552-07 01/01/2023 01/01/2024 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 ❑ DED X] RETENTION$ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETORMARTNEWEXECUTIVE❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA A ER TA T OTHER E.L. EACH ACCIDENT $ E. L DISEASE - EA EMPLOYEE $ E. L. DISEASE -POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate Holder has been added as Additional Insured CERTIFICATE HOLDER CANCELLATION City of Federal Way c/o City Hall 333258 8th Ave S Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE W "M-d, ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD