Loading...
HomeMy WebLinkAboutPD17-513 - Original - Adamson Police Products - SureFire Rifle Sound Suppressor Adaptors - 11/29/2017 % rrT ;a / ,, WASH11A T.M _ �/, � Document �ifi CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Adamson Police Products Vendor Number: 502213 JD Edwards Number pp Contract Number: r n 11 - 51, 3 This is assigned by City Clerk's Office Project Name: SureFire rifle sound suppressors & suppressor adaptors Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ❑ Contract Z Other: Goods & Services Agreement Contract Effective Date: Termination Date: 3/31/18 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Chris Spraque Department: Police Contract Amount: $129.404.02__._. Approval Authority: ❑ Department Director ® Mayor ❑ City Council Detail: (i.e. address, location, parcel number, tax id, etc.): SureFire rifle sound suppressors & suppressor adaptors --------------- ------------- As of: 08/27/14 �* T GOODS & SERVICES AGREEMENT between the City of Kent and Professional Police Supply, Inc. dba Adamson Police Products THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Professional Police Supply, Inc. dba Adamson Police Products organized under the laws of the State of California, located and doing business at 3763 Imperial Street Unit A, Frederick, Co. 80516, phone number 877-833-4699, contact John Rogers (hereinafter the "Vendor"), AGREEMENT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: ............ Adamson Police Products will provide SureFire rifle sound suppressors and suppressor adapters. See Exhibit A for type, quantities and cost. Vendor acknowledges and understands that it is not the City's exclusive provider of these goods, materials, or services and that the City maintains its unqualified right to obtain these goods, materials, and services through other sources. 11. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by March 31, 2018 . III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $129,404.02 (one hundred and twenty-nine thousand, four hundred and four dollars and two, cents), including applicable Washington State Sales Tax, for the goods, materials, and services contemplated In this Agreement. The City shall pay the Vendor the following amounts according to the following schedule: Payment within 30 days after receiving all product ----- GOODS & SERVICES AGREEMENT - 1 (over$20,000, including WSST) If the City objects to all or any portion of an invoice, it shall notify Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. A. Defective or Unauthorized Work. The City reserves its right to withhold payment from Vendor for any defective or unauthorized goods, materials or services. If Vendor 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 Vendor 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 Vendor. B, fMgL P men Wgiyer ..g Ciaim5. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT IS MADE. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor 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. B. The Vendor maintains and pays for its own place of business from which Vendor's services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D, The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington, F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. 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. VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, section XIV(D), within fourteen (14) calendar days of the date Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach GOODS & SERVICES AGREEMENT - 2 (Over$20,000, including WSST) agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment, If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to snake any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the adjustment as provided in subsections A through E of Section VII, Claims, below. The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by Vendor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first , Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth In subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. I_o e_Qf Clam, Provide a signed written notice of claim that provides the following information: 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Vendor is asserting a schedule change or disruption. B. Becqi-45. The Vendor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Vendor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C, Vendor's Duty to Corilpletg Pretested work.. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. GOODS & SERVICES AGREEMENT - 3 (Over$20,000, including WSST) D, By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). i E. Failure to Follow Procedures Constitutes Walver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). VIII. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. IX. WARRANTY. Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when Vendor knows or should have known of the defect, or (2) upon Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work.. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. X. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement, XI. INDEMNIFICATION. Vendor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Vendor's work when completed shall not be grounds to avoid any of these covenants of indemnification. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INMIS_TRl_AL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable GOODS & SERVICES AGREEMENT - 4 (Over$20,000, including WSST) attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIII. WORK PERFORMED AT VENDOR'S RISK. Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Vendor's own risk, and Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIV. MISCELLANEOUS PROVISIONS. A. Recvcl le Mat r j$. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver 9f Breagh. 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. C. Rgso1ji n pf Di$p tgj e ina Law, This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees 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, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. Wri' ken htl,gtlr All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified In writing. E. 6,55ignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. 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. F, Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Vendor. G. En ijL_8 ement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. GOODS & SERVICES AGREEMENT - 5 (Over$20,000, including WSST) H. Com HAnKe with gm. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Vendor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I, Public itecords Act. The Vendor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. QRS Business License Recruited. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counter arts and Si.,grtaK,_or Enjiil, This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to Its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied VENDO CITY OF KENT: By: _ BY; signature) � (signature) Print Name: ......T _ r P t Na e: z Coo _...._. Its_ Un +40v!a 'R-.,_ s Mayor (toil, DATE v 11 20_ l DATE NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: John Rogers Christopher Sprague Adamson Police Products City of Kent 3763 Imperial Steet, Unit A 220 Fourth Avenue South Frederick, Co. 80516 Kent, WA 98032 (877) 833-4699 (telephone) (253) 856-5857 (telephone) (303) 833-4762 (facsimile) (253) 856-6330 (facsimile) _......._..,_. .._. ...._........_.m........ — ._... APPR ED AS TO FORM: e t t Department -......— ...... ..................._.... _.. ... ——..._.. GOODS & SERVICES AGREEMENT - 6 (Over$20,000, including WSST) [En bus rieltl.'Ybu nay cuter vie CI,,U,r i¢fiIe'I,h why+re th,wa,ra hae trFen stied] GOODS & SERVICES AGREEMENT - 7 (Over$20,000, including WSST) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By sign ag e to fulfill the five requirements referenced above. By: AJ 't 6) L tC.S ' aC5,,b", -s Title:� A.-J Date: 11 117 EEO COMPLIANCE DOCUMENTS - 1 of 3 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 of 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the__._, (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For- Title: Date: EEO COMPLIANCE DOCUMENTS - 3 of 3 _--- Quotation y, DATE PAGE Nov 17,2017 1 � a M'4%ma y■ ■ -- --- ..-----. ORDER NUMBER .. ... Est.19aO police products Ci,VU' r�t?' cooslz4s 3763Imperial Street, Unit A //�`I I D Frederick, C080516 PH: (877)8334699 FX: (303)833-4762 Sold CITY OF KENT Ship CITY OF KENT TO ATTN:ACCTS PAYABLE TO ATTN.CHRIS SPRAGUE 220 4TH AVE SOUTH KENT,WA 98032 KENT,WA 98032 �IOHN REFERENCE I S PPREISSORS CUSTOMER WA 032Nov NO � SAJOHNR SON ON DATE SHIP FED 4. NETO 0 OIIANTITV ORD SHIP 6/O ITEM NUMBER DESCRIP T ION UNIT PRICE UNIT AMOUN 100 0 100 889/SOCOM556-RC2-B 2ND GEN SOCOM 5.56 BLACK 715.00 EA 71,500 00 K SUPPRESSOR 30 0 30 889/SOCOM556-MIN12- SUREFIRE 2ND GEN SOCOM 700,00 EA 21,00,00 BK SUPPRESSOR, USE W/5.56, BLK 11 0 11 999/9999 SOCOM-762-MINI2-BK SUPPRESSOR 780,000 EA 8,580.00 133 0 133 889/WARCOMP-556-12- SUREFIRE PRTED 3 PRNG FLASH HIDER, 115.00 EA 15,295.00 28 556 SOCOM S U PP W/1/2-28 11 0 11 889/WARCOMP-762-58- SUREFIRE PORTED 3 PRNG FLSH HUFF, 115,00 EA 1,265.00 24 SUPP ADAPTR FOR 7,62 SOCOM This quote is va IIid for60 days Subtotal 117,640.00 Total Sales Tax 11,764.02 Total Order 129,404.02 ....................-- _.....__.... ....--_.._ ...... Original EXHIBIT B INSURANCE REQUIREMENTS FOR GOODS AND SERVICES CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liabil y. insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respects 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. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after EXHIBIT B (Continued) thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Cortifi:cate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. PROFE-1 np In- PA acoRc� CERTIFICATE OF LIABILITY INSURANCE CATEIMMIDDNYY)q ��' 10125f201 T 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 have ADDITIONAL INSURED provisions or 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 ft hts to the certificate holder in lieu of such endorsernarN s). PRODUCER 858.452-2200 � 'T'ADT Ted BauerfBarbara FOX. Wateud a Insurance Services PHONE FAX 04 9 898-�152-2200 898452-6004 10717 Sorrento Valley Rd. 4A�r�r,a,NI���a Extl' ........ San Diego, CA 92121 �6ftss b1felixewateridge.com Bauer Insurance Services Inc IN4UREIR(S)APPOROINO LO .... NF41C./ INSURER A,James River Ins Company 12203 INSURED Professional Police Supply Inc INSURERe ❑BA Adamson Police Products """"""' -- 160 Airway Blvd INSURER Livermore,CA 94551 INSURER o INSURER E INSURER F COVERAGES CEET]Flr,61E ' 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. _ ...... ..... ..... ..... .. ....._. .. ._.._._- ....... INSRR TYPE OF INSURANCE ADDL'SUp POLICY EFF POLICY E%P POLICY NUMBER LIMITS loco nnmm�rvww nn nnmrvVi A X COMMERCIAL GENERAL LIABILITY f h 1 RI I' 1,000,000 .. ..,...50 000 x]I ,P DDDSsos34 ovovzon DvovzDls X Deductible$5,000 r A Ir ry 1,000,000 _¢,Polo wu,¢t I,A_N 1 ....a 2,000,000 X I e, n r L, t 2,000 000' ti fI4PR'V`: I ,"-Yhi' IN'XI LlWil'o" AUTOMOBILE LIABILITY (V o'a,"-, v.IL Etl1— e��II raIL Fb°uw<unI kaI ;S IAA _ rs UMBRELLA LIAB .. EXCESS LIAB ..,. /' i.. 10 11...(A1, WORKERS COMPENSATION IH I AND EMPLOYERS LIABILITY YIN .. Ahni FYPI'uM PfRaf AXrLIH+fi,H-CLONE 1ll l NIA F , FIf v ya JINI➢hl "R1 K(L F U " )Mpb%Nn14Y'In FHB h Fly l Iibalm l� rF IHIJI'J GF OPEFfiTIOFI"Laoiu DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) The City of Kent is named as an additional insured as required by written contract. Attached AP2009US O4-10 and AP5031 US O4-10 apply. CERTIFICATE HOLDER CANCELLATION CITYKEN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. The City of Kent 220 4th Ave South Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2016103) O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS SECTION II—Who Is An Insured is amended to include any person or organization you are required to include as an additional insured on this policy by written contract or written agreement in effect during this policy period and executed prior to the "occurrence" of the"bodily injury" or .'property damage." The insurance provided to the Additional Insured under this endorsement is limited as follows: 1. The person or organization is only an additional insured with respect to liability arising solely out of"your work" or"your product"which is imputed to the Additional Insured. 2. In the event that the Limits of Insurance provided by this policy exceed the Limits of Insurance required by the written contract or written agreement,the insurance provided by this endorsement shall be limited to the Limits of Insurance required by the written contract or written agreement. This endorsement shall not increase the Limits of Insurance stated in the Declarations. 3. This insurance does not apply to"bodily injury" or"property damage" arising out of"your work" or"your product" included in the"products—completed operations hazard" unless you are required to provide such coverage by written contract or written agreement but only for the period of time required by the written contract or written agreement and only for "bodily injury"or"property damage" that occurs during the policy period arising out of"your work" or"your product". 4. Any coverage provided by this endorsement to an Additional Insured shall be excess over any other valid and collectible insurance available to the Additional Insured whether primary, excess, contingent or on any other basis. 5. Where no coverage underthis policy shall apply for the Named Insured, no coverage or defense shall be afforded to the Additional Insured. 6. This insurance does not apply to "bodily injury" or"property damage" arising out of the sole negligence of the Additional Insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP2009US O4-10 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, PRIIMARY AND NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS Name Of Additional Insured Person(s) Or Or anization(s): If no entry appears above,this endorsement applies to all Additional Insureds covered under this policy, Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED, AP5031US O4-10 Page 1 of 1 W/.9NINaIOX ��T Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submissioat to the City Clerk's Office. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. Vendor Name: Adamson Police Products Vendor Number: JD Edwards Number Contract Number: PP 17-� �`� This is assigned by City Clerk's Office I Project Name: Request to advertised bid waiver I Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 10/10/17 Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Eric Hemmen Department: Police Contract Amount: $130.000.00 Approval Authority: ❑ Director ® Mayor ❑ City Council Meeting Date Detail: (i.e. address, location, parcel number, tax id, etc.): Police requesting a waiver for advertised bid requirements for the purchase of rifle sound suppressors, !r✓r r(iio/ f� ilYti' Wf✓W/i Xlrlj l�ifl fl tifh%Fir 1/i� I/frr I' r r � Y �,r�'°14f�� if jt/ fP h�l��'r ;W�rr J �'v o � a�l/r�'X J!✓i`/I r %�.~ii 41�d 'irlvr/f/lf/ill l✓ �r4 rli/ f i 1 ��4� `�� ��dl�'�f r���r�y�yy� li���.�e�.,fGN/�,'mrLib�!;ly /'�/r�mlPc��� /�'�'/,,'f/i'�Y(�e�(°�k,�✓r�F�ll�lu+�if/r�pp/��P lllli..f f,�///f/i';,/f'„°/If ly�ri„1d �/ l i P 'a;; fl(r ,;, /,xr'�r,� ``yy ! f;�;)! Ww ���Y°YAl'�ilr✓h�✓P�'�Gr"� yWl��6 `! 'JV1V J7 "�'r W!'�Clh a/ri /.✓^( /nv/lr,(r ✓ l0U I / � Flt r i/ r: N J o / Itl v Y r/l rr r � If li difii�! "lr/�^A�>hIA��`'.W/ � �U C'�r�l � � ytl r ��ry ,�1� r R^ ^✓ ��� r � ✓ r ,1 r (uY i ✓ I ✓ r ci r J er / d b aY,�4 �ly�r r I �V� � 1 rl r �ircr f h'✓ dvs �y d I � n r l )rP i n/ rr/, 1rh I ,av ) ,III i<ri I rY I I 9 r r r I A I r k s r r r I �ti�Alf� a y � 1)rD r I ( W iH✓..`'afr Nrl�l � / � �r -:✓r t x J < p y�*y'" ✓ A• u" r/ w' J r /r r ✓ n �� lf y�4/j/x l��'✓Ig v �V A'J �h4 w) rV'"I� rn'.�'r} I �'1/rt A� yr�,�'ir 11 i fJ ) I � r r� i ir�/ hC 9 rlti !� I � /r r/ /Acr °f� Fr 's i y r ^�rA 1 IavYf{HI/ir, lj rff ✓ l 1 r F f >ilh ,° , ir! µ l r�i�G Iralr�,"✓1 a; �&V� ;�����' ��b� f �"�f � �` ,d ��I �J'✓ /Y r I . I,��I rq rl ,r,@ � NI r +w'W✓ ;r 111 ,� rb I! ✓.l,rt ✓Ir� � �� � �rf{ xr/:, / r A ,#Wr ar f1� � � 1 1 K rH.rry,�lra I P,M� f✓ Irh �11�� r � ,r ly 1� Jy,):r� 1✓�(yr y,✓/Yff l'i U d/,t!* NWko)r (l In li I" llhl/fr-� � rl � f �, ,9, A" � qy ✓ rk l irfo/ � VW ✓y ^, If r iId �11�Jrf InrWry J✓I p lfr />,lifi c lrYr/ � :.�yd/7P ✓� Y' x ll , , fW� t�"✓ , fA91 '+',I�r� a0hf ' r'�ll",1;(iu"�`rl / I feel FrfJ rrrlmlA✓7 rlr rpP//Y /`j^rlN� Y.Y ,^^--T / / � P I P /v�4 �4A 1 � �l lsWl du�Y="� by"� ! (d� Ili` 1 v ✓°c y4/ dl 11�,"' Hr Mt ✓ailxGi7/64n"41f �iY! "�M Sr ✓ao r/lr f ( ✓i / r r � �rr r r � f u r I f Jr� r f ✓ r / rl if �, 0 .,I IV rYI � r i� �/ ° ��Y^ � r +✓r4 �r�'✓h f ✓ fl P rc �I e r � iu Ir YT ,}{Aa / ?trv✓ I7+ ✓ ^ W('v dl r n � � V ri;��h 1 I ,` y„�nA 4n'✓rY/ .,ij�C ✓, 'l lY/ fA rtrt 11 J �i Kif/!kr (✓ rJl4 rri 4✓-z / f I ✓l 'Y ! r t I;AA l�/bA rl n / Ir. Y i � l a 1 N Aex N✓ �('<x 11 I� �E{n�., �#. y ��,„�. NMIf a r ( 'OP!/✓ n�r `v l `� �7. MP jr rr i mf Y1 1��°� I }ja k ff ry C,�1G ID Y. i II I�. l�lY!'IP r�Ml�+r/'P7=%l1,iu�t*h/�ja lhlr I✓i 1�qA'✓�✓�lir! l%r iF✓ rly�/rYwa✓ r r�„/ i ( %iA?1 �P n' r`l la I ✓ F' I rr 1 r°dJ I%" iA IJ � �gi 1'Ght j� " �✓il hf / 4i✓Y y.% rl 1r r �i/ y.r / lA l� 1� rrfrl yr q �,I( P u V!Wl �r ra kffly r�$Jr l d` lfyq fl y �„t fd ujil✓�eY 1P l y,fyAlf !ny7 Y:� fA / r r,Yr ! Y r r r r A r rly xPf N✓ P/` il / � 1 1 �'✓( s l n l Y l u�t i y l rflWy/�f I I J r , 'At > ralinpR fY ✓' ' )J Frer l' ,yr A7 p$Ir tye 9Fa % Py 1I/yx1v ofgr Nhi vy f/l v 1, A✓a ryr, l P� 1 W Ir xl a tr );4� h;"�}'F ?l rEf /Il/pr rhY- NNI „ Nti6 n d ✓ i. ''I�> w� +W"W rl lJ" '/ frr 3u �NI� lu f i Ir�r"/ lrt J hry x i/ r a a✓ v 4 I JPry'� I y r rl a f iy✓ 1 t-1yF fs rrrr tq 'IPa a/ ud9F r/ p/ r I r"7�n rr ,/r r r fg �^ 4 r ( ,. 11 uxx. ; c' 1 .!� m 1 7W� W/ lya � �✓, �h M/ frP�:JJ I r S v ✓ I 9 11 r ✓ i / / r IM r 'l "!�''I kYdl c f ,tm'' CP'rlll/l�7 tv+,,J�yy�fId Ar�'W' r ,'IA)0'JIJ�iy lo(7ipVIk2yq /r l�"' lJY/ (r/ (>I/"! a `�Y Jr Yu✓ �rll 14, ' t.fry 1 r � l 1 I � /il i��"� M/rf P� �Yi/b�F�1'1 r a�ri 0r �/ r W(ndr(li k✓ ��Ib!` � ,.� "� f f Pal tld l I;�M tI Wfr,.rtid fif J4"I Sr o �rl v�r I Prry�ir,! r r rar r �� r<r✓ f a �J>, ,r e � �( 1 f s p I `� �y{� ',��r✓/If N ""ly4e / r of;�>!1P��✓y1�9tc�n �hlh�a+�1y J�,"grlr q d i rr ^ � IrIAI yr/ "t '1 i o rt , '�d. !,�� u , v r"�"suls<� >P%� �`rmf f 1niN/ ��4 r�r��rflvl f rPs✓/ ,�I „-I¢ta� $r r � rw�rrCJ r '✓ �J $ � � r , �Uf PW, r,"�I r '� 1 ��r 1 �7�irNjrr IYm �r r�✓l�rl'��AP�'ar�f1 r`✓ h h I� u I � Il�/r f, Yf " �/ � ��ir" 1 �,y� �� !� � dl J,� "r{���J'����,�ylj lYm{P,!+yri'�� ry Iryk4`l'r�i�jtPlj�e��W�e9�/rnr��/r plc�f ll�r✓yz��y/li✓FI nVYyl/!�>,�` r ytCIA I r t �` Y �' r:.'C" ,o a r'�4115d�r"/ rrrmpf mar/6!(rA Pdra 1�JI ply h 1 ,�"ql y✓jr 5 r y rb np,?Yi r , - ✓l r I X p � r �I�ril r/ � 1 r ids', It,� IEP ✓ IY Ir rlf� (rN r b�( rc/I/v ,lr�?rrr4b/ Fvllf arLr / ✓ 1 hrJ Ar,, ,� 9 I . � 1d1 „ L ' 'W r✓ f "f�'l �rl�l� �^;�l rA/r r"Y,��Y'N'I,Wly U✓�h� /� �r e,JB/I f ✓W }r!� IYrcY i AJ 1� r rr. ,! '�, ! W' ur i �vl �P ,,Ir !f! !{ y/Pf�/�1'h1G,WNW I'Ibo ch¢✓�f ! fl ryy��a,,��Qa�'��,�yXh�Jf`u lY1i/ t1r111/l�fMxrlN ( I„ � Vl � J , ,w,,J I f ,,nk `�IIAr�r^I��fY1��;r,����g 6y �Yr,/�i,�IHP �J�y�f�rl�hrV!+(�d3�Prph�/ lrj��✓r4' �rc��i llrf��"r/x�hy��P�l�r'/rjµtl"J Jlih r; i ✓ W- I ✓..,, � ,'.x1i?l ,r .':/ � Ay W,)��lr !%���J�dYkff{�fy �u e�lrl�, l✓d)1 �yi��'xr 9„��f y �1rla �✓!!rr xrYr"I/�rl"./ / f r t I n I FI r . � ;i I(W� ri. 7 � ✓, i �'e/ �fr����flrl � ,n��`�IfV��r Iih�,�IP� ���fJi��Nr�r'��1�".��N/6fFf x�fq/ry f{ �'�x4(lrr�rfrv��/� �I�f/I191 l"J�/ll„i!!;rl�'.- ' �I . ! " r � , ',�� � nl°d��° �r ��/�q�r�j"M1!,/ ,n Iw'rj�C��v. ✓u Wb��7>,'Y/ dP�rlr��✓f4�Jl ill.. YbYi` 6e� f' f [,�% �' P�r � ^W� fk ".�v, fi'I^Pf �;ta �'�t �r��?x�b���� �1�'�W,(!>�,1?,i�Pf�l'Jyr�A�f�f tiA fr✓�'rW'r'I;v„AjrtYf r^'�rEr l,tii aye/✓lir�it y rF yAwr `i 'I f r i I ✓� �l r Z N for M^ �,!'' I�" 1'�J✓^ AW.�o ly ro Y�r W �Y i��1kr/� /r�l � Jf ySu xltr Wrvl%7r I"r r,y /! + r i'i �I�.l V ! ilk. + �P rf/✓���wIP.�;�r1yiY ,IJM1njy J'�rylNt��M��/raWW��✓#�✓�Jl��yn`F�Jr%W NS��y l/fi/Jy �7�rJ !r'if>c/P ✓1.- ✓ f„' �, � P i W r ! ��'I r r �',�...�Pr ,p '�u, r,/ 'd���� '�pr� J�r���d!-;/a ri %yPiYy�?I" rl!3� wi/ l �IllOrl /r'y i/e✓�yl// l�dr�,i,.�) y fJy,�„ Jb� � i� l JW�) f^'4 � i � r ' Y! W17� )� �/Ir rffl ✓ / ViJ�1164h� 1 // f /Ih ,y/1 Cjr( /rr � r rh �A � ✓ '�✓- 11 I :P. iA (F rrl 9d� f/I til ✓l�i, r)r(l�yyr�l �/W'/%���xrl'td� h%l)`� /I 141v*�y lly ��r✓ 1rf J P;u�✓.�rC4W rJ lf1l11 / plc p' � I x r v ' 'D/ / w ;pr r/ iri ll � ur' y/r ,Y/II rWfM r rx ✓ I r ✓ � /�i jV" r d d`"� ���f� �,r<' r rP � l� �? n, / ;! "7IT'�' v<✓"`'�li�yiy°� hh r��,h yhP` /�'narf`�,�'yI� ✓y(Yl��t+ y p r' l� r. � / "� YW P'. b t � J'&3 �Pyl l�'f� Afrr� �r'Rd � �fi�ir'?� �4�,✓,y",�;/N'a reJl Pr j r Jr e ✓ ( ylry, 1 lfyfrµr ' 6 f rlp /� Prr/0, (A Gd(/l rv�lla p/,Yrt IYr, �gY/f fYf � ✓ tl,(1 riMWr�e it Al nrf r i,;. b �rrr ) W ' ' ',,,�� � A rr A Idl ! �'� l h✓�l yl iprh�rpfy l4ri rl F iy l klr r�l r ri� Jar l I � 6 ✓R kIY �:; � li / l � �� fr ,lw� r ylY ('f/1° / i�Nr Y/�rlr J e 4 f �n r/ 1 PrfS ! /,,; r r; a, � a ✓ !, 17 dT � .Pl ✓ f f/ rrr rr/ f >§ ' n i rl rt r/lP 1 r �� �I > � 11��q✓��l�Y"'ry4A� W,�r 2+i m� ✓y r ltl4lf �r° r �✓ Y o� / Wi r I f i�'' � , fj XY l , rf6✓i,fprT G%(✓vft yi r r ✓ uA✓r< / I Jt I -. rJ ,7a� I�✓�r lrl r.y /�� If r��fr+�h I/irr � W Jv+Por �/ !r ,? Ir i,�r 0 r r F A) d Po I r o-10-1 % �rr/ �I y r Urr 1 wY i ll,I u�i�1r J 11 �" I -Ibi J' °u ,f'u"ti"�l, o I"al^'F r1 ,?i' ,,r.e "'M�✓,I'� „rr7..: i/rr Mvl i/„P r h r k y r- lr�l Y, Air n' /iji r �, r /;!i% 9 ,' �ri�d Pof'ar fir✓ ir��,Jr�y� ✓ r l//I� J"r , /�{r;, �! rl fl //� -r I 1 M u ✓ ✓ IYI l7h yJ fl/yr /fr✓a / - / f ✓� fry ri rG ylf ✓, j y f /I , /i/A�i� WJ�r%/fll��(�6„�Fr'f it �1� r/! if'!y r r C.l l y r�/ :'I ,✓ �.IJ✓Ir N r/ r1 r / r ry / tS/t n r r /f✓y� f✓a,//� ��'��%%� I'I✓ ��ly r��Jy rl:�/u/rr" r�hir i9u�,i/�,�//�nr //i /�i����w{� I�f�l�I nui�r�F���'lf,��/�9vr i�lf�"LI{nib/l�'91V/�¢f����(r� �,��r//r/ii/cf/x/�: u�ifr ✓It ✓ r/I" 1 t? iyF rf r p(rf�(/� r � �� y +;!/ � � � f / r r / ✓ r r fllr aP ✓ f ( ' 1f�, ��Y���1//✓ 11/�a-Ar r/ r �r I / ,, I r r 1 /y 4 / f i " I la d✓!ir�T9 �yy lrr}��y�It/,!H J� / III �rP/ii r/7 r!i �yr6 yty f /R u / /Y f / F ✓f ,�f r ur �(, , ✓���G��, !� �,�r< ,Y r �"� fly r I rl r / / � u �� yll y�/x%h/l�/iyl/f/dl "t'J�rS ! �I(rji�r✓ hl.F� Syr 'l/r qJ / !/ r r l lfil/fir r/ / fG1'.l"��/ le/' iN ) �9��/r/1 ,/ , 6 �a %✓ f / f l t✓Nl I1lf//h/Noi�VPla�f�(VJ11�✓ l d�� r%FI /�/ i Pli(Y rr �h�nrrr /r r/ry; F✓ I t r �„ If ".i l/ / li WG'1Ir IGI/�1 �1 f ,�i xa/ WaJl7w✓ I n l al / r �, A,.o r .i .f ;, U v r/ �/ .✓ P )1J 1/ fl +i l./ r /e ' �Ps2 J /r,P+�rswh�I/d>f^i✓riirll�r � r�.�n.fX'=/,nf,, ,r f,,'°�l i '� . CITY OF KENT POLICE DEPARTMENT 220 4"' Avenue South ®. Kent, WA 98032 T Fax: 253-856-6802 WA5HIuQTon PHONE: 253-856-5800 M � �� Ml� emo To: Suzette Cooke,. Mayor From: Eric Hemme �raart Services Assistant Chief CC: Ken Thomas, Police Chief ' Date: October 4, 2017 Re: Request for Advertised Bid Waiver Pursuant to KCC 3.70,080 for rifle sound suppressors. The Police Department is requesting a waiver for the advertised bid requirement set forth in KCC 3.70.080 for the purchase of rifle sound suppressors. The Kent Police Department will be implementing use of rifle sound suppressors on all issued rifles for the safety of officers and the public. A sound suppressor attaches to the rifle's barrel and reduces the amount of noise and visible muzzle flash generated by firing. Given the extensive firearm training officers receive, the use of sound suppressors will reduce the harmful effects caused by officers' repetitive exposure to loud noises. The Kent Police Department anticipates it needs to purchase 142 suppressors, at an Individual cost of $920 each. Together, this purchase will cost the City approximately $130,000.00, plus tax. For the reasons explained below, the Department believes purchasing SureFire rifle suppressors from Adamson Police Products is in the City's bests interests, and the Department respectfully requests a waiver under KCC 3.70.110(A)(3) of the competitive bidding requirements. The following explains why the Department seeks this waiver and authorization to purchase the sound suppressors directly through Adamson Police Products. Why SureFire Suppressors Kent off cers serving on the Valley SWAT team have been using SureFire suppressors for over ten years. During that time, they have put well over 75,000 rounds through those suppressors with no problems. On occasion, baffle strikes have occurred, through no fault of the suppressor, and always caused by bad ammunition. We have reported no more than 6 baffle strikes while using SureFire suppressors over the years, and even though the damage was NO FAULT of the SureFire product, SureFire has repaired the rifle suppressors at no cost to the City. This high level of customer service and history of standing behind its product is what has earned SureFire a great reputation in the industry. The Department recently had a locking collar break on a ten year old suppressor. This is a catastrophic failure and the suppressor was well outside any warranty period, SureFire repaired and refurbished the suppressor at no cost to the City. It is essentially a new suppressor. In Memo Page: 2 Re: Request for Advertised Bid Waiver Pursuant to KCC 3,70.080 for Evidence Processing Software addition, even though the Department's suppressors are old and well used, they continue to reduce sound levels to the same decibel level as when they left the factory. They are impressive units and there is really no comparison on the market. Two other Valley SWAT agencies have purchased suppressors from manufacturers other than SureFire, and in both cases they have experienced weapon malfunction and suppressor failure, and those manufacturers have refused to repair them without the agency paying a repair fee. Finally, SureFire's suppressors were recently tested against any submission by the United States Special Operations Command and the Department of Defense. This included extremely high volumes of ammunition fired through the suppressors in a controlled laboratory setting. SureFire was the only suppressor to successfully pass the test and was awarded a federal $23.3 million dollar contract. SureFire's products work very well, and more importantly, they are built to last. Why, purchase through Adamson Police Products While there are a number of companies who sell Sure Fire's suppressors, the Department did obtain written bids from three (3) of those sellers, including one directly from SureFire itself. Adamson Police Products was the lowest bid by over $1,400, In addition, the Department has been using Adamson Police Products for several years, and it offers excellent service and pricing for a variety of police equipment. The suppressors are a National Firearms Act (NFA) item that requires Alcohol, Tobacco and Firearms (ATF) approval, The Department has used Adamson Police Products for prior NFA acquisitions and found the wait time consistent within the industry. For the reasons outlined above, the Department respectfully requests that you waive the advertised bid requirement for this purchase as authorized under KCC 3.70.1 10(A)(3), find that the advertised bid process is not practicable or in the city's best interests in this particular instance, and authorize the Department to purchase the SureFire rifle suppressors directly through Adamson Police Products. If you approve of this waiver under KCC 3.70.110, the Department requests that you indicate your approval by signing below. The resulting contract will proceed through the normal Council approval process as required by KCC 3.70.240(A). If you approve of this waiver under KCC 3.70.110(A), the Kent Police Department requests that you indicate your approval by signing below. The resulting contract will be taken through the committee and council approval process as required by KCC 3.70.240. CITY 0'— Sy�. ti . Cooke, Mayor .. _ Date r i' � m ms m c, __. um .. .. _.m _.... .ua W•W uc: a Ylp� m r. m. m m� m .•m �� m. m •o• m� ." m �» m m m , w Nm�mi m : w Wm I MIA iffl I_ Ml I , m.. i luu. m