Loading...
HomeMy WebLinkAboutFI18-028 - Original - Dunbar Armored, Inc. - Armored Car & Courier Services - 01/30/2018 IN tl� ; �;illl"J tmioo// R "9 Kg , N T w G.o� /v �� Document „H,y NJtl �� 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:` �1 P �t ifV o,0 VIP J�✓ Vendor Number: I W M A;N N l _ YY JD Edwards Number Contract Number: This is assigned by City }Clerk's Office r p/ Project Name: ... -I�� I°� I 0 r E Cl 1 ��- --N.�9, ---C afi fo \ Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment Ulfontract ❑ Other: + (/ Q Contract Effective Date: 24 1_I- I D Termination Date- Contract Renewal Notice (Days): *� 0 Number of days required notice for termination or renewal or amendment ��I �n Contract Manager: �� / [Department: r� /} Y Y I( G( Contract Amount: q t Approval Authority: ❑ Department Director IV/Mayor ❑ City Council Detail: (i.e. address, location, parcel number, tax id, etc.): As of: 08/27/14 Armored Car Service Account Numbers: Senior Center — 10006240.64130.4510 Parks Commons - 10006210.64130.4230 Riverbend Golf — 48006855.64130.5755 Municipal Court — 10001340.64130.1290 City Hall — 10001640.64130.1340 dK�NT GOODS & SERVICES AGREEMENT between the City of Kent and Dunbar Armored, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Dunbar Armored, Inc. organized under the laws of the State of Maryland, located and doing business at 7066 S. 188TH St., Kent, Washington (hereinafter the "Vendor"). A!gRCjMgNT I. DESCRIPTION OF WORK. Vendor shall provide the following goods and materials and/or perform the following services for the City: Vendor shall provide Armored Car & Courier Services as described in Exhibit A, which is attached and incorporated by this reference as if fully set forth herein. 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. II. TIME OF COMPLETION. Upon the effective date of this Agreement, Vendor shall complete the work and provide all goods, materials, and services by February 1, 2018. III. COMPENSATION. The City shall pay the Vendor an amount not to exceed $30,000, 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: Dunbar shall invoice the City every 30 days for the services and rates described in Exhibit B, which is attached and incorporated by this reference as if fully set forth herein. Payment is due 30 days after the invoice date. Payment will be mailed with the invoice number to: Dunbar Armored PO Box 64115 Baltimore, MD 21264 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. Defeo iv r 0AqL i ed V ork. 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. Final Payment: Waiver of Claims. 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 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 GOODS & SERVICES AGREEMENT - 2 (Over$20,000, including WSST) before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make 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. Aotice of Clalm. 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. Records. 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. odor's M; t Com i to P'rote e y r In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failgre o Prqjg5t Qqnslitutgs Waiver. 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). GOODS & SERVICES AGREEMENT - 3 (Over$20,000, including WSST) E. Failure to Follow Procedures CrrnskitgtesW iwer. 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 b.f 2V_$TRIAL LKURANCE, 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 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. GOODS & SERVICES AGREEMENT - 4 (Over$20,000, including INSST) 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 C 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. Recyclable Materials. 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 of Breach. 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. tie do of I Rand QQvernlrig Ldw. 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; rroovid d, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XI of this Agreement. D. tMrtteR Notice. 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. Asslonment. 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. _Mo I call ni. 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. tir Aarggrneni. 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. H. Comp]iance_wJth_LgWs. 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, GOODS & SERVICES AGREEMENT - 5 (Over$20,000, including WSST) equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records 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. City Business License Required. 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. Counterparts and Signatures ty Ep& or Email. 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. VENDOR: CITY OF KENT: c, (Si tare) y (Signature) Print Name. Print Name: Dana Ralph Its 1G'',L)n,A J _AA+I /dti'7tt�� Its Ma ar (title) DATE: s ,RCA6 DATE: 0 NOTICES T- BE SENT TO: NOTICES TO BE SENT TO: VENDOR: CITY OF KENT: Seth R. McElroy Rebecca Furry Dunbar Armored, Inc. City of Kent 50 Schilling Road 220 Fourth Avenue South Hunt Valley, MD 21031 Kent, WA 98032 (410) 584-9800 (telephone) (253) 856-5207 (telephone) (253) 856-6200 (facsimile) APPRO D AS TO; IW: Kent artm t GOODS &SERVICES AGREEMENT - 6 (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 signing below, I agree to fulfill the five requirements referenced above. By: For: __.-- Title: 3L A� 6V � ,�v4 y'�d�"r'r/,Jc Date: 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 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. 1 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 signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 EXHIBIT Vendor shall provide Armored Car & Courier 5cn/iccs to the City at the following five City of Kent locations: Centennial Center40DYVGovve3t Ste 122; Municipal Court-l228 Central Ave S; Riverbemd Golf Couc;e'2g19YV Meeker St; Kent C^n"nnnns-5254m AueN; and Kent Senior Contep000E Smith St. Service shall be provided 8am-5pm, Pacific Time, except for weekends and 10 holidays observed by the City of Kent (New Year's Day, Martin Luther King Jr. Day/ Presidents Day/ Memorial Day, Independence Day/ Labor Day, Veterans Day, Thanksgiving [)»y, Day After Thanksgiving and Christmas Day) with open window pickups during normal business hours. Vendor shall provide licensed, armed, distinctively uniformed security guards who will wear a Vendor-issued photo identification at all times. Vendor's employees must remain licensed through the contract term, License required is a Washington State &rrood Security License and a federal background check. Vendor shall deliver to and/or receive from the City sealed or locked package(s) containing property, and shall secure proper receipt for packages received from the City at U.S. Dank Seattle Cash Vault, located at 2300 E Valley Rd, Ste. O, Renton VVA9VV57, in the same condition as received from the City. Vendor will deposit funds the next banking day after funds are received or the next available banking day. All vehicles used by Vendor will he properly armored and equipped for armored car service, and will be clearly marked with company name. All vehicles will have valid vehicle registrations, insurance and permits. Vendor shall provide designated customer service personnel who will respond to all questions, complaints, calls regarding missed pick-ups, and proof of deposit, etc. within 24 hours. Vendor shall also provide consignment logs to be left at five different Kent locations listed at the top of this exhibit. Every deposit will be recorded, verified and signed off bythe armored guard in the consignment log. Vendor shall maintain reconstruction of Ch8Cko Insurance or comparable Insurance at no less than $25,000.00 per occurrence. This insurance will provide funds for check reconstruction and any associated fees, City agrees to maintain a complete record as to maker and amount of all checks placed In any shipment given to Vendor and |n cases of loss, to promptly, diligently, and completely cooperate with Vendor in the identification and replacement of lost, destroyed, or stolen checks contained in any shipment. Complete cooperation shall include requests by the City to makers of the missing checks to issue duplicates and in the event makers refuse to do so, then assert all its legal and equitable rights against said makers or to subrogate such rights to Vendor or its 8ss|yoS, Vendor will be responsible for all fees associated with theft or loss i[ the City is not found tobeatfault. _ Vendor shall provide change service asrequested by the City. These orders will bm picked upas needed and delivered the next scheduled service day. Vendor shall possess private security company license which must be kept current throughout contract term. EXHIBIT B Dunbar Armored Inc. Kent, WA Ken Willard (253) 638-7732 Per Day (Sx per wk pick up) Open Window $86.11 Monthly Ceiling Price (Ix per wk pick up) Closed Window $142.50 Per Month per location $430.53 .................... _ Per month for 5 locations $2,152.65 Per Year for 5 locations $25,831.80 Surcharges/Fuel Fees none included in rates) checks-no / cash yes - $1.62 per $1,000 over Excess Liabilitv Insurance Der $1k $100,000 _... —— -- ............ ........... _____._......_..._-___ Same Day Deposit & Recei t next banking day after received Stop Time Duration/Per Minute 10 minutes - $2.50 der minute........._.... Cash Vault Change Service/Rate yes yes - $3.75 per order, $.60 per strap, $.07 per Courier Change Service/Rate 100 Loose Currency, $.09 per roll Additional Trip (on route with 24hrs notice Extra Pickup Fee _...... $35.27 .................................. Holiday Service $95.00 .................. _ --._....... ...................--... - ...................._-....... Security Bags 400 for $119 - 2 week delivery ................._ Receipt Log Book D-Track & Redbook Ledqers provided ,Receipts upon request yes ....................--—_....... Item Limit 7 Item limit $2.95/additional baq ----------------------------- Missed Stops automatically credited/notified asap 365 days, except Thanksgiving, Christmas & New Years ves Local ves - BLC-2150325 .......................... All risk insurance yes - $100,000.00 per occurrence Reconstruction Insurance yes - $25,000.00 per occurrence .............. �. Broad Form Crime Insurance yes - $2,000,000.00 per occurrence _.._....._._..............................................._. Contract 1 year - option to renew Dunbar Armored P.O. Box 64115 Baltimore, MD Payment Remit Address 21264 Set up time frame best is 2 wks but can be less EXHIBIT C INSURANCE REQUIREMENTS FOR GOODS & SERVICE 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: eneral Liability 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 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. 2. AutorLQbile UaVility insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. if necessary, the policy shall be endorsed to provide contractual liability coverage. 3. , rime insurance written on a broad form basis, to include theft, Disappearance and Destruction, Forgery or Alteration, Employee Dishonesty and Property other than Money/Securities, The policy shall allow a minimum of 30 days to file a proof of loss and shall include temporary employees in the definition of employees. 4. Armored "All- L Car Risk" Transit and Storage insurance, covering coin, currency and checks unable to be identified on a dollar for dollar, face value replacement basis. 5. 'econ insurance to provide for check reconstruction, including stop payment fees, postage, labor and any other reasonable costs in reconstructing checks. EXHIBIT C (Continued) 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 $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 3. Crime insurance with a minimum limit of no less than $2,000,000 per occurrence. 4. Armored Car "All-Risk" Transit and Storage insurance coverage with a limit of no less than $100,000 per occurrence. 5. Reconstruction of Checks insurance with a limit of no less than $25,000 per occurrence. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The 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. 2. The Contractor will provide written notice to the City of Kent should Contractor's insurance be cancelled or materially modified during the term of this contract. Notice of cancellation or material modification shall be provided at least 30 days prior to such action. 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 Certificate of Insurance. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against wham claim is made or suit is brought, except with respects to the limits of the insurer's liability. EXHIBIT C (Continued) D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANIL 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. m. DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE, 1212U2017 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 pDlicy(ies)must have ADDITIONAL INSURED provisions or he endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this w certificate does not confer rights t0 the certificate holder in lieu of such endorsement(s). � PRODUCER CONTACT 9 ACT Risk Services, Inc. of Maryland NAME: FAX 500 East Pratt Street uwc.Mb.Eeelo C866) 283-A22 NR 800 363-0105 a Baltimore MD 21202 USA E-MAIL p ADDRESS: _ INSURER(S)AFFORDING COVERAGE NAIC# INSURED INSURERA: Hartford Fire Insurance Co. 19682 Dunbar Armored, Inc. INSURER B: Trumbull insurance company 27120 SO Schilling Road v Hunt valley MD 21031 USA INSURER c: Twin City Fire insurance Company 29459 INSURERD: Navigators Insurance Co 42307 INSURER E: The Ohio Casualty Insurance Company 24074 INSURER F COVERAGES CERTIFICATE NUMBER: 570069555872 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, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Limits shown are as requested) LTR TYPE OF INSURANCE Arm mol POLICY NUMBER M YDDYYYYY MYrMYYY LIMITS % COMMERCIAL GENERAL LIABILITY ONES EACH OCCURRENCE $1,000,00CI r1 'TE5ImN 6' .� CLAIMS-MADE In OCCUR $1,000,00C1 1...-A PRFMI¢F[/� as n[(,_rmnrgl X coNracWel Liability MED ExP(Any one person) S10,0001 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE S3 OOO,OOCI m ..,.,. 1 ' ... __.._ ,n POLICY ILE� I LOC PRODUCTS-COMPIOPAGG $3 000,000 2 OTHER. u n A '40 CSE 535402 04/01/2017 04/O1/2018 COMBINED SINGLE LIMIT i° '.AUTOMOBILE LIABILITY $1,000,000 rEz':•�.Cery X ANYAUTO BODILY INJURY(Per person) O Z OWNED BODILY INJURY(Peraeudent) M AUTOS ONLYHSCHEIDULED AUTOS X HIREDAUTOS NON OWNEDPROPERTY DAMAGE V ONLY AUTOS ONLY /Peraccinenll — q O UMBRELLA LIAR X OCCUR PTI7EXR728520IV 04701/201I 4/'01/' 018 EACH OCCURRENCE $5,000,D00 V EXCESS LIAR CLAIMS MADE Lead $$M AGGREGATE $5,000,OOC1 X pED REFENTIDpd..... ......... .........._ B WORKERS COMPENSATION AND 40WN5 54 4 1 ll U27;cFF7yUI_9 X STAT PER OTH. YfN A05 EMPLOYERS'LIABILITY UTE EP __-__ G, ANYPROPRIETOR I PARTNER I EXECUTIVE '. EL EACH ACCIDENT $1 000,000� DFFICE-1_,BER EXCLUDED? Cry p NIA 40WSRS35401 04/01/2017 04/01/2018 (Mandatoryln NH) — WI EL 0IS EASE EAEMPLOYEE $1,000,0001. Ifyes tlesctlbe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT w 51,000,000— DESCRIPTION OF OPERATIONS LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be allot Ded it mare space is required) City of Kent is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile •-- Liability policies. General Liability and Automobile Liability ev'denced herein is Primary and Non-contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. -a CERTIFICATE HOLDER CANCELLATION -aa,--i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THEri EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent AUTHORIZED REPRESENTATIVE 220 Fourth Avenue South Kent WA 98032 USA ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 10210212 LOC It: ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY NAMED INSURED AGO Risk Services, Inc. of Maryland Dunbar Armored, Inc, POLICY NUMBER See Certificate Number: 570069555872 CARRIER '.,BAD CODE see Certificate Number: 570069555872 EFFECTIVE DATE. ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS ASCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance INSURER(S)AFFORDING COVERAGE NAIC# INSUREIL INSURER INSURER INSURER ADDITIONAL POLICIES If a policy below does not include limit intormation,refer to the corresponding policy on the ACORD certificate form for policy limits. POLICY POLICY INSR ADDL SUBIR EFFECTR'E EAPIR,tl ION LIR TYPE OF INSURANCE POLICY WVO POLICY NUMBER LIMITS DAVE R4l'F. IMM/OI YI rMMmp(yvvl'I EXCESS LIABILITY E ECO1857247574 04 O1 2017 04 0112018 Aggregate $5,000,00CI $SM xS $SM) Each $5,000,OOCI Occurrence ACORD 101(2000101) V 2008 ACORD CORPORATION.All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER; 40 CSE S35403 COMMERCIAL GENERAL. LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oreanizationtsi Locations)Of Covered Operations Any person or organization where required by Written contract. Information re uired to oom lete this Schedule, if not shown above will bo shown in the Reolarations, A. Section It — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury', "property This insurance does not apply to "bodily injury" or damago" or "personal and advertising Injury.' .,property damage"occurring after: caused, in whole or in part, by: 1. All work, including materials, pads or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insureds) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional Injury or damage arises has been put to its insured only applies to the extent permitted by intended use by any person or organization law;and other than another contractor or subcontractor engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations, amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 0 Insurance Services Office, Inc.,2012 CG 2010 0413 POLICY NUMBER: 40 css s35403 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization where required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to Section III organization(s) shown in the Schedule, but only —Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is property damage" caused, in whole or in part, by required by a contract or agreement, the most we will "your work" at the location designated and pay on behalf of the additional insured is the amount of described in the Schedule of this endorsement insurance: performed for that additional insured and 1. Required by the contract or agreement; or included in the "products-completed operations hazard". 2. Available under the applicable Limits of Insurance However: shown in the Declarations, 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 0413 ©Insurance Services Office, Inc., 2012 Page 1 of 1 �' filb '� WI a.: iw I W. w ll M Po aY ;�� m w'94 °..a n � n "" p ry %7F as » I p P �i wl. • II �: W. ° ��. on a ar II%� w au .. w � � � m� � � ¢� .,� m I%b;o .� � n� ��%. ��� � I I � , �, %� a � � a � � �� %ud A � are e�p w a aim a,i y� . •. w� w ^. o ;: Illu au m . .. � ^ i .� � � �... ;. �m. i ,. �, n � �' �as r aw,''w � i " �, � Yun� a� �h �WVk�A. .IA� ..a.. �r � � � o w ad �Po at r; ��. .v,�.., � �.. � r .. i "' f_ii I ���i� i i � _.,..i rrl � �I �.,,. i � i in fir.� �m re a w, 4�- �, li .,� " Nm W at IN4"w' mu ��� I a � u no a,¢�aa '��. , nm+m � ,dv r �: "� .;. m:di q ;r �� rc a� rmi c.m I � ar w :, w m m ��" a� .sW :�" r I�. .� t .,; .yr �. � n -;-» DocuSign Envelope ID.B3DE8905-429C-4236-BA92-OAC85ADFB9EF Awe" j 335213 I DUNBAR ARMORED, INC. SERVICE CONTRACT#20005679 ENDORSEMENT NO. 335213 ENDORSEMENT to Contract which beemmc effective November U I,2016 by and between'. I. DUNBAR ARMORED,INC. ("DUNBAR")and 2. WASHINGTON STATE DEPT ("CUSTOMER") 50 SCHILLING ROAD ENTERPRISE SERVICES HUNT VALLEY_,MD 21031 PO BOX 44836 OLYMPIA, WA 98504 WITNESSETH 13Y MUTUAL CONSENT,effective on and utter October 01,2018,said contract is amended as follows: The following locations shall haro6 than a de osit amounts: # Location # Location 1 CENTENNIAL CENTER 3 MUNICIPAL COURT #1 #3 400 W.GOWE ST,1ST FL 1220 CENTRAL AVE S KENT,WA 98032 11 KENT,WA98032 Services =Addirmom SNlpmorrIs Deposit Pickup Checks Per Location 3'000.000 ash 8 Check Combined 3.100.000 ... Chance Order Delivery Chanccme Order Per Location 5,000 Special Trips(Per-f rip) Change Order Per Location $5,coo Cash 8 Check Combined S3.100 000 The followingYOCafion(s shall)Ihorob Chan a deigit amounts: 1 # 1 Location # Location is I Lacahon 2 KENT COMMONS 4 SENIOR CENTER 5 RIVERBEND GOLF COURSE #2 #4 #5 5254TH AVE.N 600 E.SMITH ST, 2D19 W MEEKER ST KENT WA 98032 KENT,WA Wray KENT,WA 98032 Max........Imum Shipments ervtcea up Cas h&Check Combinetl $100...... . . Deposit Pick .000 Shame Order Delivery Cho tinge Order Per Location Il Special Trips(Per Trip) Change Order Per Location PS,000 Cash 8 Check Combined 1$100,000 DUNBAR may,in its discretion,choose to perform any or all of the Services itself or through its employees,affiliate,agents,or independent subcontractors, Any employee, affiliate, agent or independent subcontractor performing Services shall be entitled to the benefit of every limitation and defense to which DUNBAR is entitled hereunder, Notwithstanding the foregoing,CUSTOMER shall look solely to DUNBAR for reimbursement of any Lass in accordance with the terms of this Agreement, It is Understood and Agreed That the CUSTOMER is Not Paying for Insurance on the Face Value of Checks, CUSTOMER Understands and Agrees That in the Event of a Loss,DUNBAR Is Not Liable for the Face Value of Checks..DUNBAR Shall Only Be Responsible for Reconstruction Costs as Stated in Item 6 of the Terms and Conditions. CUSTOMER Agrees to Waive its Right to Subrogation Against DUNBAR for the Face Value of Lost or Destroyed Checks.. Holidays:On Call Excluding:New Years,Easter,Thanksgiving,Christmas All other terms and conditions of said contract shall remain unchanged and as herein amended said contract is hereby ratified and confirmed.In Witness Whereof the parties hereto have executed this endorsement on November 8,2018. D(�N 1�RyARMORED, INC. III J�GTON STATE DEPT u)"�u�� raAl"dw �� Y,11 car �Wlllnrd Al? Cali Customer SiSnaturu Authorl7annih e........cy. Fe t.U� �°. 111.G' Y'd Aaron BeMiller Finance Director TMBCM.°fp9"a(kk"{wy- Seth R Melilroy Print or'I'ype Name&"title SR VP Administrntian&Marketing Attachments The Following Attachments are Hereby Incorporated in the Contract. Scheduleof Service Depose Vamr,.en Rider Dunbar EZCII Rider Terms&Conditions Page 1 of 1